2. amendment/modification no. 3. effective …...clin/slin from to contract no. n00178-14-d-7875...

195
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 1300766336 N/A 6. ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S2101A SCD: C 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Precise Systems 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-14-D-7875-FC01 10B. DATED (SEE ITEM 13) CAGE CODE 0GM03 FACILITY CODE 12-Mar-2015 11. 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 43.103(b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [ ] D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Upload: others

Post on 14-Jul-2020

4 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

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

1300766336 N/A6.  ISSUED BY CODE N00164 7.  ADMINISTERED BY (If other than Item 6) CODE S2101A

   

SCD: C

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

Precise Systems         9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-14-D-7875-FC01

    10B.  DATED (SEE ITEM 13)

CAGECODE

0GM03 FACILITY CODE   12-Mar-2015

11.  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) Byseparate letter or telegram which includes a reference to the solicitation and amendment numbers.  FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACEDESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER.  If by virtue of this amendmentyou 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 thisamendment, 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. INITEM 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 43.103(b).

[  ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:  

[  ] D. OTHER (Specify type of modification and authority)  

E.  IMPORTANT:  Contractor [ X ] is not, [   ] is required to sign this document and return       copies to the issuing office.14.  DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

SEE PAGE 2 

15A.  NAME AND TITLE OF SIGNER (Type or print) 16A.  NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

     

15B.  CONTRACTOR/OFFEROR 15C.  DATE SIGNED 16B.  UNITED STATES OF AMERICA 16C. DATE SIGNED           BY  

(Signature of person authorized to sign)   (Signature of Contracting Officer)  NSN 7540-01-152-8070PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83)Prescribed by GSAFAR (48 CFR) 53.243

  

      1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Page 2: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

GENERAL INFORMATION

The purpose of this modification is to add funding to SLIN

Limitation of Funds:

 

 

 

Accordingly, said Task Order is modified as follows: A conformed copy of this Task Order is attached to thismodification for informational purposes only.

The Line of Accounting information is hereby changed as follows:

The Period of Performance of the following line items is hereby changed as follows:

CLIN/SLIN From To

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 2 of 2

 FINAL 

Page 3: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

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

7000 R425 Engineering,logistics,technical, andprogrammatic supportservices for taskingassociated withElectronic Warfarewithin the AirborneDomain - Base Year(Year 1) Labor. NoteA (Fund Type - TBD)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001 Engineering,logistics,technical, andprogrammatic supportservices for taskingassociated withElectronic Warfarewithin the AirborneDomain - Base Year(Year 1) Labor. NoteA

7001AA R425 Funding in supportof TI-06, SubtaskA/ALQ-99 Program(APN)

1.0 LO

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001AB R425 Funding in supportof (TI-03/NAVAIR

  

  

  

  

 FINAL 

Page 4: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

and ConfigurationManagement for OffAircraft LogisticsManagementInformation). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001AC R425 Funding in supportof (TI-03/NAVAIR/PMA-265/Logisticsand ConfigurationManagement for OffAircraft LogisticsManagementInformation).

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001AD R425 Funding in supportof (TI-05, SubtaskB/NAVAIR/Machine Shop andWelding TechnicalSupport Services).(APN)

1.0

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001AE R425 Funding in supportof (TI-07, SubtaskA/NAVAIR/PMA

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 2 of 193

 FINAL 

Page 5: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

/Tactical JammingSystems SustainmentSupport). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001AF R425 Funding in supportof (TI-08, SubtaskC/NAVAIR/PMA-/Reliability,ConfigurationManagement, andLogistics Supportfor the AEAFST).

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001AG R425 Funding in supportof (TI-09, SubtaskB/NAVSUP/EA-6B/ALQ-99/AEAWarehousing, Repair,and ProgramSupport). (WCF)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001AH R425 Funding in supportof (TI-10/NAVAIR/PMA-290/Logistics

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 3 of 193

 FINAL 

Page 6: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

and ConfigurationManagement for theAN/ALQ-240(V)1Program). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001AJ R425 Funding in supportof (TI-11, SubtaskB/NAVSUP/ALQ-99/AEADocument ScanningSupport). (WCF)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001AK R425 Funding in supportof (TI-01, SubtaskA/NAVAIR/PMA-265/reliability,Logistics, andProgram Support forAN/ALQ-218(V2) DepotProgram). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001AL R425 10 USC 2410(a)Authority is herebyinvoked. Funding insupport of(TI-02/NAVAIR/PMA-234/On-BoardSystems SustainmentEngineeringSupport). (O&MN,N)

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 4 of 193

 FINAL 

Page 7: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001AM R425 Funding in supportof (TI-04, SubtaskB/NAVAIR/PMA-265/Corrosion Controland CompositesSupport). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001AN R425 Funding in supportof (TI-07, SubtaskA/NAVAIR/PMA-234/TJSSustainmentSupport). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001AP R425 Funding in supportof (TI-08, SubtaskA/NAVAIR/PMA-265/Reliability,Configuration, andLogistics Supportfor AEAFST). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 5 of 193

 FINAL 

Page 8: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

GovernmentUnderrunShare Line

7001AQ R425 Funding in supportof (TI-08, SubtaskB/NAVAIR/RAAF/Reliability,ConfigurationManagement, andLogistics Supportfor AEAFST).

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001AR R425 Funding in supportof (TI-04, SubtaskA/NAVAIR/PMA-234/Corrosion Controland CompositesSupport).

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001AS R425 Funding in supportof (TI-04, SubtaskG/NAVSUP/SPG-62/Corrosion Controland CompositesSupport).

Max Fee

Min Fee

GovernmentOverrunShare Line

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 6 of 193

 FINAL 

Page 9: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

GovernmentUnderrunShare Line

7001AT R425 Funding in supportof (TI-05, SubtaskE/NAVSEA/MachineShop and WeldingTechnical SupportServices). (OPN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001AU R425 Funding in supportof (TI-08, SubtaskA/NAVAIR/PMA-265/Reliability,ConfigurationManagement, andLogistics Supportfor AEAFST). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001AV R425 Funding in supportof (TI-09, SubtaskA/NAVAIR/PMA-234/AEAWarehousing, Repair,and ProgramSupport). (O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001AW R425 Funding in supportof (TI-09, Subtask

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 7 of 193

 FINAL 

Page 10: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

A/NAVAIR/PMA-234/AEAWarehousing, Repair,and ProgramSupport). (O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001AX R425 Funding in supportof (TI-11, SubtaskC/NAVAIR/PMA-265/ALQ-99 TJS ScanningSupport). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001AY R425 Funding in supportof (TI-04, SubtaskF/NAVSUP/SPG-62/Corrosion Controland CompositesSupport).

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001AZ R425 Funding in supportof (TI-08, SubtaskD/NAVAIR/PMA-234/Reliability,ConfigurationManagement, andLogistics Supportfor AEAFST).

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 8 of 193

 FINAL 

Page 11: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001BA R425 Funding in supportof (TI-04, SubtaskD/NAVAIR-RAAF/EA-18G/CorrosionControl andComposites Support).

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001BB R425 Funding in supportof (TI-05, SubtaskD/NAVAIR-RAAF/EA-18G/Machine Shop andWelding TechnicalSupport Services).

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001BC R425 Funding in supportof (TI-06, SubtaskA/NAVAIR/PMA-234/ALQ-99 TJSConfigurationManagement Support).(APN)

Max Fee

Min Fee

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 9 of 193

 FINAL 

Page 12: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001BD R425 Funding in supportof (TI-11, SubtaskB/NAVSUP/ALQ-99/AEADocument ScanningSupport). (WCF)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001BE R425 Funding in supportof (TI-11, SubtaskA/NAVAIR/PMA-234/ALQ-99 DocumentScanning Support).(APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001BF R425 Funding in supportof (TI-09, SubtaskA/NAVAIR/PMA-234/Warehousing,Repair, and ProgramSupport forEA-6B/ALQ-99).(O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 10 of 193

 FINAL 

Page 13: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

7001BG R425 Funding in supportof (TI-06, SubtaskB/NAVAIR for SRADepot StandupConfigurationManagement SupportEfforts) (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001BH J016 Funding in supportof (TI-04, SubtaskB/NAVAIR/PMA-265/ALQ-99 TJSCorrosion Controland CompositesSupport).

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001BJ J059 Funding in supportof (TI-09, SubtaskA/NAVAIR/PMA-234/AEAWarehousing, Repair,and Program Supportfor EA-6B Pods).

Max Fee

Min Fee

GovernmentOverrunShare Line

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 11 of 193

 FINAL 

Page 14: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

GovernmentUnderrunShare Line

7001BK J059 Funding in supportof (TI-09, SubtaskB/NAVSUP/AEAWarehousing, Repair,and ProgramSupport).

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001BL J059 Funding in supportof (TI-10/NAVAIR/PMA-290/Logisticsand ConfigurationManagement Supportfor ALQ-240/P-8A).

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7001BM J059 Funding in supportof TI-06 (SubtaskC/NAVAIR/P-8A/ConfigurationManagement efforts).(APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 12 of 193

 FINAL 

Page 15: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

GovernmentUnderrunShare Line

7001BN J059 Funding in supportof TI-11 (SubtaskB/NAVSUP/ALQ-99 NavyComponent RepairEffort/Documentationand ScanningEffort). (WCF)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7100 R425 Engineering, logistics, technical,and programmatic support servicesfor tasking associated withElectronic Warfare within theAirborne Domain - Base Year (Year 1)SURGE Labor. Note B and C. This textis just a filler to resolve the PDFissue. (Fund Type - TBD)

Option

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

7200 R425 Engineering,logistics,technical, andprogrammaticsupport services fortasking associatedwith ElectronicWarfare within theAirborne Domain -Option Year one(Year 2) Labor. NoteA & B (Fund Type -TBD)

Max Fee

Min Fee

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 13 of 193

 FINAL 

Page 16: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201 Contractor shallinvoice thefollowing pricedSLINs in accordancewith invoicinginstructions inSection G.

7201AA R425 Funding in supportof TI-01(NAVAIR/PMA-265/EA-18G DepotStand-up). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201AB R425 10 USC 2410(a)Authority is herebyinvoked. Funding insupport of TI-02(NAVAIR/PMA-234/EA-6BSustainmentEngineering).(O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201AC R425 Funding in supportof TI-03(NAVAIR/PMA-265/EA-18GIntegrated LogisticSupport & LogisticManagement). (APN)

Max Fee

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 14 of 193

 FINAL 

Page 17: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201AD J059 Funding in supportof TI-04 Subtask A(NAVAIR/PMA-234/EA-6B ALQ-99Corrosion ControlTechnical Support).(O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201AE R425 Funding in supportof TI-04 Subtask B(NAVAIR/PMA-265/ALQ-99 TJS HardbackModification).(APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201AF J059 Funding in supportof TI-04 Subtask C(NAVSUP/ALQ-99/CorrosionControl TechnicalSupport). (WCF)

Max Fee

Min Fee

GovernmentOverrunShare Line

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 15 of 193

 FINAL 

Page 18: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

GovernmentUnderrunShare Line

7201AG R425 Funding in supportof TI-04 Subtask D(FMS Australia/RAAFEA-18G/ALQ-99Tactical JammingProductionSupport).

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201AH J059 Funding in supportof TI-04 Subtask D(FMS Australia/ALQ-99/CorrosionControl TechnicalSupport).

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201AJ R425 Funding in supportof TI-05 Subtask B(NAVAIR/PMA-265/EA-18G TJSupgrades). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201AK R425 Funding in supportof TI-05 Subtask D

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 16 of 193

 FINAL 

Page 19: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

(FMSAustralia/ALQ-99/Tactical JammingSystem ProductionSupport).

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201AL R425 Funding in supportof TI-07 Subtask A(NAVAIR/PMA-234/ALQ-99ConfigurationManagementSupport). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201AM R425 Funding in supportof TI-08 Subtask A(NAVAIR/PMA-265/AEAFST Engineering andLogistic Support).(APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201AN J059 Funding in supportof TI-08 Subtask B(FMS Australia/RAAFEA-18G/AEA FSTEngineering andLogistic Support).

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 17 of 193

 FINAL 

Page 20: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201AP J059 Funding in supportof TI-09 Subtask A(NAVAIR/PMA-234/EA-6B and ALQ-99Pod Navy Repairableitems). (O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201AQ J059 Funding in supportof TI-09 Subtask B(NAVSUP/EA-6B/ALQ-99 Pod NavyRepairable items).(WCF)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201AR J059 Funding in supportof TI-11 Subtask B(NAVSUP/EA-6B/Organic DepotOperations for NavyRepairableComponents). (WCF)

Max Fee

Min Fee

GovernmentOverrunShare Line

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 18 of 193

 FINAL 

Page 21: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

GovernmentUnderrunShare Line

7201AS J059 Funding in supportof TI-12 Subtask B(NAVSUP/EA-6B/Organic DepotOperations for NavyRepairableComponents). (WCF)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201AT J059 Funding in supportof TI-06 Subtask C(NAVAIR/PMA-290/P-8AOperational TestProgram SetConfiguration).(APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201AU J059 Funding in supportofTI-10(NAVAIR/ALQ-240v(1)/P-8 Supportand Depot Stand-Up).

Max Fee

Min Fee

GovernmentOverrunShare Line

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 19 of 193

 FINAL 

Page 22: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

GovernmentUnderrunShare Line

7201AV R425 Funding in supportof TI-08 Subtask A(NAVAIR/PMA265/EA-18Gmodifications andupgrades). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201AW R425 Funding in supportof TI-08 Subtask A(NAVAIR/PMA-265/AEAFST Support).(O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201AX J059 Funding in supportof TI-05 Subtask F(NAVAIR/TargetSight System/Ballast Repair).(APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201AY R425 Funding in supportof TI-08 Subtask A(NAVAIR/PMA-265/EA-18GModification and

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 20 of 193

 FINAL 

Page 23: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Upgrade). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201AZ R425 10 USC 2410(a)Authority is herebyinvoked. Funding insupport of TI-09(Subtask A/NAVAIR/ALQ-99/6K assetsupport). (OPN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201BA R425 10 USC 2410(a)Authority is herebyinvoked. Funding insupport of TI-09(Subtask A/NAVAIR/ALQ-99/6K assetsupport). (O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201BB R425 Funding in supportof TI-04 (SubtaskC/NAVSUP/ALQ-99/7RRepairables). (WCF)

Max Fee

Min Fee

GovernmentOverrunShare Line

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 21 of 193

 FINAL 

Page 24: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

GovernmentUnderrunShare Line

7201BC R425 Funding in supportof TI-06 (SubtaskC/NAVAIR/P-8A/OTPSEffort). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7201BD J059 Funding in supportof TI-06 (SubtaskD/NAVSUP/DMISA/NavyRepairableComponent efforts).(WCF)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7300 R425 Engineering, logistics, technical,and programmatic support servicesfor tasking associated withElectronic Warfare within theAirborne Domain - Option Year one(Year 2) SURGE Labor. Note B & C(Fund Type - TBD)

Option

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

7400 R425 Engineering, logistics,technical, andprogrammatic supportservices for tasking

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 22 of 193

 FINAL 

Page 25: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

associated withElectronic Warfarewithin the AirborneDomain - Option Yeartwo (Year 3) Labor.Note A & B (Fund Type -TBD)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401 Contractor shallinvoice the followingpriced SLINs inaccordance withinvoicing instructionsin Section G.

7401AA J059 Funding in support ofTI-5 (Subtask C/NAVSUP/ALQ-99/Pod Hardbackmodifications/repairs).(WCF)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401AB J059 Funding in support ofTI-04(Subtask C/NAVSUP/ALQ-99/Pod Hardbackmodification/repairs).(WCF)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401AC R425 Funding in support ofTI-04 (Subtask B/PMA-

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 23 of 193

 FINAL 

Page 26: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

265/ALQ-99/TJS PODefforts). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401AD R425 Funding in support ofTI-05 (Subtask B/PMA265/ALQ99/TJS POD Repairand Maintenance). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401AE J059 Funding in support ofTI-09 (Subtask A/PMA234/ALQ-99/Repairs).(O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401AF J059 Funding in support ofTI-09 (Subtask A/PMA234/ALQ-99/Repairs).(O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 24 of 193

 FINAL 

Page 27: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

7401AG R425 Funding in support ofTI-07 (PMA-234/AEAAPN5/TJS SupportServices). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401AH J059 Funding in support ofTI-04 (Subtask F/IWS2/SPG-62Antennas/CorrosionControl). (O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401AJ R425 Funding in support ofTI-04(Subtask D/PMA265/EA-18G/TJS Support).

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401AK J059 Funding in support ofTI-08 (Subtask C/NAVAIR/P--A/FST Tasking).(APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 25 of 193

 FINAL 

Page 28: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

GovernmentUnderrunShare Line

7401AL J059 Funding in support ofTI-04(Subtask F/IWS2/SLQ-32/EW SystemRefurbishment/Repairs).(O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401AM R425 Funding in support ofTI-05(Subtask D/PMA-234/ALQ-99/SystemProduction Support).

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401AN J059 Funding in support ofTI-10 (NAVAIR/P-8A/Depot StandupTasking). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401AP J059 Funding in support ofTI-11(Subtask B/NAVSUP/EA-6B/ALQ-99 Support)(WCF)

Max Fee

Min Fee

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 26 of 193

 FINAL 

Page 29: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401AQ R425 10 USC 2410(a)Authority is herebyinvoked. Funding insupport ofTI-02(NAVAIR/EA-6B/PRLOCO). (O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401AR R425 10 USC 2410(a)Authority is herebyinvoked. Funding insupport of TI-08(NAVAIR/EA-18G/CSSSupport). (O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401AS R425 10 USC 2410(a)Authority is herebyinvoked. Funding insupport ofTI-08(NAVAIR/EA-18G/CSSSupport). (O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 27 of 193

 FINAL 

Page 30: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

7401AT R425 Funding in support ofTI-01 (PMA265/ALQ-218/EA-18G DepotStandup). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401AU R425 Funding in support ofTI-03 (PMA265/ALQ-218/EA-18G DepotStandup). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401AV R425 Funding in support ofTI-08 (Subtask A/PMA265/EA-18G/Modifications/Upgrades). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401AW J059 Funding in support ofTI-8 (Subtask B/RAAF/EA-18G AEA/Support).

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrun

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 28 of 193

 FINAL 

Page 31: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Share Line

7401AX J059 10 USC 2410(a)Authority is herebyinvoked. Funding insupport ofTI-04(Subtask A/PMA-234/6K/RepairTransmitters). (O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401AY J059 10 USC 2410(a)Authority is herebyinvoked. Funding insupport ofTI-05(Subtask A/PMA-234/6K/RepairTransmitters (O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401AZ J059 Funding in support ofTI-08 (Subtask D/PMA-234/NGJ/AEA FSTTasking). (RDT&E)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401BA R425 Funding in support ofTI-04 (Subtask F/IWS2/SPG-62/Antennarefurbishment/repairs).(O&MN,N)

Max Fee

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 29 of 193

 FINAL 

Page 32: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401BB J059 Funding in support ofTI-9 (Subtask B/NAVSUP/EA-6B/ALQ-99 EWSystems) (WCF)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401BC J059 Funding in support ofTI-09 (Subtask A/PMA-234/6K/Repairs)(O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401BD J059 Funding in support ofTI-10 (PMA-290/ALQ-240Depot/Standup tasking).(APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401BE J059 Funding in support ofTI-8 (Subtask C/PMA-290/P-8A/FST Tasking).(APN)

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 30 of 193

 FINAL 

Page 33: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401BF R425 Funding in support ofTI-8 (NAVAIR/EA-18G/CSSSupport). (O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401BG R425 Funding in support ofTI-10 (PMA 290/ALQ-240Depot/ Standuptasking). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401BH R425 Funding in support ofTI-11 (Subtask B/NAVSUP/7R/SupportEA-6B/ALQ-99 EWSystems) (WCF)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401BJ J059 Funding in support ofTI-04 (Subtask E/PMA-290/RELC/P-8A FST RELCS

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 31 of 193

 FINAL 

Page 34: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

Effort). (APN)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401BK R425 Funding in support ofTI-04 (Subtask F/IWS2/SPG-62/Antennarefurbishment/repairs).(O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401BL R425 10 USC 2410(a)Authority is herebyinvoked. Funding insupport of TI-08(Subtask C/PMA-290/P-8AFST/analyze andevaluate the impact ofECps on materials,cost, schedule, andtechnical documentationin regard to theALQ-240). (O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401BM R425 Funding in support ofTI-04(Subtask F/IWS2/SLQ-32/Systemrefurbishment/repairs).(SCN)

Max Fee

Min Fee

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 32 of 193

 FINAL 

Page 35: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401BN J059 10 USC 2410(a)Authority is herebyinvoked. Funding insupport ofTI-05(Subtask G/ACC/A8/JCREW/I1B1 equipmentmaintenance). (O&MAFR)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401BP J059 Funding in support ofTI-08 (Subtask D/PMA-234/NGJ/AEA FSTTasking). (RDT&E)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401BQ J059 Funding in support ofTI-08 (Subtask D/PMA-234/NGJ/Support of NGJAEA FST Tasking). (WCF)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401BR J059 Funding in support ofTI-11(Subtask B/NAVSUP/7R/scanning/documentation support

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 33 of 193

 FINAL 

Page 36: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

of EA-6B/ALQ-99 EWSystems repairs). (WCF

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401BS J059 Funding in support ofTI-04(Subtask F/IWS2/SPG-62/Antennarefurbishment/repairs).(O&MN,N)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

7401BT J059 Funding in support ofTI-4 (Subtask F/IWS2/FPG62/AntennaRefurbishment). (WCF)

Max Fee

Min Fee

GovernmentOverrunShare Line

GovernmentUnderrunShare Line

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7500 R425 Engineering, logistics,technical, andprogrammatic supportservices for taskingassociated with ElectronicWarfare within theAirborne Domain - OptionYear two (Year 3) SURGELabor. Note B & C (FundType - TBD)

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 34 of 193

 FINAL 

Page 37: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

Option

7600 R425 Engineering, logistics,technical, andprogrammatic supportservices for taskingassociated with ElectronicWarfare within theAirborne Domain - AwardTerm one (Year 4) Labor.Note A & B (Fund Type -TBD)

7601 Contractor shall invoicethe following priced SLINsin accordance withinvoicing instructions inSection G.

7601AA J059 Funding in support ofTI-04(Subtask F/IWS2/SPG-62/Antennarefurbishment/repairs).(O&MN,N)

7601AB J059 Funding in support ofTI-09 (Subtask A/PMA234/6K/ALQ99 EW Retrofitand Integration Repair).(O&MN,N)

7601AC J059 Funding in support ofTI-04 (Subtask C/NAVSUP/SU-255/Modifications andRepairs). (WCF)

7601AD J059 Funding in support ofTI-04 (Subtask F/IWS2/Toplite/System componentrefurbishment/repairs).(WCF)

7601AE J059 Funding in support ofTI-04 (Subtask C/NAVSUP/7R/ALQ-99 TJSPod/Hardbackmods/repairs). Note:Induction of items shallnot occur against thisSLIN after 9/30/18. (WCF)

7601AF J059 Funding in support ofTI-08(Subtask C/PMA-290/P-8 FST/Support ofP-8A FST Tasking). (WCF)

7601AG J059 Funding in support ofTI-04 (Subtask F/IWS2/SPG-62/componentrefurbishment/repairs).(O&MN,N)

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 35 of 193

 FINAL 

Page 38: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7601AH J059 Funding in support ofTI-04 (Subtask E/PMA-290/RELC/Support of P-8AFST RELCSC Efforts). (WCF)

7601AJ R425 Funding in support ofTI-07(PMA-234/TJS/Engineering Support).(APN)

7601AK R425 Funding in support ofTI-02(PMA-234/OBSFST/Sustainment ETSLabor). (O&MN,N)

7601AL R425 Funding in support ofTI-08 (Subtask A/PMA-265/18G FST/CSS support ofEA-18G AEA FST). (O&MN,N)

7601AM J059 Funding in support ofTI-4(Subtask A/PMA-234/6K/ALQ99 EW Retrofit andIntegration Repair).(O&MN,N)

7601AN J059 Funding in support of TI-5(Subtask A/PMA-234/6K/EWRetrofit and IntegrationRepair). (O&MN,N)

7601AP J059 Funding in support ofTI-8(Subtask D/PMA-234/NGJ/AEA FST Tasking).(WCF)

7601AQ J059 Funding in support ofTI-11 (Subtask B/NAVSUP/7R/Scanning andDocumentation Support).Note: Induction of itemsshall not occur againstthis SLIN after 9/30/18.(WCF)

7601AR J059 Funding in support ofTI-8(Subtask C/PMA-290/ALQ-240 Depot/P-8A andALQ-240 FST and DepotStandup). (WCF)

7601AS J059 Funding in support of TI-4(Subtask F/IWS2/SPG-62/ComponentRefurbishment/Repairs).(WCF)

7601AT J059 Funding in support ofTI-05 (Subtask F/PMA-290/P-8A FST/Modifications/Repairs). (WCF)

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 36 of 193

 FINAL 

Page 39: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7601AU J059 Funding in support ofTI-05 (Subtask E/NAVSEA/SPG-62/machine shopcontract support toimprove the overhaulstatus of the MK-82directors and SPG62Antennas including TopsideMK99 Equipment to addressfleet issues). (OPN)

7601AV J059 Funding in support ofTI-04 (Subtask C/NAVSUP/7R/Support of NAVSUPALQ-99 TJS Pod/Hardbackcomponentmodifications/repairs).(WCF)

7601AW J059 Funding in support ofTI-8(Subtask C/PMA-290/P-8A FST/Support ofP-8A ALQ-240 FST Tasking).(O&MN,N)

7601AX J059 Funding in support ofTI-8(Subtask B/PMA-265/RAAF/Support of RAAF

EA-18G AEA FSTTasking).

7601AY R425 10 USC 2410(a) Authorityis hereby invoked. Fundingin support of TI-2(PMA-234/OBSFST/Sustainment ETSLabor). (O&MN,N)

7601AZ R425 Funding in support ofTI-8(PMA-290/ALQ-240Depot/standup efforts).(APN)

7601BA R425 Funding in support ofTI-8(PMA-290/P-8AFST/standup efforts).(APN)

7601BB R425 10 USC 2410(a) Authorityis hereby invoked. Fundingin support of TI-8a(Subtask A/PMA-265/18GFST/Fund labor for CSSsupport of the EA-18GProgram). (O&MN,N)

7601BC R425 10 USC 2410(a) Authorityis hereby invoked. Fundingin support of TI-8a(Subtask A/PMA-265/18GFST/Fund labor for CSSsupport of the EA-18G

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 37 of 193

 FINAL 

Page 40: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

Program). (O&MN,N)

7601BD J059 10 USC 2410(a) Authorityis hereby invoked. Fundingin support of TI-9(A/PMA-234/6K/ALQ99 Pods CSSSupport). (O&MN,N)

7601BE J059 Funding in support ofTI-8(D/PMA-234/NGJ/supportof NGJ AEA FST Tasking).(RDT&E)

7601BF J059 Funding in support ofTI-13(NAVSUP/7R/CASSmaintenance support forEA-6B/ALQ-99 EW Systemsrepairs). (WCF)

7601BG R425 Funding in support of TI-4(Subtask F/18G FST/repairsupport). (OPN)

7601BH J059 Funding in support ofTI-8(Subtask A/PMA-265/18GFST/Support). (APN)

7601BJ J059 Funding in support of TI-8(Subtask A/PMA-265/18GFST/support). (APN)

7601BK J059 Funding in support of TI-4(Subtask F/SLQ-32/SupportRefurbishment & repairs).(SCN)

7601BL J059 Funding in support of TI-8(Subtask C/PMA-290/P-8AFST/Repair Tasking). (APN)

7601BM J059 Funding in support ofTI-13 (NAVSUP/7R/SystemRepairs). (WCF)

7601BN J059 Funding in support ofTI-8(Subtask D/PMA-234/NGJ/Support Tasking). (RDT&E)

7601BP R425 Funding in support of TI-8(Subtask A/PMA-265/18GFST/Logistics Support)(RDT&E)

7601BQ J059 Funding in support of TI-8(Subtask C/PMA-290/P-8AFST/FST TASKING). (APN)

7601BR J059 Funding in support ofTI-11 (Subtask B/NAVSUP/7R/Scan/Doc for SystemRepairs). (WCF)

7700 R425 Engineering, logistics,technical, andprogrammatic support

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 38 of 193

 FINAL 

Page 41: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

services for taskingassociated with ElectronicWarfare within theAirborne Domain - AwardTerm one (Year 4) SURGELabor. Note B & C (FundType - TBD)

Option

7800 R425 Engineering, logistics,technical, andprogrammatic supportservices for taskingassociated with ElectronicWarfare within theAirborne Domain - AwardTerm two (Year 5) Labor.Note A & B (Fund Type -TBD)

7801 Contractor shall invoicethe following priced SLINsin accordance withinvoicing instructions inSection G.

7801AA R425 Funding in support of TI-4(Subtask G/NAVSEA/MK-99/paintings/coatings).(OPN)

7801AB R425 Funding in support of TI-7(PMA-234/TJS/ETS efforts).(APN)

7801AC R425 Funding in support of TI-4(Subtask G/NAVSEA/SPG-62/FCS/corrosioncontrol/coatings support).(O&MN,N)

7801AD R425 Funding in support of TI-8(Subtask D/PMA-234/NGJ/ETSefforts). (RDT&E)

7801AE J059 10 USC 2410(a) Authorityis hereby invoked. Fundingin support of TI-9(Subtask A/PMA-234/6K/Retrofit and IntegrationRepair). (O&MN,N)

7801AF J059 Funding in support of TI-5(Subtask G/NAVSEA/SPG-62/FCS Replacement).(O&MN,N)

7801AG J059 Funding in support ofTI-13 (PMA-234/7R/CASSMaintenance Support).(WCF)

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 39 of 193

 FINAL 

Page 42: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

7801AH J059 Funding in support of TI-4(Subtask D/NAVSUP/SU-255/LRNVS Mod/repair). (WCF)

7801AJ R425 Funding in support of TI-8(Subtask B/PMA-265/RAAF/FST Tasking).

7801AK J059 Funding in support ofTI-11 (Subtask B/NAVSUP/7R/scanningdocumentation). (WCF)

7801AL J059 Funding in support of TI-4(Subtask G/NAVSEA/MK-99/corrosion control).(O&MN,N)

7801AM R425 Funding in support of TI-8(Subtask C/PMA-290/P-8AFST/ILS). (APN)

7801AN R425 Funding in support of TI-5(Subtask C/PMA-290/P-8AFST/ILS). (APN)

7801AP R425 Funding in support of TI-4(Subtask C/PMA-290/P-8AFST/ILS). (APN)

7801AQ R425 Funding in support of TI-8(Subtask C/PMA-290/P-8AFST/ILS). (APN)

7801AR J059 Funding in support of TI-4(Subtask G/NAVSEA/SPG-62/corrosion control).(O&MN,N)

7801AS R425 10 USC 2410(a) Authorityis hereby invoked. Fundingin support of TI-2(PMA-234/SPG-62/sustainmentengineering). (O&MN,N)

7801AT R425 Funding in support of TI-5(Subtask G/NAVSEA/MK82/maintenancesupport). (OPN)

7801AU R425 Funding in support ofTI-08 (Subtask A/PMA265/18G FST/Supportefforts). (APN)

7900 R425 Engineering, logistics,technical, andprogrammatic supportservices for taskingassociated with ElectronicWarfare within theAirborne Domain - Award

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 40 of 193

 FINAL 

Page 43: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

Term two (Year 5) SURGELabor. Note B & C (FundType - TBD)

Option

For Cost Type / NSP Items

7999 7000-7900: In accordance with statement of work and CDRL(s) A-A andapplicable DID(s). The Government shall have unlimited rights to alldata/tech data generated under this effort in accordance with DFARS252.227-7013, unless an assertion is provided and accepted by theGovernment with the offer in accordance with DFARS 252.227-7017. Theprice/cost for all data/tech data generated by the Contractor directly orindirectly in its performance of this procurement effort is included inthe price/cost paid by the Government under CLIN(s) 7000-7900

For ODC Items:

Item PSC Supplies/Services Qty Unit Est. Cost

9000 R425 Engineering, logistics, technical, and programmatic supportservices for tasking associated with Electronic Warfare

within the Airborne Domain � Base Year (Year 1) ODC. Note D(Fund Type - TBD)

9001 Contractor shall invoice the following priced SLINs inaccordance with invoicing instructions in Section G.

9001AA R425 Funding in support of (TI-03/NAVAIR/PMA-265/Logistics andConfiguration Management for Off Aircraft LogisticsManagement Information). (APN)

9001AB R425 Funding in support of (TI-03/NAVAIR/PMA-265/Logistics andConfiguration Management for Off Aircraft LogisticsManagement Information). (APN)

9001AC R425 Funding in support of (TI-04, Subtask B/NAVAIR/PMA-265/Corrosion Control and Composites). (APN)

9001AD R425 Funding in support of (TI-07, Subtask A/NAVAIR/PMA-234/Tactical Jamming Systems Sustainment Support). (APN)

9001AE R425 Funding in support of (TI-01, Subtask A/NAVAIR/PMA-265/Reliability, Logistics, and Program Support for theAN/ALQ-218 (V2) Depot Program). (APN)

9001AF R425 Funding in support of (TI-07, Subtask A/NAVAIR/PMA-234/TJSSustainment Support). (APN)

9001AG R425 Funding in support of (TI-08, Subtask A/NAVAIR/PMA-265/Reliability, Configuration Management, and LogisticsSupport for AEAFST). (APN)

9001AH R425 Funding in support of (TI-05, Subtask B/NAVAIR/PMA-265/Health and Wellness and Materials). NOTE: Deobligation on

(APN)

9001AJ R425 Funding in support of (TI-04, Subtask F/NAVSUP/SPG-62/Healthand Wellness).

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 41 of 193

 FINAL 

Page 44: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Est. Cost

9001AK R425 Funding in support of (TI-08, Subtask D/NAVAIR/PMA-234/Reliability, Configuration Management, and LogisticsSupport for AEAFST).

9001AL R425 Funding in support of (TI-02/NAVAIR/PMA-234/NMCI Fees).(O&MN,N)

9001AM R425 Funding in support of (TI-04, Subtask A/NAVAIR/PMA-234/Health and Wellness Fees). (O&MN,N)

9001AN R425 Funding in support of (TI-04, Subtask D/NAVAIR-RAAF/WA-18G/Health and Wellness Fees).

9001AP R425 Funding in support of (TI-04, Subtask G/NAVSUP/SPG-62/Healthand Wellness Fees).

9001AQ R425 Funding in support of (TI-05, Subtask D/NAVAIR-RAAF/EA-18G/Health and Wellness Fees).

9001AR R425 Funding in support of (TI-09, Subtask B/NAVSUP/EA-6B/ALQ-99/NMCI Fees). (WCF)

9001AS R425 Funding in support of (TI-10/NAVAIR/PMA-290/NMCI Fees).(APN)

9001AT R425 Funding in support of (TI-05, Subtask E/NAVSEA/Machine Shopand Welding Technical Support Services). (OPN)

9001AU R425 Funding in support of (TI-09, Subtask B/NAVSUP/EA-6B/ALQ-99AEA Division Warehousing, Repair, and Program Support).(WCF)

9001AV R425 Funding in support of (TI-11, Subtask A/NAVAIR/PMA-234/ALQ-99 Document Scanning Support-Reproduction of Copies).(APN)

9001AW R425 Funding in support of (TI-02/NAVAIR/PMA-234/On-Board SystemsSustainment Engineering Support). (APN)

9001AX J016 Funding in support of (TI-04, Subtask B/NAVAIR/PMA-265/ALQ-99 TJS Corrosion Control and Composites Support).

9001AY R425 Funding in support of TI-03(NAVAIR/EA-18G/LMI Efforts).(APN)

9200 R425 Engineering, logistics, technical, and programmatic supportservices for tasking associated with Electronic Warfarewithin the Airborne Domain - Option Year one (Year 2) ODC.Note D & B (Fund Type - TBD)

9201 Contractor shall invoice the following priced SLINs inaccordance with invoicing instructions in Section G.

9201AA R425 Funding in support of TI-01 (NAVAIR/PMA-265/EA-18G DepotStand-up). (APN)

9201AB R425 10 USC 2410(a) Authority is hereby invoked. Funding insupport of TI-02 (NAVAIR/EA-6B/Sustainment Engineering).(O&MN,N)

9201AC R425 Funding in support of TI-03 (NAVAIR/PMA-265/EA-18GIntegrated Logistic Support & Logistic Management). (APN)

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 42 of 193

 FINAL 

Page 45: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Est. Cost

9201AD R425 Funding in support of TI-04 Subtask A (NAVAIR/PMA-234/EA-6BALQ-99 Corrosion Control Technical Support). (O&MN,N)

9201AE R425 Funding in support of TI-04 Subtask B (NAVAIR/PMA-265/ALQ-99 TJS Hardback Modification). (APN)

9201AF R425 Funding in support of TI-04 Subtask C (NAVSUP/ALQ-99/Corrosion Control Technical Support). (WCF)

9201AG R425 Funding in support of TI-04 Subtask D (FMS Australia/RAAFEA-18G/ALQ-99 Tactical Jamming Production Support).

9201AH J059 Funding in support of TI-04 Subtask D (FMS Australia/ALQ-99/Corrosion Control Technical Support).

9201AJ R425 Funding in support of TI-05 Subtask B (NAVAIR/PMA-265/EA-18GTJS upgrades). (APN)

9201AK R425 Funding in support of TI-05 Subtask D (FMS Australia/ALQ-99/Tactical Jamming System Production Support).

9201AL R425 Funding in support of TI-07 Subtask A (NAVAIR/PMA-234/ALQ-99Configuration Management Support). (APN)

9201AM R425 Funding in support of TI-08 Subtask A (NAVAIR/PMA-265/AEAFST Engineering and Logistic Support). (APN)

9201AN R425 Funding in support of TI-10 (NAVAIR/ALQ-240v(1)/P-8 Supportand Depot Stand-Up). (APN)

9201AP R425 Funding in support of TI-05 Subtask F(NAVAIR/Target SightSystem/Ballast Repair). (APN)

9201AQ R425 Funding in support of TI-04 (Subtask C/NAVSUP/ALQ-99/7RRepairables). (WCF)

9201AR J059 Funding in support of TI-4 (Subtask C/NAVSUP/ALQ-99 TJSPod/Hardback modification and repairs). (WCF)

9201AS J059 Funding in support of TI-4 (Subtask B/NAVAIR/EA-18G TJSPod/Hardback modification and repairs). (APN)

9201AT J059 Funding in support of TI-04(Subtask C/NAVSUP/ALQ-99/TJSPod/Hardback modifications/repairs). (WCF)

9201AU J059 Funding in support of TI-04 (Subtask A/NAVAIR/EA-6B/ALQ-99Pod Navy Repairable items). (O&MN,N)

9201AV R425 Funding in support of TI-05 (Subtask D/NAVAIR/EA-18G/PodOverhaul/repairs).

9201AW R425 Funding in support of TI-3 (NAVAIR/EA-18G/LMI Efforts).(APN)

9201AX J059 Funding in support of TI-04 (Subtask D/PMA-234/ALQ-99TJS/Hardback modifications and repairs).

9400 R425 Engineering, logistics, technical, and programmatic supportservices for tasking associated with Electronic Warfarewithin the Airborne Domain - Option Year two (Year 3) ODC.Note D & B (Fund Type - TBD)

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 43 of 193

 FINAL 

Page 46: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Est. Cost

9401 Contractor shall invoice the following priced SLINs inaccordance with invoicing instructions in Section G.

9401AA J059 Funding in support of TI-05 (Subtask C/NAVSUP/ALQ-99/PodHardback modifications/repairs). (WCF)

9401AB J059 Funding in support of TI-04(Subtask C/NAVSUP/ALQ-99/PodHardback modification/repairs). (WCF)

9401AC R425 Funding in support of TI-04 (Subtask B/PMA265/ALQ-99/TJS PODefforts). (APN)

9401AD R425 Funding in support of TI-05 (Subtask B/PMA265/ALQ-99/TJS PODRepair and Maintenance). (APN)

9401AE R425 Funding in support of TI-07 (PMA-234/AEA APN5/TJS SupportServices). (APN)

9401AF J059 Funding in support of TI-04(Subtask F/IWS2/SPG-62Antenna/Refurbishment and Repairs). (APN)

9401AG J059 Funding in support of TI-04(Subtask F/IWS2/SLQ-32/SystemRefurbishment/Repairs). (O&MN,N)

9401AH R425 Funding in support of TI-05(Subtask D/PMA-234/ALQ-99/SystemProduction Support).

9401AJ J059 Funding in support of TI-04(Subtask D/PMA-234/ALQ-HardbackModifications). MOD 27: FUNDS MOVED TO 9201AX.

9401AK J059 Funding in support of TI-10 (NAVAIR/P-8A/Depot StandupTasking). (APN)

9401AL J059 Funding in support of TI-08 (Subtask C/NAVAIR/P--A/FSTTasking). (APN)

9401AM R425 Funding in support of TI-04 (Subtask D/RAAF/ALQ-99/SystemProduction Support).

9401AN R425 10 USC 2410(a) Authority is hereby invoked. Funding insupport of TI-02 (NAVAIR/EA-6B/PRL OCO). (O&MN,N)

9401AP R425 Funding in support of TI-01 (PMA265/ALQ-218/EA-18G DepotStandup). (APN)

9401AQ R425 Funding in support of TI-03 (PMA265/ALQ-218/EA-18G DepotStandup). (APN)

9401AR R425 Funding in support of TI-08(Subtask A/PMA265/EA-18GAEA/Modifications/Upgrades of systems and supportequipment). (APN)

9401AS J059 10 USC 2410(a) Authority is hereby invoked. Funding insupport of TI-04(Subtask A/PMA-234/6K/Repair Transmitters).(O&MN,N)

9401AT J059 10 USC 2410(a) Authority is hereby invoked. Funding insupport of TI-05(Subtask A/PMA-234/6K/Repair Transmitters).(O&MN,N)

9401AU R425 Funding in support of TI-04 (Subtask F/IWS2/SPG-62/Antennarefurbishment/repairs). (O&MN,N)

9401AV R425 Funding in support of TI-10 (PMA 290/ALQ-240 Depot/StandupTasking). (APN)

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 44 of 193

 FINAL 

Page 47: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Est. Cost

9401AW J059 Funding in support of TI-04(Subtask E/PMA-290/RELC/P-8A FSTRELCS Effortx). (APN)

9401AX R425 Funding in support of TI-04 (Subtask F/IWS2/SPG-62/Antennarefurbishment/repairs). (O&MN,N)

9401AY R425 10 USC 2410(a) Authority is hereby invoked. Funding insupport of TI-08 (Subtask C/PMA-290/P-8A FST/analyze andevaluate the impact of ECPs on materials, cost, schedule,and technical documentation in regard to the ALQ-240).(O&MN,N)

9401AZ R425 Funding in support of TI-04(Subtask F/IWS2/SLQ-32/Systemrefurbishment/repairs). (SCN)

9401BA J059 10 USC 2410(a) Authority is hereby invoked. Funding insupport of TI-05(Subtask G/ACC/A8/JCREW/I1B1 equipmentmaintenance). (O&MAFR)

9401BB J059 Funding in support of TI-08(Subtask A/PMA-265/18GFST/support of AEA FST EA-18G Tasking) (WCF)

9401BC J059 Funding in support of TI-04(Subtask F/IWS2/SPG-62/Antennarefurbishment/repairs). (O&MN,N)

9401BD J059 Funding in support of TI-4 (Subtask F/IWS2/FPG62/AntennaRefurbishment). (WCF)

9600 R425 Engineering, logistics, technical, and programmatic supportservices for tasking associated with Electronic Warfarewithin the Airborne Domain - Award term one (Year 4) ODC.Note D & B (Fund Type - TBD)

9601 Contractor shall invoice the following priced SLINs inaccordance with invoicing instructions in Section G.

9601AA R425 Funding in support of TI-07(PMA 234/TJS/SustainmentSupport). (APN)

9601AB J059 Funding in support of TI-04(Subtask C/NAVSUP/7R/Support ofNAVSUP ALQ-99 TJS Pod/Hardback componentmodifications/repairs). (WCF)

9601AC J059 Funding in support of TI-8(Subtask A/PMA-265/18G FST/Supportof AEA FST EA-18G Tasking). (APN)

9601AD R425 Funding in support of TI-8(PMA-290/ALQ-240 Depot/standupefforts). (APN)

9601AE R425 Funding in support of TI-8(PMA-290/P-8A FST/standupefforts). (APN)

9601AF J059 Funding in support of TI-8(A/PMA-265/18G FST/support of AEAFST EA-18G tasking). (APN)

9601AG J059 Funding in support of TI-4 (Subtask F/SLQ-32/Systemrefurbishment & repairs) (SCN)

9800 R425 Engineering, logistics, technical, and programmatic supportservices for tasking associated with Electronic Warfarewithin the Airborne Domain - Award term two (Year 5) ODC.Note D & B (Fund Type - TBD)

9801 Contractor shall invoice the following priced SLINs inaccordance with invoicing instructions in Section G.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 45 of 193

 FINAL 

Page 48: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Item PSC Supplies/Services Qty Unit Est. Cost

9801AA R425 Funding in support of TI-7 (PMA-234/TJS/ETS Efforts). (APN)

9801AB R425 Funding in support of TI-8 (Subtask C/PMA-290/P-8A FST/ILS).(APN)

9801AC R425 Funding in support of TI-08 (Subtask A/PMA 265/18GFST/Support effort). (APN)

HQ B-2-0004  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 theContractor have agreed to waive any entitlement that otherwise might accrue to either party in any residual dollaramount of $500 or less at the time of final contract closeout.  The term "residual dollar amount" shall include allmoney that would otherwise be owed to either party at the end of the contract except that, amounts connected in anyway with taxation, allegations of fraud and/or antitrust violations shall be excluded.  For purposes of determiningresidual dollar amounts, offsets of money owed by one party against money that would otherwise be paid by thatparty 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 agreedthat the administrative costs for either party associated with collecting such small dollar amounts could exceed theamount to be recovered.

HQ B-2-0007 LIMITATION OF COSTS OR LIMITATION OF FUNDS LANGUAGE

The clause entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF FUNDS" (FAR 52.232-22), asappropriate, shall apply separately and independently to each separately identified estimated cost.

CNIN-B-0008 DATA RIGHTS  (APR 2012)

The Government shall have unlimited data rights to all technical data generated in the performance of this contract, whetherrequired to be delivered or not, in accordance with (IAW) DFARS 252.227-7013; and similarly to all computer software andcomputer software documentation generated in the performance of this contract, whether required to be delivered or not, IAWDFARS 252.227-7014; unless an assertion is provided and accepted by the Government with the offer IAW DFARS252.227-7017.  Upon creation of an assertion table as directed/applicable, the Offeror will identify the specific CLIN and CDRLto which the assertion applies.  No assertion table(s) will be accepted in response to a Basic Ordering Agreement (BOA). If theGovernment determines that acceptance of an assertion(s) is valid, said assertion(s) will be incorporated into each individualorder or resultant contract.

HQ B-2-0015  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 contractentitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE", (FAR 52.216-10), as applicable.  Such payments shall besubmitted by and payable to the Contractor pursuant to the clause of this contract entitled "ALLOWABLE COST ANDPAYMENT" (FAR 52.216-7), 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.  Totalfee(s) paid to the Contractor shall not exceed the fee amount(s) set forth in this contract.  In no event shall the Government berequired to pay the Contractor any amount in excess of the funds obligated under this contract.

HQ B-2-0020  TRAVEL COSTS - ALTERNATE I (NAVSEA) (DEC 2005)  

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 46 of 193

 FINAL 

Page 49: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

(a)  Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actual travel costs in accordancewith FAR 31.205-46.  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 andaround the worksite, and from the worksite to the Contractor's facility.

(c)  Relocation costs and travel costs incident to relocation are allowable to the extent provided in FAR 31.205-35;however, Contracting Officer approval shall be required prior to incurring relocation expenses and travel costs incidentto 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 theContractor's or employee's convenience. 

HQ B-2-0021 CONTRACT SUMMARY FOR PAYMENT OFFICE (COST TYPE) (FEB 1997)

NOTE A:  LEVEL OF EFFORT

For labor items, Offerors shall propose man-hours required to perform requirements of the Statement of Work (SOW)provided for the period of performance specified in Section F.  The PAYMENT OF FEE(S) (LEVEL OF EFFORT)clause applies to these items.  The Government estimated Level of Effort (LOE) and recommended labor mix can befound as Attachment 14 in Section J.  The Government estimate is based on the total anticipated LOE for all tasks.

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 optionis exercised.

NOTE C:  SURGE

If the Government determines that an increased LOE is required, the Government reserves the right to exercise "surge" optionCLINs for additional hours in accordance with the SOW.  In the event that the Government does elect to exercise the surgeoption item, the appropriate ceiling and LOE may be re-aligned under labor CLINs for each task identified in the SOW.  TheGovernment estimate is of annual labor hours.   PRIME OFFERORS SHALL propose all surge hours using a WeightedAverage Loaded Labor Rate (WALLR) applied to the surge CLIN.  All surge labor CLINs shall be proposed as CPFF and shallnot exceed the prime Offeror's maximum fee percent in their SeaPort Enhanced (Seaport-e) Multiple Award Contract (MAC).

Note:  WALLR is calculated by dividing total proposed labor costs by total proposed hours including subcontractors.  (Anexample can be found as Attachment 10 in section J.) 

NOTE D:  OTHER DIRECT COSTS

The Government estimates total ODCs for this TO to   ODCs should be proposed as prescribed in Section L,paragraph 4.4.4.  Government estimated ODC's do not include indirect burdens.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 47 of 193

 FINAL 

Page 50: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

The first incentive fee calculation will be at the end of the first year of the TO.

The min fee shall be one percent Offerors shall propose target fee.  Offerors shall also propose their own maximum fee. Proposed max fee cannot exceed the maximum fee identified in the offeror's basic contract.

(1) The final target cost, target fee amounts shall be based upon the actual level of effort the contractor provides as explained inthe following paragraph.

OFFEROR TO FILL IN ALL TBD's BELOW

 

(i) The CPIF target cost rate for CLIN 7000 (to the extent Options are exercised) and Option CLIN(s) 7200, 7400 shallbe determined by dividing proposed target costs (including proposed subcontractor cost) by proposed hours (includingproposed subcontractor hours), under each CLIN.

(ii) The CPIF target fee rate for CLIN 7000 (to the extent Options are exercised) and Option CLIN(s) 7200, 7400 shallbe determined by dividing proposed target fee (including proposed subcontractor target fee) by proposed hours(including proposed subcontractor hours), under each CLIN.

(iii) The final CPIF actual cost rate for CLIN 7000 (to the extent Options are exercised) and Option CLIN(s) 7200,7400 shall be determined by dividing actual allowable costs (included subcontractor actual allowable costs) by actualallowable hours worked (including subcontractor actual hours worked), under each CLIN.

(iv) The final CPIF actual fee rate for CLIN 7000 (to the extent Options are exercised) and Option CLIN(s) 7200, 7400shall be determined by subtracting actual cost rate from target cost rate, multiplying by contractor share ratio andadding to target fee rate.  The actual fee amount is determined by multiplying the actual allowable hours worked bythe CPIF actual fee rate.

(v) The share ratio for the CPIF portion of the fee structure is 70/30 (70% Government and 30% Contractor) for both underrunsand overruns. See the Incentive Fee clause (FAR 52.216-10) in Section I of this TO for further information on how the targetcost and target fee are determined and the fee earned is calculated.

(vi) The Estimated Fixed Fee for CLINs 7600 and 7800 is determined by multiplying the cost

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 48 of 193

 FINAL 

Page 51: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

SECTION C DESCRIPTIONS AND SPECIFICATIONS

1.0 SCOPE

This Performance Work Statement (PWS) sets forth the requirements for Engineering, Logistics,Technical, and Programmatic Support Services for tasking associated with Electronic Warfare(EW) within the Airborne Domain, hereafter referred to as Airborne EW, with a focus onsustainment of fielded systems.

1.1 Background

NSWC Crane Division is tasked with performing Airborne EW activities for the U.S Navy, U.SArmy, Foreign Military Sales (FMS) customers as well as other Department of Defenseorganizations. Airborne EW activities include the support of Airborne EW systems, subsystems,equipment, and components, such as electronic detection and guidance devices includingelectronic surveillance measures (ESM), electronic protection (EP), electronic countermeasures(ECM) and electronic attack (EA). Additionally, Airborne EW activities may include support tothe platforms on which Airborne EW Systems are installed. These Airborne EW assets are usedto provide friendly forces the essential knowledge, expertise, and equipment to exploit theenemy’s defenses and to prevent the use of or decrease the effectiveness of enemy force effortsto use electronic detection and guidance devices against friendly forces.

NSWC Crane Division has been assigned various roles/responsibilities for various Airborne EWSystems.  A few of the roles/responsibilities assigned to NSWC Crane Division include theLogistics Management Information, Depot Standup, Depot Repair, and Fleet Support Teams forthe AN/ALQ-99 Tactical Jamming System and AN/ALQ-218 Tactical Jamming ReceiverSystem, utilized on the U.S Navy’s EA-6B Prowler and EA-18G Growler Aircraft, as well as theAN/ALQ-240 Electronic Support Measures System, utilized on the U.S Navy’s P8-A PoseidonAircraft.  Additionally, NSWC Crane Division supports the Communications Electronic AttackSurveillance & Reconnaissance System utilized by the U.S. Army on C-12 Aircraft and alsobeing assessed for Unmanned Aerial Vehicle (UAV) applications, as well as the Next GenerationJammer (NGJ) System, which will replace the AN/ALQ-99 Tactical Jamming System.  

1.2 Applicable Contract Paragraphs

This task order (TO) applies to the SOW paragraphs of the basic SeaPort Enhanced (SeaPort-e)Multiple Award Contract (MAC), as indicated below:

Basic SOW                 Paragraph Task Requirements

3.1                         Research and Development Support------------------------------N/A

3.2                         Engineering, System Engineering, and Process Engineering

3.3                         Modeling, Simulation, Stimulation, and Analysis Support-----------N/A

3.4                         Prototyping, Pre-Production, Model-Making, and Fabrication

                              Support

3.5                         System Design Documentation and Technical Data Support

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 49 of 193

 FINAL 

Page 52: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

3.6                         Software Engineering, Development, Programming, and Network Support

3.7                         Reliability, Maintainability, and Availability (RM&A) Support

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

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

3.14                       Interoperability, Test and Evaluation, Trials Support

3.15                       Measurement Facilities, Range, and Instrumentation Support

3.16                       Logistics Support

3.17                       Supply and Provisioning Support

3.18                       Training Support

3.19                       In-Service Engineering, Fleet Introduction, Installation and Checkout Support

3.20                       Program Support

3.21                       Functional and Administrative Support----------------------------N/A

3.22                       Public Affairs and Multimedia Support----------------------------N/A

2.0 APPLICABLE DOCUMENTS

 

Unless otherwise specified, the revision level and date for each specification or standard citedwithin the solicitation/contract (including any specifications or standards cited in any drawing,handbook, or referenced specification or standard contained within this solicitation), shall be thatlisted in the Department of Defense Index of Specifications and Standards (DODISS) andsupplement thereto. In the event of a conflict between the documents referenced herein and thecontents of this PWS, the contents of this PWS shall prevail.

2.1  Specifications

MIL-PRF-29612B                             Training Data Products, Revision B, 31 Aug 2001

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 50 of 193

 FINAL 

Page 53: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

2.2 Standards

ANSI/NISO Z39.18-2005                 Scientific and Technical Reports – Preparation, Presentation,and                                                        Preservation, 27 July 2005  

ASME Y14.100-2013                       Engineering Drawing Practices, 30 July 2013

ASME Y14.24-2012                         Types and Applications of Engineering Drawings, 5 April2013

ASME Y14.34-2013                         Associated Lists, 16 May 2014

ASME Y14.35M-1997                      Revision of Engineering Drawings and AssociatedDocuments,                                                        8 December 1997

ASME Y14.41-2012                         Digital Product Definition Data Practices, 14 May 2012

ASME Y14.5-2009                           Dimensioning and Tolerancing, 27 March 2009 

ASME Y14.5.1M-1994                     Mathematical Definition of Dimensioning and TolerancingPrinciples,                                                        31 January 1995

DOD-STD-2101                               Classification of Characteristics, 10 May 1979

ANSI/EIA-649-B-2001                     Configuration Management Standard, 17 June 2011

GEIA-STD-0007-B                           Logistics Product Data, 01 May 2013

MIL-STD-129R                                Military Marking for Shipment & Storage, Revision R, 18Feb 2014

MIL-STD-31000A                            Technical Data Packages, Revision A, 26 Feb 2013

2.3 Other Publications and Regulations

PSM GB                                            DoD Product Support Manager’s Guidebook, April 2011

IPS GB                                              Integrated Product Support Element Guidebook, November2011

MIL-HDBK-61A                              Configuration Management Guidance, Revision A, 07 Feb2001

MIL-HDBK-502A                            Product Support Analysis, Revision A, 08 Mar 2013

DoDM 4160.28M                             Defense Demilitarization, Volumes 1 - 3, 07 June 2011

OPNAV M-5090.1                            Environmental Readiness Program Manual, 10 January 2014

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 51 of 193

 FINAL 

Page 54: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

2.4 Instructions and Directives

OPNAVINST 11010.20H                 Navy Facilities Projects Instruction, 16 May 2014

OPNAVINST 3000.12A                   Operational Availability of Equipments and WeaponsSystems,                                                         02 September 2003

OPNAVINST 5090.1D                     Environmental Readiness Program, 10 January 2014

OPNAVINST 5102.1D                     Navy and Marine Corps Mishap and Safety Investigation,Reporting,                                                        and Record Keeping Manual, 7 January 2005

NAVSEAINST 4130.12B                 Configuration Management (CM) Policy and Guidance, 21July 2004

NSWCCRANEINST 12570.1A         OCONUS Travel Requirements, 30 May 2014

NSWCCRANEINST 11240.1           Transportation Services Policy, 15 December 2008

 3.0 REQUIREMENTS

The contractor shall provide qualified personnel, materials, facilities, equipment, testinstrumentation, data collection and analysis, hardware/software, and other support to NSWCCrane Division in the execution of Airborne EW activities and related tasking in support ofAirborne Electronic Attack Systems Division (WXS).

All tasking under this PWS shall only be executed after a Technical Instruction (TI) is signed &dated by the Government’s Contracting Officer & Contracting Officer’s Representative (COR)and an authorized Contractor Representative.  The TI may cite more detail about the tasking tobe executed, such as the priority of tasking, more specific data requirements,milestones/schedules, specific sections of standards/handbooks/ instructions that are applicableto the tasking, etc.  

 

3.1       Research and Development Support – NOT APPLICABLE

3.2  Engineering, System Engineering and Process Engineering Support. 

The Contractor shall have an understanding of the theory and technology required to execute EWactivities as well as knowledge of Airborne EW applications, in performing engineering support.Furthermore, the contractor shall have an understanding of the DOD Acquisition and SystemsEngineering process, inclusive of a working knowledge of the Integrated Defense Acquisition,Technology and Logistics Life Cycle Management System. The contractor shall provideengineering support for the design, development, test, evaluation, and engineering related

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 52 of 193

 FINAL 

Page 55: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

logistics for the sustainment of Airborne EW systems, subsystems, equipment, and components,and as applicable, their associated platforms. This engineering support may require the contractorto perform reverse engineering on electronic and mechanical assemblies and deliver to theGovernment a design disclosure Technical Data Package.

The subject engineering support may also include material development, material/processdemonstrations and process engineering support for electronic engineering interconnectionfabrication, electronic assembly fabrication process, and lead-free solder research and analysis.As such, the contractor shall have knowledge of specialized material and processes for EWapplications (i.e. radomes, antennas, and power supplies). The contractor may also provideengineering support to develop techniques, instructions, and guidance on a variety of electroniccomponent types including but not limited to through-hole components, dual-inline-package(DIP), flat pack, and high-density, high-complexity surface mount technology circuit cardassemblies (CCA) or modules. This may include development and improvement of surfacemount technology (SMT) removal and replacement processes.

Furthermore, the engineering support may include development, modification, and updates toelectronic test, troubleshooting, diagnostic, and environmental screening capability for AirborneEW systems, subsystems, equipment, and components and EW test equipment. The contractormay be required to utilize LABVIEW and other Modeling & Simulation tools and techniques todesign hardware and software interface devices (e.g., Test Program Sets) to mate WRA and/orSRA module Units Under Test (UUT) to Automated Test Equipment (ATE). 

3.3  Modeling, Simulation, Stimulation, and Analysis Support – NOT APPLICABLE

3.4  Prototyping, Pre-Production, Model-Making, and Fabrication Support. 

The contractor shall provide engineering support for the building, fabrication, testing, evaluationand operation of reduced and full scale models, mock-ups, prototypes, and pre-production unitsof Airborne EW systems, subsystems, equipment, and components. Fabrication and machiningof replacement parts or equipment for fielded systems or platforms may also be required.Additionally, these efforts may include the use of traditional materials as well as new compositematerials. The contractor shall provide support for the test and evaluation of these items, as wellas the processes associated with the manufacturing and fabrication techniques and processes forthese items.

3.5  System Design Documentation and Technical Data Support. 

The contractor shall provide engineering support for the preparation of Technical Data Packages(TDPs) associated with Airborne EW systems, subsystems, equipment, and components, with theTDPs meeting the requirements of ASME Y14.100-2013, ASME Y14.24-2012, ASMEY14.34-2013, ASME Y14.35M-1997, ASME Y14.41-2012, ASME Y14.5-2009, ASMEY14.5.1M-1994, DOD-STD-2101, MIL-STD-31000A and/or other government/commercialstandards as specified in the TI. Additionally, the contractor shall review technical data changes,provided as Government Furnished Information (GFI), for technical accuracy, completeness,suitability, and adequacy for inclusion into the applicable TDPs. The contractor may be requiredto alter drawing originals, sketches, or draft versions of the drawings provided as GFI usingconventional drafting tools/equipment, Computer-Aided Drafting (CAD) Systems or computerdrafting/management systems such as Joint Engineering Documentation ManagementInformation and Control System (JEDMICS).

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 53 of 193

 FINAL 

Page 56: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

3.6  Software Engineering, Development, Programming, and Networking Support. 

The contractor shall provide engineering support to develop new software routines for thepurpose of test & evaluation or maintenance of Airborne EW systems, subsystems, equipment,and components, as well as their applicable platforms; modification of existing software routinesfor the same or similar items; recommendations of hardware and designs to support test &evaluation of same or similar items, and programming and networking support.

The contractor may be required to identify, model and document software requirementsspecifications; review, analyze, design, develop, test, maintain and document computer software,perform configuration control and maintain a software library for computer softwareconfiguration items. Additionally, the contractor may be required to review and assess softwarechanges for impact on logistics support and review life-cycle management plans that address thescope and purpose of software support for impact upon interchangeability, producibility, andstandardization of Airborne EW systems. 

Additionally, the contractor shall have expertise in high level software development languagesuch as C, C++, ADA, Lab View, and Lab Windows.  Furthermore, the contractor shall berequired to have knowledge of Open Architecture, Software/Hardware integration, and softwareconfiguration management and related CM tools, as well as software engineering capabilitiesassociated with support for Tactical Software that includes threat libraries.

3.7 Reliability, Maintainability, and Availability Support

The contractor shall provide engineering support to ensure that Airborne EW systems,subsystems, equipment, and components and, as applicable, their associated platforms’Reliability, Maintainability, and Availability (RM&A) requirements are integrated with thesystem design, development and life cycle sustainment resulting in warfighting capabilities thatfunction effectively when required and that detection and correction of design deficiencies, weakparts, and workmanship defects that affect functionality are implemented.

This tasking may include the analysis of reliability requirements and goals, construct models,and analysis of product design for reliability and performance for the EA-6B, EA-18G, P-8A,other EW Platforms and their associated Airborne EW Systems. The end state of the tasking is toachieve higher equipment availability and lower maintenance costs through predictivemaintenance technologies, regularly scheduled monitoring utilizing predictive technologies, thecoordination of the necessary maintenance through teamwork with other maintenance &operations personnel, working with Government Supervisory personnel, planning, engineering,and field personnel, and any other methods that can be identified to improve RM&A.

Additionally, the contractor may be required to define reliability and maintainabilityrequirements, methods, and processes for Airborne EW Systems and their associated platformsas well as develop and review Reliability and Maintainability (R&M) plans, analyses and testresults. Additional responsibilities may include analyses of Fleet Aviation Maintenance MaterialManagement (AV-3M) and Depot Data to provide recommendations for Reliability and or costreduction efforts to support system improvements and maintainability. 

3.8 Human Factors Engineering Support – NOT APPLICABLE

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 54 of 193

 FINAL 

Page 57: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

3.9 System Safety Engineering Support – NOT APPLICABLE

 3.10 Configuration Management (CM) Support

The contractor shall apply engineering and analytical disciplines for fielded Airborne EWsystems, subsystems, equipment, and components and, as applicable, their associated platformsin order to identify, document, and verify the functional, performance, and physicalcharacteristics of systems, to control changes and nonconformance, and to track actualconfigurations of systems and platforms.

The contractor shall develop specific elements of configuration management. All detailedrequirements and CM tasks shall be performed in accordance with the requirements ofNAVSEAINST 4130.12B, ANSI/EIA-649B-2001, and/or as specified in the TI.

The contractor shall verify and validate equipment received, shipped, or processed is listed onthe correct Navy document (i.e. DD1149, DD1348, Custody Receipt documents, etc.).Equipment that is delivered or received must be verified by conducting a comparison analysis forthe disposition of the equipment.

The contractor shall record all pertinent information on the proper inventory sheet, such asNomenclature, Part Number, National Stock Number (NSN), Field Changes, condition ofequipment, etc, and enter this information into the applicable Government Database.

The contractor shall determine whether equipment received is the correct system equipment andcategorize it as a Unit, Module, or Line Replaceable Unit (LRU) or identify it to the correctsystem. The proper inventory sheet shall be completed and data entered into the applicableGovernment Database.

3.10.1 Configuration Management Planning

The contractor may be required to develop, maintain, and update configuration managementplans and procedures for fielded Airborne EW systems, subsystems, equipment, and componentsand, as applicable, their associated platforms’ in accordance with NAVSEAINST 4130.12B,ANSI/EIA-649B-2001, and/or other specified requirements. Plans shall be reviewed for editorialand technical compliance with the governing specification. The contractor shall makerecommendations with supporting rationale for changes to source material and specific programrequirements.

3.10.2 Configuration Identification

The contractor shall annotate proposed agendas for CM technical reviews, attend technicalreviews and document proceedings, and evaluate the responsiveness of the reviewed activity torequirements with supporting rationale. Such reviews include the Systems Requirements Review(SRR), System Design Review (SDR), Production Requirements Review (PRR), PreliminaryDesign Review (PDR), Critical Design Review (CDR), Test Readiness Review (TRR), and theFormal Qualification Review (FQR). The contractor shall provide knowledge and technicalsupport based on lessons learned from sustaining fielded systems. 

3.10.3 Configuration Control

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 55 of 193

 FINAL 

Page 58: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

As configuration and design changes occur, the contractor shall review and analyze requests fordeviations and waivers to determine the effects on production, configuration identification,operation, and logistics. The contractor shall also determine whether requests for minordeviations or waivers and Class I & II Engineering Changes are correctly categorized as definedin MIL-HDBK-61A. The contractor shall submit reports to the Government on all such reviews,documenting the results with any change recommendations and supporting rationale. Thecontractor may be required to prepare Engineering Change Proposals (ECPs), EngineeringChange Orders, and Specification Change Notices and other documents. Additionally, whenrequired the contractor shall review ECP’s submitted by other contractors, in order to analyzeand evaluate the impact of ECP’s on materials, cost, schedule, and technical documentation. Thecontractor's configuration management personnel shall attend configuration management auditsto ensure that configuration management plans are acceptable and are in effect. The contractorshall submit findings with supporting rationale. The contractor shall prepare technical inputs forConfiguration Control Board review. 

3.10.4 Configuration Status Accounting

The contractor shall provide Configuration Status Accounting for Airborne EW systems,subsystems, equipment, and components and, as applicable, their associated platforms, usingconfiguration status accounting data systems. The contractor may be required to maintain aworking library of documents and publications and instructions applicable to NSWC Cranedocumentation preparation.

3.10.5 Configuration Audits

The contractor shall provide support for Airborne EW systems, subsystems, equipment, andcomponents and, as applicable, their associated platforms, to Government configuration auditteams, by verifying and documenting that hardware and computer programs, Configuration Items(CIs), and their configuration identification are accurate, complete (according to specifiedrequirements), adequate to establish the product baseline, and compatible with the next higherlevel design documentation in accordance with GEIA-STD-0007-B and the guidance provided inMIL-HDBK-502A. For the Functional Configuration Audit (FCA), the contractor shall reviewthe configuration item's technical documentation and submit an analysis of comparison with itsfunctional characteristics. Similarly, the contractor shall provide technical evaluation inconducting a Physical Configuration Audit (PCA) to ensure that the CIs physical configuration isin agreement with its documentation description. The contractor shall evaluate compliance of thetechnical documentation with MIL-STD-31000A, ASME Y14.100-2013, ASME Y14.24-2012,ASME Y14.34-2013, ASME Y14.35M-1997, ASME Y14.41-2012, ASME Y14.5-2009, ASMEY14.5.1M-1994, DOD-STD-2101, and/or other government/commercial standards as identifiedin the TI. The contractor, as a participant with the Government on the audit team, shall determinethe correlation of the "as built" configuration with the release "as designed" configuration.Discrepancies and recommended corrective actions shall be documented according to proceduresestablished by the audit team and submitted to the Government with the contractor's justificationfor recommendations and evaluation.

The contractor shall submit reports to the Government on all such reviews, documenting theresults with any change recommendations and supporting rationale.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 56 of 193

 FINAL 

Page 59: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

3.10.6 Configuration Manager

The contractor shall serve as the Airborne Electronic Attack Systems Division (AEASD)Configuration Manager and the Secretariat of the Department's Configuration Control Board(CCB). The Configuration Manager shall apply engineering and analytical disciplines to fieldedsystems to provide hardware and software CM direction and oversight for Airborne EW systems,subsystems, equipment, and components and, as applicable, their associated platforms. 

The contractor shall interact with the Fleet Support Teams (aka, Acquisition/In-ServiceEngineering Agents (AEA/ISEA)), managers within the division, design engineers, logisticians,technicians, and other CM representatives within AEASD to define processes and track metricsdemonstrating compliance with established CM guidelines. The contractor shall provide overallCM guidance for hardware, software and documentation while ensuring the four disciplines ofCM (Identification, Change Control, Status Accounting and Audits) are followed throughout thelife cycle of Configuration Items (CI).

The contractor shall facilitate the review of all change control documentation via the CCB andensure documentation is developed and approved in accordance with established configurationcontrol procedures. The contractor shall advise other division CM representatives, logisticians,engineers and technicians in the development of change control documentation such as Notice ofRevision (NOR), Preliminary Engineering Change Proposals, ECPs, Specification ChangeNotice (SCN) and Requests for Deviations/Waivers (RFD/Ws).

The contractor shall assist in the coordination of evaluation and processing of variousengineering documents submitted to the CCB by the Division personnel, contractors or otherfield activities.  The contractor shall assist in determining whether ECPs are Class I or II perMIL-HDBK-61A and coordinate with Subject Matter Experts for impact analysis, whereappropriate, to ensure that proposed changes have no adverse impact on documentation that maybe common to other CIs. The contractor shall coordinate the input of all CM documentation intothe CM Database, including change control documentation, identification/baselines, statusaccounting and audits, as applicable. The contractor shall serve as the primary point of contactfor the configuration status accounting information database and all applicable configurationdata, both current and historical, shall be maintained in this Government database.

The contractor shall participate in Physical Configuration Audits (PCAs) and FunctionalConfiguration Audits (FCAs) to ensure the product baseline documentation is adequate andaccurately reflects the identified configuration. The contractor shall support audits for ProductBaseline Verification; ECP Incorporation Verification; Configuration Control Process; StatusAccounting Process; Fixture Drawings; Shipping Container Drawings; Assembly Drawings/Billof Material (BOM) Parts/Material Comparison. The contractor shall ensure audit data feeds CMprocesses and that necessary corrective action is taken.

The contractor shall assist with periodic internal configuration/quality audits to assurecompliance to customer driven requirements. The audits encompass the following areas:technical documentation; test set, and test fixture drawings; test set configuration; test setsoftware; electrostatic discharge handling procedures; procurement packages; test dataretrieval/storage capabilities; calibration status of tools/equipment; handling of non-conformingmaterial; and, personnel certification process.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 57 of 193

 FINAL 

Page 60: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

The contractor shall coordinate the assignment of control numbers to Class I and II ECPs,RFD/Ws, NORS and SCNs and controls drawings, technical documentation and reports that areunder the cognizance of the Division. The contractor shall be responsible for maintaining andcontrolling the repository associated with all configuration documentation.  The contractor shallassist the implementation of changes to specifications and other non-drawing type documentsunder the Division's control such as work instructions and operating procedures and afterimplementation, review documentation for accuracy and completeness in accordance withestablished configuration control procedures.

3.11 Quality Assurance (QA) Support – NOT APPLICABLE3.12  Information System (IS) Development, Information Assurance (IA), and InformationTechnology (IT) Support – NOT APPLICABLE

3.13 Inactivation and Disposal Support

The contractor shall support inactivation and disposal efforts of Airborne EW systems,subsystems, equipment, and components to ensure that critical hardware and software that isdemilitarized and disposed in accordance with DoDM 4160.28M and any other applicableinstructions/directives cited within the subject TI. Additionally, the contractor may serve as adirect liaison with the applicable program office to ensure that critical technology is notinadvertently transferred to foreign nationals or governments. The contractor shall ensure properdocumentation exists for the sale of excess materials prior to sale by the Defense Reutilizationand Marketing Office (DRMO). Furthermore, the contractor shall provide technical support tothe demilitarization process to support the security classification requirements and guidelines andequipment necessary to assist in making decisions on sales issues.

3.13.1 Cannibalization of Sponsor Owner Material

The contractor may be required to perform cannibalization of Sponsor Owned Material (SOM),in support of Causality Reports (CASREPS), restoration, or asset management operations. Thecontractor may be required to re-install residual assemblies into cannibalized systems, to restorethe system baseline. The contractor shall provide accountability records of cannibalized assets,annotating records to reflect results of cannibalized/ reinstallation activity.

3.13.2 Demilitarization Engineering

The contractor shall prepare/review item demilitarization plans and procedures for compliancewith DoDM 4160.28M and any other applicable instructions/directives, as identified in the TI,and prepare recommendations for Design Agents to incorporate safe reliable means to prepareAirborne EW systems, subsystems, equipment, and components for disposal.

 

3.14 Interoperability, Test and Evaluation, Trials Support

The contractor shall conduct test and evaluation on Airborne EW systems, subsystems,equipment, and components at NSWC Crane and potentially the contractor’s facility and/or othertest sites and locations. The contractor may be required to provide test sites and equipment alongwith testing services including, but not limited to, ranges and equipment for testing a variety of

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 58 of 193

 FINAL 

Page 61: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

electronics/avionics and equipment that may be identified during the period of performance.Tasks required are: routine repair, retrofit, systems integration, calibration and testing; in-linerepair and testing; operation of test equipment; coordinating test schedules; preparing inputs fortest plans; reviewing test plans and procedures; conducting or monitoring system, subsystem,equipment or component testing; adjusting units under test; analyzing test results; determiningvalid recommendations and conclusions based on test data; and preparing formal reports. Anyequipment repair that is required to keep the test and evaluation process operating is a part of thistasking. The contractor shall submit evaluations along with the rationale for these evaluations tothe Government. 

3.14.1 Test Plans and Procedures

The contractor shall develop, maintain, review, and update Airborne EW systems, subsystems,equipment, components and, as applicable, their associated platforms’ test plans from programrequirements and information provided by the Government. 

The contractor may be required to evaluate and annotate test plans originated by otheragencies/contractors, with these test plans provided as GFI. Evaluation of plans and proceduresshall be for compliance with specified requirements, for adequacy to demonstrate or controlsystem, subsystem, equipment, component, and associated platform quality and performance,and for ease of implementation. The contractor shall submit an evaluation report on the adequacyof such plans and provide rationale and assumptions made. The contractor shall also developdetailed test procedures implementing test plan requirements in areas that require environmentaland hazard analysis, electronic and electrical procedures, component procedures, mechanical andhydraulic procedures, and thermal procedures.

3.14.2 Test Data Collection/Analysis

The contractor shall collect, review and analyze Airborne EW systems, subsystems, equipment,components and, as applicable, their associated platforms’ test data and perform pre-testmethodology analyses in the following categories:

a. Development tests and evaluations (experimental, engineering, and demonstrations)

b. Production acceptance tests and evaluations (qualification, production acceptance,environmental stress screening, and factory/Government acceptance)

c. Other testing: The contractor shall formulate recommendations, with justification, to correctany system, subsystem, equipment, component, and associated platform performance, quality,maintenance, or mission impacting problems. The contractor shall recommend improvements todesign, configuration, materials, construction, or other criteria resulting from the test datareviews and deliver those recommendations along with justification for those recommendationsto the Government.

3.14.3 Test Monitoring

The contractor shall attend tests for Airborne EW systems, subsystems, equipment, componentsand, as applicable, their associated platforms performed at test sites both Government and privateto review the appropriate test results. Monitoring may require use of high speed cameras,

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 59 of 193

 FINAL 

Page 62: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

infrared radiation measuring devices and other highly sophisticated tracking and measuringequipment, which the contractor may be required to provide during the period of performance.Particular attention shall be paid to ensure that test procedures are approved and followed, andthat discrepancies occurring during tests are documented and corrected in accordance withapproved test plans and resolved in accordance with specified requirements. The contractor isauthorized to make recommendations only; acceptance and signing of acceptance documents arelimited to the Government.

3.14.4 Test Report Preparation

The contractor shall review, reduce, analyze and interpret raw data produced during test series.The contractor shall develop and provide both interim and final reports of laboratory/test siteinvestigations. The contractor shall be required to integrate text and graphics into the finalversion. The contractor shall verify classification markings, format accuracy and providedocument control. Specific sections of these reports shall be used as attachments to the finalreport submitted by the Government.

3.14.5 Additional Test Responsibilities

The contractor shall provide comprehensive support to test and other engineering and technicaloperations. Tasks could include, but are not limited to: obtain consumables, move test items,move test equipment, fabrication of test stations, provide test equipment, conduct inventory ofconsumables/test items, prepare for and conduct tests, produce presentations, clean test cells orother test areas after testing, and manage hazardous materials.

3.15 Measurement Facilities, Range, and Instrumentation Support

The contractor shall apply engineering, analytical, and technician disciplines in the operation andsupport of measurement facilities, ranges and instrumentation used for testing, evaluating,experimenting, and exercising Airborne EW systems, subsystems, equipment, components and,as applicable, their associated platforms. During the period of performance, the contractor maybe required to provide test sites and equipment along with testing services including, but notlimited to, ranges and equipment for testing a variety of electronics/avionics equipment.

The contractor shall conduct the associated operational verification tests to assure the operationalintegrity of the system or equipment. Monitoring may require use of specialized measuringdevices and other highly sophisticated equipment to be provided by the contractor. Particularattention shall be paid to ensure that test procedures are approved and followed, and thatdiscrepancies occurring during tests are documented and corrected in accordance with approvedtest plans and resolved in accordance with specified requirements. After each operation, thecontractor shall provide a report to the Government regarding the results of the operation and thesubsequent operational verification tests, including recommendations with justification forimproving documentation and associated testing.

The contractor shall analyze system level requirements to verify that test definition, objectives,plans, and acceptance criteria are sufficient to validate system requirements and operationalneeds; validate software test results are in compliance with test acceptance criteria; performtraceability analysis between test designs, cases, procedures and execution results; and perform

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 60 of 193

 FINAL 

Page 63: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Verification & Validation (V&V) functions.

The contractor shall review, reduce, analyze and interpret raw data produced during test series.The contractor shall develop and provide both interim and final reports of laboratory/test siteinvestigations. The contractor shall be required to integrate text and graphics into the finalversion as defined by the TI. 

3.16 Logistics Support

Integrated Logistics Support (ILS) management and technical services shall be performed by thecontractor for the Airborne EW systems, subsystems, equipment, components and, as applicable,their associated platforms, for each of the logistic elements as defined in Appendix A of the PSMGB, and further expanded upon in the IPS GB. The contractor shall analyze program supportrequirements to ensure that all requirements for ILS planning and implementation have beenadequately addressed, and that planning adequately reflects known operational, design, andsupport requirements in accordance with current directives. The analysis shall include all areas ofILS needed for adequate assessment of ILS planning, implementation, contractual obligations,and performance. ILS planning shall be in accordance with the applicable Integrated DefenseAcquisition, Technology, and Logistics Life Cycle Management System and Milestone Reviewrequirements.

The contractor shall support AEA engineering leads, the Fleet Support Team (FST), and AEASDmanagement in the collection and analysis of maintenance and workload data for the ALQ-99,ALQ-218(V)1/V(2), ALQ-240(V)1, and other EW systems. Furthermore, the contractor shallprepare business case analyses and predict repair and maintenance cost as well as identifyingskill set and capacity issues. Additionally, the contractor shall provide recommendations forrepair and maintenance strategies for critical aircraft weapon systems.

3.16.1 Integrated Logistics Support Plans

The contractor shall generate, implement, review, and maintain Integrated Logistics SupportPlans (ILSP), as specified by the Government. The contractor shall generate, implement, review,and maintain Operational Logistics Support Summaries (OLSS) as specified by the Government.All efforts shall address the standard elements of ILS as defined in Appendix A of the PSM GBand further expanded upon in the IPS GB.

3.16.2 Logistic Support for Acquisition Plans

The contractor shall review and document Weapons System Acquisition Plans for complete ILSrequirements by Life-Cycle Phase, and consolidate and incorporate these identified requirementsinto an ILS Detail Specification for the system, identifying specific Program Initiation,Full-Scale Development, and Production and Deployment requirements. The ILS DetailSpecification shall quantify support systems performance parameters and constraints necessaryto achieve readiness objectives at the least cost. Upon approval of the ILS Detail Specification bythe Government, the contractor shall review and assess the acquisition package to ensureinclusion of all ILS requirements.

3.16.3 Logistic Support Analysis (LSA) Preparation

The contractor shall develop, maintain, and update logistic support analyses on an iterative basis

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 61 of 193

 FINAL 

Page 64: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

through the applicable phases of the system, subsystem, equipment or component life cycle tosatisfy supportability objectives. The level of detail of the analyses and the timing of taskperformance shall be tailored to each system, subsystem, equipment or component and shall beresponsive to program schedules and milestones. LSA documentation shall consist of all dataresulting from analysis tasks conducted under this standard and shall be the primary source ofvalidated, integrated design related supportability data pertaining to an acquisition program. LSAdocumentation shall be developed and maintained commensurate with updated design, supportand operational concept development; and shall be updated to reflect changes or availability ofbetter information based on testing, configuration changes, and operational concept changesduring the acquisition process. Accumulated LSA documentation shall provide an audit trail ofsupportability and supportability related design analyses and decisions and shall be the basis foractions and documents related to manpower and personnel requirements, training programs,provisioning, maintenance planning, resources allocation, funding decisions, and other logisticsupport resource requirements. Configuration control procedures shall be established over LSAdocumentation updates to assure proper coordination among other system engineering programs,the LSA program, and the development of ILS documents using LSA data.

3.16.4 Logistic Support Analysis & Review

The contractor shall perform assessments of the content of the Logistics Support Analysisprogram with associated data and products for systems, subsystems, equipment and components.These assessments shall include the results of technical analyses of the following: Design,Reliability, Maintainability, Human Engineering, Standardization, Safety, Packaging, Handling,Storage, Transportation, Cost and Time Factors as well as the LSA/Design Engineer Interface. Inaddition, the contractor shall assess the utilization of the LSA database as the sole source of alllogistics requirements determinations, logistics/design impact tradeoffs, and level of repair andmaintenance plan analysis input data. All findings and recommendations shall be documentedwith supporting information.

3.16.5 Maintenance Planning

Using GFI, the contractor shall perform engineering analyses or technical assessments ofmaintenance concepts and plans. The maintenance concept and specific logistic supportresources required at each maintenance level shall be examined to ensure the plan is consistentwith overall mission requirements. The contractor shall prepare and submit a report on thisanalysis with respect to mission requirements, and shall provide recommendations as to anymodifications and shall provide supporting information and rationale. With GFI the contractorshall prepare maintenance plans for specified systems and perform LSAs.

3.16.6 Level of Repair Analysis (LORA) Assessment

The contractor shall perform technical assessments of the Level of Repair Analysis for systems,subsystems, equipment and components. Proper extraction and use of LSA data, proper selectionof sensitivity parameters/ranges, accuracy and validity of data inputs and relevance ofconclusions based on review of output decisions shall be assessed. Inconsistencies and errorsshall be documented with recommendations of the level of repair and all supporting informationand findings accompanying the report. 

3.16.7 Maintenance Data Collection

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 62 of 193

 FINAL 

Page 65: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

For Airborne EW systems, subsystems, equipment, components and, as applicable, theirassociated platforms, the contractor shall collect the Government’s maintenance data with respectto reliability and maintainability. The maintenance data will be provided as GFI. The contractorshall provide the results of this analysis and it shall include, but not be limited to, Mean TimeBetween Failure (MTBF), validation plan for MTBF calculations, replaceable item failure rates,and operational availability (OA) in accordance with OPNAVINST 3000.12A.

3.16.8 Maintenance Plan Technical Assessment

The contractor shall conduct engineering, technical assessments and update of maintenance plansin accordance with the concepts and procedures. Analyses require complete operational scenariosand consider factors related to mission definition factors, life cycle, utilization requirements, andeffectiveness factors for operational maintenance and support data and environmentalconsiderations in accordance with OPNAVINST 5090.1D and OPNAV M-5090.1.

3.16.9 Depot Planning

The contractor shall prepare plans for the development and formal certification of maintenancedepots and designated overhaul points. These plans shall support Interim Depot, Depot,Performance Based Logistics (PBL), and Public/Private Partnership (PPP) support concepts.Each plan shall define how certification will be performed, the participants and theirresponsibilities, schedule milestones, and requirements for reports and records. The contractorshall review the depot's technical and maintenance overhaul and repair standards, controlmanuals, work instructions, and other published technical data used by technicians duringoverhaul and repair of equipment. The contractor shall record results of depot and DODcertification audits and prepare reports for the Government.

3.16.10 Support Equipment

The contractor shall review, analyze, and produce requirements and associated lists for test andsupport equipment. The reviews and analyses shall include reviews of the Logistic SupportAnalysis Records to ensure all requirements for support and test equipment have been minimized(variety and quantity), that considerations for general or special purpose support equipment havebeen fully supported, that the selection process is based on cost effectiveness, and that reliabilityand maintainability features of the support equipment are compatible with the prime system,subsystem, equipment or component.

3.16.11 Technical Documentation

The contractor shall develop and review technical manuals, operations and maintenanceprocedures, and associated elements. The contractor shall prepare the Lifecycle Managementdocumentation (i.e., Project Management, plans, specifications, functional descriptions,implementation plans, test analysis reports, etc.) as directed by TI.

3.16.12 Packaging, Handling, Storage, and Transportation

The contractor shall perform reviews, analyses, evaluations, planning and movement forpackaging, handling, storage, and transportation considerations of items/systems in accordancewith MIL-STD-129R, GFI, and in accordance with applicable instructions and directives. Suchanalyses, reviews, planning and transportation shall consider, but not be limited to, adequacy of

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 63 of 193

 FINAL 

Page 66: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

levels of protection, preservation, container design, functionality, re-usability, and marking forsystems. The contractor shall conduct analyses in the areas of package, handling equipment,storage considerations, and transportability issues and make recommendations along with thesupporting rationale for those recommendations to the Government. Examples include but arenot limited to preparing instrumentation trailers, test vans, and test equipment for transport toand from test sites. The contractor shall perform unpacking and preliminary test of equipment atdestination sites.  

3.16.13 Manpower and Personnel

The contractor shall develop, maintain, and implement manpower and personnel requirementsresulting from Logistic Support Analyses in accordance with GFI. The contractor shall identifythe necessary quantity and skill levels for personnel requirements compatible with thecomplexity of operational and maintenance tasks.

3.16.14 Facilities

The contractor shall utilize Logistic Support Analyses to identify facility requirements necessaryfor system, subsystem, equipment or component operation and maintenance in accordance withOPNAVINST 11010.20H and GFI. This identification requires consideration of space, volume,capital equipment, utilities, temperature, humidity, storage, shelf space, facility environment, andrelated issues concerning the facility's overall mission and operational requirements. 

3.16.15 Design Interface

The contractor shall conduct technical assessments of the LSA process for systems, subsystems,equipment and components. The assessment shall be documented with supporting informationand justification, the results of technical analyses in total system logistic support, physicalconfiguration, transportability, accessibility, maintainability, Built-in Test/Built-in TestEquipment (BIT/BITE), interchangeability, criticality, standardization human factors, componentreliability, and the incorporation of changes defined by logistic considerations. The contractorshall provide the Government with a report on this assessment to include any recommendations,changes, or corrections to the process and shall include supporting justification for eachrecommendation.

3.16.16 Integrated Logistics Support Management Team

The contractor shall provide management and technical services for the Integrated LogisticsSupport Management Team (ILSMT). This effort shall consist of announcing and coordinatingILSMT meetings; arranging for facilities, billeting, equipment and other materials necessary forthe meeting; preparing agenda and coordinating presentations; creating briefing materials;making presentations and fielding questions associated with logistics; recording and publishingminutes and action items from meetings; and developing and maintaining an action item trackingsystem for specified equipment.

3.17 Supply and Provisioning Support

3.17.1 Procurement Research, Obsolescence, and Scheduling

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 64 of 193

 FINAL 

Page 67: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

The contractor shall support the restoration and repair functions by tracking materialrequirements, identifying obsolescence issues, monitoring parts scheduling, procurement,receipt, storage, and timely scheduling of parts distribution. This support may include thecontractor researching vendor sources of supply for the manufacture and/or repair of assignedelectronics systems and subsystems and assisting the Government in developing repair estimatesbased on that research. Additionally, this support may include the contractor conducting partsresearch whereby drawings will be examined to obtain and verify part numbers and insure allintended military specs are being maintained, thus providing market research analysis forobsolete & replacement parts to determine compatibility of form, fit, function, and performance.

3.17.2 Warehousing Supply Support

The contractor shall ensure the material needed for fleet operation and maintenance of systems isavailable when required, that materials are properly stored and transported, and inventories aremanaged in a cost effective manner to sustain supported systems. This tasking includes thefollowing efforts: 1) Examining incoming material to verify conformance to specifications andpurchase orders; 2) Initiating receipt exception reports when required for irregularities andensure that all material is marked or etched for clear identification; 3) Maintaining storeroomstock through processing of issues, returns and adjustments using voice mail, site mail, phone, orcounter service; 4) Maintaining shipping/receiving area in a clean and organized state at alltimes; 5) Loading and unloading trucks with forklift and moving material utilizing a Governmenttruck on-site at NSWC Crane; 6) Receive Fed-Ex and UPS and any other shipments delivered tothe Government facility and deliver material to appropriate shipping/receiving personnel, unpackall incoming inductions, and pack or assist in packing of items into reusable containers.

3.17.3 Incidental Supplies/Provisions

The contractor shall provide supplies/provisions to provide fielded system Accessory Kits,Installation Kits or new design Modification Kits, or other applicable supplies/provisions asrequired during the period of performance.

3.18  Training Support

3.18.1 Technical Training Support

The Contractor shall provide training on the use of the following Major test benches andautomated test equipment (ATE), providing the specifics on how to operate the equipment andtroubleshoot the applicable Weapon Replaceable Assemblies (WRAs) and Shop ReplaceableAssemblies (SRAs):  AN/USM-636 Consolidated Automated Support System (CASS) andCASS with High Power Device Test Set, and AN/ALM-249, -250, and –251 CountermeasuresTransmitter Module Test Benches (TMTB).

Furthermore, the contractor shall provide training to Government military and civilian personnelon the functions of the Weapon Replaceable Assemblies (WRAs) and Shop ReplaceableAssemblies (SRAs) utilized in the AN/ALQ-99 Tactical Jamming System, to provide them abetter understanding of the theory of operations and repair of these assets. 

Other training on Airborne EW systems, subsystems, equipment, components and, as applicable,

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 65 of 193

 FINAL 

Page 68: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

their associated platforms, may be required.  

3.18.2 Training Materials

The contractor shall develop training materials according to MIL-PRF-29612B, and/or asspecified in the TI. Training materials may be developed by utilizing technical manual or systemspecifications as a guide. Training materials may include aids for training such as models,tutorials, displays, brochures, films and books. The contractor shall provide the training materialto all personnel being trained, through CDROM or other electronic means.

3.18.3 Professional Development and Training Support

The contractor shall provide organizational development and process improvement trainingactivities.  This may consist of information dissemination, as well as the development andfacilitation of training for the Government workforce related to organizational development andprocess improvement initiatives. This includes efforts such as implementation of LEAN practicesand other workforce training efforts related to organizational development initiatives, processimprovement initiatives and Human Capital Strategies.

Furthermore, the contractor shall participate in contractor training conferences to evaluate theeffect of new system training data and make recommendations, along with the supportingrationale, to the Government in accordance with the requirements of the TI.

3.19 In-Service Engineering, Fleet Introduction, Installation and Checkout Support

The contractor shall apply engineering, analytical, and technician disciplines in the operation andsupport of measurement facilities, ranges and instrumentation used for testing, evaluating,experimenting, and exercising Airborne EW systems, subsystems, equipment, components and,as applicable, their associated platforms.

3.19.1 Installation Support

The contractor shall develop and maintain a plan to perform on-site survey in preparation fornew and fielded Airborne EW systems, subsystems, equipment, component installation. Thecontractor shall monitor and verify system, subsystem, equipment and component installationagainst applicable installation control drawings and procedures and recommend changes ifrequired. The contractor shall review and provide recommendations on system, subsystem,equipment and component installation requirements and documentation and shall furnish theGovernment these recommendations with justifications. 

The contractor shall maintain engineering / technical base of the In-Service systems, update partslist for each system, provide engineering support in use of systems in the operationalenvironment, key performance parameters, and interface to other systems.

The contractor shall maintain liaison with all Government customers, which hold system assets,and provide all pertinent information / data / findings / conclusions gained from interaction withcustomer units back to the NSWC Crane Division Project Manager.

The contractor shall review and evaluate electronic equipment, electronic components, andcomputer program design and design changes provided as GFI on systems to establish

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 66 of 193

 FINAL 

Page 69: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

compliance with contract and mission requirements. This includes analyses to identify potentialimpacts on performance, reliability, maintainability, availability, user interface, logistics,schedule, and cost.

The contractor shall perform pre-installation checks in accordance with installation drawings andspecifications in preparation for installation of new or refurbished equipment. The contractorshall annotate drawings accordingly; however, these annotations will not constitute a change tothe drawing content. The contractor shall perform the installation of equipment in accordancewith the applicable installation drawings and procedures as specified in the TI. The contractorshall conduct associated operational verification tests to assure operational integrity of theinstalled equipment. The contractor shall review equipment installation requirements anddocumentation and provide recommendations with justifications to the Government. Thecontractor shall receive, inventory and verify Government Furnished Material (GFM) such asspares, support equipment, technical data, fleet introductory material, and modification kits foroutfitting at Government Furnished Facilities (GFF) as specified by the individual TI.

3.19.2 On-Site Alterations of Deployed Equipment

The contractor shall perform site inspections and annotate technical or model drawingsaccordingly in preparation for alteration, change, upgrade, or retrofit of systems, subsystems,equipment or components to ensure compliance with its operational specifications. Thecontractor shall perform and/or attend the first alterations or special equipment installations, toproof the field change and field change kit, to ensure that these changes are in accordance withtheir designed specifications and operational requirements and provide the Government withtheir recommendations and basis for such recommendations for any possible improvements andcorrections.

3.19.3 Repair

The contractor shall perform repair and maintenance actions on Airborne EW systems,subsystems, equipment, components and, as applicable, their associated platforms, at NSWCCrane Division and in the Fleet and at shore stations worldwide requiring repair beyond the skillof organizational maintenance personnel. The repair and maintenance actions shall be executedon electronic, mechanical, hydraulic equipment and systems.

Technical support includes removal and installation, deployment, and performance of recoveryof decommissioned equipment and systems. Additionally, the work requires technicalassessments, testing, repair, and performance verification testing of modules, subassemblies, andsystem level equipment. Work shall include, but not be limited to, testing, troubleshooting,removal, installation, assembly, replacement, and soldering of components on CCA’s or modules.The contractor shall analyze the problem, report the problem by electronic communications,request approval to affect repairs, and perform the repair operation. After each such action, thecontractor shall provide a report to the Government to include problem related information(repair action taken, time, date, place, equipment identification aircraft type, etc.).

The Contractor may be required to operate and program computer graphics equipment associatedwith the marking of components and assemblies and the generation of signage. The contractorshall develop three dimensional computer aided drafting (CAD) models of mechanical parts andassemblies when required for repair or fabrication.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 67 of 193

 FINAL 

Page 70: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

The contractor shall ensure personal have the appropriate Personal Protection Equipment (PPE)required to perform the duties in designated work areas.

3.19.3.1 EW System, Subsystem, Equipment Repair

The Contractor shall troubleshoot and repair of sophisticated EW systems, includingAN/ALQ-99 TJS transmitters, receivers, universal exciters and other associated electronicsystems, to render these systems operational and provide life cycle support. On-equipment workmay encompass chassis, wire harness, and connector repairs; micro miniature circuitrepairs/mods; dielectric fluid coolant and air-cooling heat transfer systems, high-power radiofrequency (RF) device testing and adjustment, and validation of calibration requirements.Contractor personnel will need solder certification to IPC requirements orMiniature/Microminiature (2M) certification standards. Additionally, contractor personnel mayneed special training for hazardous materials management and other safety guidance related toexecution of the task.

3.19.3.2 EW Test Equipment Repair

The contractor shall troubleshoot and repair the test benches and associated diagnosticequipment.  On-equipment work may encompass chassis, wire harness, and connector repairs;micro miniature circuit repairs/mods; dielectric fluid coolant and air-cooling heat transfersystems, high-power radio frequency (RF) device testing and adjustment, and validation ofcalibration requirements. 

Major test benches and automated test equipment (ATE) utilized include:

·         AN/USM-636 Consolidated Automated Support System (CASS) and CASS with HighPower Device Test Set

·         AN/ALM-249, -250, and –251 Countermeasures Transmitter Module Test Benches (TMTB)

Contractor personnel will need solder certification to IPC requirements orMiniature/Microminiature (2M) certification standards. Additionally, contractor personnel mayneed special training for hazardous materials management and other safety guidance related toexecution of the task.

3.19.3.3 Coating & Corrosion Control

The Contractor shall provide the expertise required to perform operations supporting coatingsremoval, coatings application, corrosion control and other duties related to refurbishment &repair of various types of Airborne EW Systems. These duties must be performed within strictcompliance following DOD, Customer and Industry procedures, instructions, and standards forcoatings removal, surface & material preparation, and coatings application to meet criticalcoating requirements and high quality inspection standards. This may include the use of large &small pneumatic equipment like sanders, media blast cabinets, grinders, walk-in media blastrooms, and steam pressure washers for coatings removal and surface preparation prior tocoatings application. Application of coatings will be performed using trade acceptable devicesfollowing strict guidelines and may include electroplating (gold, nickel, tin), chemicalconversion coating process, mixing various corrosion inhibiting compositions of paint & other

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 68 of 193

 FINAL 

Page 71: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

coating materials, using various coating application devices for spraying, dipping, brushing andwiping. The contractor shall also provide the necessary support required for mechanicaldisassembly, masking of units, operating coating thickness & other related repair &refurbishment support equipment, basic warehouse storage functions which may require forkliftand overhead crane operations, and design, fabrication, and evaluation services for themaintenance and repair of WRA’s, SRA’s and related components. The contractor will needspecial training for respirator usage, hazardous materials management, forklift, and other safetyguidance related to execution of the task.

3.19.3.4 Composite/Radome Repair

The Contractor shall provide certified advanced composites/radome fabrication expertise andrepair of Airborne EW Systems, WRAs, SRAs and applicable components, and the subjectcomposite/radome fabricators shall be certified to Abaris Training’s Advanced CompositesStructures Fabrication & Repair Phase I, II & III courses. The Contractor shall use a variety ofhand & bench tools, and machining tools such as sanders, grinders, band saws, and drills andoperate many various types of complex composite repair equipment such as Hot Bonders,Autoclaves, Micro-processor Controlled Ovens, Preparation/Grinding Booth, ProgrammableTemperature Controlled De-bulking Tables, Computer Automated Cutting Table, andEnvironmentally Controlled Composite Fabrication Clean Room during the fabrication andrepair process. The contractor shall provide technical support for all steps of the composite repairfabrication and will work with various types of materials such as sheet metal, fiberglass,composites, plastics, wood and various other materials utilized in the repair and fabricationcomposites processes. The contractor will need special training for hazardous materialsmanagement and other safety guidance related to execution of the task.

3.19.3.5 Machining & Welding Repair

The Contractor shall operate and program manual and CNC (Computer Numeric Controlled)machine tools, sheet metal equipment, welding equipment, cutting torches, plasma cutters andvarious electric and pneumatic hand tools associated with repair and fabrication of mechanicalcomponents and assemblies.  The contractor will work with various types of engineeringmaterials such as ferrous and non-ferrous metal alloys (i.e. aluminums, stainless steels, brass) aswell as advanced materials such as composites and plastics. Additionally, a forklift may need tobe utilized to conduct the subject tasking. Contractor personnel will need Welder Certificationfrom the American Welding Society, and forklift training. Additionally, the contractor may needspecial training for hazardous materials management, forklift, and other safety guidance relatedto execution of the task.

3.19.4 Foreign Military Sales (FMS) Support

The contractor shall provide engineering, technical, logistics and installation support services forFMS programs. The contractor shall provide critical technical services in support of NSWCCrane FMS Program initiatives and requirements. Services may be performed at multiple sites,both CONUS and OCONUS. Primary tasks shall include development of engineering technicaldata packages, engineering installation drawings and specifications, configuration datapreparation, data management, fabrication and installation for Airborne EW systems andequipment, as well as repair. The contractor shall apply technical knowledge, expertise, andexperience with Airborne EW systems and related equipment in the execution of security

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 69 of 193

 FINAL 

Page 72: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

assistance requirements and support tasks contained in FMS cases and programs. The contractorshall provide the financial expertise and support required to execute and monitor FMS fundingrequirements in a timely and efficient manner.

3.20 Program Support

The contractor shall provide program management, production control, management analysis,manufacturing analysis, and procurement support to execute tasking associated Airborne EWsystems, subsystems, equipment, components and, as applicable, their associated platforms. Thecontractor shall analyze deficiencies and develop improvement plans, charts, and documentsrelated to backlog tracking, backorder reporting, Item Manager queries, procurement processes,and repository support items. The reporting requirements shall be analyzed and compared to thecurrent processes and provide recommendations to improve reporting data and information in acost effective manner.

The contractor shall gather and manage data required for developing reports, maintainingdatabases, and preparing documents (automated to the maximum possible) for submission toNSWC Crane Division managers and DOD customers on schedule and in the format required.The contractor shall research vendor sources for supplies, components, or system equipment tosupport the repair, replacement, procurement, or manufacture of electronic or mechanicalsystems or subsystems. 

The Contractors may implement continuous improvement processes (e.g., LEAN & Six Sigma)to enable the efficient use of resources and elimination of waste in Government operations. Additionally, the Contractor shall provide technical support in determining, developing andmaintaining metrics to monitor the Government’s business processes.

3.20.1 Program Manager

The contractor shall assign a Program Manager to manage the tasking under this PWS on afull-time basis.  The Program Manager shall interface with AEASD personnel on supportneeded, contractor performance, contractor personnel requirements, problem-solving/resolutionsfor projects, future workload, and planning.

Additionally, the Program Manager shall manage conflict of interest issues amongst themselvesand their subcontractors through direct interaction with Airborne EW Original EquipmentManufacturers (OEMs). See paragraph 6.21 of this PWS for further information.

3.20.1.1     Contract Status Reporting ( eCRAFT)

(a) The Contractor agrees to upload the Contractor's Funds and Man-hour Expenditure Reports in the ElectronicCost Reporting and Financial Tracking (eCRAFT) System and submit the Contract Status Report on the day and forthe same timeframe the contractor submits an invoice into the Invoicing, Receipt, Acceptance, and PropertyTransfer (iRAPT) system (CDRL A014). Compliance with this requirement is a material requirement of this contract.Failure to comply with this requirement may result in contract termination.

(b) The Contract Status Report indicates the progress of work and the status of the program and of all assignedtasks. It informs the Government of existing or potential problem areas.

(c) The Contractor's Funds and Man-hour Expenditure Report reports contractor expenditures for labor, materials,travel, subcontractor usage, and other contract charges.

(1) Access: 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 70 of 193

 FINAL 

Page 73: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

eCRAFT: Reports are uploaded through the eCRAFT System Periodic Report Utility (EPRU). The EPRUspreadsheet and user manual can be obtained at:  http://www.navsea.navy.mil/Home/Warfare-Centers/NUWC-Newport/Partnerships/Commercial-Contracts/Information-eCraft-/ under eCRAFT information.  The eCRAFT e-mailaddress for report submission is: [email protected].  If you have problems uploading reports, please seethe Frequently Asked Questions at the site address above.

(2) Submission and Acceptance/Rejection:

The contractor shall submit their reports on the same day and for the same timeframe the contractor submits aninvoice in iRAPT. The amounts shall be the same. eCRAFT acceptance/rejection will be indicated by e-mailnotification from eCRAFT.

(d) In conjunction with the COR and Contracting Officer, the Contractor shall assign standard eCRAFT laborcategories to each existing proposed and executed labor category on the Task Order/Contract. The entire catalog ofstandard labor categories can be found at these two websites -

(1) Service Contracts Labor Standards (SCLS):

https://www.dol.gov/whd/govcontracts/sca.htm     - under the header "Guidance", select "Service Contract ActDirectory of Occupations, 5th Edition(PDF)"

(2) Service Contracts Labor Standards (SCLS):

http://www.navsea.navy.mil/Home/Warfare-Centers/NUWC-Newport/Partnerships/Commercial-Contracts/Labor-Categories/

3.20.2 Management Support Services

The contractor shall provide technical and management non-personal support services inaccordance with requirements set forth in the TI. These services shall include project andfinancial management, tracking of project progress (e.g, creating integrated master schedulesutilizing Microsoft Project), Earned Value Management and metrics. Additionally, theContractors shall be familiar with the Navy’s Enterprise Resource Planning (ERP) software.

The contractor shall coordinate the collection and preparation of operating reports such as budgetexpenditures and statistical records of performance data.  The contractor shall prepare studies,reports, and analyses in areas such as budgets, forecasts, financial plans, governmentrequirements, statistical reports, cash flow projections, and business forecasts.

The contractor shall provide support to review, develop, analyze, make recommendations (alongwith supporting rationale) about various topics related to NSWC Crane Division managementpractices.  This support shall include, but not be limited to, tasks in preparing strategic plans;technology transfer; quality assurance; financial budgeting and accounting; workload planningand analysis; capital investment planning and budgeting; financial and workload data analysis;and capital asset utilization.

The contractor shall provide assistance to NSWC Crane Division managers in developingrepair/manufacturing estimates for quotation requirements to NSWC Crane Division customersto secure future workload

3.20.3 Organizational Studies and Recommendations

The contractor shall investigate existing organizations, alternative organizations, marketing andcommunication strategies, and mission requirements and provide an analysis of the organizationwith respect to accomplishing its mission requirements more effectively. Factors considered shall

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 71 of 193

 FINAL 

Page 74: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

include, but will not be limited to, customer interfaces, hiring constraints, personnelclassifications, responsiveness, effectiveness, efficient use of resources, and programcommonality. The contractor shall provide a report documenting alternatives andrecommendations with accompanying rationale. The resulting studies and analyses shalldemonstrate increased quality, performance, productivity, and cost effectiveness. 

3.20.4 Acquisition Documentation/Procurement Data Package Preparation

The contractor shall prepare acquisition documentation and/or technical data packages for majorsystems, subsystems, equipment or components acquisition and for other than major systems,subsystems, equipment or components acquisition which shall contain such items asSpecifications, Statements of Work, Statement of Objectives, Acquisition Plans, ManagementPlans (e.g., Configuration Management Plans, Quality Assurance Plans, Program ManagementPlans), Sole Source Documentation, preparing Contract Data Requirement Lists (DD Form1423s), Sole-Source Justifications, and/or other requirements associated with definingacquisition requirements. The contractor shall also have a working knowledge of the FederalAcquisition Regulations (FAR) and Defense Federal Acquisition Regulations Supplement(DFARS) in order to be aware of the acquisition regulations governing acquisitiondocumentation/procurement data package preparation.  The contractor shall provide thesedocuments to the Government for the Government’s review/approval. 

3.20.5 Production Control

The Contractor shall provide production scheduling, parts forecasting, and acquisition of repairparts. The contractor shall be required to utilize the Navy’s ERP software for asset managementas well as the Shop Workload Management System (SWMS) software for workloadmanagement. The contractor shall provide production support for multiple line items in supportof the systems cited in paragraph 1.1 of the PWS as well as any additional AEA Systems that areassigned to NSWC Crane.

The contractor shall maintain inventory control of all received items. The contractor shallvalidate unit price, unit of measure, quantity shipped, part number and description correctnessprior to acceptance.  The contractor shall resolve any discrepancies the requirement and the itemthat is actually received. The contractor shall obtain government receipt of items through asignature on the packing slips and will be responsible for forwarding the slips to the appropriatepersonnel. The contractor shall identify and verify which section the material is intended for andwill mark it accordingly allowing distribution of said items.

The contractor shall maintain internal parts ordering databases to collect, report, track, verify andmaintain historical records of procured items which require skills in identifying, categorizing andanalyzing quantitative data. Additionally, the contractor shall gather and manage data requiredfor developing reports, maintaining databases, and preparing documents/presentations forsubmission to Navy managers and DoD customers on schedule and in the format required. Thisincludes quality, schedule and cost to insure metrics are within acceptable ranges. The Contractorshall provide support to the government on internal functional teams and with external customersfor planning, prioritization and issue resolution.

3.20.6 Management Reports, Briefing Preparations, and Graphic Arts Support

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 72 of 193

 FINAL 

Page 75: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

The contractor shall develop and prepare program reports; briefings, briefing materials,presentation packages; marketing brochures, photographs; and test/demonstration/feasibilityportfolios including draft and final versions in accordance with ANSI/NISO Z39.18-2005, GFI,and/or as cited in the TI. The contractor may be required to attend and monitor test operations atboth on and off site locations in order to gather, compile, develop and edit raw videotape/photographs and summarize documentation depicting the wide range of project/sponsorcapabilities into hard copy, electronic and/or multimedia format. The contractor shall be requiredto integrate text and graphics in these materials and submit the final version in the formatspecified by the TI.

3.20.7 Program Management Support

The contractor shall provide program management support in developing and maintainingAirborne EW systems, subsystems, equipment, components and, as applicable, their associatedplatforms. This support shall include, but not be limited to, tasks in planning, organizing,technical analysis and recommendations, and reporting.

3.20.8 Program Plans/Documentation

The contractor shall develop, analyze, make recommendations, provide rationale for therecommendations, and provide technical and administrative support for data calls; workloadplans; program plans and/or project associated documentation. These plans will normally berequested on a project basis, with the type of plan differing according to the project. The types ofplans, associated instructions, and any additional requirements will be specified in the TI.

3.20.9 Program Reports

The contractor shall prepare program status reports. The contractor will be provided the sourceof information and any particular reporting format specified. These reports shall be in narrativeform with graphics as appropriate to better define the information. They shall include basicmanagement and program historical information, current status, and expected schedule of futureevents. In addition to program type reports, the contractor shall format and publish documentssuch as test reports, configuration identification manuals, test procedures, workload planning andexecution, Business & Processing Re-engineering( B&PR), etc. The contractor will be providedthe source material as GFI.

3.20.10 Meeting Coordination

Using GFI, the contractor shall provide meeting coordination support. This effort consists ofplanning meetings, coordinating schedules with participants, reserving existing meeting space,preparing agenda and/or briefing materials, ensuring that briefing materials and equipment areavailable, recording and publishing meeting minutes, and developing and maintaining an actionitem tracking system for specified projects.

3.20.11 Document Review

The contractor shall review and evaluate program management data delivered by Governmentcontractors. The contractor shall provide analyses and written recommendations, with supportingevidence, regarding Government acceptance, taking into consideration mission and specifiedrequirements.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 73 of 193

 FINAL 

Page 76: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

3.20.12 Data Management & Data Destruction

The contractor may be required to maintain a data management system to receive and recordmanagement and engineering documents. The contractor would be responsible for themaintenance of the data management system. The contractor may receive and record documentsfrom the Government, maintain an automated logging system, record and input the managementdata, remove and release documents as requested, maintain a record of master and copy holders,provide reproduction and distribution, verify the data inputs, return the documents forGovernment disposition, and other similar tasking. Distribution tasks may require packaging,labeling, and mailing or otherwise shipping single or multiple documents to single or multiplelocations within or outside the Government. The contractor shall organize and attend on-siteworking sessions to resolve problems in the areas of maintenance and operation of the datamanagement system. 

The contractor shall maintain an awareness of the most current classification and data destructionrequirements and provide support to destroy both classified and unclassified data at bothcontractor and/or government facilities.

3.20.13 Document and Image Processing

The contractor shall scan management and engineering documents furnished by the Governmentonto a CDROM or other approved electronic method. The contractor may be required to alsoprovide hard copies of these documents, and the sizes of this hard copies may vary in size.

3.21  Functional and Administrative Support – NOT APPLICABLE3.22  Public Affairs and Multimedia Support – NOT APPLICABLE 

4. GOVERNMENT-FURNISHED PROPERTY

4.1 Government Furnished Information (GFI)

The Government will provide all applicable program technical documentation and information tothe contractor as GFI. This includes technical manuals, training materials and information,drawings, specifications, procedures, processes, and quality system documents required for theperformance of engineering, logistics, and technical support. Additional GFI will be provided atthe discretion of the Government.

4.2 Government Furnished Material (GFM)

GFM will be provided when the Contractor has a requirement for special or specific Governmentmaterial in the performance of specific tasking.  GFM will be identified as required utilizingScheduled Government Furnished Property (SGFP) Form, Attachment 12, in Section J.

4.3 Government Furnished Equipment (GFE)

 

Government Furnished Equipment (GFE) will be provided when the Contractor has arequirement for special or specific Government equipment in the performance of specifictasking. GFE will be identified as required utilizing Scheduled Government Furnished Property

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 74 of 193

 FINAL 

Page 77: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

(SGFP) Form, Attachment 12, in Section J.

4.4 Government Furnished Facilities (GFF)

 

The Government will only provide Contractor personnel NMCI owned/Government ownedequipment (personal computer/printer with appropriate software (i.e., Microsoft Office)) and awork area (desk and use of telephone with long distance/voice mail capability) for thosepositions identified as being located at a Government location upon contract award and/or whendirected by TI. This equipment/facilities shall only be utilized for official Government business.

4.5 Government Owned Vehicles

The Government may provide contractor access and authorization to operate Government ownedvehicles for the purpose of transporting materials and documents to and from buildings withinthe NSWC Crane confines, if authorized under the applicable TI.  Government provided vehiclesshall be used solely for the purposes as described in this SOW.  All drivers must present proof ofvalid operator driver’s license prior to operating a government vehicle.  The contractor shalloperate motor vehicles IAW NSWCCRANEINST 11240.1 or most recent instruction.  Allcontractor personnel operating Government vehicles, to include materials handling equipment,shall be licensed in IAW provisions set forth IAW NSWCCRANEINST 11240.1 or most recentinstruction, except when a valid state driver’s license shall be accepted as proper authority foroperation of commercial/administrative (non-tactical) vehicles up to and including 10,000pounds gross vehicle weight upon completion of training courses as called out inNSWCCRANEINST 11240.1 or most current instruction.  The contractor shall ensure contractorpersonnel have in their possession a valid US Government Motor Vehicle Operator’sIdentification Card (SF 46) or valid state driver’s license, as applicable, when operating vehiclesand equipment.  Employees possessing a valid Government license need not be re-licensed.  Thecontractor shall report any accidents involving motor vehicles or any other equipment IAWNSWCCRANEINST 11240.1 or most recent instruction.  

4.6  Return of Government Furnished Items

All GFI, GFE, and GFM provided to or acquired by the contractor shall be returned to theresponsible Requiring Technical Activity (RTA) upon completion of assigned tasking.

5.0 Data Deliverables

All data deliverables shall be made as specified and in Contractor format unless otherwisedirected.  All deliverables shall be submitted the COR referenced in Section G.

CDRL: A001

      

DID Title: Status Report          

Applicable SOW Paragraph: 3.0

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 75 of 193

 FINAL 

Page 78: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 

CDRL: A002

         

DID Title: Report, Record of Meeting Minutes           

Applicable SOW Paragraph: 3.0

 

CDRL: A003

        

DID Title: Funding & Man-Hour Expenditure Report

Applicable SOW Paragraph: 3.0

 

CDRL: A004

         

DID Title: Technical Report – Study/Services

Applicable SOW Paragraph: 3.0

 

CDRL: A005

         

DID Title: Technical Report – Study/Services; Trip Report

Applicable SOW Paragraph: 6.2.1

 

CDRL: A006

         

DID Title: Technical Data Package

Applicable SOW Paragraph: 3.5

CDRL: A007

      

  

  

  

  

  

Page 79: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

DID Title: Contractor’s Personnel Roster

Applicable SOW Paragraph: 3.0

6.0  Special Conditions

6.1 Security

Performance on this TO will require contractor employees to have access to classifiedinformation up to and including the level.  Additionally, the Contractor shall have afacility that can store classified information up to and including the Secret level. The Contractorshall appoint a Security Officer who shall (1) be responsible for all security aspects of the workperformed under this TO, (2) assure compliance with all DOD and Service regulations regardingsecurity, (3) assure compliance with any written instructions from the Security Officers of eachGovernment facility, and (4) assure that their subcontractors comply with (1) – (3). In the eventthat any individual tasking requires a higher level of clearance, a separate DD Form 254 will beprepared and issued. The Contractor may be required to have access to live data during theperformance of this TO. Any records and data or information the Contractor may have access tomay be highly sensitive and confidential. The Contractor must not divulge any information aboutfiles, data processing activities or functions, user ids or passwords or any other knowledge thatmay be gained to anyone not authorized to have access to such information. It is the Contractor’sresponsibility to ensure that all required employees have proper authority. All classified materialshall be processed and protected in accordance with the provisions of this SOW and all requiredinstructions and directives in effect concerning the processing of classified material.  U.S.Citizenship is required for all positions.

6.2 Travel

6.2.1 Travel Requirements

The Contractor may be required to travel CONUS and OCONUS. All travel requests forContractor's travel will be authorized by a COR approved Travel Authorization unless specifiedwithin the TI.  The Contractor shall submit a trip report, when requested by the COR, to thetechnical points of contact for all travel performed no later than two weeks after completion ofthe trip.  For trips made to OCONUS locations that are so designated per the Defense Base Act(DBA), the Contractor is authorized to bill for DBA liability insurance.

Travel to OCONUS locations may include performance within a U.S Military Theater ofOperations.  For OCONUS travel the Contractor shall follow the requirements ofNSWCCRANEINST 1270.1A.

6.2.2 Travel Authorization

Any travel undertaken by the Contractor for performance of TO must have prior authorization bythe COR (as stated in each TI).

6.2.3 Need-to-Know Certification

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 77 of 193

 FINAL 

Page 80: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

When required to obtain access to a Government facility, ship, aircraft, or other duty station, theContractor shall initiate requests for need-to-know certification and submit these requestto/through the COR for appropriate action.

6.3 Contracting Officer’s Representative (COR)

The COR is the point of contact for non-substantiative communications of a technical nature. Only the Contracting Officer has the authority to change the requirements of this order(s). TheCOR is identified in Section G.

6.4 Requiring Technical Activity (RTA)

The RTA contacts are Functional Managers, Task Managers, and project leads which will beidentified in individual TIs.

6.5 Funding

This task order will be funded incrementally as required.

6.6 Safety and Health

The requirements of this order may require contractor personnel to come in contact or beexposed to hazardous conditions. The Contractor shall be required to have a Safety/HazardousMaterial Program and appoint a Safety/Hazardous Material Officer to manage this program.  TheSafety/Hazardous Materials Officer shall (1) be responsible for all safety aspects of the workperformed under this TO, (2) assure compliance with all DOD and Service regulations regardingsafety/hazardous materials, (3) assure compliance with any written instructions from theSafety/Hazardous Officers of each Government facility, (4) Provide to personnel responsible forhandling of hazardous materials the proper training in the handling and disposal of the hazardousmaterials as well as the applicable Material Safety Data Sheet(s) (MSDS). The contractor shallabide by all applicable federal, local, and state occupational safety, health, and hazardousmaterial requirements. The contractor must have on record a corporate safety plan and shallprovide a copy to the COR when instructed. The contractor shall ensure all employees haveappropriate Personal Protection Equipment (PPE). The contractor shall ensure employees haveall required training and certifications related to Occupational Safety and Health Administration(OSHA) requirements.

6.7 Control of Contractor Personnel

All persons engaged in work while on Government property shall be subject to search of theirpersons (no bodily search) and vehicles at any time by the Government, and shall report anyknown or suspected security violations to the Crane Division Security Department. Assignment,transfer, and reassignment of Contractor personnel shall be at the discretion of the Contractor.However, when the Government directs, the Contractor shall remove from contract performanceany person who endangers life, property, or national security through improper conduct. Prior toconducting work under this contract, the contractor shall provide a list of employees that will beworking on site. The employee list shall contain full names, security clearance levels, job titles,and original birth certificates. This list shall be updated within forty eight hours after changesoccur.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 78 of 193

 FINAL 

Page 81: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

6.8 Identification Badges

The Contractor shall be required to obtain identification badges from the Government forContractor personnel to be located on Government property. The identification badge shall bevisible at all times while employees are on the requiring activities property. The Contractor shallfurnish all requested information required to facilitate issuance of identification badges and shallconform to applicable regulations concerning the use and possession of the badges. TheContractor shall be responsible for ensuring that all identification badges issued to Contractoremployees are returned to the Crane Division Security Department within forty eight hoursfollowing the completion of the contract, relocation or termination of an employee issued anidentification badge, and upon request by the Contracting Officer.

6.9 Accident Reporting

The Contractor shall maintain an accurate record of and shall report all accidents to the CORimmediately after incident occurs.

6.10 Smoking Regulations

Smoking on Government property shall be in approved areas only IAW NAVFAC P 1021.Smoking in vehicles is prohibited.

6.11 Release of Information

All technical data provided to the Contractor shall be protected from the public. All otherinformation relating to the items to be delivered and services to be performed under this TO maynot be disclosed by any means without prior approval of the authorized representative of theContracting Officer (KO) Dissemination or public disclosure includes but is not limited topermitting access to such information by foreign nationals by any other person or entity orpublication of technical or scientific papers or advertising or any other proposed public release.The Contractor shall provide adequate physical protection to such information so as to precludeaccess by any person or entity not authorized such access.

6.12 Privacy Act

Under US Code Title 5, Section 552, information accessed in completing this TO is subject tothe Privacy Act.

6.13 Damage Reporting

The Contractor shall maintain an accurate record of and shall immediately report to the COR alldamages to Government Furnished Equipment and Facilities as prescribed by OPNAVINST5102.1D.

6.14 Non-Personal Services

The Government will neither supervise contractor employees nor control the method by whichthe contractor performs the required tasks. Under no circumstances shall the Government assigntasks to or prepare work schedules for individual contractor employees. It shall be theresponsibility of the contractor to manage its employees and to guard against any actions that areof the nature of personal services, or give the perception of personal services. If the contractor

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 79 of 193

 FINAL 

Page 82: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

feels that any actions constitute, or are perceived to constitute personal services, it shall be thecontractor’s responsibility to notify the TO Procuring Contracting Officer (PCO) immediately.These services shall not be used to perform work of a policy/decision making or managementnature, i.e., inherently Governmental functions. All decisions relative to programs supported bythe contractor shall be the sole responsibility of the Government.

6.15 Investigations

Contractor employees shall cooperate with Government investigative agencies conductingcriminal or administrative investigations.

6.16 Government Observations

Government personnel, such as Inspector General or higher headquarters staff, are authorized toobserve Contractor operations. Efforts will be made to minimize the degree of disturbance onContractor performance

6.17 Work Area Cleanliness 

The Contractor shall be responsible for the orderliness and cleanliness of all Governmentcontrolled areas being used by the contractor for office and storage.  The space shall be clean,neat and free from fire hazards, unsanitary conditions and safety hazards.

6.18 Key Control

The Contractor shall establish and implement methods of ensuring that all keys issued to theContractor by the government are not lost or misplaced and are not used by unauthorizedpersons.  No keys issued to the Contractor by the government shall be duplicated.  TheContractor shall develop procedures covering key control.  Key control and accountability shallbe IAW the key control requirements set forth in applicable regulations.

6.19 Hours of Operation

The Contractor’s hours of operation will be provided on each individual TI.  If not so stated, thenthe normal duty hours for Contractor on-site personnel and the Contractor’s liaison facilitypersonnel assigned to this effort fall between 0630 and 1800 hours during normal governmentworkdays, Monday through Friday.  The contractor may be required to respond to an emergencyand work outside of regular working hours to perform the work as required.  If contractor desiresto have personnel work compressed work schedule it shall be requested in writing and approvedby the COR.

6.19.1 Compressed Work Schedule

The Contractor may be permitted to utilize a compressed work schedule for their employeesworking at NSWC Crane Division if specified on individual TI.  A compressed work scheduleallows a starting time between the hours of 0600 and 0830 for eight of the ten workdays (ninehours per day) with a stopping time between the hours of 1530 and 1800, and between 0630 and0900 for one of the ten workdays (eight-hour day) with a stopping time between the hours of1500 and 1730.  The contractor's full-time employees shall adhere to the same number of hours

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 80 of 193

 FINAL 

Page 83: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

each day for eight of the ten workdays (nine hours per day) during a biweekly pay period and forone eight-hour day during the same biweekly pay period.  The contractor's full-time employee isrequired to work 80 hours in a biweekly pay period and this work must be scheduled for fewerthan 10 days in a biweekly pay period. In some cases, a contractor employee may be required toremain on a non-compressed work schedule or to adjust contractor employee work hours (arrivaland departure time) to accommodate the needs of the organization that they support.  Thecontractor may be required to respond to an emergency requirement and work outside of regularworking hours to perform the work.  Exceptions to the compressed schedule may exist and thecontractor will be notified by the COR of any permanent or temporary exceptions.

6.19.2 Flextime

The Contractor may be permitted to utilize a Flextime schedule for their employees working atNSWC Crane Division if specified on individual TI.  A Flextime schedule allows a starting timebetween the hours of 0630 and 0900, with a quitting time eight and one-half hours after theclock-in time (1500 to 1730).  The contractor may be required to respond to an emergencyrequirement and work outside of regular working hours to perform the work.  Exceptions to theFlextime schedule may exist, and the contractor will be notified by the COR of any permanent ortemporary exceptions

6.19.3 Closed Days

All closed days will be designated by the Commander, NSWC, Crane Division.  Closed days willbe associated with holidays, National Security, and/or inclement weather/dangerous conditions. The Contractor will not be allowed to work on NSWC, Crane Division during designated closeddays, unless they are deemed to be essential personnel.  Essential personnel will be identified bythe Government, and communicated to the contractor prior to the designated closed day, and willbe authorized by COR/KO and specified on individual TI.  In the event the Contractor isprevented from performance as the result of an Executive Order or an administrative leavedetermination applying to the using activity, such time may be charged to leave or indirectcharges IAW the company policy.

6.19.3.1 Inclement Weather

When the Government Agency is closed by the Commander because of inclement weatherconditions and/or dangerous conditions, notification of the closing will be broadcast over localradio and television stations.

6.19.3.2 Holidays

A list of Government Agency observed holidays and/or closed days in conjunction with holidayswill be published at the beginning of each calendar year.  Contractor employees will not beallowed to work on Government property on a holiday and/or closed day unless they are deemedto be essential personnel.  The contractor is advised that access to the Government installationmay be restricted on these holidays:

New Year’s Day Birthday of Martin Luther King, Jr.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 81 of 193

 FINAL 

Page 84: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

President’s Day Memorial DayIndependence Day Labor DayColumbus Day Veteran’s DayThanksgiving Day Christmas Day

In the event any of the above holidays occur on a Saturday or a Sunday, then such holiday shallbe observed by the Contractor IAW the practice as observed by the assigned Governmentemployees at the using activity. 

6.20 Continuous Improvement

The contractor shall support the NSWC Crane Continuous Improvement program. The contractorshall provide support for the development and maintenance of lean performance executionprocesses and metrics. The contractor shall participate in lean events, meetings, and conferences,and execute lean tasks from initiation to closure when authorized. The contractor shall alsoprovide data record entry, reproduction, distribution, and reporting of lean documentation.

6.21 Information Non-Disclosure

The Contractor shall manage conflict of interest issues amongst themselves and theirsubcontractors through interaction with Airborne EW Original Equipment Manufacturers(OEMs)  For instance, access to Airborne EW OEM proprietary data/intellectual property –required to perform the subject tasking – shall require the Contractor and its subcontractors tonegotiate and enter into Non-Disclosure Agreements with the Airborne EW OEMs from time totime.  Copies of all executed NDAs shall be provided to the COR.

6.22 Licenses, Certifications, and Training

The contractor is required to receive training and hold a valid license or certification for theoperation of forklifts and other handling equipment (hoists, cranes, etc.); receive training andcertification in the handling of hazardous materials; and receive training and certification for anyother specialized operations as required in support of the tasking set forth in this SOW.  Trainingmay be Government sponsored and conducted on-center, contractor sponsored and conducted atvendor facilities. The following types of certifications and training are required to execute thetasking under the SOW and shall be allocated to the Contractor’s applicable indirect cost pool, ascited in 9.0.

1.      Abaris Training’s Advanced Composites Structures Fabrication & Repair Phase I, II & IIIcourses.

2.      Solder certification shall be to IPC requirements or Miniature/Microminiature (2M)certification standards.

3.      Welder Certification from American Welding Society

4.      Respirator Training

5.      Forklift Training

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 82 of 193

 FINAL 

Page 85: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Contractor employees shall obtain the necessarytraining/certifications required in the performance of theirassigned tasks.  The certification training specific to theGovernment may be funded and/or provided by theGovernment.  Training considered to be employee developmentwill not be funded and/or provided by the Government.

6.23 Existing Conditions

In the performance of work under this TO, the contractor is not responsible for any existingconditions (conditions that exist prior to or as of the effective date of this TO) at the GFF, and theGovernment will reimburse the contractor for any costs or liability the contractor might incur asa result of these existing conditions.  The Government and the contractor will jointly conduct aninspection of the facilities to establish baseline conditions at the start of the performing period.

6.24 Data Rights

All data/documentation delivered/created in support of this effort becomes the property of theUS Government and will be delivered without proprietary markings.  The Government will haveunlimited rights of all data delivered under this TO.  The Government will have unlimited dataand distribution rights to all processes, systems and equipment developed under this SOW.  Datarequired from this contracting action shall be delivered in English with applicable numbering inEnglish or metric units.  The Government will have unlimited rights to reproduce and use allsubmitted CDRL(s).

6.25 Use of Government Vehicles/Material Handling Equipment

Contractor may be required to drive Government owned/leased vehicles and material handlingequipment on-site at NSWC Crane in performance of their duties. Authorization to driveGovernment owned/leased vehicles and operate Government owned materials handlingequipment, such as overhead cranes and forklifts, will be specifically authorized whenapplicable. All contractor personnel operating Government vehicles/handling equipment shallpossess a valid state driver's license. Contractor shall report any accidents involving motorvehicles or any other Government equipment immediately to the cognizant Government managerand the Contracting Officer. 

6.26 Contractor Identification

This TO is for non-personal services as defined by FAR Subpart 37.104.  As such, Contractoremployees shall identify themselves as contractor personnel by introducing themselves or beingintroduced as contractor personnel and displaying distinguishing badges or other visibleidentification for meetings with Government personnel. In addition, contractor personnel shallappropriately identify themselves as contractor employees in telephone conversations and informal and informal written correspondence.

7.0  Place of Performance

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 83 of 193

 FINAL 

Page 86: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

The place of performance shall be split between the Contractor’s and Government facilities asidentified in the estimated level of effort. The Contractor Facilities shall be within 50 miles ofNSWC Crane Division, in order for the Contractor to attend impromptu meetings, presentbriefings, conduct testing and provide support for other Government requirements within thescope of this SOW.  OCONUS locations may include performance within a U.S Military Theaterof Operations. 

8.0  Performance Standards

As a performance based acquisition for engineering, technical and management support services,the requirements are structured around the results to be achieved as opposed to the manner bywhich the work is to be performed. The effort performed hereunder will be evaluated inaccordance with the performance standards/acceptable quality levels summarized in the QualityAssurance Surveillance Plan (QASP) identified as Attachment 8 to the RFP. Performancestandards are required to be met for each of the identified Task Requirements.

9.0  Allocations To Contractor’s Indirect Cost Pools

The Contractor shall be required to invest in Information Technology (e.g., computers that can beutilized with the Navy-Marine Corps Intranet (NMCI)) for their employees’ use in performingthe tasking, with this investment allocated to the Contractor’s applicable indirect cost pool.  

HQ C-1-0001 ITEM(S)                    - DATA REQUIREMENTS (NAVSEA) (SEP1992)                          

The data to be furnished hereunder shall be prepared in accordance with the Contract Data

HQ C-2-0002 ACCESS TO PROPRIETARY DATA OR COMPUTER SOFTWARE(NAVSEA) (JUN 1994)

(a) Performance under this contract may require that the Contractor have access to technical data,computer software, or other sensitive data of another party who asserts that such data or softwareis proprietary.  If access to such data or software is required or to be provided, the Contractorshall enter into a written agreement with such party prior to gaining access to such data orsoftware.  The agreement shall address, at a minimum, (1) access to, and use of, the proprietarydata or software exclusively for the purposes of

performance of the work required by this contract, and (2) safeguards to protect such data orsoftware from unauthorized use or disclosure for so long as the data or software remainsproprietary. In addition, the agreement shall not impose any limitation upon the Government orits employees with respect to such data or software.  A copy of the executed agreement shall beprovided to the Contracting Officer.  The Government may unilaterally modify the contract to listthose third parties with which the Contractor has agreement(s).

(b)  The Contractor agrees to: (1) indoctrinate its personnel who will have access to the data or

Requirements List, DD Form 1423, Exhibit(s)     A     , attached hereto.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 84 of 193

 FINAL 

Page 87: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

software as to the restrictions under which access is granted; (2) not disclose the data or softwareto another party or other Contractor personnel except as authorized by the Contracting Officer;(3) not engage in any other action, venture, or employment wherein this information will beused, other than under this contract, in any manner inconsistent with the spirit and intent of thisrequirement; (4) not disclose the data or software to any other party, including, but not limited to,joint venturer, affiliate, successor, or assign of the Contractor; and (5) reproduce the restrictivestamp, marking, or legend on each use of the data or software whether in whole or in part.

(c) The restrictions on use and disclosure of the data and software described above also apply tosuch information received from the Government through any means to which the Contractor hasaccess in the performance of this contract that contains proprietary or other restrictive markings.

(d) The Contractor agrees that it will promptly notify the Contracting Officer of any attempt byan individual, company, or Government representative not directly involved in the effort to beperformed under this contract to gain access to such proprietary information.  Such notificationshall include the name and organization of the individual, company, or Governmentrepresentative seeking access to such information.

(e) The Contractor shall include this requirement in subcontracts of any tier which involve accessto information covered by paragraph (a), substituting "subcontractor" for "Contractor" whereappropriate.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 85 of 193

 FINAL 

Page 88: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

(f) Compliance with this requirement is a material requirement of this contract.

HQ C-2-0011 COMPUTER SOFTWARE AND/OR COMPUTER DATABASE(S)DELIVERED TO AND/OR RECEIVED FROM THE GOVERNMENT (NAVSEA) (APR2004)

(a) The Contractor agrees to test for viruses all computer software and/or computer databases, asdefined in the clause entitled "RIGHTS IN NONCOMMERCIAL COMPUTER SOFTWAREAND NONCOMMERCIAL COMPUTER SOFTWARE DOCUMENTATION" (DFARS252.227-7014), before delivery of that computer software or computer database in whatever mediaand on whatever system the software is delivered. The Contractor warrants that any such computersoftware and/or computer database will be free of viruses when delivered.

(b) The Contractor agrees to test any computer software and/or computer database(s) received fromthe Government for viruses prior to use under this contract.

(c) Unless otherwise agreed in writing, any license agreement governing the use of any computersoftware to be delivered as a result of this contract must be paid-up and perpetual, or so nearlyperpetual as to allow the use of the computer software or computer data base with the equipmentfor which it is obtained, or any replacement equipment, for so long as such equipment is used.Otherwise the computer software or computer database does not meet the minimum functionalrequirements of this contract. In the event that there is any routine to disable the computersoftware or computer database after the software is developed for or delivered to theGovernment, that routine shall not disable the computer software or computer database until atleast twenty-five calendar years after the delivery date of the affected computer software orcomputer database to the Government.

(d) No copy protection devices or systems shall be used in any computer software or computerdatabase delivered under this contract to restrict or limit the Government from making copies. Thisdoes not prohibit license agreements from specifying the maximum amount of copies that can bemade.

(e) Delivery by the Contractor to the Government of certain technical data and other data is nowfrequently required in digital form rather than as hard copy. Such delivery may cause confusionbetween data rights and computer software rights. It is agreed that, to the extent that any such datais computer software by virtue of its delivery in digital form, the

Government will be licensed to use that digital-form data with exactly the same rights andlimitations as if the data had been delivered as hard copy.

(f) Any limited rights legends or other allowed legends placed by a Contractor on technical data orother data delivered in digital form shall be digitally included on the same media as thedigital-form data and must be associated with the corresponding digital-form technical data towhich the legends apply to the extent possible. Such legends shall also be placed in human-readable form on a visible surface of the media carrying the digital-form data as delivered, to theextent possible.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 86 of 193

 FINAL 

Page 89: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

(a) Performance of this contract by the Contractor shall be conducted and performed in accordancewith detailed obligations to which the Contractor committed itself in Proposal             dated              in response to NAVSEA Solicitation No. N00024-                        .

(b) The technical volume(s) of the Contractor's proposal is incorporated by reference and herebymade subject to the provisions of the "ORDER OF PRECEDENCE" (FAR 52.215-

8) clause of this contract. Under the "ORDER OF PRECEDENCE" clause, the technical volume ofthe Contractor's proposal referenced herein is hereby designated as item (f) of the clause, following"the specification" in the order of precedence.

HQ C-2-0037 ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (JUL 2000)

(a) "Organizational Conflict of Interest" means that because of other activities or relationshipswith other persons, a person is unable or potentially unable to render impartial assistance oradvice to the Government, or the person's objectivity in performing the contract work is or mightbe otherwise impaired, or a person has an unfair competitive advantage. "Person" as used hereinincludes Corporations, Partnerships, Joint Ventures, and other business enterprises.

(b)  The Contractor warrants that to the best of its knowledge and belief, and except as otherwiseset forth in the contract, the Contractor does not have any organizational conflict of interest(s) asdefined in paragraph (a).

(c) It is recognized that the effort to be performed by the Contractor under this contract maycreate a potential organizational conflict of interest on the instant contract or on a futureacquisition.  In order to avoid this potential conflict of interest, and at the same time to avoidprejudicing the best interest of the Government, the right of the Contractor to participate in futureprocurement of equipment and/or services that are the subject of any work under this contractshall 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 wouldpermit or result in disclosure to any party outside the Government any information provided tothe Contractor by the Government during or as a result of performance of this contract.  Suchinformation includes, but is not limited to, information submitted to the Government on aconfidential basis by other persons.  Further, the prohibition against release of Governmentprovided information extends to cover such information whether

or not in its original form, e.g., where the information has been included in Contractor generatedwork 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 permitor result in disclosure to any party outside the Government any information generated or derivedduring or as a result of performance of this contract.  This prohibition shall expire after a periodof three years after completion of performance of this contract.

(3)  The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force toany affiliate of the Contractor, any subcontractor, consultant, or employee of the Contractor, anyjoint venture involving the Contractor, any entity into or with which it may merge or affiliate, or

HQ C-2-0014  CONTRACTOR'S PROPOSAL (NAVSEA) (MAR 2001)

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 87 of 193

 FINAL 

Page 90: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

any successor or assign of the Contractor.  The terms of paragraph (f) of this Special ContractRequirement relating to notification shall apply to any release of information in contravention ofthis paragraph (d).

(e) The Contractor further agrees that, during the performance of this contract and for a period ofthree years after completion of performance of this contract, the Contractor, any affiliate of theContractor, any subcontractor, consultant, or employee of the Contractor, any joint ventureinvolving the Contractor, any entity into or with which it may subsequently merge or affiliate, orany other successor or assign of the Contractor, shall not furnish to the United StatesGovernment, either as a prime contractor or as a subcontractor, or as a consultant to a primecontractor or subcontractor, any system, component or services  which is the subject of the workto be performed under this contract.  This exclusion does not apply to any recompetition forthose systems, components or services furnished pursuant to this contract. As provided in FAR9.505-2, if the Government procures the system, component, or services on the basis of workstatements growing out of the effort performed under this contract, from a source other than thecontractor, subcontractor, affiliate, or assign of either, during the course of performance of thiscontract or before the three year period following completion of this contract has lapsed, theContractor may, with the authorization of the cognizant Contracting Officer, participate in asubsequent procurement for the same system, component, or service.  In other words, theContractor may be authorized to compete for procurement(s) for systems, components orservices subsequent to an intervening procurement.

(f) The Contractor agrees that, if after award, it discovers an actual or potential organizationalconflict of interest, it shall make immediate and full disclosure in writing to the ContractingOfficer.  The notification shall include a description of the actual or potential organizationalconflict of interest, a description of the action which the Contractor has taken or proposes to taketo avoid, mitigate, or neutralize the conflict, and any other relevant information that would assistthe Contracting Officer in making a determination on this matter.  Notwithstanding thisnotification, the Government may terminate the contract for the convenience of the Governmentif determined to be in the best interest of the Government.

(g)  Notwithstanding paragraph (f) above, if the Contractor was aware, or should have beenaware, of an organizational conflict of interest prior to the award of this contract or becomes, orshould become, aware of an organizational conflict of interest after award of this contract anddoes not make an immediate and full disclosure in writing to the Contracting Officer, theGovernment may terminate this contract for default.

(h)  If the Contractor takes any action prohibited by this requirement or fails to take actionrequired by this requirement, the Government may terminate this contract for default.

(i)  The Contracting Officer's decision as to the existence or nonexistence of an actual orpotential organizational conflict of interest shall be final.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 88 of 193

 FINAL 

Page 91: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

(j)  Nothing in this requirement is intended to prohibit or preclude the Contractor from marketingor selling to the United States Government its product lines in existence on the effective date ofthis contract; nor, shall this requirement preclude the Contractor from participating in anyresearch and development or delivering any design development model or prototype of any suchequipment. Additionally, sale of catalog or standard commercial items are exempt from thisrequirement.

(k)  The Contractor shall promptly notify the Contracting Officer, in writing, if it has been taskedto evaluate or advise the Government concerning its own products or activities or those of acompetitor in order to ensure proper safeguards exist to guarantee objectivity and to protect theGovernment's interest.

(l)  The Contractor shall include this requirement in subcontracts of any tier which involveaccess 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 otherrights and remedies provided by law or elsewhere included in this contract.

(n)  Compliance with this requirement is a material requirement of this contract.

HQ C-2-0041 PRINTING OF TECHNICAL MANUALS, PUBLICATIONS, CHANGES,REVISIONS AND AMENDMENTS (NAVSEA) (JAN 2008)

(a) The printing, duplication, and binding of all technical manuals, books, and other publications,and changes, amendments, and revisions thereto, including all copies and portions of suchdocuments which are required to be prepared and furnished under this contract for review,approval or otherwise, shall be accomplished in accordance with the following:

(1) DOD Instruction 5330.03, Document Automation & Production Service (DAPS) of February8, 2006

(2) Federal Acquisition Regulation (FAR) Subparts 8.8 and 17.5, as in effect on the date of thiscontract and;

(3) "Government Printing and Binding Regulations", published by the Joint Committee onPrinting, Congress of the United States, as in effect on the date of this contract.

(b)  Publications and other printed or duplicated material which (1) are prepared and carried byequipment manufacturers for regular commercial sale or use, and (2) require no significantmodification for military use or to meet the requirements of this contract, or (3) are normallysupplied for commercial equipment, shall be provided by the Contractor. Except for materialfalling within (1) through (3) of this paragraph, the printing of technical manuals, publications,changes, revisions, or amendments by the Contractor or subcontractor is prohibited.

(c) The Contractor shall have the printing and binding of final approved technical manuals,publications, changes, revisions and amendments thereto, as required under this contract(whether prepared by the Contractor or a subcontractor), printed at Government expense by orthrough the Defense Automation and Production Service (DAPS)in the Naval District in which

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 89 of 193

 FINAL 

Page 92: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

the Contractor is located, in accordance with the following general procedures:

(1)  Prior to preparation of materials for printing (photolithographic negatives or camera-readycopies) by the Contractor or a subcontractor, the Contractor shall make arrangements with theDAPS and with the designated Contract Administration Office for printing and binding whichshall include:

(i)  Citation of contract number;

(iii)  Establishment of a schedule for printing, including estimated delivery date

(iv)  Provisions for furnishing photolithographic negatives or camera-ready copies and art workin the proper sequence for printing;

(v)   A check-off list to verify the printing sequence of text pages and foldouts in the formprescribed by DAPS;

(vi)  Complete printing instructions, which shall specify colors, if required for specific pages, thetrim size, including apron, if required, for each foldout/in or chart, or other unique requirements;

(vii)  Type of binding (side stitch, perfect bound, saddle stitch, glue bound, tape bound plasticcomb/wire bound, loose leaf, screw posts, etc.); and

(viii)  Other instructions, as applicable, such as packing instructions, banded, shrink pack, strap,binders, fill and seal cartons/boxes, inset padding of any type type of envelope, water typepackaging or other container quantity for each addressee, required delivery schedule, or deliveryinstructions.  (The Contractor shall provide an address list and addressed mailing labels for eachaddressee).

(ix)  Special handling of classified materials from Confidential up to Top Secret requiringprinting through DAPS or the GPO are managed in accordance with DODD 5200.32.  Contactthe appropriate DAPS location before delivering classified originals to ensure proper handlingand disposition.

(2)  The Contractor shall ship the complete set of photolithographic negatives, camera-readycopies or digital media (CD/DVD) required to be printed in accordance with the detailedprocedures specified by DAPS.  All transportation charges are paid to DAPS or a contract printerdesignated by DAPS.  The DAPS shall sign the acceptance block of the DD Form 250 forreproducible quality only.

(3)  For steam and electrical plant composite diagrams, the Contractor shall provide an original Mylar print of thediagram to the DAPS with a guide indicating the color of each line.  DAPS, or via the GPO, will prepare the colorseparation negatives for the composite diagram and return those to the Contractor for editorial review.  DAPS willcorrect any errors and print the corrected composite diagram.

(4)  DAPS will furnish or provide for all supplies and services (including binders) which arenecessary to accomplish the printing and binding.

(ii)  Security classification of materials to be printed; to DAPS;

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 90 of 193

 FINAL 

Page 93: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

(5)  DAPS will pack and ship or provide for packing and shipping of the printed material to theContractor and the distribution list furnished by the Contractor in accordance with the printingorder, unless distribution by the Contractor is otherwise required by the terms of the contract, thespecifications, or otherwise, in which case the printed and bound publications will be returned tothe Contractor for distribution.

(6)   DAPS will pack and ship the material used for printing to the DAPS, 4th Naval District(Philadelphia, PA), for storage.

(d)(1)  In establishing the schedule for printing, the Contractor shall provide for furnishing thephotolithographic negatives, camera-ready copies or digital media (CD/DVD) to DAPS in timeto allow at least the minimum number of working days specified in the schedule below(eight-hour day, five days per week exclusive of Saturdays, Sundays, and holidays) from date ofacceptance of material for printing at DAPS to date of shipment of printed material from DAPS. 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 91 of 193

 FINAL 

Page 94: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

(2)  If DAPS exceeds the delivery requirements established in accordance with paragraph (c)(1)(iii), for the item(s) specified, the time shall be extended by an equivalent number of workingdays, provided that the Contractor requests such extension(s), in writing, to the ContractingOfficer and submits with its request sufficient evidence to enable the Contracting Officer todetermine the validity of the Contractor's request.

(e) The Contractor shall not be responsible for the quality, or quality control, of printingperformed by DAPS or a printer under contract to DAPS; and, the Government shall reimbursethe Contractor for any costs incurred for replacement of material lost or damaged by DAPS or aprinter under contract to DAPS.

(f) The costs of printing, binding, packing and shipping by DAPS of the publications andchanges described herein (but not the costs of preparing photolithographic negatives,camera-ready copies and other materials for printing or the costs of transporting or shipping suchmaterials to DAPS or a contract printer designated by DAPS) shall be

MANDATORY REQUIREMENTS

Offerors must meet all mandatory requirements at time of proposal submission, or have an acceptableplan to meet the requirements by the start date of task order performance.  In addition, mandatoryrequirements must be maintained through the life of the task order. The mandatory requirements are asfollows:

Requirement 1 - Security Clearance.  All personnel to be assigned under this Task Order must have atleast a SECRET Security Clearance Level.  Interim clearances are acceptable. 

Requirement 2 - Facility Security Clearance.  The prime contractor's facility must be cleared to theSECRET storage capability.

Requirement 3 - Facility/Workforce Location.  The contractor's primary facility for this effort shall belocated within 50 miles commuting distance to NSA Crane.

Requirement 4 - Organization Conflict of Interest (OCI) Organizational Conflict of Interest (OCI) - Thecontractor must either certify that neither themselves nor their proposed subcontractors have an OCI issue or musthave submitted an OCI Mitigation Plan that the KO has evaluated as acceptable.  Reference: NOTIFICATION OFPOTENTIAL ORGANIZATIONAL CONFLICT(S) OF INTEREST (NAVSEA)(JUN 1994) found in Section Labove. 

CNIN-NOTICE-0003         CONTRACTOR MANPOWER REPORTING               (NOV 2013)

The contractor shall report contractor labor hours (including subcontractor labor hours) required for performanceof services provided under this contract for the Naval Surface Warfare Center, Crane Division via a secure data

borne by the Government.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 92 of 193

 FINAL 

Page 95: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

collection site.  Contracted services excluded from reporting are based on Product Service Codes (PSCs).  Theexcluded PSCs are: 

(1) W, Lease/Rental of Equipment;

(2) X, Lease/Rental of Facilities;

(3) Y, Construction of Structures and Facilities;

(4) S, Utilities ONLY;

(5) V, Freight and Shipping ONLY.   

The contractor is required to completely fill in all required data fields using the following web addresshttps://doncmra.nmci.navy.mil. 

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

 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 93 of 193

 FINAL 

Page 96: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

SECTION D PACKAGING AND MARKING

Packaging and Marking shall be in accordance with the provisions of the basic contract.  Some deliveries maycontain classified information.

HQ D-1-0001  DATA PACKAGING LANGUAGE

Data to be delivered by Integrated Digital Environment (IDE) or other electronic media shall be as specified in thecontract.

All unclassified data to be shipped shall be prepared for shipment in accordance with best commercial practice.

Classified reports, data, and documentation shall be prepared for shipment in accordance with National IndustrialSecurity Program Operating Manual (NISPOM), DOD 5220.22-M dated 28 February 2006.

HQ D-2-0008  MARKING OF REPORTS (NAVSEA) (SEP 1990)

All reports delivered by the Contractor to the Government under this contract shall prominently show on the coverof the report:

 (1) name and business address of the Contractor (2) contract number (3) contract dollar amount (4) whether the contract was competitively or non-competitively awarded (5) sponsor:  (Name of Individual Sponsor)  (Name of Requiring Activity)  (City and State)

All Deliverables shall be packaged and marked IAW Best Commercial Practice.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 94 of 193

 FINAL 

Page 97: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

SECTION E INSPECTION AND ACCEPTANCE

All provisions and clauses in SECTION E of the basic contract apply to this TO, unless otherwise specified inthis TO. 

CLAUSES INCORPORATED BY REFERENCE:FAR 52.246-3 Inspection of Supplies - Cost Reimbursement (MAY 2001)FAR 52.246-5 Inspection of Services - Cost Reimbursement (APR 1984)

HQ E-1-0001  INSPECTION AND ACCEPTANCE LANGUAGE FOR DATA

Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DDForm 1423.

HQ E-1-0007  INSPECTION AND ACCEPTANCE LANGUAGE FOR LOE SERVICES

Item(s)_7999__ - Inspection and acceptance shall be made by the Contracting Officer’s Representative (COR) or adesignated representative of the Government. 

PERFORMANCE BASED CONTRACT REVIEW AND ACCEPTANCE PROCEDURE

(a) This is a performance-based contract as defined in FAR Part 37.6 (PERFORMANCE BASEDACQUISITION). Contractor performance will be reviewed in accordance with the Quality Assurance SurveillancePlan provided as Attachment 8 in Section J.

(b) The plan defines that this review and acceptance will become part of the annual Contractor PerformanceAssessment Reporting System (CPARS). The contractor may obtain more information regarding the CPARSprocess at the following internet site:  http://cpars.navy.mil

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 95 of 193

 FINAL 

Page 98: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

SECTION F DELIVERABLES OR PERFORMANCE

The periods of performance for the following Items are as follows:

 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 96 of 193

 FINAL 

Page 99: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 97 of 193

 FINAL 

Page 100: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 98 of 193

 FINAL 

Page 101: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 99 of 193

 FINAL 

Page 102: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 100 of 193

 FINAL 

Page 103: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 101 of 193

 FINAL 

Page 104: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

HQ F-1-0003  PERFORMANCE LANGUAGE FOR LOE SERVICES

The Contractor shall perform the work described in SECTION C, at the level of effort specified in SECTION B,as follows:  

                                                                                               

The periods of performance for the following Items are as follows:

   

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 102 of 193

 FINAL 

Page 105: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 103 of 193

 FINAL 

Page 106: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 104 of 193

 FINAL 

Page 107: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 105 of 193

 FINAL 

Page 108: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 106 of 193

 FINAL 

Page 109: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 107 of 193

 FINAL 

Page 110: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

The periods of performance for the following Option Items are as follows:

Services to be performed hereunder will be provided at, but not limited to, the following: 

Naval Surface Warfare Center Crane     Buildings: 41, 3224,3225, 3234, 3330C, and 3330W.

Whidbey Island Naval Air Station    FRC North West Facility, Building 2547

CLIN - DELIVERABLES OR PERFORMANCE

For proposal purposes, estimated date of TO award is 14 March 2015.  Government reserves the right to awardsooner or later, if necessary.  Start and end dates will be updated accordingly, upon TO award.

 HQ F-2-0003  DATA DELIVERY LANGUAGE FOR SERVICES ONLY PROCUREMENTS 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 108 of 193

 FINAL 

Page 111: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

All data to be furnished under this contract shall be delivered prepaid to the destination(s) and at the time(s)specified on the Contract Data Requirements List(s), DD Form 1423.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 109 of 193

 FINAL 

Page 112: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

SECTION G CONTRACT ADMINISTRATION DATA

All provisions and clauses in SECTION G of the basic contract apply to this TO, unless otherwise specified inthis TO. 

CLAUSES INCORPORATED BY REFERENCE:

252.204-7006 Billing Instructions (OCT 2005)252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012)

252.201-7000 Contracting Officer's Representative (DEC 1991)

(a) Definition. “Contracting officer's representative” means an individual designated in accordance with subsection201.602-2 of the Defense Federal Acquisition Regulation Supplement and authorized in writing by the contractingofficer to perform specific technical or administrative functions.

(b) If the Contracting Officer designates a contracting officer's representative (COR), the Contractor will receive acopy of the written designation. It will specify the extent of the COR's authority to act on behalf of the contractingofficer. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity,delivery, or any other term or condition of the contract.

(End of clause)

(Revised September 30, 2013)

HQ G-2-0002 CONTRACT ADMINISTRATION DATA

Enter below the address (street and number, city, county, state and zip code) of theContractor's facility which will administer the contract if such address is different from theaddress shown on the SF 26 or SF 33, as applicable.

________________________________________________________________________

________________________________________________________________________

HQ G-2-0003 CONTRACTING OFFICER’S REPRESENTATIVE

                                              

The Contractor shall forward a copy of all invoices to the Contracting Officer'sRepresentative.

HQ G-2-0004 PURCHASING OFFICE REPRESENTATIVE

                         

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 110 of 193

 FINAL 

Page 113: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

           

 

HQ G-2-0009 SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC INVOICING (NAVSEA)(SEP 2012)

 

(a) The Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable,at the lowest level of performance, either at the technical instruction (TI), sub line item number (SLIN), orcontract line item number (CLIN) level, rather than on a total contract/TO basis, and to submit invoicesreflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (WAWF) forinvoices shall include summaries of work charged during the period covered as well as overallcumulative summaries by individual labor categories, rates, and hours (both straight time and overtime)invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by TI, SLIN, orCLIN level. For other than firm fixed price subcontractors, subcontractors are also required to providelabor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a costbreakdown of ODCs, materials, and travel invoiced. Supporting documentation may be encrypted beforesubmission to the prime contractor for WAWF invoice submittal. Subcontractors may email encryptioncode information directly to the Contracting Officer (CO) and Contracting Officer Representative (COR).Should the subcontractor lack encryption capability, the subcontractor may also email detailed supportingcost information directly to the CO and COR; or other method as agreed to by the CO.

(b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic DataInterchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification tothe COR and CO on the same date they submit the invoice in WAWF. No payments shall be due if thecontractor does not provide the COR and CO email notification as required herein.

252.232-7006 Wide Area WorkFlow Payment Instructions.

As prescribed in 232.7004(b), use the following clause:

WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

(a) Definitions. As used in this clause—

“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifiesa unit, activity, or organization.

“Document type” means the type of payment request or receiving report available for creation in WideArea WorkFlow (WAWF).

“Local processing office (LPO)” is the office responsible for payment certification when paymentcertification is done external to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor paymentrequests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission ofPayment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall—

(1) Have a designated electronic business point of contact in the System for Award Management at

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 111 of 193

 FINAL 

Page 114: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

https://www.acquisition.gov; and

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

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

(e) WAWF methods of document submission. Document submissions may be via web entry, ElectronicData Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor must use the following information when submittingpayment requests and receiving reports in WAWF for this contract/order:

(1) Document type. The Contractor shall use the following document type(s).

Cost Voucher

Note: If a “Combo” document type is identified but not supportable by the Contractor’s business systems,an “Invoice” (stand-alone) and “Receiving Report” (stand-alone) document type may be used instead.)

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptancelocation(s) in WAWF, as specified by the contracting officer.

N/A

 (3) Document routing. The Contractor shall use the information in the Routing Data Table below only tofill in applicable fields in WAWF when creating payment requests and receiving reports in the system.

Routing Data Table

Field Name in WAWF Data to be entered in WAWF

Pay Official DoDAAC   HQ0338

Issue By DoDAAC   N00164

Admin DoDAAC   S2101A

Inspect By DoDAAC   *

Ship To Code   *

Ship From Code   *

Mark For Code   *

Service Approver (DoDAAC)   N00164

Service Acceptor (DoDAAC)   N00164

Accept at Other DoDAAC   *

LPO DoDAAC   *

DCAA Auditor DoDAAC   HAA819

Other DoDAAC(s)   *

 (4) Payment request and supporting documentation. The Contractor shall ensure a payment requestincludes appropriate contract line item and subline item descriptions of the work performed or suppliesdelivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as definedin DFARS Appendix F, (e.g. timesheets) in support of each payment request.

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

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 112 of 193

 FINAL 

Page 115: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

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

(g) WAWF point of contact.

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contractingactivity’s WAWF point of contact.                            Your local contracting office WAWF PoC/Group Administrator(GAM)                                                     

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

 

 

 

 

 

 

SECURITY ADMINISTRATION

The highest level of security required under this TO is Secret as designated on DD Form 254 attached hereto andmade a part hereof. The Commander, Defense Security Service, Director of Industrial Security, Southern Region,is designated Security Administrator for the purpose of administering all elements of military security hereunder.

ACCOUNTING DATA

The award document will include Accounting Data at the end of Section G. All lines of accounting are listedsequentially under a heading that identifies the particular action (award or modification number) under which thefunding was obligated. Under SeaPort-e, all funding is identified/obligated at the SubCLIN (SLIN) level. SLINsare established sequentially by the SeaPort-e software. Each obligation of funds receives a unique SLIN identifier,even if the funds are an increase to an existing line of accounting (ACRN). Thus, an individual project/work areaor Technical Instruction that is funded incrementally could have one ACRN but multiple SLINs. Accounting forexpenditures and invoicing at the SLIN level is required.

SPECIAL INVOICE INSTRUCTIONS:

Each SLIN providing funding designates a specific project area/work area/Technical Instruction (TI)/WorkBreakdown Structure (WBS) item. Tracking and reporting shall be accomplished at the project/work area/TI/WBSitem level. Each indentified project/work area/TI/WBS shall be invoiced by its associated SLIN and ACRN asidentified on the TI.

PAYMENT INSTRUCTIONS (PGI 204.7108(d)(1)252.204-0001 Line Item Specific : Single Funding. (SEP 2009)

The payment office shall make payment using the ACRN funding of the line item being billed.

TO ORDER RATES

 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 113 of 193

 FINAL 

Page 116: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

The following rates have been approved for this TO.

The above maximum rates are applicable to the prime contractor. If subcontracting is proposed, the prime contractoris strongly encouraged to restrict subcontractor fixed fee to the lower of (a) the prime contractor’s fee under thisorder or (b) the subcontractor’s SeaPort-e fixed fee rate where the subcontractor is also a prime contractor underSeaPort-e. The purpose of this is the Government’s desire to avoid having it be more financially lucrative for a firmto be a subcontractor rather than a prime contractor under SeaPort-e. The Government strongly encourages the primecontractor to also implement this under Time and Materials subcontracts. Subcontractors may not earn fee on ODC’s.

The Government also strongly encourages the prime contractor to eliminate “double pass-thru” costs by (1) avoidingsecond tier subcontractors/consultants during performance and (2) where this situation is unavoidable, limitingsubcontractor pass-thru costs to the lower of (i) the prime contractor’s pass-thru rate under this order or (ii) thesubcontractor’s SeaPort-e pass-thru rate where the subcontractor is also a prime contractor under SeaPort-e. 

 

 

CONSENT TO SUBCONTRACT

For subcontracts and consulting agreements for services, where the prime contractor anticipates that hoursdelivered will be counted against the hours in the proposed Level of Effort, Consent to Subcontract authority isretained by the Procuring Contracting Officer.

CNIN-G-0001      INVOICING DOCUMENTATION FOR COST VOUCHERS                     (JULY 2015) 

Supporting cost voucher documentation in Wide Area Workflow (WAWF) shall be provided in contractor specifiedformat and shall include the following information.  This level of detail is required at both the job order (JO) ortask order (TO) level and Technical Instruction (TI) level.  The supporting data should clearly reflect the JO/TOand TI number for which it applies.  For other than firm fixed price subcontracts, subcontractors are also requiredto provide the same level of supporting detail as the prime contractor.  Supporting documentation may beencrypted before submission to the prime contractor for WAWF cost voucher submittal.  Subcontractors may emailencryption code information directly to the Contracting Officer (CO) and Contracting Officer Representative(COR) as required.  Failure to comply may result in an unfavorable CPARS rating in the area of regulationcompliance. 

Cost Elements

Direct Labor Total direct labor costs billed for current billing period and cumulative. This includessub-contractor direct labor.   If there are different labor pools, they should be includedseparately (e.g., on-site, off-site, prime, subK, etc). 

Other DirectCosts

Total ODC costs billed for current billing period and cumulative

Indirect Costs Total indirect costs billed for current billing period and cumulative.  If there are differentindirect pools, they should be included separately (e.g., Fringe, OH, G&A, etc.).  The

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 114 of 193

 FINAL 

Page 117: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

indirect pool percentage shall be included.Fee Total fee billed for current billing period and cumulative.Invoice Subtotal Sub-total costs billed for current billing period and cumulative.Adjustments Any adjustments to billed costs for current billing period and cumulative.Invoice Total Total costs billed for current billing period and cumulative.

Labor Detail (Prime and Subcontractor)

Employee nameLabor categoryDirect labor rate by employeeLoaded labor rate by employeeCurrent period hours (OT hours identified separately)Current period direct labor costsCumulative hours (OT hours identified separately)Cumulative direct labor costs

Non-Labor Detail – detail provided for current billing period only

Travel Destination, dates, traveler name, total trip costs (includes subK travel)Material* Detailed description of item and total item costs (includes subK material)ODCs* Covers items that are not material or travel (e.g., training, conference costs, etc).  Detailed

description of item and total item costs (includes subK ODC)*Copies of invoices and/or receipts for Material/ODC purchases shall be included.

CLIN/SLIN Detail – Information should be a cumulative total invoiced against each CLIN/SLIN

CLIN/SLIN SLIN being billedACRN ACRN being billedTO/TI TO and/or TI numberAmount Funded Amount funded on each SLINCurrent Amount billed in current billing periodCumulative Cumulative amount billed against SLINBalance Remaining balance on SLIN

 

Accounting Data

SLINID PR Number Amount -------- -------------------------------------------------- ---------------------

MOD 01  7001AA 130048632100001  LLA : AA 97X4930 NH1J 253 77777 0 050120 2F 000000 A00002784870 Standard Number: N0001915WX02154 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

MOD 02 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 115 of 193

 FINAL 

Page 118: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 7001AB 130048679500001  LLA : AB 1751506 Y1CH 251 00019 0 050120 2D 000000 A00002788337 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AC 130048704800001  LLA : AC 1751506 Y1CH 251 00019 0 050120 2D 000000 A00002790674 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AD 130048673700001  LLA : AK 1751506 Y5C8 251 00019 0 050120 2D 000000 A00002788433 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AE 130049165900001  LLA : AE 97X4930 NH1J 253 77777 0 050120 2F 000000 A00002825404 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AF 130048747200001  LLA : AF 97X4930 NH1J 253 77777 0 050120 2F 000000 A00002793504 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AG 130048747700001  LLA : AG 97X4930 NH1J 253 77777 0 050120 2F 000000 A00002793536 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AH 130048935800001  LLA : AH 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002806495 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AJ 130048788000001  LLA : AJ 97X4930 NH1J 253 77777 0 050120 2F 000000 A00002796722 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AA 130048679500002  LLA : AB 1751506 Y1CH 251 00019 0 050120 2D 000000 A00002788337 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AB 130048704800002  LLA : AC 1751506 Y1CH 251 00019 0 050120 2D 000000 A00002790674 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 116 of 193

 FINAL 

Page 119: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 9001AC 130048787700001  LLA : AD 97X4930 NH1J 253 77777 0 050120 2F 000000 A00002796251 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AD 130049165900002  LLA : GK 97X4930 NH1J 253 77777 0 050120 2F 000000 A10002825405 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

 MOD 03  7001AK 130049104400001  LLA : AM 1751506 Y1CH 251 00019 0 050120 2D 000000 A00002819482 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AL 130049034700001  LLA : AN 1751804 4A4N 251 00019 0 050120 2D 000000 A00002815068 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  7001AM 130048685200001  LLA : AP 1751506 Y5C8 251 00019 0 050120 2D 000000 A00002788594 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AN 130049097100001  LLA : AQ 1751506 Y5BA 251 00019 0 050120 2D 000000 A00002818993 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AP 130048679700001  LLA : AR 1741506 Y1CH 251 00019 0 050120 2D 000000 A00002788528 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AQ 130048747400001  LLA : AS 97X4930 NH1J 253 77777 0 050120 2F 000000 A00002793507 Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AE 130049104400002  LLA : AM 1751506 Y1CH 251 00019 0 050120 2D 000000 A00002819482 Contractor may NOT perform against this SLIN after POP date identified in Section 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 117 of 193

 FINAL 

Page 120: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AF 130049097100002  LLA : AQ 1751506 Y5BA 251 00019 0 050120 2D 000000 A00002818993 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AG 130048679700002  LLA : AR 1741506 Y1CH 251 00019 0 050120 2D 000000 A00002788528 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

 MOD 04  7001AR 130049569400001  LLA : AT 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002853786 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AS 130049734600001  LLA : AU 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002865422 Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AT 130049476900001  LLA : AW 1741810 A2TC 251 WS020 0 050120 2D 000000 A00002849329 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AU 130048792200001  LLA : AX 1751506 Y5C8 251 00019 0 050120 2D 000000 A00002796317 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AV 130049765500001  LLA : AY 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002867885 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AW 130049344900001  LLA : AZ 1751804 4A5A 257 00019 0 050120 2D 000000 A00002839571 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AX 130049320100001  LLA : BA 97X4930 NH1J 253 77777 0 050120 2F 000000 A10002836525 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 118 of 193

 FINAL 

Page 121: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AH 130049975200001  LLA : AV 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002883110 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   MOD 04 Funding 581300.00 Cumulative Funding 3345095.00  MOD 05  7001AY 130049734500001  LLA : BB 97X4930 NH1J 252 77777 0 050120 2F 000000 5RC54040171T Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AZ 130050207400001  LLA : BC 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002899972 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AJ 130049734500001  LLA : BB 97X4930 NH1J 252 77777 0 050120 2F 000000 5RC54040171T Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AK 130050207400002  LLA : BC 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002899972 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   MOD 05 Funding 79700.00 Cumulative Funding 3424795.00  MOD 06  7001BA 130050352000001  LLA : BG 97-11X8242 2884 000 74842 0 065916 2D PAT044 503080080LEN Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001BB 130050381700001  LLA : BH 97-11X8242 2884 000 74842 0 065916 2D PAT044 503080090LEN Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 119 of 193

 FINAL 

Page 122: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AL 130050602100001  LLA : BD 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002924377 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AM 130050543200001  LLA : BE 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002920329 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AN 130050352000001  LLA : BG 97-11X8242 2884 000 74842 0 065916 2D PAT044 503080080LEN Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AP 130050527600001  LLA : BF 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002919772 Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AQ 130050381700001  LLA : BH 97-11X8242 2884 000 74842 0 065916 2D PAT044 503080090LEN Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AR 130050589900001  LLA : BJ 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002923821 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AS 130050684800001  LLA : BK 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002930702 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 

MOD 07  7001BC 130051395200001  LLA : BL 97X4930 NH1J 251 77777 0 050120 2F 000000 A00002976874 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 120 of 193

 FINAL 

Page 123: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 9001AT 130050999600001  LLA : BM 1741810 A2TC 251 WS020 0 050120 2D 000000 A00002951616 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

MOD 08  7001BD 130052505100001  LLA : BN 97X4930 NH1J 252 77777 0 050120 2F 000000 A00003051474 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

MOD 10  7001BE 130053375500001  LLA : BP 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003139235 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AU 130053432000001  LLA : BQ 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003145129 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AV 130053375500002  LLA : BP 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003139235 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AW 130053597600001  LLA : BQ 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003160488 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

MOD 11  7001BF 130053929300001  LLA : BR 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003190120 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 121 of 193

 FINAL 

Page 124: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 

 MOD 12  7001AF 130048747200001  LLA : AF 97X4930 NH1J 253 77777 0 050120 2F 000000 A00002793504 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

 MOD 13  7001BG 130054404100001  LLA : BS 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003229066 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

MOD 14  7001BH 130054675500001  LLA : BT 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003251354 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001BJ 130054585300001  LLA : BT 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003243845 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001BK 130054585200001  LLA : BV 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003243844 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001BL 130054685300001  LLA : BW 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003251717 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AX 130054675500002  LLA : BT 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003251354 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 122 of 193

 FINAL 

Page 125: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

MOD 15  7001BM 130055501500001  LLA : BX 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003317085 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date  7001BN 130055414200001  LLA : BY 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003310429 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

MOD 16  7201AA 130055252100001  LLA : BZ 1751506 Y1CH 251 00019 0 050120 2D 000000 A00003298261 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AB 130055235300001  LLA : CB 1761804 4A4N 251 00019 0 050120 2D 000000 A00003296782 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  7201AC 130055423500001  LLA : CA 1751506 Y1CH 251 00019 0 050120 2D 000000 A00003311449 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AD 130055574100001  LLA : CC 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003322618 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date  7201AE 130055219100001  LLA : CD 1761506 Y5C8 251 00019 0 050120 2D 000000 A00003295029 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AF 130055581400001  LLA : CE 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003323443 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AG 130054899800001  LLA : CF 97-11X8242 2884 000 74842 0 065916 2D PAT044 503080190LEN 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 123 of 193

 FINAL 

Page 126: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AH 130055595100001  LLA : CH 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003323793 Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AJ 130055233800001  LLA : CJ 1761506 Y5C8 251 00019 0 050120 2D 000000 A00003297671 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AK 130054934000001  LLA : CK 97-11X8242 2884 000 74842 0 065916 2D PAT044 503080210LEN Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AL 130055457400001  LLA : CM 1761506 Y5BA 251 00019 0 050120 2D 000000 A00003313400 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AM 130055437900001  LLA : CN 1751506 Y1CH 251 00019 0 050120 2D 000000 A10003312773 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AN 130055608800001  LLA : CP 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003325143 Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AP 130055570800001  LLA : CQ 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003322429 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AQ 130055570900001  LLA : CR 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003322546 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AR 130055571000001  LLA : 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 124 of 193

 FINAL 

Page 127: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

CS 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003322550 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AS 130055574200001  LLA : CT 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003322712 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AA 130055252100002  LLA : BZ 1751506 Y1CH 251 00019 0 050120 2D 000000 A00003298261 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AB 130055235300002  LLA : CB 1761804 4A4N 251 00019 0 050120 2D 000000 A00003296782 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  9201AC 130055423500002  LLA : CA 1751506 Y1CH 251 00019 0 050120 2D 000000 A00003311449 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AD 130055574100002  LLA : CC 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003322618 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AE 130055219100002  LLA : CD 1761506 Y5C8 251 00019 0 050120 2D 000000 A00003295029 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AF 130055581400002  LLA : CE 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003323443 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AG 130054899800002  LLA : CG 97-11X8242 2884 000 74842 0 065916 2D PAT044 503080200LEN Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AH 130055595100002  LLA : CH 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003323793 Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 125 of 193

 FINAL 

Page 128: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AJ 130055233800002  LLA : CJ 1761506 Y5C8 251 00019 0 050120 2D 000000 A00003297671 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AK 130054934000002  LLA : CL 97-11X8242 2884 000 74842 0 065916 2D PAT044 503080220LEN Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AL 130055457400002  LLA : CM 1761506 Y5BA 251 00019 0 050120 2D 000000 A00003313400 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AM 130055437900002  LLA : CN 1751506 Y1CH 251 00019 0 050120 2D 000000 A10003312773 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

MOD 17  7001AZ 130050207400001  LLA : BC 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002899972 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AT 130055715300001  LLA : CU 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003332642 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AU 130055695800001  LLA : CV 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003331469 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AK 130050207400002  LLA : BC 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002899972 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AN 130055695800002  LLA : CV 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003331469 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 126 of 193

 FINAL 

Page 129: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

 MOD 18  7201AV 130055497500001  LLA : CW 1761506 Y5C8 251 00019 0 050120 2D 000000 A00003316793 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

MOD 19  7201AW 130057087900001  LLA : CX 1761804 4A4N 251 00019 0 050120 2D 000000 A00003439889 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AX 130057786500001  LLA : CY 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003488664 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AY 130055497500002  LLA : CW 1761506 Y5C8 251 00019 0 050120 2D 000000 A00003316793 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AP 130057786500002  LLA : CY 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003488664 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

MOD 20  7001BH 130054675500001  LLA : BT 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003251354 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001BJ 130054585300001  LLA : BT 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003243845 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 127 of 193

 FINAL 

Page 130: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 7001BK 130054585200001  LLA : BV 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003243844 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001BL 130054685300001  LLA : BW 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003251717 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AZ 130056643300001  LLA : CZ 1761804 4A5A 257 00019 0 050120 2D 000000 A00003403120 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  7201BA 130056643300002  LLA : CZ 1761804 4A5A 257 00019 0 050120 2D 000000 A00003403120 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  7201BB 130058058700001  LLA : DA 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003504859 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201BC 130058904300001  LLA : DB 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003562530 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AH 130049975200001  LLA : AV 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002883110 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AX 130054675500002  LLA : BT 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003251354 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AQ 130058058700002  LLA : DA 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003504859 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 128 of 193

 FINAL 

Page 131: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

MOD 21  7001AC 130048704800001  LLA : AC 1751506 Y1CH 251 00019 0 050120 2D 000000 A00002790674 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7001AR 130049569400001  LLA : AT 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002853786 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7201AU 130055695800001  LLA : CV 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003331469 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

MOD 23  9201AR 130061605800001  LLA : DC 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003773983 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AS 130061523000001  LLA : DD 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003766598 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

 MOD 24  7201BD 130061825500001  LLA : DE 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003792885 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AT 130061901300001  LLA : DF 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003798061 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AU 130061904400001  LLA : DG 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003798488 Contractor may NOT perform against this SLIN after POP date identified in Section 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 129 of 193

 FINAL 

Page 132: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AV 130061921800001  LLA : DH 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003800212 Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

 MOD 25  7401AA 130062054700001  LLA : DJ 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003809820 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401AB 130062045500001  LLA : DL 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003809310 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401AC 130062000100001  LLA : DN 1771506 Y5C8 251 00019 0 050120 2D 000000 A00003804965 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401AD 130062000200001  LLA : DP 1771506 Y5C8 251 00019 0 050120 2D 000000 A00003805052 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401AE 130062250400001  LLA : DQ 1771804 4A5A 257 00019 0 050120 2D 000000 A00003823923 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401AF 130062250400002  LLA : DQ 1771804 4A5A 257 00019 0 050120 2D 000000 A00003823923 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AY 130062195500001  LLA : BU 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003820443 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9201AW 130062195500002  LLA : BU 97X4930 NH1J 251 77777 0 050120 2F 000000 A00003820443 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 130 of 193

 FINAL 

Page 133: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401AA 130062054700002  LLA : DK 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003809820 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401AB 130062045500002  LLA : DM 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003809310 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date  9401AC 130062000100002  LLA : DN 1771506 Y5C8 251 00019 0 050120 2D 000000 A00003804965 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401AD 130062000200002  LLA : DP 1771506 Y5C8 251 00019 0 050120 2D 000000 A00003805052 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

 MOD 26  7401AG 130062351200001  LLA : DR 1771506 Y5BA 251 00019 0 050120 2D 000000 A00003831218 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401AH 130062654100001  LLA : DT 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003859827 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401AJ 130062432500001  LLA : DU 97-11X8242 2884 000 74842 0 065916 2D PAT044 503080340LEN Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401AK 130062926400001  LLA : E5 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003884983 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401AL 130062646600001  LLA : 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 131 of 193

 FINAL 

Page 134: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

DW 1771804 70BA 257 62758 0 062649 2D CUS739 6275870D30YP Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401AM 130062432600001  LLA : DY 97-11X8242 2884 000 74842 0 065916 2D PAT044 503080350LEN Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401AN 130062953500001  LLA : E2 97X4930 NH1J 257 77777 0 050120 2F A00003886630 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401AP 130063008100001  LLA : E4 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003889994 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401AQ 130062794200001  LLA : E7 1771804 4A4N 251 00019 0 050120 2D 000000 A00003873302 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  7401AR 130062984200001  LLA : E9 1771804 4A4N 251 00019 0 050120 2D 000000 A00003888351 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  7401AS 130062984200002  LLA : EA 1771804 4A4N 251 00019 0 050120 2D 000000 A10003888351 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  9401AE 130062351200002  LLA : DR 1771506 Y5BA 251 00019 0 050120 2D 000000 A00003831218 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401AF 130062654100002  LLA : DT 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003859827 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date  9401AG 130062646600002  LLA : DW 1771804 70BA 257 62758 0 062649 2D CUS739 6275870D30YP Contractor may NOT perform against this SLIN after POP date identified in Section 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 132 of 193

 FINAL 

Page 135: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401AH 130062432600002  LLA : DZ 97-11X8242 2884 000 74842 0 065916 2D PAT044 503080360LEN Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401AJ 130063004400001  LLA : E1 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003890059 Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401AK 130062953500002  LLA : E3 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003886630 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401AL 130062926400002  LLA : E5 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003884983 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401AM 130062432500002  LLA : DV 97-11X8242 2884 000 74842 0 065916 2D PAT044 503080370LEN Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401AN 130062794200002  LLA : E7 1771804 4A4N 251 00019 0 050120 2D 000000 A00003873302 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  

 MOD 27  9201AX 130063004400001  LLA : E1 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003890059 Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401AJ 130063004400001  LLA : E1 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003890059 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 133 of 193

 FINAL 

Page 136: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

MOD 28  7401AT 130062864600001  LLA : EB 1761506 Y1CH 251 00019 0 050120 2D 000000 A00003880726 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401AU 130062864500001  LLA : ED 1761506 Y1CH 251 00019 0 050120 2D 000000 A00003880260 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401AP 130062864600002  LLA : EB 1761506 Y1CH 251 00019 0 050120 2D 000000 A00003880726 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401AQ 130062864500002  LLA : ED 1761506 Y1CH 251 00019 0 050120 2D 000000 A00003880260 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

 MOD 29  7401AV 130062864700001  LLA : EF 1771506 Y5C8 251 00019 0 050120 2D 000000 A00003880730 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401AR 130062864700002  LLA : EF 1771506 Y5C8 251 00019 0 050120 2D 000000 A00003880730 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

MOD 30  7401AW 130063668700001  LLA : EH 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003943130 Only effort uniquely & specifically identifiable to is chargeable 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 134 of 193

 FINAL 

Page 137: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401AX 130063624700001  LLA : EJ 1771804 4A5A 257 00019 0 050120 2D 000000 A00003940332 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  7401AY 130063624700003  LLA : EJ 1771804 4A5A 257 00019 0 050120 2D 000000 A00003940332 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  7401AZ 130063693100001  LLA : EN 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003944441 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401BA 130063726200001  LLA : EP 1771804 70BA 251 62758 0 062649 2D CUS788 6275870D4RVQ Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401BB 130063773100001  LLA : ER 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003950891 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401AS 130063624700002  LLA : EJ 1771804 4A5A 257 00019 0 050120 2D 000000 A00003940332 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  9401AT 130063624700004  LLA : EJ 1771804 4A5A 257 00019 0 050120 2D 000000 A00003940332 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  9401AU 130063726200002  LLA : EP 1771804 70BA 251 62758 0 062649 2D CUS788 6275870D4RVQ Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

 MOD 31 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 135 of 193

 FINAL 

Page 138: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 7401BC 130063996100001  LLA : ES 1771804 4A5A 257 00019 0 050120 2D 000000 A00003968410 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date  7401BD 130064156000001  LLA : ET 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003983444 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401BE 130064309600001  LLA : EU 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003995076 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

 MOD 33  7401BF 130062984200003  LLA : E9 1771804 4A4N 251 00019 0 050120 2D 000000 A00003888351 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401BG 130064429000001  LLA : EV 1771506 U1MM 251 00019 0 050120 2D 000000 A00004003735 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401BH 130064356900001  LLA : EW 97X4930 NH1J 257 77777 0 050120 2F 000000 A00003997563 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401AV 130064429000002  LLA : EQ 1771506 U1MM 251 00019 0 050120 2D 000000 A00004003735 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

 MOD 35  7401BJ 130065102000001  LLA : 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 136 of 193

 FINAL 

Page 139: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

EX 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004049338 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401BK 130065373100001  LLA : EZ 1771804 60BA 251 60550 R 068732 2D CRA054 605507D0710Q Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401BL 130065738900001  LLA : FB 1771804 4A4N 251 00019 0 050120 2D 000000 A00004089383 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  7401BM 130065877500001  LLA : FC 1761611 6218 251 CV312 0 050120 2D 000000 A00004097116 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401AW 130065102000002  LLA : EY 97X4930 NH1J 257 77777 0 050120 2F 000000 A10004049338 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401AX 130065373100002  LLA : EZ 1771804 60BA 251 60550 R 068732 2D CRA054 605507D0710Q Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401AY 130065738900002  LLA : FB 1771804 4A4N 251 00019 0 050120 2D 000000 A00004089383 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  9401AZ 130065877500002  LLA : FC 1761611 6218 251 CV312 0 050120 2D 000000 A00004097116 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

 MOD 36  7401BN 130066969000001  LLA : FD 5773400 307 7874 181O44 0 1 5699 2 27040F 387 700 F2QF157213GW02 F87700  2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 137 of 193

 FINAL 

Page 140: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

7401BP 130066814100001  LLA : FE 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004158564 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401BA 130066969000002  LLA : FD 5773400 307 7874 181O44 0 1 5699 2 27040F 387 700 F2QF157213GW02 F87700  2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  

 MOD 38  7401AC 130062000100001  LLA : DN 1771506 Y5C8 251 00019 0 050120 2D 000000 A00003804965 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7401BQ 130067397100001  LLA : FF 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004202543 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401AC 130062000100002  LLA : DN 1771506 Y5C8 251 00019 0 050120 2D 000000 A00003804965 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401BB 130067393000001  LLA : FG 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004203266 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

MOD 39  7401BR 130067618600001  LLA : FH 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004229404 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

 MOD 40 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 138 of 193

 FINAL 

Page 141: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 7401BS 130068838100001  LLA : FJ 1781804 70BD 257 53824 R 060957 2D CS8176 538248VUS01D Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401BC 130068838100002  LLA : FJ 1781804 70BD 257 53824 R 060957 2D CS8176 538248VUS01D Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

MOD 41  7401BT 130069404300001  LLA : FK 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004375569 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9401BD 130069404300002  LLA : FK 97X4930 NH1J 251 77777 0 050120 2F 000000 A00004375569 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

MOD 42  7601AA 130069877200001  LLA : FL 1781804 70BD 257 53824 R 060957 2D CN8229 538248VUN01D Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

MOD 43  7601AB 130069906800001  LLA : FM 1781804 4A5A 257 00019 0 050120 2D 000000 A00004416098 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601AC 130070092500001  LLA : FN 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004429466 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601AD 130070181900001  LLA : 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 139 of 193

 FINAL 

Page 142: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

FP 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004435744 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601AE 130070060100001  LLA : FQ 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004426724 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601AF 130070102600001  LLA : FR 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004430005 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601AG 130070091300001  LLA : FS 1781804 70BD 257 53824 R 060957 2D CE8292 538248VUE01D Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601AH 130070114300001  LLA : FT 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004430631 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601AJ 130070133300001  LLA : FU 1781506 Y5BA 251 00019 0 050120 2D 000000 A00004432736 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601AK 130070061800001  LLA : FV 1781804 4A4N 251 00019 0 050120 2D 000000 A00004427286 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601AL 130069824700001  LLA : FW 1781804 4A4N 251 00019 0 050120 2D 000000 A00004411662 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601AM 130069914600001  LLA : FX 1781804 4A5A 257 00019 0 050120 2D 000000 A00004416415 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601AN 130069907000001  LLA : FY 1781804 4A5A 257 00019 0 050120 2D 000000 A00004416236 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601AP 130070168900001  LLA : 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 140 of 193

 FINAL 

Page 143: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

FZ 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004435566 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601AQ 130070173500001  LLA : GA 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004435221 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601AR 130070240300001  LLA : GB 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004440510 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601AS 130070234100001  LLA : GC 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004440001 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601AT 130070230800001  LLA : GD 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004441147 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9601AA 130070133300002  LLA : FU 1781506 Y5BA 251 00019 0 050120 2D 000000 A00004432736 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

 MOD 44  7601AU 130069982100001  LLA : GE 1771810 81CC 257 VU021 0 050120 2D 000000 A00004420556 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601AV 130070389000001  LLA : GF 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004452925 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601AW 130070809000001  LLA : GG 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004484707 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601AX 130070808800001  LLA : GH 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004484247 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 141 of 193

 FINAL 

Page 144: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9601AB 130070389000002  LLA : GF 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004452925 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9601AC 130071016600001  LLA : GJ 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004499896 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

MOD 46  7601AY 130070061800002  LLA : FV 1781804 4A4N 251 00019 0 050120 2D 000000 A00004427286 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  7601AZ 130071511200001  LLA : GL 1781506 U1MM 251 00019 0 050120 2D 000000 A00004532584 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601BA 130071511200002  LLA : GL 1781506 U1MM 251 00019 0 050120 2D 000000 A00004532584 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9601AD 130071511200003  LLA : GL 1781506 U1MM 251 00019 0 050120 2D 000000 A00004532584 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9601AE 130071511200004  LLA : GL 1781506 U1MM 251 00019 0 050120 2D 000000 A00004532584 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

MOD 47 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 142 of 193

 FINAL 

Page 145: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 7601BB 130069824700002  LLA : GM 1781804 4A4N 251 00019 0 050120 2D 000000 A10004411662 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  7601BC 130069824700003  LLA : GN 1781804 4A4N 251 00019 0 050120 2D 000000 A20004411662 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.   

 MOD 48  7001AZ 130050207400001  LLA : BC 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002899972 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601BD 130073678400001  LLA : GP 1781804 4A5A 257 00019 0 050120 2D 000000 A00004665745 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  7601BE 130074067100001  LLA : GQ 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004689249 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9001AK 130050207400002  LLA : BC 97X4930 NH1J 252 77777 0 050120 2F 000000 A00002899972 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9601AF 130073606400001  LLA : GR 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004660643 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

MOD 49  7601BF 130074555000001  LLA : GS 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004726501 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 143 of 193

 FINAL 

Page 146: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

through and including the aforementioned date.   

 MOD 50  7601BG 130074777500001  LLA : GT 1781810 A2TC 251 WS020 0 050120 2D 000000 A00004748737 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601BH 130075346700001  LLA : GU 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004802240 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601BJ 130075204000001  LLA : GV 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004789241 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601BK 130075350200001  LLA : GW 1711611 1224 257 SH400 0 050120 2D 000000 A00004800949 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9601AG 130075350200002  LLA : GW 1711611 1224 257 SH400 0 050120 2D 000000 A00004800949 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

 MOD 51  7601BL 130076012800001  LLA : GX 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004847978 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601BM 130075790500001  LLA : GY 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004832897 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601BN 130075735000001  LLA : GZ 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004830774 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date  

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 144 of 193

 FINAL 

Page 147: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

MOD 52  7601BP 130076875100001  LLA : HC 97X4930 NH1J 251 77777 0 050120 2F 000000 A00004912748 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601BQ 130076837200001  LLA : HD 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004909598 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7601BR 130076699300001  LLA : HF 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004900085 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.   

MOD 53  7801AA 130077197700001  LLA : HA 1781810 81CC 251 VU021 0 050120 2D 000000 A00004938604 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7801AB 130077256100001  LLA : HB 1791506 Y5BA 251 00019 0 050120 2D 000000 A00004942468 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7801AC 130077197900001  LLA : HE 1791804 8B2B 251 45534 0 050120 2D 000000 A00004938606 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7801AD 130077539800001  LLA : HG 1791319 Y5A1 251 00019 0 050120 2D 000000 A00004970132 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date  7801AE 130075373500001  LLA : HH 1791804 4A5A 257 00019 0 050120 2D 000000 A00004803017 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  7801AF 130076854600001  

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 145 of 193

 FINAL 

Page 148: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

LLA : HJ 1791804 8B2B 257 45534 0 050120 2D 000000 A00004912457 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7801AG 130077586800001  LLA : HK 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004971924 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7801AH 130076711800001  LLA : HL 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004901879 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7801AJ 130077432000001  LLA : HM 97X4930 NH1J 251 77777 0 050120 2F 000000 A00004960043 Only effort uniquely & specifically identifiable to is chargeable to this SLIN. Common support costs which benefit other customers may not be charged to this SLIN. Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7801AK 130077482900001  LLA : HN 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004964652 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date  7801AL 130077284900001  LLA : HP 1791804 60BA 257 50054 R 068732 2D CX0024 500549D0799P Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7801AM 130077060600001  LLA : HQ 1791506 U1MM 251 00019 0 050120 2D 000000 A00004926466 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7801AN 130077060600003  LLA : HR 1791506 U1MM 251 00019 0 050120 2D 000000 A10004926466 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7801AP 130077060600004  LLA : HR 1791506 U1MM 251 00019 0 050120 2D 000000 A10004926466 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7801AQ 130077060600005  LLA : HR 1791506 U1MM 251 00019 0 050120 2D 000000 A10004926466 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date. 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 146 of 193

 FINAL 

Page 149: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 7801AR 130077312100001  

 HS 97X4930 NH1J 257 77777 0 050120 2F 000000 A00004948076 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  7801AS 130077431300001  LLA : HT 1791804 4A4N 251 00019 0 050120 2D 000000 A00004959309 2410(a) funds expire for this SLIN 365 days from effective date of above modification, or through POP date identified in Section F, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed during the applicable period.  7801AT 130076859900001  LLA : HU 1781810 81CC 257 VU021 0 050120 2D 000000 A00004912471 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9801AA 130077256100002  LLA : HB 1791506 Y5BA 251 00019 0 050120 2D 000000 A00004942468 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9801AB 130077060600002  LLA : HR 1791506 U1MM 251 00019 0 050120 2D 000000 A10004926466 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

MOD 54  7801AU 130076633600001  LLA : HV 1791506 Y5C8 251 00019 0 050120 2D 000000 A00004894859 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  9801AC 130076633600002  LLA : HV 1791506 Y5C8 251 00019 0 050120 2D 000000 A00004894859 Contractor may NOT perform against this SLIN after POP date identified in Section F. Contractor may continue to invoice after this date, but only for work performed through and including the aforementioned date.  

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 147 of 193

 FINAL 

Page 150: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

SECTION H SPECIAL CONTRACT REQUIREMENTS

All provisions and clauses in SECTION H of the basic contract apply to this TO, unless otherwise specifiedin this TO. 

252.225-7993  Prohibition on Contracting with the Enemy (DEVIATION 2014-O0008)

 PROHIBITION ON CONTRACTING WITH THE ENEMY

(DEVIATION2014-O0008)(FEB 2014) 

  (a)  The Contractor shall exercise due diligence to ensure that none of the funds received under this contract areprovided directly or indirectly to a person or entity who is actively opposing United States or Coalition forcesinvolved in a contingency operation in which members of the armed forces are actively engaged in hostilities.

  (b)  The Contractor shall exercise due diligence to ensure that none of their subcontracts areassociated with a person or entities listed in “NDAA FY2012 Section 841/FY2014 Section 831 IdentifiedEntities” list posted at http://www.acq.osd.mil/dpap/pacc/cc/policy.html.

  (c)  The Head of the Contracting Activity (HCA) has the authority to—

(1)  Terminate this contract for default, in whole or in part, if the HCA determines in writing that thecontractor failed to exercise due diligence as required by paragraph (a) and (b) of this clause; or

(2)  Void this contract, in whole or in part, if the HCA determines in writing that any funds received under thiscontract have been provided directly or indirectly to a person or entity who is actively opposing or Coalitionforces involved in a contingency operation in which members of the armed forces are actively engaged inhostilities.

  (d)  The substance of this clause, including this paragraph (d), is required to be included insubcontracts under this contract that have an estimated value over

(End of clause)

252.225-7994  Additional Access to Contractor and Subcontractor Records in theUnited States Central Command Theater of Operations (DEVIATION2014-O0008)(FEB 2014)

  (a)  In addition to any other existing examination-of-records authority, the Department ofDefense is authorized to examine any records of the Contractor to the extent necessaryto ensure that funds available under this Contract are not—

            (1)  Subject to extortion or corruption; or

            (2)  Provided, directly or indirectly, to persons or entities that are activelysupporting an insurgency or otherwise actively opposing United States or coalition forcesin a contingency operation.

  (b)  The substance of this clause, including this paragraph (b), is required to be includedin subcontracts under this contract that have an estimated value over $100,000.

(End of clause)

NAVSEA 5252.202-9101  ADDITIONAL DEFINITIONS (MAY 1993)

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 148 of 193

 FINAL 

Page 151: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 As used throughout this contract, the following terms shall have the meanings set forth below:

(a) DEPARTMENT means the Department of the Navy.

(b) REFERENCES TO THE FEDERAL ACQUISITION REGULATION (FAR)   All references to the FAR inthis contract shall be deemed to also reference the appropriate sections of the Defense FAR Supplement (DFARS),unless clearly indicated otherwise.

(c) REFERENCES TO ARMED SERVICES PROCUREMENT REGULATION OR DEFENSE ACQUISITIONREGULATION   All references in this document to either the Armed Services Procurement Regulation (ASPR) orthe Defense Acquisition Regulation (DAR) shall be deemed to be references to the appropriate sections of theFAR/DFARS.

(d) NATIONAL STOCK NUMBERS   Whenever the term Federal Item Identification Number and its acronymFIIN or the term Federal Stock Number and its acronym FSN appear in the contract, order or their citedspecifications and standards, the terms and acronyms shall be interpreted as National Item Identification Number(NIIN) and National Stock Number (NSN) respectively which shall be defined as follows:

 (1)  National Item Identification Number (NIIN).  The number assigned to each approved Item Identificationunder the Federal Cataloging Program.  It consists of nine numeric characters, the first two of which are theNational Codification Bureau (NCB) Code.  The remaining positions consist of a seven digit non significantnumber.

 (2)  National Stock Number (NSN).  The National Stock Number (NSN) for an item of supply consists of theapplicable four position Federal Supply Class (FSC) plus the applicable nine position NIIN assigned to the item ofsupply.

 NAVSEA 5252.232-9104  ALLOTMENT OF FUNDS (JAN 2008)

(a)  This contract is incrementally funded with respect to both cost and fee.  The amount(s) presently available andallotted to this contract for payment of fee for incrementally funded contract line item number/contract sublineitem number (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE"(FAR 52.216-10), as appropriate, is specified below.  The amount(s) presently available and allotted to thiscontract for payment of cost for incrementally funded CLINs/SLINs is set forth below.  As provided in the clauseof this contract entitled "LIMITATION OF FUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby, and theperiod of performance for which it is estimated the allotted amount(s) will cover are as follows:

                                                                                                      ESTIMATEDITEM(S)         ALLOTTED TO COST          ALLOTTED TO FEE      PERIOD OF PERFORMANCE   *                          $                                                  $ 

(b)  The parties contemplate that the Government will allot additional amounts to this contract from time to timefor the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shallstate separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby,and the period of performance which the amount(s) are expected to cover.

(c)  CLINs/SLINs                                   are fully funded and performance under these CLINs/SLINs issubject to the clause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20).

(d)  The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costsof performance of fully funded CLINs/SLINs.

* to be completed at time of award/modification

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 149 of 193

 FINAL 

Page 152: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

NAVSEA 5252.242-9115 TECHNICAL INSTRUCTIONS (APRIL 1999)

(a)  Performance of the work hereunder may be subject to written technical instructions signed by the ContractingOfficer's Representative specified in Section G of this contract.  As used herein, technical instructions are definedto include the following:

       (1)  Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift work emphasis, fill indetails or otherwise serve to accomplish the contractual statement of work.

       (2)  Guidelines to the Contractor which assist in the interpretation of drawings, specifications or technicalportions of work description.

(b)  Technical instructions must be within the general scope of work stated in the contract.  Technical instructionsmay not be used to:  (1) assign additional work under the contract; (2) direct a change as defined in the"CHANGES" clause of this contract; (3) increase or decrease the contract price or estimated contract amount(including fee), as applicable, the level of effort, or the time required for contract performance; or (4) change anyof the terms, conditions or specifications of the contract.

(c)  If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the contractor is inconsistent with this requirement, the Contractor shall notify the Contracting Officer in writing within ten(10) working days after the receipt of any such instruction.  The Contractor shall not proceed with the workaffected by the technical instruction unless and until the Contractor is notified by the Contracting Officer that thetechnical instruction is within the scope of this contract.

(d)  Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performing that portionof the contractual work statement which is not affected by the disputed technical instruction.

NAVSEA 5252.245-9108  GOVERNMENT FURNISHED PROPERTY (SEP 1990)The Government will provide only that property set forth below, notwithstanding any term or condition of thistask order to the contrary. Upon Contractor's written request to the cognizant COR, via the cognizant ProcuringContract Office (NSWC Crane), the Government will furnish the following for use in the performance of this taskorder:            

Also identified upon issuance of each Technical Instruction (TI).  

CONFORMANCE WITH THE ENVIRONMENTAL MANAGEMENT SYSTEM

The Contractor shall perform work under this contract, at the installation or at the Contractor site, consistent withthe policy and objectives identified in the installation's Environmental Management System (EMS) and applicablerules and regulations provided to the contractor as Government Furnished Information (GFI).  The Contractor shallperform work in a manner that conforms to objectives and targets, environmental programs and operationalcontrols identified by the EMS.  The Contractor shall provide monitoring and measurement information asrequired by the EMS coordinator (Environmental Protection Manager) to address environmental performancerelative to environmental, energy, and transportation management goals. 

In the event an EMS nonconformance or environmental noncompliance associated with the contracted services,tasks, or actions occurs, the Contractor shall be responsible for coordinating with the installation's EnvironmentalProtection office on proposed corrective and/or preventive actions and for completing all corrective/preventiveactions as required by the EMS coordinator or the Environmental Protection Office.  In addition, the Contractorshall ensure its employees are aware of their roles and responsibilities under the EMS and Environmental laws andregulations, and how these EMS roles and responsibilities affect work performed under the contract. 

The Contractor shall be responsible for ensuring their employees receive applicable environmental andoccupational health and safety training, and maintain regulatory-required specific training for the type of work tobe conducted.  All Contractor personnel, and their subcontractor personnel, performing tasks that have the

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 150 of 193

 FINAL 

Page 153: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

potential to cause an environmental impact shall be competent on the basis of appropriate education, training orexperience.    Upon contract award, the Government will provide EMS Awareness and Environmental Awarenesstraining on CD to the Contractor.  The Contractor shall provide the EMS coordinator with all training recordsrequired by the EMS coordinator or the Environmental Protection Office (including but not limited to EMStraining, waste water treatment certifications, asbestos certifications, etc.) for all contractor personnel andsubcontractor personnel within 30 days prior to performance or at time of contract award whichever comes firstand annually thereafter. The installation EMS Coordinator will retain associated records.

RAPIDGate       NSA/NSWC CRANE INSTALLATION ACCESS (Dec 2013) 

NSA/NSWC Crane is implementing the Navy Commercial Access Control System (NCACS) projects.The NCACS is the standard identity management and perimeter installation access control solution forthe access management of vendors, contractors, suppliers and service providers who are not authorizeda Common Access Card (CAC). The rationale for implementation of this system is to increase securitywhile reducing impacts to the contractor community by improving efficiencies for base entry.

 A new protocol being implemented to fulfill this NCACS requirement is the RAPIDGate system. Thesystem meets Presidential Directive (HSPD-12) requirements by providing background checks ofcontractor personnel. A personal badge that affords base access (and/or multiple base access) for oneyear will be issued to each Contractor employee that meets background check criteria. While Contractorsare not required to participate in this program, those Contractors who choose not to participate will berequired to obtain daily passes for base access.

 For contracts which include the FAR 52.204-9 Personal Identity Verification of Contractor Personnel orwill otherwise require frequent access to the Naval Support Activity (NSA)/NSWC Crane site, contractorsshould consider taking advantage of the benefits available from the RAPIDGate program.  A GovernmentSponsor is required to validate a Contractor’s request for RAPIDGate access, and shall be theContracting Officer’s Representative (COR).  If there is no COR, then the Government Sponsor is theContracting Officer.

 The Government does not guarantee the contractor’s successful enrollment or the successful enrollmentof any contractor employees in the RAPIDGate program. Significant delays may result from choosing toaccess the installation by obtaining a one day pass. The Government will not be held responsible for anyaccess delays associated with using the daily pass process.  Please address any questions or concernsregarding RAPIDGate to the COR or the local Base Security Office personnel listed below. 

(end of clause)

NAVSEA 5252.216-9122  LEVEL OF EFFORT – ALTERNATE 1 (MAY 2010)

(a)  The Contractor agrees to provide the total level of effort specified in the next sentence in performance of thework described in Sections B and C of this contract.  The total level of effort for the performance of this contractshall be 672,204 total man-hours of direct labor, including subcontractor direct labor for those subcontractorsspecifically identified in the Contractor's proposal as having hours included in the proposed level of effort (doesnot include surge CLINS).

(b)  Of the total man-hours of direct labor set forth above, it is estimated that zero (0) man-hours areuncompensated effort.

Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week without additionalcompensation for such excess work.  All other effort is defined as compensated effort.  If no effort is indicated in

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 151 of 193

 FINAL 

Page 154: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

the first sentence of this paragraph, uncompensated effort performed by the Contractor shall not be counted infulfillment 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 effortperformed in direct support of this contract and shall not include time and effort expended on such things as (localtravel to and from an employee's usual work location), uncompensated effort while on travel status, truncatedlunch periods, work (actual or inferred) at an employee's residence or other non-work locations (except asprovided in paragraph (i) below), or other time and effort which does not have a specific and direct contribution tothe tasks described in Sections B and C.

(d)  The level of effort for this contract shall be expended at an average rate of approximately 2,585 hours perweek.  It is understood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technicalobjective, provided such fluctuation does not result in the use of the total man-hours of effort prior to theexpiration 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 tosuch 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 probablebenefits which would result, and an offer to undertake the acceleration at no increase in the estimated cost or feetogether with an offer, setting forth a proposed level of effort, cost breakdown, and proposed fee, for continuationof the work until expiration of the term hereof.  The offer shall provide that the work proposed will be subject tothe terms and conditions of this contract and any additions or changes required by then current law, regulations, ordirectives, and that the offer, with a written notice of acceptance by the Contracting Officer, shall constitute abinding contract.  The Contractor shall not accelerate any effort until receipt of such written approval by theContracting 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 directlabor such that the total man-hours of effort specified in paragraph (a) above would be used prior to the expirationof the term.  This order shall specify the acceleration required and the resulting revised term.  The Contractor shallacknowledge this order within five days of receipt.

(g)  The Contractor shall provide and maintain an accounting system, acceptable to the Administrative ContractingOfficer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort (compensatedand uncompensated, if any) provided in fulfillment of the level of effort obligations of this contract.  TheContractor 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.

(h)  Within 45 days after completion of the work under each separately identified period of performancehereunder, the Contractor shall submit the following information in writing to the Contracting Officer with copiesto the cognizant Contract Administration Office and to the DCAA office to which vouchers are submitted:  (1) thetotal number of man-hours of direct labor expended during the applicable period; (2) a breakdown of this totalshowing the number of man-hours expended in each direct labor classification and associated direct and indirectcosts; (3) a breakdown of other costs incurred; and (4) the Contractor's estimate of the total allowable costincurred under the contract for the period.  Within 45 days after completion of the work under the contract, theContractor shall submit, in addition, in the case of a cost underrun; (5) the amount by which the estimated cost ofthis contract may be reduced to recover excess funds.  All submissions shall include subcontractor information.

(i) Unless the Contracting Officer determines that alternative worksite arrangements are detrimental to contractperformance, the Contractor may perform up to 10% of the hours at an alternative worksite, provided theContractor has a company-approved alternative worksite plan.  The primary worksite is the traditional “mainoffice” worksite. An alternative worksite means an employee’s residence or a telecommuting center.  Atelecommuting 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 performancebecomes unacceptable, the Contractor will be prohibited from counting the hours performed at the alternativeworksite in fulfilling the total level of effort obligations of the contract. Regardless of work location, all contract

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 152 of 193

 FINAL 

Page 155: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

terms and conditions, including security requirements and labor laws, remain in effect.  The Government shall notincur any additional cost nor provide additional equipment for contract performance as a result of the Contractor’selection to implement an alternative worksite plan.

(j) Notwithstanding any of the provisions in the above paragraphs and subject to the LIMITATION OF FUNDS orLIMITATION OF COST clauses, as applicable, the period of performance may be extended and the estimated costmay be increased in order to permit the Contractor to provide all of the man-hours listed in paragraph (a) above. The contractor shall continue to be paid fee for each man-hour performed in accordance with the terms of thecontract.

252.209-7992  REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENTTAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW—FISCAL YEAR 2015

APPROPRIATIONS

(DEVIATION 2015-OO0005) (DEC 2014)

      (a)  In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or anyother Act may be used to enter into a contract with any corporation that—

              (1)  Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrativeremedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to anagreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of theunpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made adetermination that this further action is not necessary to protect the interests of the Government; or

              (2)  Was convicted of a felony criminal violation under any Federal law within the preceding 24months, where the awarding agency is aware of the conviction, unless the agency has considered suspension ordebarment of the corporation and made a determination that this action is not necessary to protect the interests ofthe Government.

      (b)  The Offeror represents that—

              (1)  It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, forwhich all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in atimely manner pursuant to an agreement with the authority responsible for collecting the tax liability,

              (2)  It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under aFederal law within the preceding 24 months. 

252.204-7012  Safeguarding of Unclassified Controlled Technical Information (NOV 2013)

      (a)  Definitions. As used in this clause—

“Adequate security” means protective measures that are commensurate with the consequences andprobability of loss, misuse, or unauthorized access to, or modification of information.

“Attribution information” means information that identifies the Contractor, whether directly or indirectly, bythe grouping of information that can be traced back to the Contractor (e.g., program description or facilitylocations).

“Compromise” means disclosure of information to unauthorized persons, or a violation of the securitypolicy of a system, in which unauthorized intentional or unintentional disclosure, modification, destruction,or loss of an object, or the copying of information to unauthorized media may have occurred.

“Contractor information system” means an information system belonging to, or operated by or for, theContractor.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 153 of 193

 FINAL 

Page 156: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

“Controlled technical information” means technical information with military or space application that issubject to controls on the access, use, reproduction, modification, performance, display, release,disclosure, or dissemination. Controlled technical information is to be marked with one of the distributionstatements B-through-F, in accordance with DoD Instruction 5230.24, Distribution Statements onTechnical Documents. The term does not include information that is lawfully publicly available withoutrestrictions.

“Cyber incident” means actions taken through the use of computer networks that result in an actual orpotentially adverse effect on an information system and/or the information residing therein.

“Exfiltration” means any unauthorized release of data from within an information system. This includescopying the data through covert network channels or the copying of data to unauthorized media.

“Media” means physical devices or writing surfaces including, but is not limited to, magnetic tapes,optical disks, magnetic disks, large-scale integration memory chips, and printouts onto which informationis recorded, stored, or printed within an information system.

“Technical information” means technical data or computer software, as those terms are defined in theclause at DFARS 252.227-7013, Rights in Technical Data-Non Commercial Items, regardless of whetheror not the clause is incorporated in this solicitation or contract. Examples of technical information includeresearch and engineering data, engineering drawings, and associated lists, specifications, standards,process sheets, manuals, technical reports, technical orders, catalog-item identifications, data sets,studies and analyses and related information, and computer software executable code and source code.

      (b)  Safeguarding requirements and procedures for unclassified controlled technical information. TheContractor shall provide adequate security to safeguard unclassified controlled technical information fromcompromise. To provide adequate security, the Contractor shall—

            (1)  Implement information systems security in its project, enterprise, or company-wideunclassified information technology system(s) that may have unclassified controlled technical informationresident on or transiting through them. The information systems security program shall implement, at aminimum—

                    (i)  The specified National Institute of Standards and Technology (NIST) Special Publication(SP) 800-53 security controls identified in the following table; or

                    (ii)  If a NIST control is not implemented, the Contractor shall submit to the ContractingOfficer a written explanation of how—

                            (A)  The required security control identified in the following table is not applicable; or

                            (B)  An alternative control or protective measure is used to achieve equivalentprotection.

            (2)  Apply other information systems security requirements when the Contractor reasonablydetermines that information systems security measures, in addition to those identified in paragraph (b)(1)of this clause, may be required to provide adequate security in a dynamic environment based on anassessed risk or vulnerability.

                            Table 1 -- Minimum Security Controls for Safeguarding

Minimum required security controls for unclassified controlled technical information requiringsafeguarding in accordance with paragraph (d) of this clause. (A description of the security controls is inthe NIST SP 800-53, “Security and Privacy Controls for Federal Information Systems and Organizations”(http://csrc.nist.gov/publications/PubsSPs.html).)

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 154 of 193

 FINAL 

Page 157: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

AccessControl

AC-2

AC-3(4)

AC-4

AC-6

AC-7

AC-11(1)

AC-17(2)

AC-18(1)

AC-19

AC-20(1)

AC-20(2)

AC-22

Audit &Accountability

AU-2

AU-3

AU-6(1)

AU-7

AU-8

AU-9

Identification andAuthentication

IA-2

IA-4

IA-5(1)

 

Media Protection

MP-4

MP-6

 

System &CommProtection

SC-2

SC-4

SC-7

SC-8(1)

SC-13

SC-15

SC-28

 

 

Physical andEnvironmentalProtection

PE-2

PE-3

PE-5

IncidentResponse

IR-2

IR-4

IR-5

IR-6

 

ConfigurationManagement

CM-2

CM-6

CM-7

CM-8

 

ProgramManagement

PM-10

 

 

System &InformationIntegrity

SI-2

SI-3

SI-4

 

Maintenance

MA-4(6)

MA-5

MA-6

Risk Assessment

RA-5

 

Awareness &Training

AT-2

ContingencyPlanning

CP-9  

Legend:  

AC: Access Control MA: Maintenance

AT: Awareness and Training MP: Media Protection

AU: Auditing and Accountability PE: Physical & Environmental Protection

CM: Configuration Management PM: Program Management

CP: Contingency Planning RA: Risk Assessment

IA: Identification and Authentication SC: System & Communications Protection

IR: Incident Response SI: System & Information Integrity

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 155 of 193

 FINAL 

Page 158: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

      (c)  Other requirements. This clause does not relieve the Contractor of the requirements specified byapplicable statutes or other Federal and DoD safeguarding requirements for Controlled UnclassifiedInformation (CUI) as established by Executive Order 13556, as well as regulations and guidanceestablished pursuant thereto.

      (d)  Cyber incident and compromise reporting.

            (1)  Reporting requirement. The Contractor shall report as much of the following information ascan be obtained to the Department of Defense via (http://dibnet.dod.mil/) within 72 hours of discovery ofany cyber incident, as described in paragraph (d)(2) of this clause, that affects unclassified controlledtechnical information resident on or transiting through the Contractor’s unclassified information systems:

                    (i)  Data Universal Numbering System (DUNS).

                    (ii)  Contract numbers affected unless all contracts by the company are affected.

                    (iii)  Facility CAGE code if the location of the event is different than the prime Contractorlocation.

                    (iv)  Point of contact if different than the POC recorded in the System for AwardManagement (address, position, telephone, email).

                    (v)  Contracting Officer point of contact (address, position, telephone, email).

                    (vi)  Contract clearance level.

                    (vii)  Name of subcontractor and CAGE code if this was an incident on a Sub-contractornetwork.

                    (viii)  DoD programs, platforms or systems involved.

                    (ix)  Location(s) of compromise.

                    (x)  Date incident discovered.

                    (xi)  Type of compromise (e.g., unauthorized access, inadvertent release, other).

                    (xii)  Description of technical information compromised.

                    (xiii)  Any additional information relevant to the information compromise.

            (2)  Reportable cyber incidents. Reportable cyber incidents include the following:

                    (i)  A cyber incident involving possible exfiltration, manipulation, or other loss orcompromise of any unclassified controlled technical information resident on or transiting throughContractor’s, or its subcontractors’, unclassified information systems.

                    (ii)  Any other activities not included in paragraph (d)(2)(i) of this clause that allowunauthorized access to the Contractor’s unclassified information system on which unclassified controlledtechnical information is resident on or transiting.

            (3)  Other reporting requirements. This reporting in no way abrogates the Contractor’sresponsibility for additional safeguarding and cyber incident reporting requirements pertaining to itsunclassified information systems under other clauses that may apply to its contract, or as a result ofother U.S. Government legislative and regulatory requirements that may apply (e.g., as cited inparagraph (c) of this clause).

            (4)  Contractor actions to support DoD damage assessment. In response to the reported cyber

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 156 of 193

 FINAL 

Page 159: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

incident, the Contractor shall—

                    (i)  Conduct further review of its unclassified network for evidence of compromise resultingfrom a cyber incident to include, but is not limited to, identifying compromised computers, servers,specific data and users accounts. This includes analyzing information systems that were part of thecompromise, as well as other information systems on the network that were accessed as a result of thecompromise;

                    (ii)  Review the data accessed during the cyber incident to identify specific unclassifiedcontrolled technical information associated with DoD programs, systems or contracts, including militaryprograms, systems and technology; and

                    (iii)  Preserve and protect images of known affected information systems and all relevantmonitoring/packet capture data for at least 90 days from the cyber incident to allow DoD to requestinformation or decline interest.

            (5)  DoD damage assessment activities. If DoD elects to conduct a damage assessment, theContracting Officer will request that the Contractor point of contact identified in the incident report at(d)(1) of this clause provide all of the damage assessment information gathered in accordance withparagraph (d)(4) of this clause. The Contractor shall comply with damage assessment informationrequests. The requirement to share files and images exists unless there are legal restrictions that limit acompany's ability to share digital media. The Contractor shall inform the Contracting Officer of thesource, nature, and prescription of such limitations and the authority responsible.

      (e)  Protection of reported information. Except to the extent that such information is lawfully publiclyavailable without restrictions, the Government will protect information reported or otherwise provided toDoD under this clause in accordance with applicable statutes, regulations, and policies. The Contractorshall identify and mark attribution information reported or otherwise provided to the DoD. TheGovernment may use information, including attribution information and disclose it only to authorizedpersons for purposes and activities consistent with this clause.

      (f)  Nothing in this clause limits the Government’s ability to conduct law enforcement orcounterintelligence activities, or other lawful activities in the interest of homeland security and nationalsecurity. The results of the activities described in this clause may be used to support an investigation andprosecution of any person or entity, including those attempting to infiltrate or compromise information ona contractor information system in violation of any statute.

      (g)  Subcontracts. The Contractor shall include the substance of this clause, including this paragraph(g), in all subcontracts, including subcontracts for commercial items.

AWARD TERM CLAUSE

This Task Order (TO) will have a base period of one (1) year followed by two (2) one-year option periods,followed by two (2) one-year award term periods for a total of five (5) years, if all options and awards areexercised.

In addition to the terms set forth in the Task Order (TO), the contractor may earn an extension or reduction to theTO length on the basis of performance against the predetermined criteria during the award term evaluationperiods.

The time specified for period of evaluation will ensure the Government has sufficient time to solicit and award anew TO, should the contractor not earn an Award Term (AT).  The contractor will be evaluated for the first 24months of performance, with award term extensions beginning after the third full year of performance.  There willbe two (2) total evaluations, as noted in Table-1 below.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 157 of 193

 FINAL 

Page 160: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

The contractor can earn a minimum of 6 points and a maximum of 40 points per evaluation period.  Eachevaluation period will be separate from the others.  Points earned in one evaluation period will not be countedtowards the cumulative points of the next evaluation period.  The first evaluation period will be from date ofaward through 24 months following the date of award, with a subsequent evaluation conducted 12 monthsthereafter.

 Evaluation Period 1

If the contractor scores less than 24 points (e.g., 6 points to 23 points) for performance during the first 24 monthsof the TO, AT 1 (Year 4) will not be awarded, and the TO will end at the conclusion of OY 2 (Year 3).

If the contractor scores between 24 points and 40 points for performance during the first 24 months of the TO, AT1 (Year 4) will be awarded, and the TO will end at the conclusion of AT1 (Year 4), unless the contractor earns AT2 (Year 5).

Evaluation Period 2

If the contractor scores less than 32 points (e.g., 6 points to 31 points) for performance during the 12-monthperiod beginning the 25th month through the 36th month of the TO, AT 2 (Year 5) will not be awarded, and theTO will end at the conclusion of AT 1 (Year 4).

If the contractor scores between 32 points and 40 points for performance during the 12-month period beginningthe 25th month following award of the TO through the 36th month of the TO, AT 2 (Year 5) will be awarded, andthe TO will end at the conclusion of AT 2 (Year 5).

(a) Award Term.  The award-term concept is an incentive that permits extension of the TO period beyond thebase Period of Performance (PoP) for superior performance or reduction of the TO PoP because of poorperformance.

(b) Term Points.  Points are earned during each evaluation period on the basis of the contractor's performance. The contractor must earn a minimum of 24 points in the first evaluation period, a minimum of 32 points in thesecond evaluation period for an additional term extension.  If the contractor earns less than 24 points in the firstevaluation period, they will not be awarded AT 1.

(c) Monitoring of Performance.  The contractor’s performance will be continually monitored by the PerformanceMonitors (PO)/Requiring Technical Activity (RTA) whose findings are reported to the Award-Term EvaluationTeam (ATET).  The ATET provides recommendations to the Term Determining Official (TDO), who makes thefinal decision on the award-term amounts on the basis of the contractor's performance during the specifiedevaluation periods.

(d) Award-Term Plan.  The evaluation criteria, the associated points, and the associated award-term extensions orreductions are specified in the award-term plan.

(e) Modification of Award-Term Plan.  Changes may be made to the award-term plan at any time during TOperformance, provided that both parties agree to them.  If agreement cannot be reached on changes, the initial

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 158 of 193

 FINAL 

Page 161: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

award-term plan remains in effect.

(f) Self-Evaluation.  The contractor will submit to the KO, within 5 working days after the end of eachaward-term evaluation period, a brief written self-evaluation of its performance for that period.  Thisself-evaluation shall be limited to 5 pages.  It will be used in the ATET's evaluation of the contractor'sperformance during this period.

(g) Disputes.  Decisions regarding the award term, including, but not limited to, the amount of the award term, ifany; the methodology used to calculate the award term; calculation of the award term; the supplier's entitlement tothe award term; and the nature and success of the contractor's performance, are made by the TDO.  Thesedecisions are final and are not subject to dispute.

(h) Award-Term Extension.  The TO period may be modified to reflect the TDO decision.  The total TO orderingperiod, including extensions under this clause, will not exceed 5 years, or the time remaining on the contractor’sSeaPort-e contract, including exercised award-terms.  The award-term provision must be included in thesolicitation and resulting TO.  If at any time the contract period does not extend more than two years from theTDO decision, the operation of the award-term provision will cease and the ordering period will not extendbeyond the term set at that time.

AWARD TERM PLAN

1.0 INTRODUCTION

Award-term contracting is a tool used to promote efficient, quality contractor performance.  Award-termcontracting should be used when there are specific performance metrics which can be identified and knownobjectives can be measured.

The award-term process should be used when a long-term business relationship is of value to the Government andthe contractor, and the expected outcome is known upfront.

The Award-Term Plan as found as an attachment in Section J sets the basis for evaluating the contractor’sperformance and for presenting an assessment of that performance to the Term-Determining Official (TDO).

All decisions regarding the award-term points, the methodology used to calculate award-term points, thecontractor’s entitlement to the points and the nature and success of the contractor’s performance are final and arenot subject to dispute.  The award term, if earned, will be provided to the contractor through unilateral contractmodification.

The specific criteria and procedures that will be used to assess the contractor’s performance and for determining ifadditional award-terms are earned is as described herein:

2.0 ORGANIZATION

The award-term evaluation team consists of the term-determining official (TDO), the Contracting Officer'sRepresentative (COR) requesting technical activity/performance monitors (RTA) and the contracting officer (KO).

3.0 RESPONSIBILITIES

a) Term-Determining Official (TDO).  The TDO will be the division manager of the code for which therequirement is supporting.  The TDO shall approve the award-term plan and any significant changes to it.  TheTDO is responsible for review of the COR’s recommendation, shall consider all pertinent data, and determine theaward-term points for each evaluation period.

b) Contracting Officer's Representative (COR).  The COR is responsible for obtaining and reviewingperformance evaluations submitted by the performance monitors and the contractor’s self-evaluation.  The CORshall consider all information from pertinent sources, shall prepare an interim performance report and arrive at theearned award-term point recommendation, to be presented to the TDO.  An initial assessment of the contractor’s

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 159 of 193

 FINAL 

Page 162: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

performance will be done at the conclusion of the first 24 months of performance, with a subsequent evaluationbeing conducted a year thereafter.  The COR may suggest recommended changes to the award term plan, whichwill be considered by the TDO for incorporation or modification into the plan.

c) Performance Monitors (PO)/Requiring Technical Activity (RTA).  PO(s) will be responsible for maintainingwritten records of the contractor’s performance in their assigned evaluation area so that a fair and accurateevaluation is obtained.  The PO may provide informal feedback of contractor performance at anytime, but mustprepare written interim and end-of-term evaluation reports as directed by the COR.

d) Contracting Officer (KO).  The KO is responsible for overseeing the contractor’s performance with regards toall contractual issues.  The KO is the liaison between the contractor and government personnel.  The KO mayissue a written notice to the contractor when areas of performance present government concern.  The KO shallapprove any changes to the award-term plan.  Subsequent to the TDO decision, the KO will modify the task orderperiod of performance (PoP), if necessary, to reflect the TDO’s decision.

4.0 AWARD-TERM PROCESS

a) Evaluation Points.  Points are awarded during each evaluation period of the TO on the basis of how thecontractor has performed against the predetermined criteria.  The TO period is then extended or reduced to reflectthis assessment.  The time specified for period of evaluation will ensure the Government has sufficient time tosolicit and award a new TO, should the contractor not earn an Award Term (AT).  The contractor must scorebetween 24 points and 40 points for performance during the first 24 months of the basic order period to secure AT1.  The contractor must score between 32 points and 40 points for performance during the 12-month periodbeginning the 25th month following award of the TO through the 36th month of the TO to secure AT 2.

b) Evaluation Criteria.  If the KO does not give specific notice in writing to the contractor of any change to theevaluation criteria prior to the start of a new evaluation period, then the same criteria listed for the precedingperiod will be used in the following award-term evaluation period.

c) Interim Evaluation Process.  An Interim evaluation will be conducted at the conclusion of the first six monthsof performance for the base period.  At the discretion of the TDO, Interim evaluations may take place morefrequently.  The COR will notify the performance monitors 14 calendar days before the midpoint of the evaluationperiod.  Performance monitors are required to submit their evaluation reports to the COR 21 calendar days afterthis notification.  The COR determines the evaluation results and notifies the contractor of the strengths andweaknesses for the current evaluation period.  The KO may also issue letters at any other time when it is deemednecessary to highlight areas of government concern.

d) End-of-Evaluation-Period.  The COR notifies the performance monitors 14 calendar days before the end ofthe evaluation period.  The performance monitors prepare and submit a written evaluation report to the CORwithin 14 calendar days after the end of the evaluation period.  The COR forwards copies of the reports to thecontractor.

The contractor is given an opportunity to address the performance monitor’s evaluations.  Contractor rebuttal mustbe received within 20 days after the end of the evaluation period.  The contractor must prepare a self-evaluation oftheir performance and submit it to the KO within 5 working days after the end of the evaluation period. Thecontractor’s evaluation may contain any information that could be reasonably expected to assist in determining thefinal performance assessment score.  The self-evaluation may not exceed 5 pages.  The COR prepares anevaluation report and recommendation regarding earned or unearned award-term points.  The COR briefs the TDOon the evaluation results and recommendation within 30 calendar days after the end of the evaluation period.  TheTDO determines the overall award-term points for the evaluation period within 45 calendar days after eachevaluation period.  The TDO shall issue a letter informing the contractor of the earned award-term points and thetotal cumulative points.  If sufficient award term-points are earned, the KO will issue a contract modificationwithin 15 calendar days after the TDO’s decision has been made.  The modification will authorize an awardextension or reduction based on the earned or unearned award-term points.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 160 of 193

 FINAL 

Page 163: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

5.0 AWARD-TERM PLAN CHANGE PROCEDURES

Proposed changes to the award-term plan shall be bilateral.  If either party desires a change to the award-term planand a mutual agreement cannot be reached, the original award-term plan will remain in effect.

In addition to the terms set forth elsewhere in the contract, the contractor may earn an extension or reduction tothe contract period from a minimum of 1 to a maximum of 5 years on the basis of performance during theevaluation periods. The contractor is evaluated during the first year of performance, but extensions or reductionsstart in the second year. If scores are very good during Year 2, the contractor earns Year 4; if scores are very goodin Year 3, the contractor earns Year 5. In Year 5, the contractor must earn a score of "excellent" in order for thecontract period to be extended beyond Year 5. Consistent scores of "excellent" during succeeding years earncontract period extensions up to a maximum of 10 years. The contract period may also be reduced on the basis ofthe contractor's performance against the stated performance parameters. Points are awarded or deducted duringeach year of the contract on the basis of how the contractor has performed against the predetermined criteria. Thecontract period is then extended or reduced to reflect this assessment.

(a) Award Term. The award-term concept is an incentive that permits extension of the contract period beyond thebase period of performance for superior performance or reduction of the contract period of performance becauseof poor performance. (b) Term Points. Positive or negative points are accumulated during each evaluation periodon the basis of the contractor's performance. An accumulation of positive points (e.g., +50, +75, or +100) isrequired for a one-year term extension, and an accumulation of negative points (e.g., -50, -75, or -100) results in aone-year reduction in the contract period. (c) Monitoring of Performance. The contractor's performance will becontinually monitored by the performance monitors whose findings are reported to the ATRB. The ATRBrecommends an award term to the TDO, who makes the final decision on the award-term amount on the basis ofthe contractor's performance during the award-term evaluation period. (d) Award-Term Plan. The evaluationcriteria, the associated points, and the associated award-term extensions or reductions are specified in theaward-term plan. (e) Modification of Award-Term Plan. Changes may be made to the award-term plan at any timeduring contract performance, provided that both parties agree to them. If agreement cannot be reached on changes,the initial award-term plan remains in effect. (f) Self-Evaluation. The contractor will submit to the CO, within 5working days after the end of each award-term evaluation period, a brief written self-evaluation of its performancefor that period. This self-evaluation shall be limited to 25 pages. It will be used in the ATRB's evaluation of thecontractor's performance during this period. (g) Disputes. Decisions regarding the award term, including—but notlimited to— the amount of the award term, if any; the methodology used to calculate the award term; calculationof the award term; the supplier's entitlement to the award term; and the nature and success of the contractor'sperformance, are made by the TDO. These decisions are final and are not subject to dispute. (h) Award-TermExtension. The contract period may be modified to reflect the TDO decision. The total contract ordering period,including extensions under this clause, will not exceed 5 years, or the time remaining on the SEAport contracts,including exercised options. The award-term provision must be included in the solicitation and resulting TO. If atany time the contract period does not extend more than two years from the TDO decision, the operation of theaward-term provision will cease and the ordering period will not extend beyond the term set at that time.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 161 of 193

 FINAL 

Page 164: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

SECTION I CONTRACT CLAUSES

CLAUSES INCORPORATED BY REFERENCE

52.222-17 - Nondisplacement of Qualified Workers (May 2014)

52.232-40 - Accelerated Payments to Small Business Subcontractors (DEC 2013)

FAR 52.222-99 - Establishing a Minimum Wage for Contractors (DEVIATION)

ESTABLISHING A MINIMUM WAGE FOR CONTRACTORS

(DEVIATION 2014-O0017) (JUNE 2014)

This clause implements Executive Order 13658, Establishing a Minimum Wage for Contractors, dated February12, 2014, and OMB Policy Memorandum M-14-09, dated June 12, 2014.

   (a) Each service employee, laborer, or mechanic employed in the United States (the 50 States and the District ofColumbia) in the performance of this contract by the prime Contractor or any subcontractor, regardless of anycontractual relationship which may be alleged to exist between the Contractor and service employee, laborer, ormechanic, shall be paid not less than the applicable minimum wage under Executive Order 13658.  The minimumwage required to be paid to each service employee, laborer, or mechanic performing work on this contractbetween January 1, 2015, and December 31, 2015, shall be $10.10 per hour.

   (b) The Contractor shall adjust the minimum wage paid under this contract each time the Secretary of Labor’sannual determination of the applicable minimum wage under section 2(a)(ii) of Executive Order 13658 results in ahigher minimum wage.  Adjustments to the Executive Order minimum wage under section 2(a)(ii) of ExecutiveOrder 13658 will be effective for all service employees, laborers, or mechanics subject to the Executive Orderbeginning January 1 of the following year.  The Secretary of Labor will publish annual determinations in theFederal Register no later than 90 days before such new wage is to take effect.  The Secretary will also publish theapplicable minimum wage on www.wdol.gov (or any successor website).  The applicable published minimumwage is incorporated by reference into this contract.

   (c) The Contracting Officer will adjust the contract price or contract unit price under this clause only for theincrease in labor costs resulting from the annual inflation increases in the Executive Order 13658 minimum wagebeginning on January 1, 2016.  The Contracting Officer shall consider documentation as to the specific costs andworkers impacted in determining the amount of the adjustment.

   (d) The Contracting Officer will not adjust the contract price under this clause for any costs other than thoseidentified in paragraph (c) of this clause, and will not provide price adjustments under this clause that result induplicate price adjustments with the respective clause of this contract implementing the Service Contract LaborStandards statute (formerly known as the Service Contract Act) or the Wage Rate Requirements (Construction)statute (formerly known as the Davis Bacon Act).

   (e) The Contractor shall include the substance of this clause, including this paragraph (e) in all subcontracts.

FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (NAVSEA VARIATION)(SEP 2009)

(a) The Government may extend the term of this contract by written notice(s) to the Contractor within the periodsspecified below. If more than one option exists the Government has the right to unilaterally exercise any suchoption whether or not it has exercised other options.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 162 of 193

 FINAL 

Page 165: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

ITEM(S) LATEST OPTION EXERCISE DATE

CLIN 7200 & 7100 No later than 12 months after the TO Award date.CLIN 7400 & 7300 No later than 24 months after the TO Award date.CLIN 7600 & 7500 No later than 36 months after the TO Award date.CLIN 7800 & 7700 No later than 48 months after the TO Award date.CLIN 7900 No later than 60 months after the TO Award dateCLIN 9200 No later than 12 months after the TO Award date.CLIN 9400 No later than 24 months after the TO Award date.CLIN 9600 No later than 36 months after the TO Award date.CLIN 9800 No later than 48 months after the TO Award date.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any option(s) under this clause, shall not exceedfive (5) years, however, in accordance with paragraph (g) of the requirement of this contract entitled "LEVEL OFEFFORT" (NAVSEA 5252.216-9122), if the total manhours delineated in paragraph (a) of the LEVEL OFEFFORT requirement, have not been expended within the period specified above, the Government may require theContractor to continue to perform the work until the total number of manhours specified in paragraph (a) of theaforementioned requirement have been expended.

52.219-6 -- Notice of Total Small Business Set-Aside (NOV 2011)

(a) Definition. “Small business concern,” as used in this clause, means a concern, including its affiliates, that isindependently owned and operated, not dominant in the field of operation in which it is bidding on Governmentcontracts, and qualified as a small business under the size standards in this solicitation.

(b) Applicability. This clause applies only to--

            (1) Contracts that have been totally set aside or reserved for small business concerns; and            (2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5                  and 16.505(b)(2)(i)(F).*

(c) General.

(1) Offers are solicited only from small business concerns. Offers received from concerns that are not smallbusiness concerns shall be considered nonresponsive and will be rejected.(2) Any award resulting from this solicitation will be made to a small business concern.

(d) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing thecontract, only end items manufactured or produced by small business concerns in the United States or its outlyingareas. If this procurement is processed under simplified acquisition procedures and the total amount of thiscontract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. Thisparagraph does not apply to construction or service contracts.

52.222-2 -- Payment for Overtime Premiums (Jul 1990)

a) The use of overtime is authorized under this contract if the overtime premium does not exceed  orthe overtime premium is paid for work --

(1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters,breakdowns of production equipment, or occasional production bottlenecks of a sporadic nature;

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 163 of 193

 FINAL 

Page 166: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

(2) By indirect-labor employees such as those performing duties in connection with administration,protection, transportation, maintenance, standby plant protection, operation of utilities, or accounting;

(3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportationconveyances, and operations in flight or afloat that are continuous in nature and cannot reasonably beinterrupted or completed otherwise; or

(4) That will result in lower overall costs to the Government.

(b) Any request for estimated overtime premiums that exceeds the amount specified above shall include allestimated overtime for contract completion and shall --

(1) Identify the work unit; e.g., department or section in which the requested overtime will be used,together with present workload, staffing, and other data of the affected unit sufficient to permit theContracting Officer to evaluate the necessity for the overtime;

(2) Demonstrate the effect that denial of the request will have on the contract delivery or performanceschedule;

(3) Identify the extent to which approval of overtime would affect the performance or payments inconnection with other Government contracts, together with identification of each affected contract; and

(4) Provide reasons why the required work cannot be performed by using multishift operations or byemploying additional personnel.

* Insert either “zero” or the dollar amount agreed to during negotiations. The inserted figure does not apply to theexceptions in subparagraph (a)(1) through (a)(4) of the clause.

FAR 52.216-10 INCENTIVE FEE (Jun 2011)

(a) General. The Government shall pay the Contractor for performing this contract a fee determined asprovided in this contract.

(b) Target cost and target fee. The target cost and target fee specified in the Schedule are subject to adjustment ifthe contract is modified in accordance with paragraph (d) of this clause.

(1) “Target cost,” as used in this contract, means the estimated cost of this contract as initially negotiated, adjustedin accordance with paragraph (d) of this clause.

(2) “Target fee,” as used in this contract, means the fee initially negotiated on the assumption that this contractwould be performed for a cost equal to the estimated cost initially negotiated, adjusted in accordance withparagraph (d) below.

(c) Withholding of payment.

(1) Normally, the Government shall pay the fee to the Contractor as specified in the Schedule. However, when theContracting Officer considers that performance or cost indicates that the Contractor will not achieve target, theGovernment shall pay on the basis of an appropriate lesser fee. When the Contractor demonstrates thatperformance or cost clearly indicates that the Contractor will earn a fee significantly above the target fee, theGovernment may, at the sole discretion of the Contracting Officer, pay on the basis of an appropriate higher fee.

(2) Payment of the incentive fee shall be made as specified in the Schedule; provided that the Contracting Officerwithholds a reserve not to exceed 15 percent of the applicable fee or $100,000, whichever is less. The ContractingOfficer shall release 75 percent of all fee withholds under this contract after receipt of an adequate certified final

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 164 of 193

 FINAL 

Page 167: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

indirect cost rate proposal covering the year of physical completion of this contract, provided the Contractor hassatisfied all other contract terms and conditions, including the submission of the final patent and royalty reports,and is not delinquent in submitting final vouchers on prior years’settlements. The Contracting Officer may releaseup to 90 percent of the fee withholds under this contract based on the Contractor’s past performance related to thesubmission and settlement of final indirect cost rate proposals.

(d) Equitable adjustments. When the work under this contract is increased or decreased by a modification to thiscontract or when any equitable adjustment in the target cost is authorized under any other clause, equitableadjustments in the target cost, target fee, minimum fee, and maximum fee, as appropriate, shall be stated in asupplemental agreement to this contract.

(e) Fee payable.

(1) The fee payable under this contract shall be the target fee increased by  for every dollar thatthe total allowable cost is less than the target cost or decreased by  for every dollar that the totalallowable cost exceeds the target cost. In no event shall the fee be greater than  or less than one percent(1.00%) of the target cost.

(2) The fee shall be subject to adjustment, to the extent provided in paragraph (d) of this clause, and within theminimum and maximum fee limitations in paragraph (e)(1) of this clause, when the total allowable cost isincreased or decreased as a consequence of --

(i) Payments made under assignments; or(ii) Claims excepted from the release as required by paragraph (h)(2) of the Allowable Cost and Payment clause.

(3) If this contract is terminated in its entirety, the portion of the target fee payable shall not be subject to anincrease or decrease as provided in this paragraph. The termination shall be accomplished in accordance with otherapplicable clauses of this contract.

(4) For the purpose of fee adjustment, “total allowable cost” shall not include allowable costs arising out of --(i) Any of the causes covered by the Excusable Delays clause to the extent that they are beyond the control andwithout the fault or negligence of the Contractor or any subcontractor;(ii) The taking effect, after negotiating the target cost, of a statute, court decision, written ruling, or regulation thatresults in the Contractor’s being required to pay or bear the burden of any tax or duty or rate increase in a tax orduty;(iii) Any direct cost attributed to the Contractor’s involvement in litigation as required by the Contracting Officerpursuant to a clause of this contract, including furnishing evidence and information requested pursuant to theNotice and Assistance Regarding Patent and Copyright Infringement clause;(iv) The purchase and maintenance of additional insurance not in the target cost and required by the ContractingOfficer, or claims for reimbursement for liabilities to third persons pursuant to the Insurance Liability to ThirdPersons clause; (v) Any claim, loss, or damage resulting from a risk for which the Contractor has been relieved of liability by the Government Property clause; or(vi) Any claim, loss, or damage resulting from a risk defined in the contract as unusually hazardous or as anuclear risk and against which the Government has expressly agreed to indemnify the Contractor.

(5) All other allowable costs are included in “total allowable cost” for fee adjustment in accordance with thisparagraph (e), unless otherwise specifically provided in this contract.

(f) Contract modification. The total allowable cost and the adjusted fee determined as provided in this clause shallbe evidenced by a modification to this contract signed by the Contractor and Contracting Officer.

(g) Inconsistencies. In the event of any language inconsistencies between this clause and provisioning

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 165 of 193

 FINAL 

Page 168: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

documents or Government options under this contract, compensation for spare parts or other suppliesand services ordered under such documents shall be determined in accordance with this clause.

52.216-8 -- Fixed Fee (Jun 2011)

(a) The Government shall pay the Contractor for performing this contract the fixed fee specified in the Schedule.

(b) Payment of the fixed fee shall be made as specified in the Schedule; provided that the Contracting Officerwithholds a reserve not to exceed 15 percent of the total fixed fee or $100,000, whichever is less, to protect theGovernment’s interest. The Contracting Officer shall release 75 percent of all fee withholds under this contractafter receipt of an adequate certified final indirect cost rate proposal covering the year of physical completion ofthis contract, provided the Contractor has satisfied all other contract terms and conditions, including thesubmission of the final patent and royalty reports, and is not delinquent in submitting final vouchers on prioryears’ settlements. The Contracting Officer may release up to 90 percent of the fee withholds under this contractbased on the Contractor’s past performance related to the submission and settlement of final indirect cost rateproposals.

(End of Clause)

FAR 52.228-3, Workers’ Compensation Insurance (Defense Base Act) (Apr 1984)

The Contractor shall

(a) provide, before commencing performance under this contract, such workers’ compensation insurance orsecurity as the Defense Base Act (42 U.S.C. 1651, et seq.) requires and(b) continue to maintain it until performance is completed. The Contractor shall insert, in all subcontracts underthis contract to which the Defense Base Act applies, a clause similar to this clause (including this sentence)imposing upon those subcontractors this requirement to comply with the Defense Base Act.

FAR 52.244-2 -- Subcontracts (Oct 2010) Alternate I

(a) Definitions. As used in this clause—

“Approved purchasing system” means a Contractor’s purchasing system that has been reviewed and approved inaccordance with Part 44 of the Federal Acquisition Regulation (FAR)

“Consent to subcontract” means the Contracting Officer’s written consent for the Contractor to enter into aparticular subcontract.

“Subcontract” means any contract, as defined in FAR Subpart 2.1, entered into by a subcontractor to furnishsupplies or services for performance of the prime contract or a subcontract. It includes, but is not limited to,purchase orders, and changes and modifications to purchase orders.

(b) When this clause is included in a fixed-price type contract, consent to subcontract is required only on unpricedcontract actions (including unpriced modifications or unpriced delivery orders), and only if required in accordancewith paragraph (c) or (d) of this clause.

(c) If the Contractor does not have an approved purchasing system, consent to subcontract is required for anysubcontract that-

(1) Is of the cost-reimbursement, time-and-materials, or labor-hour type; or

(2) Is fixed-price and exceeds—

(i) For a contract awarded by the Department of Defense, the Coast Guard, or the National

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 166 of 193

 FINAL 

Page 169: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Aeronautics and Space Administration, the greater of the simplified acquisition threshold or 5percent of the total estimated cost of the contract; or

(ii) For a contract awarded by a civilian agency other than the Coast Guard and the NationalAeronautics and Space Administration, either the simplified acquisition threshold or 5 percent ofthe total estimated cost of the contract.

(d) If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain the ContractingOfficer’s written consent before placing the following subcontracts:

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

(e)(1) The Contractor shall notify the Contracting Officer reasonably in advance of placing any subcontract ormodification thereof for which consent is required under paragraph (b), (c), or (d) of this clause, including thefollowing information:

(i) A description of the supplies or services to be subcontracted.

(ii) Identification of the type of subcontract to be used.

(iii) Identification of the proposed subcontractor.

(iv) The proposed subcontract price.

(v) The subcontractor’s current, complete, and accurate certified cost or pricing data and Certificateof Current Cost or Pricing Data, if required by other contract provisions.

(vi) The subcontractor’s Disclosure Statement or Certificate relating to Cost Accounting Standardswhen such data are required by other provisions of this contract.

(vii) A negotiation memorandum reflecting -

(A) The principal elements of the subcontract price negotiations;

(B) The most significant considerations controlling establishment of initial or revised prices;

(C) The reason certified cost or pricing data were or were not required;

(D) The extent, if any, to which the Contractor did not rely on the subcontractor’s certifiedcost or pricing data in determining the price objective and in negotiating the final price;

(E) The extent to which it was recognized in the negotiation that the subcontractor’scertified cost or pricing data were not accurate, complete, or current; the action taken by theContractor and the subcontractor; and the effect of any such defective data on the total pricenegotiated;

(F) The reasons for any significant difference between the Contractor’s price objective andthe price negotiated; and

(G) A complete explanation of the incentive fee or profit plan when incentives are used. Theexplanation shall identify each critical performance element, management decisions used toquantify each incentive element, reasons for the incentives, and a summary of all trade-offpossibilities considered.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 167 of 193

 FINAL 

Page 170: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

(2) If the Contractor has an approved purchasing system and consent is not required underparagraph (c) or (d) of this clause, the Contractor nevertheless shall notify the ContractingOfficer reasonably in advance of entering into any (i) cost-plus-fixed-fee subcontract, or (ii)fixed-price subcontract that exceeds either the simplified acquisition threshold or 5 percentof the total estimated cost of this contract. The notification shall include the informationrequired by paragraphs (e)(1)(i) through (e)(1)(iv) of this clause.

(f) Unless the consent or approval specifically provides otherwise, neither consent by the Contracting Officer toany subcontract nor approval of the Contractor’s purchasing system shall constitute a determination -

(1) Of the acceptability of any subcontract terms or conditions;(2) Of the allowability of any cost under this contract; or(3) To relieve the Contractor of any responsibility for performing this contract.

(g) No subcontract or modification thereof placed under this contract shall provide for payment on a cost-plus-a-percentage-of-cost basis, and any fee payable under cost-reimbursement type subcontracts shall not exceed thefee limitations in FAR 15.404-4(c)(4)(i).

(h) The Contractor shall give the Contracting Officer immediate written notice of any action or suit filed andprompt notice of any claim made against the Contractor by any subcontractor or vendor that, in the opinion of theContractor, may result in litigation related in any way to this contract, with respect to which the Contractor may beentitled to reimbursement from the Government.

(i) The Government reserves the right to review the Contractor’s purchasing system as set forth in FAR Subpart44.3.

(j) Paragraphs (c) and (e) of this clause do not apply to the following subcontracts, which were evaluated duringnegotiations: 

52.222-42 -- Statement of Equivalent Rates for Federal Hires (May 2014)

In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29CFR part 4), this clause identifies the classes of service employees expected to be employed under the contractand states the wages and fringe benefits payable to each if they were employed by the contracting agency subjectto the provisions of 5 U.S.C. 5341 or 5332.

This Statement is for Information Only:It is not a Wage Determination

 

CLAUSES INCORPORATED BY REFERENCE (FEB 1998) (FAR 52.252-2) 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 168 of 193

 FINAL 

Page 171: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

This contract incorporates one or more clauses by reference, with the same force and effect as if they were givenin full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clausemay be accessed electronically at this/these address (es): http://www.farsite.hill.af.mil/

52.203-16         Preventing Personal Conflicts of Interest (Dec 2011)52.222-29         Notification of Visa Denial (Jun 2003)52.223-5           Pollution Prevention and Right-to-Know Information (May 2011)52.223-10         Waste Reduction Program (May 2011)52.237-2           Protection of Government Buildings, Equipment, and Vegetation (Apr 1984)252.204-7005   Oral Attestation of Security Responsibilities (Nov 2001)252.242-7004   Material Management and Accounting System (May 2011)252.242-7006   Accounting System Administration (Feb 2012)252.244-7001   Contractor Purchasing System Administration (May 2014)252.245-7001   Tagging, Labeling, and Marking of Government-Furnished Property (APR 2012)252.245-7002   Reporting Loss of Government Property (APR 2012)252.245-7003   Contractor Property Management System Administration (APR 2012)

CONTRACTOR PERSONNEL PERFORMING IN THE UNITED STATES CENTRAL COMMAND AREA OFRESPONSIBILITY

 

 

 

(DEVIATION 2014-O0018) (JUN 2014) 

        (a)  Definitions.  As used in this clause—

        “Combatant Commander” means the Commander of the United States Central CommandArea of Responsibility.

     “Contractors authorized to accompany the Force,” or “CAAF,” means contractor personnel,including all tiers of subcontractor personnel, who are authorized to accompany U.S. ArmedForces in applicable operations and have been afforded CAAF status through a letter ofauthorization.  CAAF generally include all U.S. citizen and third-country national employees notnormally residing within the operational area whose area of performance is in the direct vicinityof U.S. Armed Forces and who routinely are collocated with the U.S. Armed Forces (especiallyin non-permissive environments).  Personnel collocated with U.S. Armed Forces shall beafforded CAAF status through a letter of authorization.  In some cases, Combatant Commandersubordinate commanders may designate mission-essential host nation or local national contractoremployees (e.g., interpreters) as CAAF.  CAAF includes contractors previously identified ascontractors deploying with the U.S. Armed Forces.  CAAF status does not apply to contractorpersonnel in support of applicable operations within the boundaries and territories of the UnitedStates.

     “Designated reception site” means the designated place for the reception, staging, integration,and onward movement of contractors deploying during a contingency.  The designated receptionsite includes assigned joint reception centers and other Service or private reception sites.

        “Law of war” means that part of international law that regulates the conduct of armedhostilities.  The law of war encompasses all international law for the conduct of hostilities

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 169 of 193

 FINAL 

Page 172: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

binding on the United States or its individual citizens, including treaties and internationalagreements to which the United States is a party, and applicable customary international law.

     “Non-CAAF” means personnel who are not designated as CAAF, such as local national (LN)employees and non-LN employees who are permanent residents in the operational area or third-country nationals not routinely residing with U.S. Armed Forces (and third-country nationalexpatriates who are permanent residents in the operational area) who perform support functionsaway from the close proximity of, and do not reside with, U.S. Armed Forces.  Government-furnished support to non-CAAF is typically limited to force protection, emergency medical care,and basic human needs (e.g., bottled water, latrine facilities, security, and food when necessary)when performing their jobs in the direct vicinity of U.S. Armed Forces.  Non-CAAF status doesnot apply to contractor personnel in support of applicable operations within the boundaries andterritories of the United States.

     “Subordinate joint force commander” means a sub-unified commander or joint task forcecommander.

        (b)  General.

                  (1)  This clause applies to both CAAF and non-CAAF when performing in the UnitedStates Central Command (USCENTCOM) Area of Responsibility (AOR)  

                  (2)  Contract performance in USCENTCOM AOR may require work in dangerous oraustere conditions.  Except as otherwise provided in the contract, the Contractor accepts the risksassociated with required contract performance in such operations.

                  (3)  When authorized in accordance with paragraph (j) of this clause to carry arms forpersonal protection, Contractor personnel are only authorized to use force for individual self-defense.

                  (4)  Unless immune from host nation jurisdiction by virtue of an international agreement orinternational law, inappropriate use of force by contractor personnel authorized to accompany the U.S.Armed Forces can subject such personnel to United States or host nation prosecution and civil liability(see paragraphs (d) and (j)(3) of this clause).

                  (5)  Service performed by Contractor personnel subject to this clause is not active duty orservice under 38 U.S.C. 106 note. 

        (c)  Support.

              (1)(i)  The Combatant Commander will develop a security plan for protection ofContractor personnel in locations where there is not sufficient or legitimate civil authority, whenthe Combatant Commander decides it is in the interests of the Government to provide securitybecause—

                              (A)  The Contractor cannot obtain effective security services;

                              (B)  Effective security services are unavailable at a reasonable cost; or

                              (C)  Threat conditions necessitate security through military means.

                      (ii)    In appropriate cases, the Combatant Commander may provide securitythrough military means, commensurate with the level of security provided DoD civilians.

      (2)(i)  Generally, CAAF will be afforded emergency medical and dental care if injured while

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 170 of 193

 FINAL 

Page 173: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

supporting applicable operations. Additionally, non-CAAF employees who are injured while inthe vicinity of U. S. Armed Forces will normally receive emergency medical and dental care. Emergency medical and dental care includes medical care situations in which life, limb, oreyesight is jeopardized.  Examples of emergency medical and dental care include examinationand initial treatment of victims of sexual assault; refills of prescriptions for life-dependent drugs;repair of broken bones, lacerations, infections; and traumatic injuries to the dentition. Hospitalization will be limited to stabilization and short-term medical treatment with an emphasis onreturn to duty or placement in the patient movement system.

                              (ii)  When the Government provides medical treatment or transportation ofContractor personnel to a selected civilian facility, the Contractor shall ensure that the Government isreimbursed for any costs associated with such treatment or transportation.

                              (iii)  Medical or dental care beyond this standard is not authorized.

      (3)  Contractor personnel must have a Synchronized Predeployment and Operational Tracker(SPOT)-generated letter of authorization signed by the Contracting Officer in order to process througha deployment center or to travel to, from, or within the USCENTCOM AOR.  The letter ofauthorization also will identify any additional authorizations, privileges, or Government support thatContractor personnel are entitled to under this contract.  Contractor personnel who are issued a letterof authorization shall carry it with them at all times while deployed.

      (4)  Unless specified elsewhere in this contract, the Contractor is responsible for all other supportrequired for its personnel engaged in the USCENTCOM AOR under this contract. 

        (d)  Compliance with laws and regulations. 

              (1)  The Contractor shall comply with, and shall ensure that its personnel performing inthe USCENTCOM AOR are familiar with and comply with, all applicable—

                      (i)  United States, host country, and third country national laws;

                      (ii)  Provisions of the law of war, as well as any other applicable treaties andinternational agreements;

                      (iii)  United States regulations, directives, instructions, policies, and procedures;and

                      (iv)  Orders, directives, and instructions issued by the Combatant Commander,including those relating to force protection, security, health, safety, or relations and interactionwith local nationals.

              (2)  The Contractor shall institute and implement an effective program to preventviolations of the law of war by its employees and subcontractors, including law of war training inaccordance with paragraph (e)(1)(vii) of this clause.

              (3)  The Contractor shall ensure that CAAF and non-CAAF are aware—

                      (i)  Of the DoD definition of “sexual assault” in DoDD 6495.01, Sexual AssaultPrevention and Response Program;

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 171 of 193

 FINAL 

Page 174: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

                      (ii)  That the offenses addressed by the definition are covered under the UniformCode of Military Justice (see paragraph (e)(2)(iv) of this clause).  Other sexual misconduct mayconstitute offenses under the Uniform Code of Military Justice, Federal law, such as the MilitaryExtraterritorial Jurisdiction Act, or host nation laws; and

                      (iii)  That the offenses not covered by the Uniform Code of Military Justice maynevertheless have consequences to the contractor employees (see paragraph (h)(1) of this clause).

              (4)   The Contractor shall report to the appropriate investigative authorities, identified inparagraph (d)(6) of this clause, any alleged offenses under—

                      (i)  The Uniform Code of Military Justice (chapter 47 of title 10, United StatesCode) (applicable to contractors serving with or accompanying an armed force in the field duringa declared war or contingency operations); or

                      (ii)  The Military Extraterritorial Jurisdiction Act (chapter 212 of title 18, UnitedStates Code).

              (5)  The Contractor shall provide to all contractor personnel who will perform work on acontract in the deployed area, before beginning such work, information on the following:

                      (i)  How and where to report an alleged crime described in paragraph (d)(4) of thisclause.

                      (ii)  Where to seek victim and witness protection and assistance available tocontractor personnel in connection with an alleged offense described in paragraph (d)(4) of thisclause.

                     (iii)  This section does not create any rights or privileges that are not authorized bylaw or DoD policy. 

              (6)  The appropriate investigative authorities to which suspected crimes shall bereported include the following—

                      (i)  US Army Criminal Investigation Command at http://www.cid.army.mil/reportacrime.html;

                      (ii)  Air Force Office of Special Investigations at http://www.osi.andrews.af.mil/library/factsheets/factsheet.asp?id=14522;

                      (iii)  Navy Criminal Investigative Service at http://www.ncis.navy.mil/Pages/publicdefault.aspx;

                      (iv)  Defense Criminal Investigative Service at http://www.dodig.mil/HOTLINE/index.html;

                      (v)  To any command of any supported military element or the command of anybase.

              (7)  Personnel seeking whistleblower protection from reprisals for reporting criminalacts shall seek guidance through the DoD Inspector General hotline at 800-424-9098 or

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 172 of 193

 FINAL 

Page 175: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

www.dodig.mil/HOTLINE/index.html.  Personnel seeking other forms of victim or witnessprotections should contact the nearest military law enforcement office.

       (8)  The Contractor shall ensure that Contractor employees supporting the U.S. ArmedForces deployed outside the United States are aware of their rights to—

                  (A)  Hold their own identity or immigration documents, such as passport or driver’slicense;

                  (B)  Receive agreed upon wages on time;

                  (C)  Take lunch and work-breaks;

                  (D)  Elect to terminate employment at any time;

                  (E)  Identify grievances without fear of reprisal;

                  (F)  Have a copy of their employment contract in a language they understand;

                  (G)  Receive wages that are not below the legal in-country minimum wage;

                  (H)  Be notified of their rights, wages, and prohibited activities prior to signing theiremployment contract; and

                  (I)  If housing is provided, live in housing that meets host-country housing and safetystandards.

        (e)  Preliminary personnel requirements. 

      (1)  The Contractor shall ensure that the following requirements are met prior to deploying CAAFspecific requirements for each category will be specified in the statement of work or elsewhere in thecontract):

                              (i)  All required security and background checks are complete and acceptable.

                  (ii)  All CAAF deploying in support of an applicable operation—

                              (A)  Are medically, dentally, and psychologically fit for deployment andperformance of their contracted duties;

                              (B)  Meet the minimum medical screening requirements, including theater-specific medical qualifications as established by the geographic Combatant Commander (as posted tothe Geographic Combatant Commander’s website or other venue); and

                              (C)  Have received all required immunizations as specified in the contract.

                                          (1)  During predeployment processing, the Government will provide, at nocost to the Contractor, any military-specific immunizations and/or medications not available to thegeneral public.

                                          (2)  All other immunizations shall be obtained prior to arrival at thedeployment center.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 173 of 193

 FINAL 

Page 176: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

                                          (3)  All CAAF and selected non-CAAF, as specified in the statementof work, shall bring to the USCENTCOM AOR a copy of the Public Health Service Form 791,“International Certificate of Vaccination” that shows vaccinations are current.

                  (iii)  Deploying personnel have all necessary passports, visas, and other documents requiredto enter and exit the USCENTCOM AOR and have a Geneva Conventions identification card, orother appropriate DoD identity credential, from the deployment center. 

                  (iv)  Special area, country, and theater clearance is obtained for all personnel deploying. Clearance requirements are in DoD Directive 4500.54E, DoD Foreign Clearance Program.  For thispurpose, CAAF are considered non-DoD contractor personnel traveling under DoD sponsorship.

                  (v)  All deploying personnel have received personal security training.  At a minimum, thetraining shall—

                      (vi)  All personnel have received isolated personnel training, if specified in thecontract, in accordance with DoD Instruction 1300.23, Isolated Personnel Training for DoDCivilian and Contractors.

                      (vii)  Personnel have received law of war training as follows:  

                              (A)  Basic training is required for all CAAF deployed outside the UnitedStates.  The basic training will be provided through—

                                    (1)  A military-run training center; or

                                    (2)  A web-based source, if specified in the contract or approved by theContracting Officer.

                              (B)  Advanced training, commensurate with their duties and responsibilities,may be required for some Contractor personnel as specified in the contract. 

              (2)  The Contractor shall notify all personnel who are not a host country national, orwho are not ordinarily resident in the host country, that—

                      (i)  Such employees, and dependents residing with such employees, who engage inconduct outside the United States that would constitute an offense punishable by imprisonmentfor more than one year if the conduct had been engaged in within the special maritime andterritorial jurisdiction of the United States, may potentially be subject to the criminal jurisdictionof the United States in accordance with the Military Extraterritorial Jurisdiction Act of 2000 (18U.S.C. 3621, et seq.);

                      (ii)  Pursuant to the War Crimes Act (18 U.S.C. 2441), Federal criminal jurisdictionalso extends to conduct that is determined to constitute a war crime when committed by acivilian national of the United States;

                      (iii)  Other laws may provide for prosecution of U.S. nationals who commitoffenses on the premises of U.S. diplomatic, consular, military or other U.S. Governmentmissions outside the United States (18 U.S.C. 7(9)); and

            (iv)  In time of declared war or a contingency operation, CAAF are subject to the

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 174 of 193

 FINAL 

Page 177: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

jurisdiction of the Uniform Code of Military Justice under 10 U.S.C. 802(a)(10).

             (v)  Such employees are required to report offenses alleged to have been committed byor against Contractor personnel to appropriate investigative authorities.

             (vi)  Such employees will be provided victim and witness protection and assistance.

        (f)  Processing and departure points.  CAAF personnel shall—

              (1)  Process through the deployment center designated in the contract, or as otherwisedirected by the Contracting Officer, prior to deploying.  The deployment center will conductdeployment processing to ensure visibility and accountability of Contractor personnel and toensure that all deployment requirements are met, including the requirements specified inparagraph (e)(1) of this clause;

              (2)  Use the point of departure and transportation mode directed by the ContractingOfficer; and

              (3)  Process through a designated reception site (DRS) upon arrival at the deployedlocation.  The DRS will validate personnel accountability, ensure that specific USCENTCOMAOR entrance requirements are met, and brief Contractor personnel on theater-specific policiesand procedures.

        (g)  Personnel data. 

       (1)  The Contractor shall use the Synchronized Predeploymentand                                                         Operational Tracker (SPOT) web-based system to enterand maintain  data for all Contractor employees covered by this clause, following the proceduresin paragraph (g)(3) of this clause.   

      (2)  Upon becoming an employee under this contract, the Contractor shall enter into SPOT,and shall continue to use SPOT web-based system to maintain accurate, up-to-date informationthroughout the employment in the AOR.  Changes to status of individual Contractor personnelrelating to their in-theater arrival date and their duty location, to include closing out theemployment in the AOR with their proper status (e.g., mission complete, killed, wounded) shallbe annotated within the SPOT database in accordance with the timelines established in the SPOTbusiness rules.[1]

     (i)  In all circumstances, this includes any personnel performing private security functions.

     (ii)  For personnel other than those performing private security functions, this requirementexcludes anyone —    

 

(A) Hired under contracts valued below the simplified acquisition threshold;

(B) Who will be performing in the CENTCOM AOR less than 30 continuous days; or

(C) Who, while afloat, are tracked by the Diary message Reporting System.

 (3)  Follow these steps to register in and use SPOT:

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 175 of 193

 FINAL 

Page 178: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

  (i)  SPOT registration requires one of the following login methods:

 (A)  A Common Access Card (CAC) or a SPOT-approved digital certificate; or

 (B)  A Government-sponsored SPOT user ID and password.  This type of log-in method is onlyallowed for those individuals who are not authorized to obtain a CAC or an external digitalcertificate, and requires SPOT Program Management Office approval. 

 (ii)  To register in SPOT:

 (A)  Contractor company administrators should register for a SPOT account athttps://spot.dmdc.mil; and

 (B)  The customer support team must validate user need.  This process may take two businessdays.  Company supervisors will be contacted to validate Contractor company administratoraccount requests and determine the appropriate level of user access. 

 (iii)  Upon approval, all users will access SPOT at https://spot.dmdc.mil/ .  

            (iv)(A)  Refer SPOT application assistance questions to the Customer Support Team at—

(1)  Phone: 703-578-5407, DSN 312-698-5407; or

                  (B)  Refer to the SPOT OSD Program Support website at http://www.acq.osd.mil/log/PS

/spot.html for additional training resources and documentation regarding registration for and use ofSPOT.

        (h)  Contractor personnel. 

              (1)  The Contracting Officer may direct the Contractor, at its own expense, to removeand replace any Contractor personnel who jeopardize or interfere with mission accomplishmentor who fail to comply with or violate applicable requirements of this contract.  Such action maybe taken at the Government’s discretion without prejudice to its rights under any other provisionof this contract, including the Termination for Default clause.

                  (2)  The Contractor shall identify all personnel who occupy a position designated asmission essential and ensure the continuity of essential Contractor services during designatedoperations, unless, after consultation with the Contracting Officer, Contracting Officer’srepresentative, or local commander, the Contracting Officer directs withdrawal due to securityconditions.

                  (3)  The contractor shall ensure that Contractor personnel follow the guidance at paragraph(e)(2)(v) of this clause and any specific Combatant Commander guidance on reporting offensesalleged to have been committed by or against Contractor personnel to appropriate investigativeauthorities.

                  (4)  Contractor personnel shall return all U.S.  Government-issued identification, to includethe Common Access Card, to appropriate U.S. Government authorities at the end of their deployment(or, for non-CAAF, at the end of their employment under this contract). 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 176 of 193

 FINAL 

Page 179: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

        (i)  Military clothing and protective equipment. 

              (1)  Contractor personnel are prohibited from wearing military clothing unlessspecifically authorized in writing by the Combatant Commander.  If authorized to wear militaryclothing, Contractor personnel must—

                      (i)  Wear distinctive patches, arm bands, nametags, or headgear, in order to bedistinguishable from military personnel, consistent with force protection measures; and

                      (ii)  Carry the written authorization with them at all times.

              (2)  Contractor personnel may wear military-unique organizational clothing andindividual equipment (OCIE) required for safety and security, such as ballistic, nuclear,biological, or chemical protective equipment.

              (3)  The deployment center, or the Combatant Commander, shall issue OCIE and shallprovide training, if necessary, to ensure the safety and security of Contractor personnel.

              (4)  The Contractor shall ensure that all issued OCIE is returned to the point of issue,unless otherwise directed by the Contracting Officer.

        (j)  Weapons.

                  (1)  If the Contractor requests that its personnel performing in the USCENTCOM AOR beauthorized to carry weapons for individual self-defense, the request shall be made through theContracting Officer to the Combatant Commander, in accordance with DoD Instruction 3020.41.  TheCombatant Commander will determine whether to authorize in-theater Contractor personnel to carryweapons and what weapons and ammunition will be allowed.

                  (2)  If Contractor personnel are authorized to carry weapons in accordance with paragraph(j)(1) of this clause, the Contracting Officer will notify the Contractor what weapons and ammunitionare authorized.

       (3)  The Contractor shall ensure that its personnel who are authorized to carry weapons—

                              (i)  Are adequately trained to carry and use them—

                                          (A)  Safely;

                                          (B)  With full understanding of, and adherence to, the rules of the use offorce issued by the Combatant Commander; and

                                          (C)  In compliance with applicable agency policies, agreements, rules,regulations, and other applicable law;

                              (ii)  Are not barred from possession of a firearm by 18 U.S.C. 922;

                              (iii)  Adhere to all guidance and orders issued by the Combatant Commanderregarding possession, use, safety, and accountability of weapons and ammunition;

                              (iv)  Comply with applicable Combatant Commander and local commander force-protection policies; and

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 177 of 193

 FINAL 

Page 180: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

                              (v)  Understand that the inappropriate use of force could subject them to U.S. orhost-nation prosecution and civil liability.

              (4)  Whether or not weapons are Government-furnished, all liability for the use of anyweapon by Contractor personnel rests solely with the Contractor and the Contractor employeeusing such weapon.

              (5)  Upon redeployment or revocation by the Combatant Commander of theContractor’s authorization to issue firearms, the Contractor shall ensure that all Government-issued weapons and unexpended ammunition are returned as directed by the Contracting Officer.

        (k)  Vehicle or equipment licenses.  Contractor personnel shall possess the required licensesto operate all vehicles or equipment necessary to perform the contract in the USCENTCOMAOR.

        (l)  Purchase of scarce goods and services.  If the Combatant Commander has establishedan organization for the USCENTCOM AOR whose function is to determine that certain itemsare scarce goods or services, the Contractor shall coordinate with that organization localpurchases of goods and services designated as scarce, in accordance with instructions providedby the Contracting Officer.

        (m)  Evacuation. 

              (1)  If the Combatant Commander orders a mandatory evacuation of some or allpersonnel, the Government will provide assistance, to the extent available, to United States andthird country national Contractor personnel.

              (2)  In the event of a non-mandatory evacuation order, unless authorized in writing bythe Contracting Officer, the Contractor shall maintain personnel on location sufficient to meetobligations under this contract.

        (n)  Next of kin notification and personnel recovery. 

              (1)  The Contractor shall be responsible for notification of the employee-designated nextof kin in the event an employee dies, requires evacuation due to an injury, or is isolated, missing,detained, captured, or abducted.

              (2)  In the case of isolated, missing, detained, captured, or abducted Contractorpersonnel, the Government will assist in personnel recovery actions in accordance with DoDDirective 3002.01E, Personnel Recovery in the Department of Defense.

      (o)  Mortuary affairs.  Contractor personnel who die while in support of the U.S. Armed Forcesshall be covered by the DoD mortuary affairs program as described in DoD Directive 1300.22,Mortuary Affairs Policy, and DoD Instruction 3020.41, Operational Contractor Support.

        (p)  Changes.  In addition to the changes otherwise authorized by the Changes clause of thiscontract, the Contracting Officer may, at any time, by written order identified as a change order,make changes in the place of performance or Government-furnished facilities, equipment,material, services, or site.  Any change order issued in accordance with this paragraph (p) shallbe subject to the provisions of the Changes clause of this contract.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 178 of 193

 FINAL 

Page 181: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

        (q)  Subcontracts.  The Contractor shall incorporate the substance of this clause, includingthis paragraph (q), in all subcontracts when subcontractor personnel are performing in theUSCENTCOM AOR.

(End of clause)

CONTRACTOR DEMOBILIZATION

(DEVIATION 2013-O0017) (AUGUST 2013)

      (a)  Generally, the Contractor is responsible for demobilizing all of its personnel andequipment from the Afghanistan Combined Joint Operations Area (CJOA). 

      (b)  Demobilization plan.  The Contractor shall submit a demobilization plan to theContracting Officer for approval a minimum of 120 calendar days prior to the end of the currentcontract performance period or as otherwise directed by the Contracting Officer.  Uponacceptance of the demobilization plan by the Contracting Officer, the demobilization planbecomes a material part of the contract and the Contractor agrees to fully perform itsdemobilization in accordance with that plan.  The demobilization plan shall address the itemsspecified in this clause and must demonstrate the Contractor’s plans and ability to remove itspersonnel and equipment from the CJOA and to return Government property no later than 30days after the expiration of the current period of performance. 

      (c)  Demobilization plan implementation.  Every 30 calendar days after incorporation of theplan into the contract, or as otherwise directed by the Contracting Officer, the Contractor shallprovide written information to the Contracting Officer and Contracting Officer Representativethat addresses the Contractor’s progress in implementing the plan.  The Contractor shall continueto provide the information in the preceding sentence until the Contractor has completely andproperly demobilized.  If the Contracting Officer or Contracting Officer Representative identifiesdeficiencies with the plan, as approved, or with the implementation of that plan, the Contractorshall submit a corrective action plan (CAP) to those officials within five calendar days to remedythose deficiencies.  The Contracting Officer shall review the CAP within five calendar days todetermine whether the CAP is acceptable. Upon approval by the Contracting Officer, the CAPbecomes a material part of the demobilization plan.

      (d)  Plan contents

      (1)  The plan shall identify the method of transportation (air, ground) the Contractor intendsto use to remove its personnel and equipment from the CJOA and whether that method oftransportation is Government or Contractor-furnished.  If Government-furnished transportation isauthorized, the plan must identify the contract term or condition which authorizes Governmenttransportation of the personnel and equipment associated with this contract.

      (2)  The plan shall identify the number of Contractor personnel to be demobilized bycategory (U.S. citizens, Third Country Nationals (TCN), Local Nationals (LN)) and, for U.S. andTCN personnel, identify the point of origin or home country to which they will be transportedand the timeline for accomplishing that objective.  If U.S. or TCN employees have authorizationto remain in the CJOA after completion of demobilization, the plan shall identify the name eachindividual, their nationality, their location in the CJOA, and provide a copy of the authorization. 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 179 of 193

 FINAL 

Page 182: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

The plan shall also identify whether the Contractor needs the Contracting Officer to extend theLetters of Authorization (LOA) for any Contractor personnel to execute the demobilization plan.

      (3)  The plan shall identify all Contractor equipment and the timeline for accomplishing itsdemobilization.  The Contractor shall identify all equipment, whether or not it is covered byCJTSCC Acquisition Instruction Clause “Inbound / Outbound Cargo and Contractor EquipmentCensus.”  The plan shall also specify whether the Contractor intends to leave any equipment inthe CJOA, a list of all such equipment, including its location, and the reason(s) therefor.

      (4)  The plan shall identify all Government property provided or made available to theContractor under this contract or through any separate agreement or arrangement (e.g.,Installation Mayors, Garrison Commanders).  The plan shall also identify the timeline forvacating or returning that property to the Government, including proposed dates for conductingjoint inspections.

      (e)  Demobilization requirements:

      (1)  The Contractor shall demobilize and return its personnel to their point of origin or homecountry according to the approved demobilization plan.

      (2)  The Contractor is not authorized to use Government-furnished transportation unlessspecifically authorized in this contract. 

      (3)  The Contractor may request an extension of the LOAs only for those Contractorpersonnel whose presence is required to execute the approved demobilization plan.  TheContractor shall submit its request no later than 30 calendar days prior to the expiration of thecurrent period of performance.  LOAs may only be extended for a period up to 30 calendar daysafter expiration of the current performance period.  The request shall contain the followinginformation:

      (i)  The names of each individual requiring an extension.

     (ii)  The required extension period.

      (iii)  The justification for each extension (e.g., the specific function(s) the individual willperform during the demobilization period).  The Contractor is not entitled to any additionalcompensation if LOAs are extended.

          (4)  The Contractor shall close out their employees deployments with the proper statusentered into the Synchronized Pre-Deployment Operational Tracker (SPOT) database (e.g.active, redeployed, no-shows, killed, injured) within 72 hours of their employee’s re-deploymentand, if applicable, release their personnel in SPOT.

      (5)  All Contractor equipment that is lost, abandoned or unclaimed personal property thatcomes into the custody or control of the Government after the demobilization period has endedmay be sold or otherwise disposed of in accordance with 10 U.S.C. section 2575. Notwithstanding the previous sentence and the Government’s authority under 10 U.S.C. section2575, the Government may exercise any other contractual rights for the Contractor’s failure toperform in accordance with its demobilization plan.

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 180 of 193

 FINAL 

Page 183: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

      (6)  If the Contractor waives its interest to all lost, abandoned or unclaimed personalproperty, the Contractor may still be liable for all costs incurred by the Government to remove ordispose of the abandoned property.

      (7)  The Government may dispose of any and all lost, unclaimed, or abandoned personalproperty in accordance with 10 U.S.C. section 2575.

      (8)  The Contractor shall return all Government property provided or made available underthis contract or through any separate agreement.  The Contractor shall report all lost or damagedGovernment property in accordance with DFARS 52.245-1(h) unless other procedures areidentified in the contract or separate agreement.  If the Government inspects the property andfinds that damages or deficiencies have not been reported by the end of the demobilizationperiod, the Government may reduce payments under the contract by the amounts required tocorrect the damages or deficiencies or replace the loss.

      (9)  The Contractor is liable for all cleanup, clearing, and/or environmental remediationexpenses incurred by the Government in returning a Government facility to its originalcondition.  If damages or deficiencies are discovered during the inspection of said facility, theContractor shall make the necessary repairs or corrections and then notify the Installation Mayor,Garrison Commander, or their designees to arrange for a re-inspection of the facility.  If theInstallation Mayor or Garrison Commander inspects the facility and finds that damages ordeficiencies have not been repaired or corrected by the end of the demobilization period, theGovernment may reduce payments under the contract by the amounts required to correct thedamages or deficiencies.

      (10)  The Contractor shall ensure that all employees, including all subcontractor employees atall tiers, return installation and/or access badges to the local Access Control Badging Office forde-activation and destruction according to the approved demobilization plan.  The Contractorshall submit a Badge Termination Report to ensure each record is flagged and the badge isrevoked.  If an employee’s badge is not returned, the Contractor shall submit a Lost, Stolen orUnrecovered Badge Report to the appropriate Access Control Badging Office.  Contractoremployees in possession of a Common Access Card (CAC) shall be responsible for turning inthe CAC upon re-deployment through a CONUS Replacement Center in the United States. Failure to comply with these requirements may result in delay of final payment.

(f)  Subcontracts. The Contractor shall include the substance of this clause, including thisparagraph (f), in all subcontracts.

(End of Clause)

TAXES – FOREIGN CONTRACTS IN AFGHANISTAN

(DEVIATION 2013-O0016) (JULY 2013) 

      (a)  This acquisition is covered by the Agreement regarding the Status of United StatesMilitary and Civilian Personnel of the U.S. Department of Defense Present in Afghanistan withCooperative Efforts in Response to Terrorism, Humanitarian and Civic Assistance, MilitaryTraining and Exercises, and other Activities, entered into between the United States andAfghanistan which was concluded by an exchange of diplomatic notes (U.S. Embassy Kabul

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 181 of 193

 FINAL 

Page 184: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

note No. 202, dated September 26, 2002; Afghan Ministry of Foreign Affairs notes 791 and 93,dated December 12, 2002, and May 28, 2003, respectively), and entered into force on May 28,2003.

      (b)  The Agreement exempts the Government of the United States of America and itscontractors, subcontractors and contractor personnel from paying any tax or similar chargeassessed within Afghanistan.  The Agreement also exempts the acquisition, importation,exportation and use of articles and services in the Republic of Afghanistan by or on behalf of theGovernment of the United States of America in implementing this agreement from any taxes,customs duties or similar charges in Afghanistan.

      (c)  The Contractor shall exclude any Afghan taxes, customs duties or similar charges fromits contract price.

      (d)  The Agreement does not exempt Afghan employees of DoD contractors andsubcontractors from Afghan tax laws.  To the extent required by Afghanistan law, contractorsand subcontractors are required to withhold tax from the wages of these employees and to remitthose payments to the appropriate Afghanistan taxing authority.  These withholdings are anindividual’s liability, not a tax against the Contractor or subcontractor.

      (e) The Contractor shall include the substance of this clause, including this paragraph (e), inall subcontracts.

(End of clause)

5152.222-5900

 

PROHIBITION AGAINST HUMAN TRAFFICKING, INHUMANE LIVINGCONDITIONS,

AND WITHHOLDING OF EMPLOYEE PASSPORTS

(MAR 2014)

(a) All contractors (“contractors” refers to both prime contractors and all subcontractors at alltiers) are reminded of the prohibition contained in Title 18, United States Code, Section 1592,against knowingly destroying, concealing, removing, confiscating, or possessing any actual orpurported passport or other immigration document, or any other actual or purported governmentidentification document, of another person, to prevent or restrict or to attempt to prevent orrestrict, without lawful authority, the person’s liberty to move or travel, in order to maintain thelabor or services of that person.

(b) Contractors are also required to comply with the following provisions:

(1) Contractors shall only hold employee passports and other identification documents discussedabove for the shortest period of time reasonable for administrative processing purposes.

(2) Contractors shall provide all employees with a signed copy of their employment contract, inEnglish as well as the employee’s native language, that defines the terms of their

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 182 of 193

 FINAL 

Page 185: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

employment/compensation.

(3) Contractors shall not utilize unlicensed recruiting firms or firms that charge illegal recruitingfees.

(4) Contractors shall be required to provide adequate living conditions (sanitation, health, safety,living space) for their employees.  Fifty square feet is the minimum acceptable square footage ofpersonal living space per employee for Contractor furnished living space. Upon contractor’swritten request, Contracting Officers may grant a waiver in writing in cases where the existingcontractor provided square footage is within 20% of the minimum, and the overall conditions aredetermined by the Contracting Officer to be acceptable.  A copy of the waiver approval shall bemaintained at the respective life support area.  Government furnished facilities will be providedin accordance with the applicable installation/base billeting standards, with contractor personnelafforded, at a minimum, square footage equivalent to an E1.

(5) Contractors shall incorporate checks of life support areas to ensure compliance with therequirements of this Trafficking in Persons Prohibition into their Quality Control program, whichwill be reviewed within the Government’s Quality Assurance process.

(6) Contractors shall comply with International and Host Nation laws regarding transit/exit/entryprocedures and the requirements for visas and work permits. 

(c) Contractors have an affirmative duty to advise the Contracting Officer if they learn of theiremployees violating the human trafficking and inhumane living conditions provisions containedherein.   Contractors are advised that Contracting Officers and/or their representatives willconduct random checks to ensure contractors and subcontractors at all tiers are adhering to thelaw on human trafficking, humane living conditions and withholding of passports.

(d) The contractor agrees to incorporate the substance of this clause, including this paragraph, inall subcontracts under his contract.

(End of Clause)

5152.225-5902

FITNESS FOR DUTY AND MEDICAL/DENTAL CARE LIMITATIONS

(JUN 2014)

(a) The contractor shall ensure the individuals they deploy are in compliance with the currentUSCENTCOM Individual Protection and Individual/Unit Deployment Policy, including TAB A,Amplification of the Minimal Standards of Fitness for Deployment to the CENTCOM AOR,unless a waiver is obtained in accordance with TAB C, CENTCOM Waiver Request.  Thecurrent guidance is located at http://www2.centcom.mil/sites/contracts/Pages/GCP.aspx. 

(b) The contractor shall perform the requirements of this contract notwithstanding the fitness forduty of deployed employees, the provisions for care offered under this section, and redeploymentof individuals determined to be unfit.

(c) Contractor personnel who deploy for multiple tours, which exceed 12 months in total, mustbe re-evaluated for fitness to deploy every 12 months IAW the current USCENTCOM Individual

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 183 of 193

 FINAL 

Page 186: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Protection and Individual/Unit Deployment Policy standards.  An examination will remain validfor 15 months from the date of the physical.  This allows an examination to be valid up to 90days prior to deployment.  Once a deployment begins, the examination will only be good for amaximum of 12 months.  Any medical waivers received will be valid for a maximum of 12months.  Failure to obtain an updated medical waiver before the expiration of the current waiverrenders the employee unfit and subject to redeployment. 

(d) The contractor bears the responsibility for ensuring all employees are aware of the conditionsand medical treatment available at the performance location. The contractor shall include thisinformation in all subcontracts with performance in the theater of operations.

(e) In accordance with military directives (DoDI 3020.41, DoDI 6000.11, CFC FRAGO 09-1038,DoD Federal Acquisition Regulation Supplement (DFARS) PGI 225.74), resuscitative care,stabilization, hospitalization at Level/Role III (emergency) military treatment facilities (MTF)and assistance with patient movement in emergencies where loss of life, limb or eyesight couldoccur will be provided. Hospitalization will be limited to emergency stabilization and short-termmedical treatment with an emphasis on return to duty or placement in the patient movementsystem. Subject to availability at the time of need, a medical treatment facility may providereimbursable treatment for emergency medical or dental care such as broken bones, lacerations,broken teeth or lost fillings. 

(f) Routine and primary medical care is not authorized. Pharmaceutical services are notauthorized for known or routine prescription drug needs of the individual. Routine dental care,examinations and cleanings are not authorized

(g) Notwithstanding any other provision of the contract, the contractor shall be liable for any andall medically-related services or transportation rendered. To view reimbursement rates that willbe charged for services at all DoD deployed medical facilities please go to the followingwebsite:  http://comptroller.defense.gov/FinancialManagement/Reports/rates2014.aspx.

(End of Clause)

5152.225-5903

COMPLIANCE WITH LAWS AND REGULATIONS

(DEC 2011) 

(a) The Contractor shall comply with, and shall ensure that its employees and its subcontractorsand their employees, at all tiers, are aware of and obey all U.S. and Host Nation laws, Federal orDoD regulations, and US Central Command orders and directives as applicable to personnel inIraq and Afghanistan, including but not limited to USCENTCOM, Multi-National Force andMulti-National Corps or Chief of Mission operations and fragmentary orders, instructions,policies and directives.

(b) Contractor employees shall particularly note all laws, regulations, policies, and ordersrestricting authority to carry firearms, rules for the use of force, and prohibiting sexual oraggravated assault.

              (1) Afghanistan – Contractor employees are subject to General Orders Number 1, as

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 184 of 193

 FINAL 

Page 187: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

modified from time to time, including without limitation, their prohibition on privately ownedfirearms, alcohol, drugs, war souvenirs, pornography and photographing detainees, humancasualties or military security measures.

        (2) Iraq – Contractor employees are not subject to General Order 1.  Contractor employeeswill follow the policies or directives of the Office of Security Cooperation-Iraq (OSC-I)Installation Managers or Chief of Mission policies and directives regarding consumption ofalcohol or any prohibited items for sites that they are assigned.

(c) Contractor employees may be ordered removed from the US Embassy, Chief of Mission sites,OSC-I sites, secure military installations or the theater of operations by order of the Chief ofMission (Iraq) or senior military commander of the battle space (Afghanistan) for acts thatdisrupt good order and discipline or violate applicable laws, regulations, orders, instructions,policies, or directives.  Contractors shall immediately comply with any such order to remove itscontractor employee.

(d) Contractor employees performing in Iraq or the USCENTCOM Area of Responsibility(AOR) may be subject to the jurisdiction of overlapping criminal codes, including, but notlimited to, the Military Extraterritorial Jurisdiction Act (18 U.S.C. Sec. 3261, et al) (MEJA), theUniform Code of Military Justice (10 U.S.C. Sec. 801, et al)(UCMJ), and the laws of the HostNation.  Non-US citizens may also be subject to the laws of their home country while performingin Iraq or the USCENTCOM AOR.  Contractor employee status in these overlapping criminaljurisdictions may be modified from time to time by the United States, the Host Nation, or byapplicable status of forces agreements.

(e) Under MEJA, a person who engages in felony misconduct outside the United States whileemployed by or accompanying the Armed Forces is subject to arrest, removal and prosecution inUnited States federal courts.   Under the UCMJ, a person serving with or accompanying theArmed Forces in the field during a declared war or contingency operation may be disciplined fora criminal offense, including by referral of charges to a General Court Martial.   Contractoremployees may be ordered into confinement or placed under conditions that restrict movement inIraq or within the AOR or administratively attached to a military command pending resolution ofa criminal investigation.

(f) Contractors shall immediately notify the BDOC (Iraq) or military law enforcement(Afghanistan) and the Contracting Officer if they suspect an employee has committed anoffense.  Contractors shall take any and all reasonable and necessary measures to secure thepresence of an employee suspected of a serious felony offense.  Contractors shall not knowinglyfacilitate the departure of an employee suspected of a serious felony offense or violating theRules for the Use of Force to depart Iraq or Afghanistan without approval from the Chief ofMission (Iraq) or the senior U.S. commander (Afghanistan).

(End of Clause)

5152.225-5904

MONTHLY CONTRACTOR CENSUS REPORTING

(AUG 2011)

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 185 of 193

 FINAL 

Page 188: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Contractor shall provide monthly employee census information to the Contracting Officer, byprovince, for this contract.  Information shall be submitted either electronically or by hard-copy. 

Information shall be current as of the 25th day of each month and received by the ContractingOfficer no later than the first day of the following month.  The following information shall beprovided for each province in which work was performed:

(1)      The total number (prime and subcontractors at all tiers) employees.

(2)      The total number (prime and subcontractors at all tiers) of U.S. citizens.

(3)      The total number (prime and subcontractors at all tiers) of local nationals (LN).

(4)      The total number (prime and subcontractors at all tiers) of third-country nationals (TCN).

(5)      Name of province in which the work was performed.

(6)           The names of all company employees who enter and update employee data in theSynchronized Pre-deployment & Operational Tracker (SPOT) IAW DFARS 252.225-7040 orDFARS DOD class deviation 2011-O0004. 

(End of Clause)

5152.225-5908

GOVERNMENT FURNISHED CONTRACTOR SUPPORT

(MAY 2012)

The following is a summary of the type of support the Government will provide the contractor. Services will be provided to contractors at the same level as they are provided to military andDoD civilian personnel. In the event of any discrepancy between this summary and thedescription of services in the Statement of Work, this clause will take precedence.   Theseservices are only provided at the following locations:    Kandahar Airfield, Afghanistan   andBagram Airfield, Afghanistan.  When contractor employees are in transit all checked blocks areconsidered authorized.

U.S. Citizens

 APO/MPO/DPO/Postal Service   DFACs****                        Mil Issue Equip

 Authorized Weapon                     Excess Baggage                   MILAIR (inter/intra theater)

 Billeting***                                  Fuel Authorized                   MWR                             CAAF*                                            Govt Furnished Meals****  ResuscitativeCare

 Controlled Access Card (CAC)   Military Banking                  Transportation

 Badge                                           Military Clothing                  All

 Commissary                                  Military Exchange                None

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 186 of 193

 FINAL 

Page 189: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 Embassy Services Kabul**          

 

Third-Country National (TCN) Employees

 

 N/A                                               DFACs****                         Mil Issue Equip

 Authorized Weapon                      Excess Baggage                  MILAIR (inter/intra theater)

 Billeting***                                   Fuel Authorized                  MWR

 CAAF*                                         Govt Furnished Meals****  Resuscitative Care

 Controlled Access Card (CAC)    Military Banking                 Transportation

 Badge                                            Military Clothing                 All

 Commissary                                   Military Exchange               None

 

Local National (LN) Employees

 

 N/A                                                DFACs****                        Mil Issue Equip

 Authorized Weapon                       Excess Baggage                   MILAIR (intra theater)

 Billeting***                                    Fuel Authorized                   MWR

 CAAF*                                          Govt Furnished Meals****  Resuscitative Care

 Controlled Access Card (CAC)     Military Banking                 Transportation

 Badge                                             Military Clothing                 All

 Commissary                                    Military Exchange               None

 

* CAAF is defined as Contractors Authorized to Accompany Forces.

** Applies to US Embassy Life Support in Afghanistan only.  See special note below regardingEmbassy support.

*** Afghanistan Life Support.  Due to the drawdown of base life support facilities throughoutthe country, standards will be lowering to an “expeditionary” environment.  Expeditionarystandards will be base specific, and may include down grading from permanent housing (b-huts,hardened buildings) to temporary tents or other facilities. 

****Due to drawdown efforts DFACS may not be fully operational.  Hot meals may drop from

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 187 of 193

 FINAL 

Page 190: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

three per day to one or none per day.  MREs may be substituted for DFAC-provided meals;however, contractors will receive the same meal standards as provided to military and DoDcivilian personnel.

SPECIAL NOTE – US Embassy Afghanistan Life Support:  The type and amount of support thatthe U.S. Embassy Mission in Kabul, Afghanistan, provides to contractors, if any, must becoordinated in advance between the U.S. Mission and the contracting agency in accordance withDepartment of  State Foreign Affairs Handbook, 2-FAH-2. Contractors are not authorized todeploy personnel requiring US Mission support prior to receiving clearance from the ContractingOfficer.

SPECIAL NOTE ON MILAIR – MILAIR is allowed for the transportation of DoD contractorpersonnel (US, TCN, LN) as required by their contract and as approved in writing by theContracting Officer or Contracting Officer Representative.  Transportation is also allowed forcontractor equipment required to perform the contract when that equipment travels with thecontractor employee (e.g., special radio test equipment, when the contractor is responsible forradio testing or repair)

(End of Clause)

 

 

5152.225-5915

CONTRACTOR ACCOUNTABILITY AND PERSONNEL RECOVERY

(JUN 2014)

(a)   Contract performance may require work in dangerous or austere conditions.   Except asotherwise provided in the contract, the contractor accepts the risks associated with requiredcontract performance in such operations.

     (1)  Unaccounted Personnel:  It is the expectation of the USG that any contractor brought intoAfghanistan for the sole purposes of performance of work on a USG contract must be accountedfor at all times by their respective employers.   Additionally, contractors who maintain livingquarters on a USG base shall verify the location of each of its employees’ living quarters aminimum of once a month.  If a DoD contracted employee becomes missing and evidence doesnot indicate foul play, a Personnel Recovery (PR) event is NOT automatically triggered.  Such anevent will be treated as an accountability battle drill by the employer’s chain of command orcivilian equivalent.   

     (2)  Contractor Responsibilities:  The contractor is responsible to take all necessary steps tolocate and investigate the unaccounted for employee(s) whereabouts to the maximum extentpracticable.  To assist in this process, contractors may use the Operational Contracting SupportDrawdown Cell as a resource to track or research employee’s last known location and/or to viewLOA’s.  All missing personnel will be immediately reported to the installation division PersonnelRecovery Officer (PRO), Mayor’s cell, Military Police Station and/or the Criminal InvestigativeDivision, and the Base Defense Operations Center (BDOC).

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 188 of 193

 FINAL 

Page 191: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

     (3)  Contractor Provided Information:  If it is determined that a potential criminal act hasoccurred, the USD PRO (or USFOR-A Personnel Recovery Division (PRD) with priorcoordination) will attempt to validate the missing person’s identity through the employer.  Thecontractor shall provide the information to PRD within 12 hours of request.   The requiredinformation the contractor should keep on file includes but is not limited to: copy of theindividuals Letter of Authorization generated by the Synchronized Pre-deployment andOperational Tracker System (SPOT), copy of passport and visas, housing information of wherethe individual resides such as room number and location, DD Form 93, Record of EmergencyData, copy of badging, and contact information for known friends or associates.    

(b)  If USFOR-A PRD determines through investigation that the unaccounted personnel havevoluntarily left the installation either seeking employment with another contractor or othernon-mission related reasons, PRD will notify the contractor.  The contractor shall ensure that allgovernment-related documents such as LOA’s, visas, etc. are terminated/reconciled appropriatelywithin 24 hours of notification by PRD in accordance with subparagraph (a)(8) of DFARS clause252.225-7997 entitled “Contractor Demobilization”.  Contractors who fail to account for theirpersonnel or whose employees create PR events will be held in breach of their contract and faceall remedies available to the Contracting Officer.

(c)  Contractors shall notify the Contracting Officer, as soon as practicable, whenever employeekidnappings, serious injuries or deaths occur.  Report the following information:

Contract Number

Contract Description & Location

Company Name

Reporting party:

Name

Phone number

e-mail address

Victim:

Name

Gender (Male/Female)

Age

Nationality

Country of permanent residence

Incident:

Description

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 189 of 193

 FINAL 

Page 192: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Location

Date and time

Other Pertinent Information

(End of Clause)

5152.247-5900

INBOUND/OUTBOUND CARGO AND CONTRACTOR EQUIPMENT CENSUS

(APR 2012)       

a. Movement and coordination of inbound and outbound cargo in Afghanistan is critical toensuring an effective drawdown.  The contractor shall provide visibility of their inbound cargoand equipment via the Synchronized Pre-deployment Operational Tracker (SPOT) census fortheir contract.  This requirement includes the prime and subcontractor’s at all tiers cargo andequipment.  The contractor shall report any individual piece of equipment valued at $50,000 ormore.  Incoming cargo and equipment census data shall be input 30 days prior to start ofperformance or delivery of supplies and quarterly thereafter for inbound and outboundequipment. 

b. This reporting is required on Rolling Stock (RS), Non Rolling Stock (RNRS), and Twenty footEquivalent Units (TEU).   The following definitions apply to these equipment/cargo categories:

(1)   Rolling Stock (RS):  All equipment with wheels or tracks, that is self-propelled, or isun-powered and can be towed by a vehicle on a roadway.  Also includes standard trailer mountedequipment such as generators, water purification equipment, and other support equipment withpermanent wheels.  Specific examples of R/S include Wheeled Armored Vehicles (WAVS),Mine-Resistant Ambush-Protected (MRAP) family of vehicles (FOVS), and Highly MobileMultipurpose Wheeled Vehicles (HMMWVS).

(2)   Non Rolling Stock (RNRS):  All equipment that is not classified as Rolling Stock. Includesequipment that is not trailer-mounted or originally designed to be driven or towed over aroadway.

(3)   Twenty foot Equivalent Units (TEU):  Standard unit for describing a ship’s cargo capacity, ora shipping terminal’s cargo handling capacity.  One TEU represents the cargo capacity of astandard intermodal shipping container, 20 feet long, 8 feet wide, and 8.5 feet high.  One TEU isequivalent to 4 QUADCONS and 3 TRICONS.  One TEU has an internal volume of 1,166 cubicfeet. 

c. This data will be used by United States Forces-Afghanistan (USFOR-A) to assist in trackingthe drawdown of Afghanistan.   The contractor is responsible for movement of their own cargoand equipment.  The data provided by contractors is for informational purposes only in order toplan and coordinate the drawdown effort.  The Government assumes no responsibility forcontractor demobilization except as stated in individual contract terms and conditions.

(End of Clause)

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 190 of 193

 FINAL 

Page 193: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

 

 

 

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 191 of 193

 FINAL 

Page 194: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

SECTION J LIST OF ATTACHMENTS

Exhibit A - Contract Data Requirements List, DD Form 1423

Attachment 6 - Contract Security Classification Specification, DD Form 254 - 11 pages

Attachment 7 - Option Year 1 Wage Determination

Attachment 8 - Staffing Plan Template, 1 tab

Attachment 9 - Prime Offeror Cost Summary Format, 4 tabs

Attachment 10 - Subcontractor Cost Summary Format, 3 tabs

Attachment 12 - ROM Template

Attachment 13 - Surge example

Attachment 11 Quality Assurance Surveillance Plan (QASP), 9 pages (Updated on MOD 10)

Attachment 15 - Award Term Rating Plan

Attachment 16 - Scheduled GFP Form

Attachment 14 - Government LOE Estimate

Attachment 17 - Pre-award Survey (SF 1408)

Attachment 1 - CDRL A003, TO Funding Letter

Attachment 2 - CDRL A003, Expenditure Report

Attachment 3 - CDRL A003, Financial Report

Attachment 4 - CDRL A003, Overtime Report

Attachment 5 - CDRL A006, Technical Data Package

Attachment 18 - Post-Award Signed DD254

Attachment 19 - Post-Award CDRL A001 (Updated on MOD 10)

Attachment 20 - Post-Award CDRL A002

Attachment 21 - Post-Award CDRL A003

Attachment 22 - Post-Award CDRL A004

Attachment 23 - Post-Award CDRL A005

Attachment 24 - Post-Award CDRL A006

Attachment 25 - Post-Award CDRL A007

Attachment 26: Government Furnished Material/Property

Attachment 27: GFM-Laptops

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 192 of 193

 FINAL 

Page 195: 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE …...CLIN/SLIN From To CONTRACT NO. N00178-14-D-7875 DELIVERY ORDER NO. N00178-14-D-7875-FC01 AMENDMENT/MODIFICATION NO. 54 PAGE 2 of 2

Attachment 28:  Option Year 2 Wage Determination

Attachment 29: Post-Award CDRL A008

Attachment 30: Wage Determination Whidbey Island

 CONTRACT NO. N00178-14-D-7875

 DELIVERY ORDER NO. N00178-14-D-7875-FC01

 AMENDMENT/MODIFICATION NO. 54

 PAGE 193 of 193

 FINAL