2.€ amendment/modification no. 3.€ effective …n00178-04-d-4042-fc19.pdf · 2.€...

47
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 05 09-Mar-2012 Admin N/A 6. ISSUED BY CODE N00164 7. ADMINISTERED BY (If other than Item 6) CODE S2101A NSWC, CRANE DIVISION 300 Highway 361 - Building 64 Crane IN 47522-5001 [email protected] 812-854-3926 DCMA Baltimore 217 EAST REDWOOD STREET, SUITE 1800 BALTIMORE MD 21202-5299 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. URS Federal Technical Services, Inc. 20501 Seneca Meadows Parkway Suite 300 Germantown MD 20876-7007 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4042-FC19 10B. DATED (SEE ITEM 13) CAGE CODE 34157 FACILITY CODE 09-Sep-2010 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) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [X] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: By mutual consent of contracting parties [ ] D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Tony Pappano, Contract Administrator Audra M Dant, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/Tony Pappano 13-Mar-2012 BY /s/Audra M Dant 13-Mar-2012 (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 5

Upload: truongkhuong

Post on 26-Mar-2018

218 views

Category:

Documents


2 download

TRANSCRIPT

  

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

05 09-Mar-2012 Admin N/A6.  ISSUED BY CODE N00164 7.  ADMINISTERED BY (If other than Item 6) CODE S2101A

NSWC, CRANE DIVISION

300 Highway 361 - Building 64

Crane IN 47522-5001

[email protected] 812-854-3926

 

DCMA Baltimore

217 EAST REDWOOD STREET, SUITE 1800

BALTIMORE MD 21202-5299

 

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

URS Federal Technical Services, Inc.    20501 Seneca Meadows Parkway Suite 300    Germantown MD 20876-7007   9B.  DATED (SEE ITEM 11)

         10A.  MODIFICATION OF CONTRACT/ORDER NO.

  [X]      N00178-04-D-4042-FC19    10B.  DATED (SEE ITEM 13)

CAGE CODE 34157 FACILITY CODE   09-Sep-201011.  THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

[   ]The above numbered solicitation is amended as set forth in Item 14.  The hour and date specified for receipt of Offers  [   ]   is extended, [   ]  is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:  (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers.  FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER.  If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.12.  ACCOUNTING AND APPROPRIATION DATA (If required)

  

13.  THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

(*) A.  THIS CHANGE ORDER IS ISSUED PURSUANT TO:  (Specify authority)  THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

[  ]   

[  ] B.  THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).    

[X] C.  THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: By mutual consent of contracting parties

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

E.  IMPORTANT:  Contractor [   ] is not, [ X ] is required to sign this document and return   1   copies to the issuing office.14.  DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

SEE PAGE 2 

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

   Tony Pappano, Contract Administrator Audra M Dant, Contracting Officer

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

       /s/Tony Pappano 13-Mar-2012

BY /s/Audra M Dant 13-Mar-2012 

(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 GSAFAR (48 CFR) 53.243

                   1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 5

GENERAL INFORMATION

2) Revise FAR clause paragraph 52.244-2(d)

The purpose of this modification is to 1) correct clerical errors in General Information and Section H; and 2) revise FAR clause 52.244-2(d).  Accordingly, said Task Order is modified as follows:

1) Correction of Clerical Errors

At award, the task order incorrectly identified the subcontractor and material and handling pass-thru rates via the addition of the clause “Task Order Rates” in General Information and Section H.  This error is hereby corrected as follows:

From:

TASK ORDER RATES

The following rates have been approved for this Task Order.

Annual Labor Escalation: respectively, per year

Maximum Pass-Thru Rate: % on Subcontractor Costs, % Material Handling on Subcontractor Costs

Fixed Fee: % on Prime Costs

To:

 

TASK ORDER RATES

The following rates have been approved for this Task Order.

Annual Labor Escalation: respectively, per year

Maximum Pass-Thru Rate: % fixed fee on Subcontractor Costs, total pass-thru not to exceed %

Maximum Fixed Fee: % on Prime Costs

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 2 of 5  FINAL

 

In accordance with amendment P00017 of the basic order administered by NSWC Dahlgren, paragraph (d) of FAR clause 52.244-2 is hereby updated in Section I and incorporated in its full context as follows:

 

From:

52.244-2 (d) Subcontracts

If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain the Contracting Officer's written consent before placing the following subcontracts: Any subcontract exceeding the Simplified Acquisition Threshold ($150,000.00), inclusive of subcontractor labor, fees, and ODCs (both travel and material), not previously included in the Prime Contractor's accepted proposal.

To:

FAR 52.244-2 Subcontracts (Oct 2010)

(a) Definitions. As used in this clause—

“Approved purchasing system” means a Contractor’s purchasing system that has been reviewed and approved in accordance 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 a particular subcontract.

“Subcontract” means any contract, as defined in FAR Subpart 2.1, entered into by a subcontractor to furnish supplies 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 unpriced contract actions (including unpriced modifications or unpriced delivery orders), and only if required in accordance with paragraph (c) or (d) of this clause.

(c) If the Contractor does not have an approved purchasing system, consent to subcontract is required for any subcontract 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 Aeronautics and Space Administration, the greater of the simplified acquisition threshold or 5 percent 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 National Aeronautics and Space Administration, either the simplified acquisition threshold or 5 percent of the total estimated cost of the contract.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 3 of 5  FINAL

 

(d) If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain the Contracting Officer’s written consent before placing the following subcontracts:

Contracts with any firm not included with the basic contract proposal.  For adding team members to the task orderafter award, the task order contracting officer’s approval is required.  The task order contracting officer will determine the documentation to be submitted by the contractor for approval.

 (e)(1) The Contractor shall notify the Contracting Officer reasonably in advance of placing any subcontract or modification thereof for which consent is required under paragraph (b), (c), or (d) of this clause, including the following 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 Certificate of Current Cost or Pricing Data, if required by other contract provisions.

(vi) The subcontractor’s Disclosure Statement or Certificate relating to Cost Accounting Standards when 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 certified cost 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’s certified cost or pricing data were not accurate, complete, or current; the action taken by the Contractor and the subcontractor; and the effect of any such defective data on the total price negotiated;

(F) The reasons for any significant difference between the Contractor’s price objective and the price negotiated; and

(G) A complete explanation of the incentive fee or profit plan when incentives are used. The explanation shall identify each critical performance element, management decisions used to quantify each incentive element, reasons for the incentives, and a summary of all trade-off possibilities considered.

(2) The Contractor is not required to notify the Contracting Officer in advance of entering into any subcontract for which consent is not required under paragraph (b), (c), or (d) of this clause.

(f) Unless the consent or approval specifically provides otherwise, neither consent by the Contracting Officer to any 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

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 4 of 5  FINAL

 

(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 the fee 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 and prompt notice of any claim made against the Contractor by any subcontractor or vendor that, in the opinion of the Contractor, may result in litigation related in any way to this contract, with respect to which the Contractor may be entitled to reimbursement from the Government.

(i) The Government reserves the right to review the Contractor’s purchasing system as set forth in FAR Subpart 44.3.

(j) Paragraphs (c) and (e) of this clause do not apply to the following subcontracts, which were evaluated during negotiations:

(End of Clause)

 

Total funding for this task order hereby remains unchanged.

The clause Limitation of Funds (FAR 52.232-22) applies. The Government is not obligated to reimburse the Contractor for costs incurred in excess of $410,000.00 unless additional funds are made available and incorporated as a modification of this task order.

A conformed copy of this Task Order is attached to this modification for information purposes only.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 5 of 5  FINAL

 

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES   For Cost Type Items:  Item   Supplies/Services       Qty Unit       Est. Cost        Fixed Fee           CPFF ------ ----------------- --------- ---- ---------------  --------------- --------------   4000   Research and               $1,148,808.00        Development                             Relating To                             Nuclear and Space                       Radiation Effects                       on                                      Semiconductors.                         Base Year 1                             Labor. (RDT&E)                    400001 Research and                 Development              Relating To              Nuclear and Space        Radiation Effects        on                       Semiconductors.          Base Year 1              Labor.                    (RDT&E)           400002 Research and                 Development              Relating To              Nuclear and Space        Radiation Effects        on                       Semiconductors.          Base Year 1              Labor.                    (RDT&E)           400003 Incremental                  funding in the           amount of                 in           support of TI 002        (ACRN A2).               (OTHER)            4100   Research and                $1,180,127.00        Development                             Relating To                             Nuclear and Space                       Radiation Effects                       on                                      Semiconductors.                         Base Year 2                             Labor.  (OTHER)                   4200   Research and               $1,208,629.00        Development                             Relating To                             Nuclear and Space                

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 1 of 42  FINAL

 

       Radiation Effects                       on                                      Semiconductors.                         Award Term Year 1                       Labor.  (OTHER)                         Option                            4300   Research and               $1,252,401.00        Development                             Relating To                             Nuclear and Space                       Radiation Effects                       on                                      Semiconductors.                         Award Term Year 2                       Labor.  (OTHER)                         Option                            4400   Research and              $1,291,331.00        Development                             Relating To                             Nuclear and Space                       Radiation Effects                       on                                      Semiconductors.                         Award Term Year 3                       Labor.  (OTHER)                         Option                             For ODC Items:  Item   Supplies/Services       Qty Unit       Est. Cost                                 ------ ----------------- --------- ---- ----------------                                  6000   Research and            1.0  LO      $253,936.00        Development                             Relating To                             Nuclear and Space                       Radiation Effects                       on                                      Semiconductors.                         Base Year 1 ODC.                        (OTHER)                           6100   Research and            1.0  LO      $253,880.00        Development                             Relating To                             Nuclear and Space                       Radiation Effects                       on                                      Semiconductors.                         Base Year 2 ODC.                        (OTHER)                           6200   Research and            1.0  LO      $253,839.00        Development                             Relating To                             Nuclear and Space                       Radiation Effects                       on                                      Semiconductors.                         Award Term Year 1                       ODC.  (OTHER)                    

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 2 of 42  FINAL

 

       Option                            6300   Research and            1.0  LO      $253,813.00        Development                             Relating To                             Nuclear and Space                       Radiation Effects                       on                                      Semiconductors.                         Award Term 2 ODC.                       (OTHER)                                 Option                            6400   Research and            1.0  LO      $253,779.00        Development                             Relating To                             Nuclear and Space                       Radiation Effects                       on                                      Semiconductors.                         Award Term 3 ODC.                       (OTHER)                                 Option                            

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 3 of 42  FINAL

 

SECTION C DESCRIPTIONS AND SPECIFICATIONS

                                    Statement of Work  

 for 

Research and Development Relating to

 

  Nuclear and Space Radiation Effects on Semiconductors

 

Prepared by:

Naval Surface Warfare Center

Flight Systems Division

Crane, IN   47522-5001

 

 

DISTRIBUTION STATEMENT A:  Approved for public release; distribution is unlimited.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 4 of 42  FINAL

 

1.0       SCOPE.  The object of this effort is to conduct research and support to simulate and measure the response of nuclear and space radiation on electronic semiconductor devices and develop and demonstrate radiation-hardening techniques for semiconductor devices. The effort consists of the following major tasks: (1) physics of radiation response of electronics, (2) analytical modeling and experimental assessment of radiation effects on electronics, (3) radiation hardening of electronics, and (4) radiation test development for electronics under the cognizance of Naval Surface Warfare Center Crane Division (NSWC Crane), the Flight Systems Division, GXM.

This research will utilize the contractor’s existing facilities and acquired services of other necessary radiation research facilities. Access to other radiation research facilities shall be the sole responsibility of the contractor. No facility construction or improvement shall be included in the contract other than general maintenance and consumables required to perform the radiation research tasks.

1.1 BACKGROUND. The Naval Surface Warfare Center, Crane Division, conducts research, development, test, and evaluation (RDT&E) on radiation-induced degradation mechanisms that pertain to the performance of state-of-the-art semiconductor devices. In the past years, this RDT&E task has consisted of many efforts including: electrical characterization of transistors, test structures, and microcircuits in specialized radiation environments; the development of radiation hardened semiconductor processes; prototype fabrication of radiation hardened devices at commercial semiconductor firms in an effort to enhance the performance of products in radiation environments; development of automatic test equipment (ATE) for conducting experiments at remote radiation sources; testing of semiconductors using radiation sources located at White Sands Missile Range, Indiana University Cyclotron Facility, Texas A&M University Cyclotron, Brookhaven National Laboratories, Research Triangle Institute, UC Berkeley Cyclotron, Honeywell Flash X-Ray, Naval Surface Warfare Center and others; and actively participating in industry-wide symposia and conferences where the results of our work is presented.

Radiation Sciences Branch, Code GXMR, is supporting major program offices in radiation hardening developments, including: Defense Threat Reduction Agency, Air Force Space and Missile Center, U.S. Army Space and Missile Defense Command, and Navy Special Projects Office (Trident Missile Program). Some of this work requires expertise or services not available at the Naval Surface Warfare Center, Crane Division, and has been accomplished through three previous contracts: N00164-87-D-00l0, N00164-92-D-0009, and N00164-97-D0013. We envision the continuation of these tasks with another indefinite delivery-type contact or other contract vehicle.

Due to the very specialized nature of this work and the high level of skill required by each individual task, only a few organizations are capable of performing radiation effects RDT&E.

 1.2       APPLICABLE PARGRAPHS.  The following paragraphs and functional service areas of SeaPort Enhanced (SeaPort-e) MAC are applicable to this Task Order (TO): 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 5 of 42  FINAL

 

3.1 Research and Development Support 

3.2 Engineering, System Engineering and Process Engineering Support

3.3 Modeling, Simulation, Stimulation, and Analyses Support 

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

3.5 System Design Documentation and Technical Data Support 

3.6 Software Engineering, Development, Programming, and Network Support

3.10 Configuration Management Support3.11 Quality Assurance Support3.16 Logistics Support3.20 Program Support 

2.0             APPLICABLE DOCUMENTS.  The contractor shall perform support tasks in accordance with applicable military standards, handbooks, performance specifications, and non-Government documents, as well as all project specific technical documentation and information.  Project specific documentation will be provided as Government Furnished Information (GFI) at the request of the contractor.  All applicable documents shall be the latest revision as of the date of TO award.  In the event of conflict between documents and the contents of this SOW, the SOW shall be considered a superseding requirement.

ASTM 1192, Single-Event-Effects Test Method

ASTM 1892, Total Ionizing Dose Test Guideline

DoD-DOE Radiation Hardened Microelectronics Classification Guide of 16 April 1986.

JES57, Single Events Effects Testing

MIL-T-1019, Steady State Total Ionizing Dose Test Method

MIL-PRF-38534

MIL-PRF-38535, Microelectronics

OPNAVINST 5102.1

SECNAVINST 5370.2 Standards of Conduct

3.0       TASK REQUIREMENTS.  The contractor shall provide qualified personnel, materials, facilities, and equipment to provide services and materials as directed by the Government to meet the task requirements.    As a minimum, the Contractor shall have available a computer workstation to perform process, device, circuit, and logic simulations. The Contractor shall have test equipment capable of measuring electrical parameters on test structures such as bipolar and MOS transistors, field structures, resistors, and capacitors. Resolution of test equipment must be equal to Hewlett Packard model 4145 semiconductor parameter analyzer or equivalent. Additionally, computer-aided design (CAD) workstation capable of reviewing, analyzing, and

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 6 of 42  FINAL

 

generating integrated circuit layout files is required. Also, the Contractor shall ensure access to a "source" for producing ionizing radiation (Cobalt-60 or equivalent) for irradiating semiconductor devices. Technical Instructions (TIs) will be utilized to delineate specific efforts when applicable by the Contracting Officer and shall be within the parameters of one or more of the general tasks listed below.

3.1 TASK 1.  PHYSICS OF RADIATION RESPONSE OF ELECTRONICS . (Task 1includes paragraphs 3.2, 3.3, 3.4, and 3.5)

3.2   Radiation Testing. The Contractor shall perform radiation testing in environments such as total ionizing dose, neutron, dose rate, and single event to determine the radiation response of electronic microcircuits, devices, and test structures as specified by each Technical Instruction (TI). Appropriate electrical measurements such as the degradation of threshold voltage (Vt), gain (Hfe), circuit dc and ac parametric, functionality, and output voltage changes shall be performed. Radiation levels for transient or logic upset, latchup, and burnout may be determined. A radiation test plan shall be developed for the Government before each radiation test. Semiconductor devices to be tested may be furnished by Naval Surface Warfare Center, Crane Division, or a sponsoring agency as a part of the characterization work being performed at Naval Surface Warfare Center, Crane Division, or as deliverables received from another Government-hardening contract. However, when necessary, the Contractor shall be required to fabricate and obtain prototype semiconductor devices in accordance with this contract for radiation testing. 

3.3   Test Method Development. The Contractor shall develop test methods for determining the radiation response of microcircuits, devices, test structures, and subsystems in radiation environments. This task includes the development of test philosophy, test procedure, test plans, and any specialized hardware necessary to implement the radiation tests, such as test fixtures and customized portable test equipment to be utilized during radiation testing, as specified by each Technical Instruction (TI). The Contractor may be required to interface with system Contractors such as Draper, Boeing, Lockheed, Raytheon, etc., to determine specific test environments as nearly as possible to conditions that simulate space or radiation conditions of actual use. The Contractor shall be required, while developing test philosophy, to determine test techniques to measure sensitive or indicative parameters of a microcircuit, device, test structure, or subsystem radiation hardness.

Test methods and hardware that are developed may need to be customized for use in various radiation environments and facilities. These facilities include the Naval Surface Warfare Center, Crane Division's Gammacell-220 and Shepherd 484 Cobalt-60 sources, linear accelerator (LINAC); White Sands Missile LINAC and Fast Burst Reactor; Indiana University Cyclotron Facility; Brookhaven Tandem Van de Graaf; Hill AFB; Texas A&M Cyclotron ; L3 Communication; and other radiation facilities that may be used during the duration of the Task Order.  If Government-furnished radiation sources cannot be provided to the Contractor, the Contractor may need to procure test time at an alternate source

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 7 of 42  FINAL

 

in accordance with this Task Order. A test plan detailing the test techniques, test samples, radiation environments, radiation levels, in-situ bias conditions, electrical tests and equipment; and data analysis is usually provided to the Government prior to testing.

3.4   Test Data Analysis. As specified by each Technical Instruction (TI), the Contractor shall analyze the test data from prior testing (Task 3.1.1) or data provided by the Government or Government Contractor to determine the exact cause of the measured response to radiation. This shall be accomplished by correlating the measured response of the tested device with device design, layout, and fabrication information. This task may require the use of computer modeling tools and computer-aided design (CAD) workstation. This task may require independent effort or cooperative effort with the Government or Contractor. When required, the Contractor may need to enter into nondisclosure agreements with other Contractors or manufacturers to obtain necessary design information. Each individual Technical Instruction (TI) will contain detailed information that defines the analysis tasks and specifies the nature of work to be performed.

3.5   Physics of Radiation Failure. The contractor shall perform theoretical research to determine the physical cause for radiation failure within semiconductor devices and systems. This basic research will involve developing new theoretical models for the degradation of device sub-elements (transistor junctions, gate oxides, field oxides, isolation oxides) along with modeling and failure analysis. Temperature effects, radiation exposure rates, electrical bias conditions, and annealing behavior will be analyzed to gain new understanding of radiation-induced defects and failure mechanisms. Theoretical approaches for radiation hardening will be developed.

3.6 TASK 2.  ANALYTICAL MODELING AND EXPERIMENTAL ASSESSMENT OFRADIATION EFFECTS ON ELECTRONICS.  (Task 2 includes paragraphs 3.7, 3.8,and 3.9)

3.7  Computer Code Development and Improvement. The Contractor shall develop, expand, and improve computer codes for modeling of electronic devices, components, test structures, and subsystems in radiation environments as specified by Technical Instruction (TI). Commercial codes such as VHDL, Verilog, Spice, Synopsys, Athena, Atlas, Suprem, Silvaco, SmartSpice, Pisces and CFDRC, Radiation effects Enhanced Technology CAD (TCAD) are traditionally used to model and predict the performance of non-irradiated electronic devices. However, these codes often must be modified for a specific technology and radiation environment being investigated. The Contractor shall perform an objective review of existing codes to determine and document the strengths, weaknesses, and applicability of each code for the technology and environment. When existing codes are not usable or modifiable for the requested technology or radiation environment, the Contractor shall

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 8 of 42  FINAL

 

develop new codes to meet the application.

3.8  Experimental Verification of Modeling Codes. The Contractor shall experimentally verify the accuracy of the modeling codes modified or developed in Task 3.2.1. The Contractor shall perform radiation testing of the modeled electronic device, component, test structure, or subsystem in the selected radiation environments as specified by the Technical Instruction (TI). Electrical parameters shall be selected and measured that are indicators of the radiation-sensitive parameters for the tested device. Predicted response versus measured response shall be compared and any errors explained. If required by the task, the model shall be modified to improve the accuracy of the computer code to the requirements of the specific Technical Instruction (TI).

3.9  Application of Modeling Codes. As specified by Technical Instruction (TI), the Contractor shall determine and document, using commercial computer codes such as VHDL, Verilog, Spice, Synopsys, Athena, Atlas, Suprem, Silvaco, SmartSpice, Pisces and CFDRC, Radiation effects Enhanced Technology CAD (TCAD) modified or developed in (Task 3.2.1), the expected electrical response of requested electronic devices, components, test structures, circuits, or subsystems in the requested radiation environments. Variations such as changes in design, layout, or fabrication may be modeled to predict changes in electrical response and radiation hardness.  Details on device characteristics to be modeled map be provided by Government in the each delivery order or may need to be obtained by the Contractor from a semiconductor manufacturer. When necessary, the Contractor may need to enter into nondisclosure agreement with another Contractor or manufacturer to obtain the necessary design information. Specific information about the device to be modeled and radiation environments may also be supplied in the Technical Instruction (TI).

3.10 TASK 3.   RADIATION HARDENING OF ELECTRONICS (Task 3 includes paragraphs 3.11, 3.12, and 3.13)

3.11  Development of Hardening Plan. The Contractor shall identify and provide documentation concerning techniques that can be used during design, layout, or fabrication of electronic devices, components, circuits, test structures, or subsystems for improving the radiation hardness as defined by each delivery order. This shall be accomplished by first reviewing the design, layout, and fabrication techniques. The Contractor shall then estimate the current radiation hardness based on knowledge of similar technologies. The Contractor shall then consider the applicability of known hardening techniques, for the technology under study, to achieve the requested hardness level. Experiments shall be planned to investigate hardening techniques by implementing prototype wafer fabrication with "split" fabrication lots or with multiple fabrication lots. The planned experiment(s) shall be referred to as

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 9 of 42  FINAL

 

the "hardening plan" and shall be provided to the Government before starting any prototype lots. This work shall require that the Contractor establish and maintain a close working relationship with semiconductor manufacturers. When required, to obtain necessary proprietary information, the Contractor must negotiate a nondisclosure agreement with the required firms. Specifics on technologies to be radiation hardened and required hardness levels and environments will be provided in individual Technical Instructions (TIs).

3.12   Semiconductor Device Fabrication. The Contractor shall demonstrate the effectiveness of the hardening plan developed in (Task 3.3.1) by fabricating prototype semiconductor devices and performing appropriate tests and delivering devices to the Government for independent testing, as designated in each Technical Instruction (TI). The hardening plan, delivered in (Task 3.4.1), shall be approved by the Government before beginning fabrication. The plan should include variations proposed in design, layout, or fabrication and the objective and expected result of each variation. This may include layout files of each design or layout changes in documentation of processing changes. Sufficient number of devices shall be packaged for radiation tests by the Contractor and Government. As radiation-hardened processes and techniques become unavailable in the future, wafer lots of devices shall be designed and packaged in unhardened (commercial) processes. Appropriate radiation-hardened layout and design rules will be used for fabrication of these devices. The specific number of devices to be fabricated and delivered to the Government will be specified in individual Technical Instruction (TI). 

3.13   Hardening Verification. As delineated by Technical Instruction (TI), the Contractor shall verify the radiation hardness achieved by the semiconductor devices produced in (Task 3.3.2) by testing in radiation environments such as total dose, neutron, dose rate, or single event. Radiation tests should be planned and performed so that the hardening objective of each fabrication split or lot is evaluated. If commercial (off-the-shelf) devices are being considered for future military applications, the Contractor shall procure and radiation test sample lots of devices to determine their tolerance to nuclear radiation.  Actual results shall be compared to expected results during the data analysis and recommendations for additional hardness improvements documented and delivered.

3.14 TASK 4.  RADIATION TEST DEVELOPMENT FOR ELECTRONICS  (Task 4includes paragraphs 3.15, 3.16, and 3.17)

3.15   Automatic Test Equipment (ATE) Programs. The Contractor shall develop test programs for use on the ATE used by the Government for radiation effects evaluation of semiconductor devices as stipulated by the Technical Instruction (TI). This equipment includes, but is not limited to: Eagle LSI-4, Hewlett Packard 82000, Agilent 93000, High-Level ETS 754, Design Engineering Portable Tester

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 10 of 42  FINAL

 

(MADCAT), Transient Anneal Test System (TATS), and HP 4145/Keithley Parametric Analyzer. The ATE is capable of subjecting devices under test to various combinations of bias, trigger, or clock signals while simultaneously measuring the electrical response of the device during the radiation exposure. These electrical tests shall be performed before and after total dose and neutron irradiation and during dose rate and single event testing. Much of this work shall pertain to testing devices for the Strategic Systems Program, DTRA, Air Force, MDA programs. Therefore, the Contractor personnel shall be required to possess the proper security clearances. Additionally, data generated must be formatted and data-based on the Government's computer located at Naval Surface Warfare Center, Crane Division, so that it can be transmitted to a system contractor such as Draper, Boeing, Lockheed, or Raytheon for correlation with other production data. The Contractor shall be required to perform the necessary software and hardware interfacing to accomplish these efforts. Specific devices to have test programs prepared will be specified in each individual Technical Instruction (TI). 

3.16   Hardware Test Equipment Development. The Contractor shall develop customized test equipment and fixtures for testing semiconductors in radiation environments such as total dose, neutron, dose rate, and single event. These environments include, but are not limited to, the Naval Surface Warfare Center, Crane Division's Gammacell-220 and Shepherd 484 Cobalt-60 sources, linear accelerator (LINAC); White Sands LINAC and fast burst reactor; Indiana University  Cyclotron Facility (IUCF); Radiation Effects Research Program (RERP); Neutron Effects Research Program (NERP); Advanced Electron Photon Facility (ALPHA), Texas A&M Cyclotron and Brookhaven Tandem Van de Graaf. This hardware must be capable of operating in or near the radiation environment without significant degradation. The Contractor shall be required to perform the necessary interface to permit use of the hardware with the radiation environment. This includes development of any necessary fixtures, circuit boards, or test jigs. Specific hardware to be developed will be specified in each Technical Instruction (TI).

3.17   Equipment Control Programming. The Contractor shall develop test/control programs for Naval Surface Warfare Center, Crane Division's radiation facilities that are used for radiation testing of semiconductor devices.  These facilities include, but are not limited to, the Naval Surface Warfare Center, Crane Division's Gammacell-220 and Shepherd 484 Cobalt-60 sources, and linear accelerator (LINAC). This test/control includes integrating the hardware developed in (Task 3.4.2) to test devices developed by this contract and simultaneously controlling the radiation source and measuring the electrical response. The Contractor shall accomplish software and hardware interfacing of this equipment. Specific test/control programs to be developed will be specified in each Technical Instruction (TI).

3.18  Quality Assurance (QA) Support.  The contractor shall have at a minimum a

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 11 of 42  FINAL

 

contractor established quality assurance program.  A quality plan shall be developed for each specific task and all work shall be accomplished using these established quality processes, procedures, and instructions relative to the tasking specified herein.

3.19    Program Support.  The contractor shall provide program support in the following areas:  Paragraphs 3.20, 3.21, and 3.22.

3.20   Contract Monitoring Point of Contract.  The contractor shall provide a single point of contact (POC) for contract monitoring of all efforts related to the planning, organizing, budgeting, and direction of the execution of the tasking set forth in this SOW.  The contractor shall provide monthly progress and status reports for each TI.  The report shall summarize efforts currently in progress, accomplishments and problems encountered, and project funding status, and shall be in narrative form with graphics, as appropriate, to better define information.   

3.21       Program Planning.  The contractor shall update development plans and schedules for Strategic Systems Projects DTRA, MDA, and Air Force activities .  These plans shall include the scope and purpose of the effort, an outline of recommended evaluations and analyses, schedules, and a Plan of Action and Milestones (POA&M). Planning shall also include scheduling and coordinating radiation test facilities. 

3.22       Meeting Support.  The contractor shall provide qualified personnel to attend meetings or reviews associated with Strategic Systems Projects, DTRA, MDA, and Air Force activities.  These meetings will consist of program reviews, technical interchange meetings, working group meetings, Integrated Logistic Support (ILS) meetings, configuration management meetings, and program assessment meetings.  The contractor shall prepare presentations and presentation materials for use by the Government at these meetings.  These presentations will consist of viewgraphs, storyboards, or slide presentations (computer based viewgraphs), addressing selected topics.  The contractor shall document the proceedings, and complete action items and assignments resulting from these meetings.  The following specific meeting support tasks may be required:

••••         Coordinate meeting times, locations, and attendees.

••••         Prepare and provide meeting notifications and agendas.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 12 of 42  FINAL

 

••••         Prepare and provide fact sheets, viewgraphs, charts and other technical materials for presentation.

••••         Record meeting discussions, issues, and action item assignments.

••••         Prepare action item correspondence for Government review and approval.

••••         Prepare and distribute finalized minutes with action items and attendee list.

4.0       GOVERNMENT FURNISHED ITEMS.

4.1       Government Furnished Information (GFI).  The Government will provide all applicable program technical documentation and information to the contractor as GFI.    Specific GFI is not known at this time; however, GFI will be provided as required or at the request of the contractor.

4.2       Government Furnished Material (GFM).  GFM will be provided when the contractor has a requirement for special or specific Government material in the performance of specific tasking.

4.3       Government Furnished Equipment (GFE).  GFM will be provided when the contractor has a requirement for special or specific Government material in the performance of specific tasking.

4.4       Government Furnished Facilities (GFF).  The Government and contractor will jointly determine facility requirements and locations for meetings and program reviews as well as a suitable infrastructure to manage program requirements to support the scope of activities. 4.5       Return of Government Furnished Items.  All GFI, GFE, and GFM provided to or acquired by the contractor shall be returned to the Government upon completion of assigned tasking.

5.0       DELIVERABLES.   All deliverables shall be completed and submitted in accordance with the requirements listed below.  Final copies of deliverables shall be distributed to the following:

Contracting Officer Representative (COR):                   

Ms. Lisa Springer(812)854-4174 [email protected]

Requiring Technical Activity (RTA):            

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 13 of 42  FINAL

 

Mr. Lydell Evans(812) 854-2042 [email protected]   

Mr. Steven Clark(812)854-1693     [email protected]   

                                                              

5.1       Technical Report-Study/Services (CDRL A001).  The contractor shall provide the Government with engineering and technical reports.  Contractor format is acceptable.

Deliverables:  Engineering and technical reports shall provide the Government with fully documented results of studies, investigations, experiments and analyses performed.  Reports include summaries, recommendations, status, trip reports, and any other required report.

Frequency:  As Required.  The Government shall provide notification of all required reports and associated due dates.

Medium:  Electronic format (Microsoft compatible format whenever possible) or Compact Disc (CDs).  Document shall be transmitted via e-mail or accessible via the Internet.

Due Date:  Contractor shall be notified of specific due dates as required.

 5.2       Report, Record of Meeting/Minutes (CDRL A002).  The contractor shall provide the Government with reports and records of meetings of any specified type.  Contractor format is acceptable.

Deliverables:  Meeting minutes, and reports shall provide the Government with fully documented records of the deliberations and actions resulting from these meetings.

Frequency:  As Required.  The Government shall provide notification of all meeting support requirements.

Medium:  Electronic format (Microsoft compatible format whenever possible) or Compact Disc (CDs).  Document shall be transmitted via e-mail or accessible via the Internet.

Due Date:  Contractor shall be notified of specific due dates as required.

5.3       Presentation Materials (CDRL A003).  The contractor shall provide the Government with presentation material such as viewgraphs, photographs, slides, or other audiovisual aids to be used to present information.  Contractor format is acceptable.

Deliverables:  The contractor shall provide the Government with viewgraphs, photographs, slides, or other audiovisual aids as well as any accompanying text to be

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 14 of 42  FINAL

 

used to present information during meetings, reviews, and briefings.

Frequency:  As Required.  The Government shall provide notification of all required presentations and associated due dates.

Medium:  Electronic format (Microsoft compatible format whenever possible) or Compact Disc (CDs).  Document shall be transmitted via e-mail or accessible via the Internet.

Due Date:  Contractor shall be notified of specific due dates as required.

5.4       Integrated Logistics Support (ILS) (CDRL A004).  The contractor shall provide ILS associated with the design, development, test, fabrication, sustainment and improvements to development of test philosophy, test procedure, test plans, and any specialized hardware necessary to implement the radiation tests, such as test fixtures and customized portable test equipment to be utilized during radiation testing.  The contractor shall provide ILS to the program offices regarding direction of radiation hardened system activities.

Deliverables:  The contractor shall identify and develop all logistics elements necessary to effectively support systems, subsystems, and components through their life-cycle, and provide required logistic, engineering, and technical reports and documentation to the Government.  Contractor format is acceptable.

Frequency:  As Required.  The Government shall provide notification of all requirements, and provide associated due dates.

Medium:  Electronic format (Microsoft compatible format whenever possible) or Compact Disc (CDs)... Unless the original format of the document is a requirement, contractor format is acceptable.   Document shall be transmitted via e-mail or accessible via the Internet.

Due Date:  Contractor shall be notified of specific due dates as required.

5.5  Monthly Funds and Man-Hours Expenditure Report (CDRL A005).  The contractor shall provide monthly funds and man-hour expenditure reports for each Contract Line Item Number (CLIN) to the Government.  The report shall summarize financial status and man-hours expenditures by CLIN. 

Deliverables:  The contractor shall submit a Monthly Funds and Man-hour expenditure report, in narrative form with graphics, as appropriate, to better define information.  Contractor format is acceptable.

Frequency:  Monthly.

Medium:  Electronic format (Microsoft compatible format whenever possible) or Compact Disc (CDs)... Unless the original format of the document is a requirement, contractor format is acceptable.   Document shall be transmitted via e-mail or accessible via the Internet.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 15 of 42  FINAL

 

Due Date:  30 days after task order award and monthly thereafter.

5.6 TO Funding Notification Letter (CDRL B011). The Contractor shall submit a Monthly Progress report to assist with the tracking of expended funds.

Deliverables: Provide the Government with a Monthly Report.

Frequency: Monthly

Medium: Electronic Form (either MS Word or Adobe PDF file format). Document shall

be transmitted via email.

Due Date: First submission is due NLT the 15th working DOM following the end of the first full reporting month ACA. 

6.0       SPECIAL CONDITIONS.  The following special conditions shall apply to the contractor in the performance of the tasks of this task order:

6.1       Security Classification.  The contractor shall comply with security procedures and instructions as specified by the local Government Security Department and Section C of the SeaPort-e Contract N00178-07-R-4000.  Some tasks require access to classified documents and secured areas.   All contractors performing these tasks are required to obtain a SECRET security clearance.  Access to classified information will be limited by security clearance level and need to know, and all classified material shall be handled in accordance with approved security practices and procedures.  Contractor personnel in contact with classified documentation and/or equipment shall have the proper level of clearance on file with the local Government Security Office. A Department of Defense Form 254 (DD 254) shall be filed with the contract identifying the contractor’s facility and safeguarding level of clearance requirements.  Classified information may be received or generated by the contractor, in accordance with DOD-5220.22-M, National Industrial Security Program Operating Manual (NISPOM), to fulfill the requirements of this task order. The need for Critical Nuclear Weapons Design Information (CNWDI) may arise. It should also be recognized that data and information produced and or associated with contra activities may be subject to International Traffic and Arms Regulation (ITAR).   

6.2       Data Rights.  All data/documentation delivered/created in support of this effort becomes the property of the Government and will be delivered without proprietary markings.  The Government shall have Government purpose rights for all data associated to this contract.

6.3       Information Non-Disclosure.  The contractor shall not disclose any information provided or developed under this contract outside the Government without prior approval from the Government.  Contractor shall provide one (1) copy of the employee-signed Non-Disclosure Statements to the KO prior to performing any work on this TO.  The KO will retain one copy for the TO file.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 16 of 42  FINAL

 

6.4       Release of Information.  All technical data provided to the contractor shall be protected from the public.  All other information relating to the items to be delivered and services to be performed under this TO may not be disclosed by any means without prior approval of the authorized representative of the KO.  Dissemination or public disclosure includes, but is not limited to, permitting access to such information by foreign nationals by any other person or entity, or publication 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 preclude access by any person or entity not authorized such access.

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

6.6       Non-Personal Services.  The Government will neither supervise contractor employees nor control the method by which the contractor performs the required tasks.  Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees.  It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services.  If the contractor feels that any actions constitute, or are perceived to constitute personal services, it shall be the contractor’s responsibility to notify the appropriate Government point of contact immediately.  These services shall not be used to perform work of a policy/decision making or management nature, i.e., inherently Governmental functions.  All decisions relative to programs supported by the contractor shall be the sole responsibility of the Government.

6.7       Travel.  The contractor is required to travel in support of the tasking in this SOW.  Trip duration will normally not exceed five (5) working days plus the required transit time.  Trip reports shall be incorporated in the monthly status reports in the month which the trips were taken.  The contractor is authorized to use task order funds for travel in order to complete assigned tasking.  GXMR will determine travel destination, dates and purposes as schedules develop.  Travel will be authorized by the COR via approved travel TIs.  The contractor is authorized to purchase non-refundable airline tickets for required travel.  Travel cost computations shall be in accordance with the following yearly estimated travel schedule. 

YEARLY ESTIMATED TRAVEL REQUIREMENTS 

DESTINATION DURATION PEOPLE TRIPS

Test Facilities 5 Days 4 6Attend Meeting 3 Days 4 6Site Visitation, Planning, etc

4 Days 4 3

 6.8       Incremental Funding.  This task order will be funded incrementally as required.  Each project will be identified by a separate TI.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 17 of 42  FINAL

 

 6.9       Place of Performance.  Tasking will be accomplished at contractor’s facilities.

6.10    Contracting Officer Representative (COR).  The COR for this task order is Ms. Lisa Springer Code CXLL, telephone 812-854-4174, email: [email protected] .

6.10.1  Requiring Technical Activity (RTA).  The RTA Points of Contact are Mr. Lydell Evans GXMR, telephone 812-854-2042, email: [email protected], and Mr. Steven Clark GXMR, telephone 812-854-1693, email: [email protected].

 7.0 PERIOD OF PERFORMANCE.   The period of performance shall be a two-year base period with three one-year award terms.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 18 of 42  FINAL

 

SECTION D PACKAGING AND MARKING

 All provisions and clauses in SECTION D of the basic contract apply to this task order, unless otherwise specified in this task order.

DATA PACKAGING LANGUAGE (5503) 

All unclassified data 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 Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M dated January 1995. 

MARKING OF REPORTS (NAVSEA) (SEP 1990) (5506)

All reports delivered by the Contractor to the Government under this contract shall prominently show on the cover of the report:

(1) name and business address of the Contractor(2) contract number(3) task order number(4) sponsor: ____________________________(Name of Individual Sponsor)____________________________(Name of Requiring Activity)____________________________(City and State) 

PROHIBITED PACKING MATERIALS (5512)

The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non neutral material) is prohibited. In addition, loose fill polystyrene is prohibited for shipboard use. 

INSTRUCTIONS FOR MARKING DISTRIBUTION STATEMENT (5513)

The Contractor shall comply with the instructions cited below for placement of the distribution statement associated with data. The applicable distribution statement is identified on each Contract Data Requirements List (DD Form 1423-1). The distribution statement shall be displayed conspicuously on technical documents so as to be recognized readily by receipts. 

The distribution statement shall appear on each front cover and title page of a report. If the technical document does not have a cover or title page, the applicable distribution statement shall be stamped or typed on the front page in a conspicuous position.

All Deliverables shall be packaged and marked IAW Best Commercial Practice.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 19 of 42  FINAL

 

SECTION E INSPECTION AND ACCEPTANCE

All provisions and clauses in SECTION E of the basic contract apply to this task order, unless otherwise specified in this task order. 

INSPECTION AND ACCEPTANCE TERMSSupplies/services will be inspected/accepted at DESTINATION. 

INSPECTION AND ACCEPTANCE LANGUAGE FOR DATA (5602)Inspection and acceptance of all data shall be as specified in the Contract Data Requirements List as described within the SOW. 

GOVERNMENT FURNISHED MATERIAL (NAVSEA) (MAY 1995)Government Furnished Material: When material is furnished by the Government, the contractor's procedures shall include at least the following:(a) Examination upon receipt, consistent with practicality, to detect damage in transit;(b) Inspection for completeness and proper type;(c) Periodic inspection and precautions to assure adequate storage conditions and to guard      against damage from handling and deterioration during storage;(d) Functional testing, either prior to or after installation, or both, as required by contract to      determine satisfactory operation;(e) Identification and protection from improper use or disposition; and(f) Verification of quantity. 

Damaged Government Furnished Material: The contractor shall report to the Government representative any Government-furnished property found damaged, malfunctioning, or otherwise unsuitable for use. In event of damage or malfunction during or after installation, the contractor shall determine and record probable cause and necessity for withholding material from use. Bailed Property: The contractor shall, as required by the terms of the Bailment Agreement, establish procedures for the adequate storage, maintenance, and inspection of bailed Government property. Records of all inspections and maintenance performed on bailed property shall be maintained. These procedures and records shall be subject to review by the Government representative.[As used in the foregoing, the term "material" applies to Government-furnished equipment to be installed in or furnished with the end item. The term "property" is Government equipment that is used in the fabrication or assembly of the end item, and is not delivered as part of the end item.]NOTE: Government representative means Contracting Officer 

CLAUSES INCORPORATED BY REFERENCE 

52.246-3 Inspection of Supplies-Cost Reimbursement MAY 2001 52.246-5 Inspection of Services-Cost Reimbursement APR 1984252.246-7000 Material Inspection and Receiving Report MAR 2003

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 20 of 42  FINAL

 

SECTION F DELIVERABLES OR PERFORMANCE

CLIN - DELIVERIES OR PERFORMANCE

The periods of performance for the following Items are as follows:

   

4000 9/9/2010 - 9/8/2012

4100 9/9/2011 - 9/8/2012

6000 9/9/2010 - 9/8/2012

6100 9/9/2011 - 9/8/2012

The periods of performance for the Award Term Items are as follows:

   

4200 9/9/2012 - 9/8/2013

4300 9/9/2013 - 9/8/2014

4400 9/9/2014 - 9/8/2015

6200 9/9/2012 - 9/8/2013

6300 9/9/2013 - 9/8/2014

6400 9/9/2014 - 9/8/2015

 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 21 of 42  FINAL

 

SECTION G CONTRACT ADMINISTRATION DATA

All provisions and clauses in SECTION G of the basic contract apply to this task order, unless otherwise stated herein.

CONTRACTING OFFICER REPRESENTATIVE (COR)

(A) The COR is:

Lisa Springer300 Highway 361; Bldg. 41NECrane, IN [email protected]

(a) The COR will act as the Contracting Officer's Representative for technical matters, providing technical direction and discussion, as necessary, with respect to the specification or statement of work, and monitoring the progress and quality of contractor performance. The COR is not an Administrative Contracting Officer and does not have authority to direct the accomplishment of effort which is beyond the scope of the statement of work in the task order.

(b) When, in the opinion of the contractor, the COR requests effort outside the existing scope of the task order, the contractor shall promptly notify the PCO in writing. No action shall be taken by the contractor under such direction until the contracting officer has issued a modification to the task order; or until the issue has been otherwise resolved.

SECURITY ADMINISTRATION (5806)

The highest level of security required under this contract is SECRET as designated on DD Form 254 attached hereto and made 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.

HQ G-2-0007 INVOICE INSTRUCTIONS (NAVSEA) (APR 2011)

(a) In accordance with the clause of this contract entitled “ELECTRONIC SUBMISSION OF PAYMENT REQUESTS” (DFARS 252.232-7003), the Naval Sea Systems Command (NAVSEA) will utilize the DoD Wide Area Workflow Receipt and Acceptance (WAWF) system to accept supplies/services delivered under this contract.  The web-based system located at https://wawf.eb.mil provides the technology for government contractors and authorized Department of Defense (DoD) personnel to generate, capture and process receipt and payment-related documentation in a paperless environment.  Invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF.  Submission of hard copy DD250/invoices may no longer be accepted for payment.  

(b) It is recommended that the person in your company designated as the Central Contractor Registration (CCR) Electronic Business (EB) Point of Contact and anyone responsible for the submission of invoices, use the online training system for WAWF at https://wawftraining.eb.mil.  The Vendor, Group Administrator (GAM), and sections marked with an asterisk in the training system should be reviewed.  Vendor documentation is available under Resources at http://wawftraining.com. 

(c) The designated CCR EB point of contact is responsible for activating the company’s CAGE code on WAWF

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 22 of 42  FINAL

 

by calling 1-866-618-5988.  Once the company is activated, the CCR EB point of contact will self-register under the company’s CAGE code on WAWF and follow the instructions for a group administrator.  After the company is set-up on WAWF, any additional persons responsible for submitting invoices must self-register under the company’s CAGE code at https://wawf.eb.mil. 

(d)  The contractor shall use the following document types, DODAAC codes and inspection and acceptance locations when submitting invoices in WAWF.

                Type of Document(s) (contracting officer check all that apply)

                ___ Invoice (FFP Supply & Service)

                ___ Invoice and Receiving Report Combo (FFP Supply)

                _X_ Cost Voucher (Cost Reimbursable, T&M, LH, or FPI)

                ___ Receiving Report (FFP, DD250 Only)

DODAAC Codes and Inspection and Acceptance Locations (contracting officer complete appropriate information as applicable)

 

                Issue DODAAC                                                    ___N00164_____________

                Admin DODAAC                                                 __S2101A_________

                Pay Office DODAAC                                                          ___HQ0338________

                Inspector DODAAC                                                            ____N/A__________

                Service Acceptor DODAAC                                               ___N00164________

                Service Approver DODAAC                                              ___N00164________

                Ship To DODAAC                                                               ________________

                DCAA Auditor DODAAC                                  ___HA211_____________

                LPO DODAAC                                                     ___N/A_____________

                Inspection Location                                                            ________________

                Acceptance Location                                                         ________________

 

Attachments created in any Microsoft Office product may be attached to the WAWF invoice, e.g., backup documentation, timesheets, etc.  Maximum limit for size of each file is 2 megabytes.  Maximum limit for size of files per invoice is 5 megabytes. 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 23 of 42  FINAL

 

(e) The Contractor agrees to segregate costs incurred under this task order at the lowest level of performance, either task or subtask, rather than on a total task order basis, and to submit invoices reflecting costs incurred at that level.  Supporting documentation in WAWF for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs (materials and travel),  by line item task or subtask.  Subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime) invoice; as well as, a cost breakdown of ODCs, materials, and travel invoiced.  Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal.  Subcontractors may email encryption code information directly to the Contracting Officer and Contracting Officer Representative.  Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and Contracting officer Representative; or other method s agreed to by the Contracting Officer. 

(f) Before closing out of an invoice session in WAWF, but after submitting the document(s), you will be prompted to send additional email notifications.  Click on “Send More Email Notification” and add the acceptor/receiver email addresses noted below in the first email address block, and add any other additional email addresses desired in the following blocks.  This additional notification to the government is important to ensure that the acceptor/receiver is aware that the invoice documents have been submitted to WAWF. 

Send Additional Email Notification To:

Lisa Springer300 Highway 361; Bldg. 41NECrane, IN [email protected] 812-854-4174

(g) The contractor shall submit invoices/cost vouchers for payment per contract terms and the government shall process invoices/cost vouchers for payment per contract terms.  Contractors approved by DCAA for direct billing will submit cost vouchers directly to DFAS via WAWF.  Final voucher submission will be approved by the ACO.

(h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above 1-866 number.

(End of Text)

CONTRACT ADMINISTRATION DATA LANGUAGE (5802)

Enter below the address (street and number, city, county, state and zip code) of the Contractor’s facility which will administer the task order if such address is different from the address shown on the proposal.

Address:Street & number____________________________________City & State ____________________________________County ____________________________________Zip Code ____________________________________

CONTRACTOR PERFORMANCE ASSESSMENT RATING SYSTEM (CPARS) (JAN 2001)

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 24 of 42  FINAL

 

(a) Pursuant to FAR 42.1502, this task order is subject to DoD's Contractor PerformanceAssessment System (CPARS). CPARS is an automated centralized information systemaccessible via the Internet that maintains reports of contractor performance for eachcontract/task order. CPARS is located at http://www.cpars.navy.mil/. Further information on CPARS is available at that web-site.

(b) Under CPARS, the Government will conduct annual evaluations of the contractor'sperformance. The contractor has thirty (30) days after the Government's evaluation is completed to comment on the evaluation. The opportunity to review and comment is limited to this time period and will not be extended. Failure to review the report at this time will not prevent the Government from using the report.

(c) The contractor may request a meeting to discuss the CPARS. The meeting is to berequested via e-mail to the CPARS Program Manager no later than seven days following receipt of the CPAR. A meeting will then be held during the contractor’s 30-day review period.

(d) The CPARS system requires the Government to assign the contractor a UserID andpassword in order to view and comment on the evaluation. Provide the name(s) of at least one individual (not more than three) that will be assigned as your Defense Contractor Representative for CPARS. Name, Phone, Email Address.

PURCHASE OFFICE REPRESENTATIVE:

Christopher Handke300 Hwy 361, Bldg 64Crane, IN [email protected]

 

Accounting DataSLINID PR Number Amount -------- ---------------------- --------------------- 400001 02057511  LLA : A1 97X4930. NH1J 000 77777 0 000164 2F 000000 G2000FG20025 TI 001- Labor  In regards to SLIN 400001 ACRN A1, contractor shall not perform beyond 31 OCT 2010. Contractor may invoice beyond 31 OCT 2010.  400002 00812644  LLA : A1 97X4930. NH1J 000 77777 0 000164 2F 000000 G2000FG20025 TI 001- Labor  In regards to SLIN 400002 ACRN A1, contractor shall not perform beyond 31 OCT 2010. Contractor may invoice beyond 31 OCT 2010.   BASE Funding Cumulative Funding  MOD 01 Funding Cumulative Funding  MOD 02 Funding

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 25 of 42  FINAL

 

Cumulative Funding  MOD 03  400003 11173656  LLA : A2 97X4930. NH1J 000 77777 0 000164 2F 000000 G2000GG20030 Funding in support of TI-002. Note: 10 U.S.C. 2410a Authority does NOT apply.  Funds expire 30 September 2011, or through the end date of the period of performance for CLIN 4000, whichever occurs first. Contractor may continue to invoice after this date, but only for work performed up through and including 30 September 2011.   MOD 03 Funding Cumulative Funding  MOD 04 Funding 0.00 Cumulative Funding  MOD 05 Funding 0.00 Cumulative Funding

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 26 of 42  FINAL

 

SECTION H SPECIAL CONTRACT REQUIREMENTS

All provisions and clauses in SECTION H of the basic contract apply to this task order, unless otherwise stated herein.

MANDATORY REQUIREMENTS

The following are mandatory requirements that must be met and maintained through the life of the order:

1. The contractor’s facility supporting this requirement must have or be eligible to obtain a facility clearance and storage capability up to SECRET level for both processing and storage.

GOVERNMENT FURNISHED PROPERTY (PERFORMANCE) (SEP 1990) (NAVSEA 5252.245-9108)

The Government will provide only that property set forth below, notwithstanding any term or condition of this contract to the contrary. Upon Contractor's written request to the cognizant Contracting Officer Representative (COR), via the cognizant Procuring Contract Office (NSWC Crane), the Government will furnish the following for use in the performance of this contract:

*To be identified upon issuance of Technical Instruction (TI) letters.

TECHNICAL INSTRUCTIONS (MAY 1993) (NAVSEA 5252.242-9115)

(a) Performance of the work hereunder shall be subject to written technical instructions/technical direction letters signed by the COR specified in Section G of this contract. As used herein, technical instructions/technical direction letters are defined to include the following:

(1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift work emphasis, fill in details or otherwise serve to accomplish the contractual statement of work.

(2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications or technical portions of work description.

(b) Technical instructions must be within the general scope of work stated in the contract.

Technical instructions may 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 any of the terms, conditions or specifications of the contract.

(c) If, in the opinion of the Contractor, any technical instruction/technical direction letters calls for effort outside the scope of the contract or is inconsistent with this requirement, the Contractor shall notify the Procuring Contracting Officer (NSWC Crane) in writing within ten (10) working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by the technical instruction/technical direction letter unless and until the Contractor is notified by the Procuring Contracting Officer (NSWC Crane) that the technical instruction/technical direction letter is within the scope of this contract.

(d) Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performing that portion of the contractual work statement, which is not affected by the disputed technical

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 27 of 42  FINAL

 

instruction/technical direction letter.

ALLOTMENT OF FUNDS (MAY 1993) (NAVSEA 5252.232-9104)

(a) This contract is incrementally funded with respect to both cost and fee. The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item 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 this contract for payment of cost for incrementally funded CLINs/SLINs is set forth below.

As provided in the clause of this contract entitled "LIMITATION OF FUNDS" (FAR 52.232 22), the CLINs/SLINs covered thereby, and the period of performance for which it is estimated the allotted amount(s) will cover are as follows:

*Refer to Section G

H30S LIMITATION OF LIABILITY - INCREMENTAL FUNDING (JUN 2004)

This task order is incrementally funded and the amount currently available for payment hereunder is limited to $*Refer to Page 2, General Information Section* inclusive of fee, profit and all other charges. The clause entitled, Limitation of Funds (FAR 52.232-22), applies. The Government is not obligated to reimburse the Contractor for costs incurred in excess of this amount unless additional funds are made available and are incorporated as a modification to this task order.

H81S TRAVEL COSTS AND RESPONSIBILITIES

(a) Performance under this task order may require travel by contractor personnel. If travel, domestic or overseas, is required, the Contractor shall be responsible for making all needed arrangements for his personnel. This includes, but is not limited to, medical examinations; immunizations; passports, visas, etc. and security clearances. If any work will take place on a U.S. Navy vessel, the Contractor shall obtain boarding authorization for all contractor personnel from the Commanding Officer of the vessel. Authorization shall be obtained prior to boarding.

(b) The Government will reimburse the Contractor for allowable travel costs incurred by the Contractor in performance of the task order in accordance with FAR subpart 31.2 or 31.3 as applicable.

H83S SERVICE CONTRACT ACT WAGE DETERMINATION (JUN 2004)

The applicable Service Contract Act Wage Determinations by the Secretary of Labor are provided as attachments in Section J.

HC25S ACCESS TO GOVERNMENT SITE (JUN 2004)

1.       Contractor personnel shall comply with all current badging and security procedures required to gain access to any Government site.

2.       The contractor shall ensure that contractor personnel employed on any Government site become familiar with and obey Activity Regulations.

3.       Contractor personnel shall not enter restricted areas unless required to do so and until cleared for such entry.

4.       The contractor shall request permission to interrupt any activity roads or utility services in writing a minimum of 15 calendar days prior to the date of interruption.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 28 of 42  FINAL

 

5.       Contractor personnel shall bear personal protective equipment in designated areas.

6.       All contractor equipment shall by conspicuously marked for identification.

7.       The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA) Regulations, Environmental Protection Agency (EPA) Regulations, and all applicable state and local requirements. 

HG10S CONTRACTUAL AUTHORITY AND COMMUNICATIONS (JUN 2004)

(a) Except as specified in subparagraph (b) below, no order, statement, or conduct of any Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this task order shall constitute a change under the Changes clause of this task order.

(b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this task order.

(c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this task order and, notwithstanding provisions contained elsewhere in this task order, the said authority remains solely the Contracting Officer's. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the task order price to cover any increase in charges incurred as a result thereof.

HP10S OPTION TO EXTEND THE TERM OF THE TASK ORDER

This task order is renewable at the prices stated in Section B of the Contractor's proposal upon written modification to authorize performance under Award Terms 1, 2, and 3 of the task order as provided for elsewhere herein. The total duration of this task order, including Award Terms, shall not exceed 60 months.

HQ-C-2-0014 CONTRACTOR'S PROPOSAL (NAVSEA) (SEP 1990)

(a) Performance of this contract by the Contractor shall be conducted and performed in accordance with detailed obligations to which the Contractor URS Federal Technical Services (EG&G Division) committed itself in Proposal dated 25 August, 2010 in response to NSWC Crane Solicitation No. N00024-09-R-3132.

(b) The technical volume(s) of the Contractor's proposal is incorporated by reference and hereby made subject to the provisions of the "ORDER OF PRECEDENCE" (FAR 52.215-08) clause of this contract. Under the "ORDER OF PRECEDENCE" clause, the technical volume of the Contractor's proposal referenced herein is hereby designated as item (f) of the clause following "The specifications" in order of precedence.

CONFORMANCE WITH THE ENVIRONMENTAL MANAGEMENT SYSTEM

The Contractor shall perform work under this contract, at the installation or at the Contractor site, consistent with the policy and objectives identified in the installation's Environmental Management System (EMS) and applicable rules and regulations provided to the contractor as Government Furnished Information (GFI).  The Contractor shall perform work in a manner that conforms to objectives and targets, environmental programs and operational controls identified by the EMS.  The Contractor shall provide monitoring and measurement information as required by the EMS coordinator (Environmental Protection Manager) to address environmental performance relative to environmental, energy, and transportation management goals. 

In the event an EMS nonconformance or environmental noncompliance associated with the contracted services,

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 29 of 42  FINAL

 

tasks, or actions occurs, the Contractor shall be responsible for coordinating with the installation's Environmental Protection office on proposed corrective and/or preventive actions and for completing all corrective/preventive actions as required by the EMS coordinator or the Environmental Protection Office.  In addition, the Contractor shall ensure its employees are aware of their roles and responsibilities under the EMS and Environmental laws and regulations, 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 and occupational health and safety training, and maintain regulatory-required specific training for the type of work to be conducted.  All Contractor personnel, and their subcontractor personnel, performing tasks that have the potential to cause an environmental impact shall be competent on the basis of appropriate education, training or experience.    Upon contract award, the Government will provide EMS Awareness and Environmental Awareness training on CD to the Contractor.  The contractor shall provide the EMS coordinator with all training records required by the EMS coordinator or the Environmental Protection Office (including but not limited to EMS training, waste water treatment certifications, asbestos certifications, etc.) for all contractor personnel and subcontractor personnel within 30 days prior to performance or at time of contract award whichever comes first and annually thereafter. The installation EMS Coordinator will retain associated records.

WORK WEEK

(a) All or a portion of the effort under this contract will be performed on a Government installation. The normal work week shall be Monday through Friday for all straight time worked. No deviation in the normal workweek will be permitted without express advance approval in writing by the designated Ordering Officer with coordination of the using departments. In the event that the contractor fails to observe such normal work week, any costs incurred by the Government resulting therefore shall be chargeable to the contractor. Work on Center shall be performed during the normal work hours at that location unless differing hours are specified on the individual delivery orders. For purposes of scheduling personnel, the contractor is hereby advised that the Government Installation will observe ten Federal Government holidays each year. The contractor is further advised that access to the Government installation may be restricted on these

Holidays:

(1) Martin Luther King - January (2) President's Day - February (3) Memorial Day - May (4) Independence Day - July (5) Labor Day - September (6) Columbus Day - October (7) Veterans Day - November (8) Thanksgiving - November (9) Christmas - December (10) New Years Day – January

(b) In the event any of the above holidays occur on a Saturday or a Sunday, then such holiday shall be observed by the Contractor in accordance with the practice as observed by the assigned Government employees at the using activity.

(c) In the event the Contractor is prevented from performance as the result of an Executive Order or an administrative leave determination applying to the using activity, such time may be charged to leave or indirect charges in accordance with the company policy.

AWARD TERM CLAUSE

In addition to the terms set forth elsewhere in the Task Order (TO), the contractor may earn an extension or reduction to the TO period from a minimum of 1 to a maximum of 5 years on the basis of performance during the evaluation periods.  The contractor is evaluated during the first year of performance, but

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 30 of 42  FINAL

 

extensions or reductions start in the second year. The first evaluation period will be from date of award through six months following the date of award, with subsequent evaluations being conducted every 12-months thereafter.  If the contractor scores 25 or more points in the first year of the basic ordering period (year 1), the contractor keeps Base Year 1 (BY1) and Base Year 2 (BY2).  If the contractor scores 25 or higher points in the second year of the basic ordering period (year 2), the contractor earns the first award-term year (year 3).  If contractor earns 25 or higher points in the first award-term year (year 3 – AT1), the contractor earns the second award-term (year 4 - AT2), and if contractor earns 25 or higher points in the second award-term year (year 4), the contractor earns the third award-term (year 5 – AT3).  The TO period may also be reduced on the basis of the contractor's performance against the stated performance parameters.  If the contractor scores less than 25 points in the first year of the basic ordering period (year 1), the contractor will lose the second year of the basic ordering period (year 2).

N00178-04-D-4042/FC19 - Evaluation Scoring Criteria and ScheduleEvaluation

NumberEvaluation Period

Points Earned

Base Year (BY) and/or Award Term Year (ATY) Earned

1Months 1 thru

6  (09/09/2010 – 03/08/2011)

0 - 24BY1 Only                                       09/09/2010 - 09/08/2011 (Year 1)

25 - 40BY1 and BY2                                  09/09/2010 - 09/08/2012 (Years 1 and 2)

2Months 7 thru 18

(03/09/2011 – 03/08/2012)

0 - 24BY1 and BY2 Only                          09/09/2010 - 09/08/2012 (Years 1 and 2)

25 - 40BY1, BY2 and AT1                          09/09/2010 - 09/8/2013 (Years 1 thru 3)

3Months 19 thru 30

(03/09/2012 – 03/08/2013)

0 - 24BY1, BY2 and AT1 Only                          09/09/2010 - 09/08/2013 (Years 1 thru 3)

25 - 40BY1, BY2, AT1 and AT2                          09/09/2010 - 09/08/2014 (Years 1 thru 4)

4Months 31 thru 42

(03/09/2013 – 03/08/2014)

0 - 24BY1, BY2, AT1 and AT2 Only                          09/09/2010 - 09/08/2014 (Years 1 thru 4)

25 - 40BY1, BY2, AT1, AT2 and AT3                          09/09/2010 - 09/08/2015 (Years 1 thru 5)

Points are awarded during each year of the TO on the basis of how the contractor has performed against the predetermined criteria.  The TO period is then extended or reduced to reflect this assessment.  The time specified for period of evaluation will insure the Government has sufficient time to solicit and award a new task order, should the contractor not earn an award term.

(a) Award Term. The award-term concept is an incentive that permits an extension of the TO period beyond the base period of performance for superior performance, or reduction of the TO period of performance because of poor performance.

(b) Term Points. Points are earned during each evaluation period on the basis of the contractor's performance.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 31 of 42  FINAL

 

The Contractor must earn 25 points in any single basic ordering period award year or subsequently awarded award-term year for an additional one-year term extension.  For example, Contractors earning less than 25 points during the first year of the basic ordering period (year 1 – BY1) will lose the second year of the basic ordering period (year 2 – BY2).

(c) Monitoring of Performance. The contractor’s performance will be continually monitored by the performance monitors, whose findings are reported to the Award-Term Review Board (ATRB).  The ATRB recommends an award term to the Term Determining Official (TDO).  The TDO makes the final decision on the award-term amount on the basis of the contractor's performance during the award-term evaluation period.

(d) Award-Term Plan.  The evaluation criteria, the associated points, and the associated award-term extensions or reductions 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 TO performance, provided both parties agree to them.  If agreement cannot be reached on recommended changes, the initial award-term plan will remain in effect.

(f) Self-Evaluation. The contractor will submit to the Contracting Officer (KO), within 5 working days after the end of each award-term evaluation period, a brief written self-evaluation of its performance for that period.  This self-evaluation shall be limited to 5 pages, and will be used in the ATRB's evaluation of the contractor's performance during this period.  The Contractor may use the Award Term Rating Chart (see Exhibit 1 – Award Term (AT) Plan Rating Chart) as an outline for their self-evaluation, or they may use their own format.  In either event and at a minimum, the contractor must address all eight ratings listed in Exhibit 1.

(g) Disputes.  Decisions regarding the award term, including but not limited to (1) the amount of the award term, if any; (2) the methodology used to calculate the award term; (3) calculation of the award term; (4) the supplier's entitlement to the award term; and (5) the nature and success of the contractor's performance, are made by the TDO. These decisions are final and are not subject to dispute.

(h) Award-Term Extension. The TO period shall be modified to reflect the TDO decision. The total TO ordering period, including extensions under this clause, will not exceed 5 years, or the time remaining on the contractor’s SeaPort-e contract, including exercised award-terms.  The award-term provision must be included in the solicitation and resulting TO.  If at any time the contract period does not extend more than two years from the TDO decision, the operation of the award-term provision will cease and the ordering period will not extend beyond the term set at that time.

AWARD TERM PLAN

1.0 INTRODUCTION

This is the basis for evaluating of the contractor's performance, and for presenting an assessment of that performance to the Term Determining Official (TDO). The evaluation for the number of term points to be awarded will begin at the start of the TO.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 32 of 42  FINAL

 

Award-term contracting is effective when performance metrics are objective, a long-term business relationship is of value to the government and to the contractor, and the expected outcomes are known up-front.  The specific criteria and procedures used for assessing the contractor's performance and for determining the award term earned are described herein.  All TDO decisions regarding the award-term points, including but not limited to (1) the number of points, if any; (2) the methodology used to calculate the points; (3) the calculation of the points; (4) the contractor's entitlement to the points; and (5) the nature and success of the contractor's performance, are final and not subject to dispute.  The award term will be provided to the Contractor via TO modification, based upon points earned as determined by the TDO.

2.0 ORGANIZATION

The award-term organization includes the TDO and an Award Term Review Board (ATRB) consisting of the ATRB Chairperson; the Contracting Officer (KO) and/or Contract Specialist; and the performance monitors (may include other functional area participants and/or advisory members).

3.0 RESPONSIBILITIES

a. Term Determining Official (TDO). The TDO approves the award-term plan and any significant changes to it. The TDO reviews the recommendations of the ATRB, considers all pertinent data and determines the earned award-term points for each evaluation period. The TDO appoints the ATRB chairperson.

b. Award Term Review Board (ATRB) Chairperson. The ATRB chairperson (generally the Task Order Manager (TOM)) chairs the meetings of the ATRB; appoints the performance monitors (and/or other functional area participants and/or advisory members); and notifies the ATRB members of the evaluation due dates.  The ATRB Chairperson reviews all completed rating charts/evaluations; completes a summary of all Award Term Plan Rating Chart; and provides this summary to the KO/CS for additional input and approval.  Once concurrence is provided by the KO/CS, the Award Term Plan Rating Chart is drafted in .pdf format, and provided to the ATRB chairperson, who then briefs the TDO on recommended earned term amounts and the contractor's overall performance.  The ATRB Chairperson also recommends award-term plan changes to the TDO.

c. Award Term Review Board (ATRB).  ATRB members review performance monitor evaluations of the contractor's performance, consider all information from pertinent sources, prepare interim performance reports, and arrive at the earned award-term points recommendation to be presented to the ATRB Chairperson. The ATRB will also recommend changes to this plan. The ATRB Chairperson may request a semi-annual assessment of the contractor’s performance, but an initial assessment shall be performed after the first six months.  Subsequent evaluations will be conducted every year thereafter.

d. Contracting Officer (KO).  The KO is the liaison between the Contractor and Government personnel. Subsequent to the TDO decision, the KO evaluates the award-term points available and modifies the contract period of performance, if necessary, to reflect the decision.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 33 of 42  FINAL

 

e. Contract Specialist (CS).  The CS is the liaison between the Contractor and Government personnel in the absence of, or as a designated delegate to the KO.  Following receipt of the ATRB Chairperson summary of the Award Term Plan Rating Chart; the CS may incorporate additional comments, if any; reviews the ATRB Chairperson’s comments; and provides the KO with the award term points available.  Upon KO concurrence, the CS drafts the Award Term Plan Rating Chart in .pdf format, and provided to the ATRB chairperson for presentation to the TDO.  Once the Award Term points are approved by the TDO, the CS shall modify the task order to reflect the award term extension or cessation.

f. Performance Monitors.  Performance Monitors maintain written records of the contractor's performance in their assigned evaluation areas so that a fair and accurate evaluation is obtained.  Performance Monitors prepare interim and end-of-period evaluation reports, as directed by the ATRB Chairperson.

4.0 AWARD-TERM PROCESSES

a. Available Award-Term Points.  Earned award-term points are based on the contractor's performance during each evaluation period.  The Contractor must earn a pre-designated number of points for a term extension, while failing to accumulate the minimum pre-designated number of points will result in a reduction of potential term extensions.  The TO period may also be reduced on the basis of the contractor's performance against the stated performance parameters.  If the contractor scores less than 25 points in the first year of the basic ordering period (year 1), the contractor will lose the second year of the basic ordering period (year 2).

b. Evaluation Criteria.  If the KO does not give specific notice in writing to the contractor of any change to the evaluation criteria prior to the start of a new evaluation period, then the same criteria listed for the preceding period will be used in the following award-term evaluation period.  Modifications to the plan shall take effect in the next evaluation period, unless otherwise agreed upon by the Contractor and the Government.

c. Interim Evaluation Process.  At the discretion of the ATRB Chairperson, interim evaluations may be conducted every six months. At the discretion of the TDO, interim evaluations may take place more frequently (e.g., at major milestones). The ATRB Chairperson notifies ATRB members 14 calendar days before the midpoint of the evaluation period.  Performance monitors submit their evaluation reports to the ATRB Chairperson 21 calendar days after this notification. The ATRB chairperson determines the interim evaluation results and notifies the contractor of the strengths and weaknesses for the current evaluation period.  The KO/CS may also issue letters at any other time when it is deemed necessary to highlight areas of government concern.

d. End-of-Period Evaluations. The ATRB Chairperson notifies ATRB members 14 calendar days before the end of the evaluation period.  The contractor presents its self-assessment to the KO/CS within five working days after the end of the evaluation period.  This written assessment of the contractor's performance throughout the evaluation period may also contain any information that could be reasonably expected to assist the ATRB in evaluating its performance. The self-assessment may not exceed 5 pages, and should address all six ratings listed in Exhibit 1 – Award Term (AT) Plan Rating Chart.  The Contractor shall include a table showing the Contractor’s Small Business Goals versus their actuals. 

Performance monitors submit their evaluation reports to the ATRB Chairperson 14 calendar days after

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 34 of 42  FINAL

 

the end of the evaluation period.  Upon receipt of all Performance Monitor evaluations, the ATRB Chairperson compiles a summary AT Plan Rating Chart, and provides this report to the KO/CS.  The KO/CS reviews, makes changes and/or adds additional comments; formats the final AT Plan Rating Chart as a pdf file; and then forwards the final AT Plan Rating Chart to the ATRB Chairperson.  The final AT Plan Rating Chart shall be digitally signed by both the CS and the ATRB Chairperson. 

The ATRB Chairperson shall prepare and forward a cover letter with the final AT Plan Rating Chart pdf file and recommendation regarding earned or unearned award term points to the TDO for review and approval.  The ATRB Chairperson briefs the evaluation report and recommendation to the TDO within 30 calendar days after the end of the evaluation period.  The TDO determines the overall award-term points for the evaluation period within 45 calendar days after each evaluation period.  Once approved, the ATRB Chairperson provides the TDO digitally signed electronic copy to the KO/CS and to the Contractor.  The contractor may address the final AT Plan Rating Chart within 15 days via email.

The TDO letter informs the contractor of the earned award-term points for the evaluation period.  Upon the contractor’s earning of sufficient award term-points, the KO/CS issues a contract modification within 15 calendar days after the TDO's decision is made, authorizing an award extension or reduction based on the earned or unearned award-term points. 

5.0 AWARD-TERM PLAN CHANGE PROCEDURE.  Proposed changes to the award-term plan will be bilateral. If either party desires a change to the award-term plan and a mutual agreement cannot be reached, the original award-term plan will remain in effect.

H-XX NOTIFICATION CONCERNING DETERMINATION OF SMALL BUSINESS SIZE STATUS

For the purposes of FAR clauses 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE, 52.219-3, NOTICE OF TOTAL HUBZONE SET-ASIDE, 52.219-18, NOTIFICATION OF COMPETITION LIMITED TO ELIGIBLE 8(A) CONCERNS, and 52.219-27 NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE, the determination of whether a small business concern is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation, and further, meets the definition of a HUBZone small business concern, a small business concern certified by the SBA for participation in the SBAs 8(a) program, or a service disabled veteran-owned small business concern, as applicable, shall be based on the status of said concern at the time of award of the SeaPort-e MACs and as further determined in accordance with Special Contract Requirement H-19.

TASK ORDER RATES

The following rates have been approved for this Task Order.

Annual Labor Escalation:  espectively, per year

Maximum Pass-Thru Rate:  % fixed fee on Subcontractor Costs, total pass-thru not to exceed %  

Maximum Fixed Fee:   on Prime  Costs

H20S INSURANCE - WORK ON A GOVERNMENT INSTALLATION The following types of insurance are required in accordance with the clause entitled. Insurance - Work On A Government Installation (FAR 52.228-5), and shall be maintained in the minimum amounts shown: 

1.       Comprehensive General Liability: $200,000 per person and $500,000 per accident for bodily injury.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 35 of 42  FINAL

 

2.       Automobile Insurance: $200,000 per person and $500,000 per accident for bodily injury and $20,000 per accident for property damage.

3.       Standard Workmen's Compensation and Employer's Liability Insurance (or, where maritime employment is involved, Longshoremen's and Harbor Worker's Compensation Insurance) in the minimum of $100,000. 

 

 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 36 of 42  FINAL

 

SECTION I CONTRACT CLAUSES

Note: All the provisions and clauses of SECTION I of the basic contract apply to this task order unless otherwise specified herein.

CLAUSES INCORPORATED BY REFERENCE (FEB 1998) (FAR 52.252-2)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.farsite.hill.af.mil/

52.219-9 Small Business Subcontracting Plan (APR 2008)

52.222-41 Service Contract Act of 1965 (NOV 2007)

52.204-10 Reporting Subcontract Awards

52.228-3 Workers' Compensation Insurance

252.227-7038 Patent Rights- Ownership by the Contractor

252.227-7013 Rights in technical data - Noncommercial items. (NOV 1995)

252.227-7016 Rights to Bid and Proposal Information

252.227-7017 Identification and Assertion of Use, Release, or Disclosure Restrictions

252.227-7030 Technical Data-- Witholding of Payment

252.227-7037 Validation of Restrictive Markings on Technical Data

Clauses Incorporated by Full Text:

PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)

(a) The use of overtime is authorized under this contract if the overtime premium does not exceed $113,672 or the 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;

(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 transportation conveyances, and operations in flight or afloat that are continuous in nature and cannot reasonably be interrupted 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 all

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 37 of 42  FINAL

 

estimated 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 the Contracting Officer to evaluate the necessity for the overtime;

(2) Demonstrate the effect that denial of the request will have on the contract delivery or performance schedule;

(3) Identify the extent to which approval of overtime would affect the performance or payments in connection 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 by employing additional personnel.

FAR 52.244-2 Subcontracts (Oct 2010)

(a) Definitions. As used in this clause—

“Approved purchasing system” means a Contractor’s purchasing system that has been reviewed and approved in accordance 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 a particular subcontract.

“Subcontract” means any contract, as defined in FAR Subpart 2.1, entered into by a subcontractor to furnish supplies 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 unpriced contract actions (including unpriced modifications or unpriced delivery orders), and only if required in accordance with paragraph (c) or (d) of this clause.

(c) If the Contractor does not have an approved purchasing system, consent to subcontract is required for any subcontract 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 Aeronautics and Space Administration, the greater of the simplified acquisition threshold or 5 percent 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 National Aeronautics and Space Administration, either the simplified acquisition threshold or 5 percent of the total estimated cost of the contract.

(d) If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain the Contracting Officer’s written consent before placing the following subcontracts:

Contracts with any firm not included with the basic contract proposal.  For adding team members to the task orderafter award, the task order contracting officer’s approval is required.  The task order contracting officer will determine the documentation to be submitted by the contractor for approval.

 (e)(1) The Contractor shall notify the Contracting Officer reasonably in advance of placing any subcontract or modification thereof for which consent is required under paragraph (b), (c), or (d) of this clause, including the

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 38 of 42  FINAL

 

following 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 Certificate of Current Cost or Pricing Data, if required by other contract provisions.

(vi) The subcontractor’s Disclosure Statement or Certificate relating to Cost Accounting Standards when 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 certified cost 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’s certified cost or pricing data were not accurate, complete, or current; the action taken by the Contractor and the subcontractor; and the effect of any such defective data on the total price negotiated;

(F) The reasons for any significant difference between the Contractor’s price objective and the price negotiated; and

(G) A complete explanation of the incentive fee or profit plan when incentives are used. The explanation shall identify each critical performance element, management decisions used to quantify each incentive element, reasons for the incentives, and a summary of all trade-off possibilities considered.

(2) The Contractor is not required to notify the Contracting Officer in advance of entering into any subcontract for which consent is not required under paragraph (b), (c), or (d) of this clause.

(f) Unless the consent or approval specifically provides otherwise, neither consent by the Contracting Officer to any 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 the fee 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 and prompt notice of any claim made against the Contractor by any subcontractor or vendor that, in the opinion of the Contractor, may result in litigation related in any way to this contract, with respect to which the Contractor may be entitled to reimbursement from the Government.

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 39 of 42  FINAL

 

(i) The Government reserves the right to review the Contractor’s purchasing system as set forth in FAR Subpart 44.3.

(j) Paragraphs (c) and (e) of this clause do not apply to the following subcontracts, which were evaluated during negotiations:

(End of Clause)

252.222-7999  Additional Requirements and Responsibilities Restricting the Use of Mandatory Arbitration Agreements 

(DEVIATION) 

Use the following clause in all contracts in excess of $1 million utilizing funds appropriated by the Fiscal Year 2010 Defense Appropriations Act (Pub. L. 111-118), except in contracts for the acquisition of commercial items and commercially available off-the-shelf items. 

ADDITIONAL REQUIREMENTS AND RESPONSIBILITIES

RESTRICTING THE USE OF MANDATORY ARBITRATION

AGREEMENTS (DEVIATION) (FEB 2010) 

(a) Definitions. 

“Covered subcontract,” as used in this clause, means any subcontract, except a subcontract for the acquisition of commercial items or commercially available off-the-shelf items, that is in excess of $l million and uses Fiscal Year 2010 funds. 

(b) The Contractor- 

(1) Agrees not to- 

(i) Enter into any agreement with any of its employees or independent contractors that requires, as a condition of employment, that the employee or independent contractor agree to resolve through arbitration any claim under title VII of the Civil Rights Act of 1964 or any tort related to or arising out of sexual assault or harassment, including assault and battery, intentional infliction of emotional distress, false imprisonment, or negligent hiring, supervision, or retention; or 

(ii) Take any action to enforce any provision of an existing agreement with an employee or independent contractor that mandates that the employee or independent contractor resolve through arbitration any claim under title VII of the Civil Rights Act of 1964 or any tort related to or arising out of sexual assault or harassment, including assault and battery, intentional infliction of emotional distress, false imprisonment, or negligent hiring, supervision, or retention; and 

                 (2) Certifies, by signature of the contract, for contracts awarded after June 17, 2010, that it requires each covered subcontractor to agree not to enter into, and not to take any action to enforce any provision of any agreements, as described in paragraph (b)(1) of this clause, with respect to any employee or independent contractor performing work related to such subcontract. 

(c) The prohibitions of this clause do not apply with respect to a Contractor's or subcontractor’s agreements with employees or independent contractors that may not be enforced in a court of the United States. 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 40 of 42  FINAL

 

(d) The Secretary of Defense may waive the applicability of the restrictions of paragraph (b) to the Contractor or a particular subcontractor for the purposes of the contract or a particular subcontract if the Secretary or the Deputy Secretary personally determines that the waiver is necessary to avoid harm to national security interests of the United States, and that the term of the contract or subcontract is not longer than necessary to avoid such harm. This determination will be made public not less than 15 business days before the contract or subcontract addressed in the determination may be awarded. 

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 41 of 42  FINAL

 

SECTION J LIST OF ATTACHMENTS

Attachment 1 - DD254 DoD Contract Security Classification Specification

Attachment 2 - CDRLs

Attachment 3 - DOL Wage Determination 2005 2183 Rev 10

Attachment 4 - Award Term Plan Rating Chart

 CONTRACT NO.

 N00178-04-D-4042  DELIVERY ORDER NO.

 FC19  AMENDMENT/MODIFICATION NO.

 05  PAGE

 42 of 42  FINAL