v::4c - nasa docs/28... · nnm10aa03c modification 036 section b-supplies or services and...

19
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11. CONTRACT ID CODE [PA:E PAGES 2 2. AMENDMENT/MODIFICATION NO 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REO. NO. r PROJECT NO. (If applicable) 000036 See Block 16C 4200394461 6. ISSUED BY CODE MSFC 7. ADMINISTERED BY (If other/han Item 6) CODE INSFC NASA/J:vla.rshall Space Flight Center NASA/Marshall Space Flight Cente:c Office of Procurement PS33/l\layne Harmon Marshall Space Flight Center Al, 35812 phone: (256) fax: (256) email: [email protected] 8. NAME AND ADDRESS OF CONTRACTOR (No., slteel, county, State and ZIP Code} !:!_ 9A AMENDMENT OF SOLICITATION NO. DYNETICS TECHNICAL INC. 1002 EXPLORER BLVD 98. DATED (SEE ITEM 11) HUNTSVILLE AL 35806-2806 X 10A MODIFICATION OF CONTRACT/ORDER NO. NNM10AA03C 10B. DATED (SEE ITEM 13) CODE 5RWT5 FACILITY CODE 12/03/2009 1. I ONLY AI"Pl NUMENJSOF::>OLCI The above numbered sohc1ta!1on 1s amended as set forth 1n Item 14. The hour and date speCified for receipt of Offers 1s extended. IS not extended. Offers must acknowledge receipt of lhis 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 copies of the amendment (b) By acknowledging receipt otlhis amendment on each copy of the offer submitted: or (c) By separate letter or telegram which inclndes 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. lfby 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 lhe solicitation and this amendment. and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) See Schedule Net Increase: $3,009,432.00 CHECK ONE 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. A ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH !N ITEM 14 ARE MADE IN THE CONTRACT B. THE ABOVE NUMBERED CONTRACTfORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation dale, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Speciry /ype of modification and authority) X FAR 52.232-22, Limitation of Funds E. IMPORTANT: Contractor IS not. IS reqwred to s1gn th1s document and return 0 copies to the ISSUing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solici/alion!con/racl subject matter where feasible.) 1. The purpose of this modificatior1 is: a) to obligate incremental funding in the amount of $3,009,432; thereby increasing the Lotal fur:ding allotted to this task from $89,608,350 to $92,617,782; and b) t.o update Clause H.22, MSFC 52.223-94, Criteria, and Performance Recognition (Feb Safety Performance Evaluation, Evaluation 2008) with the revised clause dated June 2011. 2, Pages B-1 and have been modified to reflect the changes made in paragraph 1 above. Slip sheets to the contract are provided with sidebars indication change. Pages through are deleted and replace with revised pages through H-22. Continued ... Except as provided herein all terms and conditions of lhe document referenced In Item 9A or 10A as heretofore changed remains unchanged and in full force and effect 15A. NAME AND TITLE OF SIGNER (Type or print} 158. CONTRACTOR.iOFFEROR 15C. DATE SiGNED !Sgniilnm or p,;rscrJ aJillwri;wd Ia mgn/ NSN 7540-01·152·8070 Previous editkm unusable 16A NAME AND TITLE OF CONTRACTING OFFICER (Type or prmt) T Harmon / (Signalur6of£:r1irn tingOfficet} v 16C. DATE SiGNED V::4c <?{ 2or; STANDARD FORM 30 (REV.10·83) Prescribed by GSA FAR (48 CFR) 53,243 I

Upload: others

Post on 26-Sep-2019

3 views

Category:

Documents


0 download

TRANSCRIPT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11. CONTRACT ID CODE [PA:E 0~ PAGES

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

000036 See Block 16C 4200394461 6. ISSUED BY CODE MSFC 7. ADMINISTERED BY (If other/han Item 6) CODE INSFC

NASA/J:vla.rshall Space Flight Center NASA/Marshall Space Flight Cente:c Office of Procurement PS33/l\layne Harmon Marshall Space Flight Center Al, 35812 phone: (256) 544~5336

fax: (256) 544~8993

email: [email protected]

8. NAME AND ADDRESS OF CONTRACTOR (No., slteel, county, State and ZIP Code} !:!_ 9A AMENDMENT OF SOLICITATION NO.

DYNETICS TECHNICAL SER~JICES INC. 1002 EXPLORER BLVD 98. DATED (SEE ITEM 11)

HUNTSVILLE AL 35806-2806

X 10A MODIFICATION OF CONTRACT/ORDER NO. NNM10AA03C

10B. DATED (SEE ITEM 13)

CODE 5RWT5 FACILITY CODE 12/03/2009 1. I ONLY AI"Pl NUMENJSOF::>OLCI AiluN~

The above numbered sohc1ta!1on 1s amended as set forth 1n Item 14. The hour and date speCified for receipt of Offers 1s extended. IS not extended.

Offers must acknowledge receipt of lhis 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 copies of the amendment (b) By acknowledging receipt otlhis amendment on each copy of the offer submitted: or (c) By

separate letter or telegram which inclndes 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. lfby 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 lhe solicitation and this amendment. and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedule Net Increase: $3,009,432.00

CHECK ONE

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

A 6~1gECRH~~~~~ R-~£tEfo~ ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH !N ITEM 14 ARE MADE IN THE CONTRACT

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

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

D. OTHER (Speciry /ype of modification and authority)

X FAR 52.232-22, Limitation of Funds

E. IMPORT ANT: Contractor x· IS not. IS reqwred to s1gn th1s document and return 0 copies to the ISSUing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solici/alion!con/racl subject matter where feasible.)

1. The purpose of this modificatior1 is:

a) to obligate incremental funding in the amount of $3,009,432; thereby increasing the

Lotal fur:ding allotted to this task from $89,608,350 to $92,617,782; and

b) t.o update Clause H.22, MSFC 52.223-94,

Criteria, and Performance Recognition (Feb

Safety Performance Evaluation, Evaluation

2008) with the revised clause dated June 2011.

2, Pages B-1 and B~2 have been modified to reflect the changes made in paragraph 1 above.

Slip sheets to the contract are provided with sidebars indication change. Pages H~ll

through H~lS are deleted and replace with revised pages H~11 through H-22.

Continued ... Except as provided herein all terms and conditions of lhe document referenced In Item 9A or 10A as heretofore changed remains unchanged and in full force and effect

15A. NAME AND TITLE OF SIGNER (Type or print}

158. CONTRACTOR.iOFFEROR 15C. DATE SiGNED

!Sgniilnm or p,;rscrJ aJillwri;wd Ia mgn/

NSN 7540-01·152·8070 Previous editkm unusable

16A NAME AND TITLE OF CONTRACTING OFFICER (Type or prmt)

t>Jayn~ T Harmon /

"z:j~Qr1 ~ (Signalur6of£:r1irn tingOfficet}

v

16C. DATE SiGNED

~- V::4c <?{ 2or; STANDARD FORM 30 (REV.10·83) Prescribed by GSA FAR (48 CFR) 53,243

I

REFERENCE NO. OF DOCUMENT BEING CONTINUED

CONTINUATION SHEET NNMlOAA0 3C/OOOOJG

NAME OF OFFEROR OR CONTRACTOR

DYNETICS TECHNICAL SERVICES INC.

ITEM NO.

IAI SUPPLIES/SERVICES

(8)

3. Except as provided herein, a:ll terms and conditions of this contract rem2in unchanged and in full force and effect. The contract value remains unchanged at $121,951,840.00.

LIST OF CHANGES: Reason for Modification : Funding Only Action

Obligated Amount for this Modification: $.3,009,4.32.00 New Total Obligated Amount for this Award: $92,617,782.00 Incremental Funded Amount changed: $89,608,350.00 to $92,617,782.00

from

CHANGES FOR LINE ITEM NUMBER: 1

Obligated Amount for this modification: $3,009,432.00 Incremental Funded Amount changed from $89,608,350.00 to $92,617,782.00 Incrementally Funded through date changed from 07/18/2011 to 08/04/2011

See Attachment 01 for Accounting Data.

Delivery Location Code: MSFC NASA/Marshall Space Flight Center Marshall Space Flight Center AL 35812

FOB: Destination

NSN 7540-G1·152-i\OS7

QUANTITY NIT

(C) (D)

UNIT PRICE

(E)

AMOUNT

IFI

OPTIONAL FORM 336 (4·86) Sponsored !::ty GSA FAR 141\ CFRj 53 1 1[)

2

I l

I ~

PR 4200394461

FUND !WBS jCOSTCTR i AMOUNT ON PR EXPXZZ011D !136905.01.01.08.12 . ~[62ET30 : . ·--· 55900 ExPx22011o Ti369o5:-oi.Ol.Os:2o--·--~2JPD2--~~~ -- 57356

E:xrx22oiio-· jB69os.o2.o4.o8.o4 ····162EV31 ~- 45ooo

ExPx220iio '136905.o2.o4.08.04 l62EV31 -io4oo EXPXZ-20llD-· :136905.02.04.08.04 i 62EV33

1

.-~483

~x PX22(J~1i§T:::]~~6~Q5:~3 .. o.fi.~0.8:Q~.... ._.1.§2 Ess~ r.c:::==---21i81 EXPX22011D !136905.02.06.08.06 i62ES53 . 6478 ·············--·-·~··--·---·~··-······-····--·-·-· ····--··+~---·-···+···· ····-· ·~·---·-

E~f')(2201_1[)·-·--l~3_69_9~~2 .. 06.Q?.06 -~--~$_~.-~~- 6478 EXPX22011D 136905.08.01.01 '62JP20 i 100 . ·······--··············--··-·····-··-······--·-·~-···········-·········-·~-·---·--

10000 EXPX22011D _j 136905.08.01.04 j62EV83 i

Exi>x22o10o J1369o5.o8.o4.oLo&01-··· I62JP5o +·····~·--· 3oooo

~~~~1}~~~·=·Ji!i6~1~~t~~-6H~-~=~-~~~~- ... r ·=- --- --62_::!-~~-1 c.A.sxi2oiiR ri99oo8.C!2~o8:54.vr2<3:ii-J 62VP62FA j--- 22o41

~~~~§~~F~=~I~~~~~.~~:~~.~::~!2G.ii- ~}~~i===~1 iic~ ~·DUX22011D-·-j47605.02.06 !62HS30 ! 26000

Excxz2oiio- !36i065.01mm-- 1621540 ·r=~~-··- 26081 EXC)(22011D !361065.09.03.03._.-··-- ..J621540 -~----·-·~6289 SCEX22011D '389018.02.14.01.04 i62VP61FA i 94155

}~~-iH~{if1 i~=~-6!:~~-·- -=~W~~~il:~J~~===--··-=;.; ~~~%}}r==-t~H6~~:6+6~:6~:6~ ~· ~:~~~~2 +-----~~ Excx22o11o r

14iloi:t.o1.o1.o1.o6-· ·· ,62MPo2 ~ - --~ 21ooo

~)( CX23[)~~[)_ ··+4110 11.01.0 1.01.06 -~- rr1, ~3.f'Jl PO 2 ==~~-=-~-3.!.~~~

EXCX22011D !411011.03.01.07 62CS30 ' 104

~~~*}~{~~ ==tif~~~~~~~~----r:~~~--+-====·~- ~!~: ····-·-··-·-·-···· ···-··,·-·--··-········-·· . I ·-···+·········-- ... ---=-:.:.::.j £~5)(!3~1.J:D ~<l3_3.938+11.Q.J:·()~}~.--.- , 62ED02 J 1_9732 CASX12011D . ~432938.11.01.08.33··-- :62ED02 -l-·-~--·-·51255 £ASX12011D :432938.11.01.08.33 ........ [62EV31 i 75312

C:l\~x~z.Q:t:t.[). I432938.1LoLo8.33 .T62-Ev31-J_ ··--- 51059

C:J\.SX12_()1~[)_ i<l33.9.3iJ::l1:()~:08.33 i62EV44 I _____ . ~- 6435

CJ\S.~~Q1![) ~32938.!.!.:.0!.:.()8.:_3~-- ·162E001 i -~·2.()0 CASX12011D 1432938.11.01.08.35 .62ED10 L~-·~ 67643 'cl\sxi2oii-o· i432938.11.ol.o8.35 -·-·162ER21 1 3oo f-·~-·~-···-+ ······, ··-·T······- . ········----c-c

C:~Xl2()_11[) i 432938.11.01.08.35 ... i 62ER~_L··--·····__1:()() CASX!3.()1,.1D .. ~~2938c:l.:l·01.08.32_~· j62ER43 ______ . ._9629

C:l\5!_1~()1_1()_ 432~~~~1_!.:()~,()~_35._.~ I 62ER43 L~------- . ..zoo c<=ASX12()11() jl!3293R1l.OL()~39_ __ i62£M32 ~1_-~-~·---~~ 100 CA5X12011D 432938.11.01.08.39 '62EM50 ! 100 'cAsx12ol.io ... [432938.lim~08.39-- -·T62Ts43--+--·- ---1ao

Page 1 of 3

NNM10AA03C Modification 036

Attachment 01

I

PR 4200394461

FUND ... :WBS .. jCOST CTR .j AMOUNT ON PR

CA.?)(!~Ol.l:~ ... j4:~29}.§._11,()1.:.Cl~:_39······· j~2_ES5~_L __ ._!QO CASX12011D '432938.11.01.08.39 ,62ES60 i 100 ··-~-~--~- ·~"··-·-·----~·--· ··-·---·-·-····----+--···-·-~·-···~·-

CASX12011D 1432938.11.01.08.39 i62ES60 i 100

c,\~~£2CJ£io._J43293s~il.Ol.os.39 --l62u2o 1:= =~==~-10o CASX12011D !432938.11.01.08.45 '62ED10 ' 54814 ·-·····--·-·--- ... ·'-··-~--···-~-···-·-~-·-!-··~· ··-~·-··~---

E~CX2201!~ _j520871.08.01.()1.02 ~-- L62_EM60 _l_ 6000 EXCX22011D j522094.08.01.01.03.01 j62EM60 i ---JA900o ~xcmmo =Js2209:UiS.Oi:01.03.aT I62ER22 -~r---- 1432 EXCX22011D :s22094.08.01.01.03.01 i62ES23 i 10000 Excxi2oiio i5;£2632.o8.o1.o1 ···· /62EM6o -+- 264oo

lxcxti()ji~ -·!:52-2632.08:0i-:ol-- I62ES43 4 -~~ EXCX22011D 1522632.08.01.01 62EV32 17600 EXcxno.lio--]522632.08.01.01 62EV34 8700 Excxnoiio-· l524238:o8.o1.o1.o3 E2EM6o -·---n:ooo ExPx22oiio~--l6o4'746.o7.o3.11.os~o3- 62sFo1- c----- -28344 ExPi<2~oiio _j6Q~746.o7.o3:1l:()_~.o3 --=J.G_2sFo2 L -==---52646 EXPX22011D !640746.07.03.11.08.03 162SF02 j 165500 ExPxi2oiio T644423.o1.32.as--··--~-· 62ES32 r------· 200

s~Exi2o~i~[)= ~T656052.o4.0~~=- 62VP61FA-t-t---~- --i348

SCEX2201:l[)~ __ j656052.04.04.07.01·-· 162VP61FA . 5563

EXCX22011D !672854.01.02.01 I62MP11 i "i2o~ scEx22a11o · -17i46oioicn.o1------.62vr23_T_ 152 cAsx1ioiio · in4297:2o.29.o8 ---~----~2QD2o--T - 8oo f--------~-~--------j ------ . ~-------~---~~SX120~_j_7_36466.01.04.08.01 [62CS20 j _______ .431~~ CASX12011D I 736466.01.06.08.01 I62RS40 I 100 .. . ... -- . . ... ~--~

CASX12011D 1736466.01.08.08.04 I62CS01 i 100 cAs-xi2oii[;---rn6466.o1.o8.o8.o4 ____ l62cs01 -r- 210 r-----------~----·----- -+-- 1 -----------------1 CASX12011D 1 736466.01.08.08.04 I62CS40 I 60317 1-:----.~····--~-.l-·-~--~· .. ----· .... --·-·-+- ' ··-------CJ\S~12011Q_I736466.01.10.08.02.14 .. ~62AS40 J------~~64:.

~~}~i~6H~ H~ffiHH~:~::~~· 14: 1:~~~~~· +-----iVofo cA'sxiio11o · -l736466.o3.o1.o8.o2:os----r62Asio---r-- - 100 --~~----------------------- - --------r---~----;--- ____ ,~ CASX12011D 736466.03.01.08.02.05 j62AS10 180696 --:-:-----· .. ·----·.--.. --, . .. ...... , +·-.. ···--------cc CASX12011D !736466.04.02.08.01.01 i62AS50 i 22175 ~.--·-·--··-- .-,---··-· ..... : .. .;-... .------.... ~ CASX12011D 1736466.04.02.08.01.02 i62AS50 I 49525 -·-····------ ... ·--~-·-· .. · ; . .., ........... -·--·~~

CASX12011D 736466.04.02.08.01.02 j 62AS50 I 257906 C:A5xi-ioi1o "736466~o4.o2.o8~oi~o2 --~62As-50 -:------ - 121642 ..... ____ ... ····~-·-· ··---~-~ ..... .-·-~~ci CASX12011D '736466.04.02.08.12.03 i 62AS50 ' 29144

~~sx1~o_1[§-==17f6466.o6.o8:~8:o7 _ I62As2o l---=-~- 173742 ~J\SX12011~ :J.36,'166.06 • .0~:08.07 ...... /62AS20 ___ 2071!!~ sc:~x220!.!Q._ L802678.:D_2.17.01.22 _ i62VP61FA -----~ 4002 CASX12011D 811540.01.01.08 ]62ED10 ' 55000 clisxi2oo11o T8iis4o.o3-:Di~o8-- - -i62Essi- +------ -10o

Page 2 of 3

NNM10AA03C Modification 036

Attachment 01

PR 4200394461

""UN~--- jWBS ---------+iC_:__O:~S:_:_T_:CT:_:_:_:cR--+'-'A'-'-M:Occ:U_:_N:T:_:O:_:N_:__P:__:R~ C}\~_1:~~-11) )~6_9_02:::1._:::_04_._..-::08:::·-::01:-·:::13:_-.0--_4.__ __ (-:6::_2.,_ET:._::3::_0_-+---------- 27000 SCEX22 0 110 ! 91692 5. 0- .1:-.0:::1::·~ 0:.:1.__ __ ----j_::6::_2V:_:P:_2::_4_+-_ 286 --- -- ----r-------~A~Xl~Oll_R_ i921179.01.08.11.E455.11 !62EM40 j______ 851 CASX12011R i921llS~C:Jl.08.11.E587.11 i62EM50 l 2616 CASX12011R 921179.01.08.11.EM24.11- !62EM32 -~--- -~ cAsx12o11R T92l179.ol.os.nEM61.1-i i62EM32 ---r 1662

CASX1201i_li_- t9_2!179.01.08.11.EM76.11 __ ' 62E!V1sc) ~--L~=~ ___ 3125 CASX12011R --+921179.01.08.11.ES57.11 ~ES43 ! __ 100

~)(12_()_1_1_R -~1179.01.08~17.E452.11 I62EM4Cl__j____ --- 305 ~1201_1~ ~921179.01.08.1HM72.11 I62EM50 ' 1943 CASX12011R '921179.01.08.18.EM72.11 !62EM50 849

=~-=-~~= -t =~~i=-- - -::::4:

Page 3 of 3

NNM10AA03C Modification 036

Attachment 01

NNM10AA03C Modification 036

SECTION B- SUPPLIES OR SERVICES AND PRICES/COSTS

B.1 ESTIMATED COST AND POTENTIAL FIXED PERFORMANCE FEE

(a) The estimated cost of this contract is exclusive of the Potential Fixed Performance Fee of . The total Potential Fixed Performance Fee is . The total estimated cost and Potential Fixed Performance Fee is

(b) The estimated cost and contract fees are as follows:

Contract Year Period Covered Estimated Potential Fixed Earned Fixed Cost per Year Performance Fee Perfonnance Fee

per semiannual per semiannual period period

Base Year 1 02/1110-07/31110 $1,529,008 Base Year I 08/1/10-01/31111 $1,592,718 Base Year 2 02!1/11-07/31/11 TBD Base Year 2 0811/11-01/31112 TBD Option I Yr I 02/1/12-07/31112 TBD Option I Yr I 08/1112-01/31113 TBD Option I Yr 2 02!1/13-07/31/13 TBD Option I Yr 2 08/1/13-01/31114 TBD Option 2 Yr I 02/1/14-07/31114 TBD Option 2 Yr I 08/1/14-01/31/15 TBD TOTAL TBD fo Be Determmed (TBD) by Government

(End of clause)

B.2 CONTR-\CT FUNDING. (1852.232-81) (JUN 1990)

(a) For purposes of payment of cost, exclusive of fee, in accordance with the Limitation of Funds clause, the total amount allotted by the Government to this contract is . This allotment is for performance in all areas and covers the following estimated period of performance: contract award through August 4, 2011

(b) An additional amount of is obligated under this contract for payment of fees.

B-1

(b)(4)(b)(4) (b)(4)

(b)(4)

(b)(4)

(b)(4)

(b)(4)

(c) Recapitulation of funding is as follows:

Estimated Cost Potential Fixed Performance Fee Total Sum Allotted

Previous

$89,900,621

This Action

$ 3,009,432

(End of clause)

R3 SUPPLIES AND/OR SERVICES TO BE PROVIDED

NNM10AA03C Modification 036

Total

$92,617,782

The Contractor shall provide all resources (except as may be expressly stated in the contract as furnished by the Government) necessary to deliver and/or perform the items below in accordance with the Description/Specifications/Statement of Work incorporated in J-1.

(End of clause)

BA ALLOWABLE ITEMS OF COST (MSFC 52.242-90) (FEB 2001)

(a) In accordance with advance agreement between the Government and the Contractor for this contract, allowable costs for the items listed below are subject to the ceilings shown:

Ceilings on General and Administrative Costs-

Period Rate

02/1/10 - 01/31/11 0211111.01/31112 0211112- 01/31/13 0211/13- 01!31114 0211/14. 01/31115

(b) It is mutually agreed that when indirect cost rate ceilings are specified, (I) the Government shall not be obligated to pay any additional amount should the final indirect cost rates exceed the negotiated ceiling rates and, (2) in the event the final indirect cost rates are less than the negotiated ceiling rates, the negotiated rates shall be reduced to conform with the lower rates.

(c) Reserved

(End of clause)

B-2

i

! I

I i

I ~

(b)(4)

(b)(4)

NNM10AA03C Modification 036

No foreign national, representative, or resident alien contractor/subcontractor employee shall be granted access into MSFC until a completed request has been approved and processed through the NFNMS. Unescorted access will not be granted unless the MSFC Protective Services Office has completed a favorable National Agency Check (NAC).

(c) The contractor agrees that it will not employ for the performance of work onsite at the MSFC any individuals who are not legally authorized to work in the United States. If the MSFC Industrial Security Specialist or the contracting officer has reason to believe that any employee of the contractor may not be legally authorized to work in the United States and/or on the contract, the contractor may be required to furnish copies of federal Form I-9 (Employment Eligibility Verification), U.S. Department of Labor Application tor Alien Employment Certification, and any other type of employment authorization document.

(d) The contractor agrees to provide the information requested by the MSFC Protective Services Office in order to comply with NASA policy directives and guidelines related to foreign visits to NASA facilities so that (I) the visitor/employee/ representative may be allowed access to MSFC or other NASA Centers tor performance of this contract, (2) required investigations can be conducted, and (3) required annual or revalidation reports can be submitted to NASA Headquarters. All requested information must be submitted in a timely manner in accordance with instructions provided by MSFC or any other Center to be visited.

(End of clause)

MSFC 52.223-94 SAFETY PERFORMANCE EVALUATION, EVALUATION CRITERIA, AND PERFORMANCE RECOGNITION (JUNE 2011)

SAFETY PERFORMANCE EVALUATION

I. CONTRACTOR RESPONSIBILITY. The Contractor is responsible tor maintaining an effective safety program during the course of the contract with a goal to achieve a world-class program within the term of the contract. The Contractor will ensure that the requirements of the MSFC approved Safety, Health and Environment (SHE) Plan and applicable Data Requirement Documents (DRD) are met. Contractor safety pertonnance evaluation will be based on the MSFC safety and health program elements identified in MPR 8715.1, MSFC Satety, Health and Environmental (SHE) Program. The Contractor shall conduct an annual selfevaluation of their safety and health program based on these criteria. The Contractor shall submit an annual self~ evaluation to the Contracting Officer (CO) no later than 30 days atier each anniversary of the contract. The CO/Contracting Officer Technical Representative (COTR), in coordination with the MSFC Industrial Safety Branch, will validate the Contractor's selt~evaluation.

Annually, the agreed score will be used to assess the Contractor's safety and health perfonnance appropriately~positive or negative.

I-l-ll

I l ! ' ! l '

NNM10AA03C Modification 036

For the purpose of validating the annual score, the Contractor and the CO/COTR, in coordination with the MSFC Industrial Safety Branch, will reach a mutually agreeable determination based on the metrics reflected in the Attachment I of this clause. In cases where the Contractor and CO/COTR cannot reach agreement, the MSFC Ombudsman will hear arguments from both sides and make a final decision. This process shall not preclude the CO from taking immediate action fix any serious, willful, blatant, or continued violations of MSFC safety, health and environmental policy or procedures.

2. EVALUATION CRITERIA. Contractor self-evaluation and Government validation will be based on the applicable elements and sub-elements of the MSFC safety and health pro1,>Tam shown below. Specific criteria are shown on Attachment I entitled "Safety & Health Management Implementation Guide and Assessment Matrix." Deviations from the matrix criteria may be made, for cause, and must be approved by the COTR, CO and Government Safety Representative. It should be noted that Element I has a management and an employee component. These are simply averaged to obtain the score for Element I. The result should be carried to the second decimal point.

H-12

NNM10AA03C Modification 036

MSFC SAFETY AND HEALTH CORE PROGRAM REQUIREMENTS

r (ELEMENT l) I (ELEMENT 3) 1----l\<,-l:-a-n-a-gement and Employee I Hazard Prevention and Control - i

Involvement - ee ~ !-M:-:-a_n_a_g_el_n_e-nt-C-;?o"'mc::mcol'--l!"'n""e"'n::t =---~~----1,-:Hazard Elimination and Control Process

1 (Engineering/ Administrative/Safety Devices/Work Practices/Personal Protective Equipment)

Documented Safety Policy and Goals

1

1 Preventative Maintenance for Facility and

_ Equipment __ ~~~------! Emergency Preparedness and Drills ------1 I Employee Involvement/Engagement

Safety Committees Emergency Medical Care Pro!,>ram Safety Meetings Hazard Control Programs Subcontractor S_'lfety Occupational Health Pro&>ram

1 Resources Tracking Hazard Correction

I Accountability Access to Professional Safety Staff ! Annual Safety and Health Program Disciplinary Program I Evaluation

~

Hazard Reporting_lry~E""m""p"::l'-;-oLyccee--'·s~:------+--------~- _J Hnvestigation Of Mishapl_<;:lose Calls ________ _____j

Injury/Illness Rates ---~-~---~-- -----~~-~-_j

3. PERFORMANCE RECOGNITION.

In accordance with MPR 87!5,1, performance that is validated and recognized to have achieved a world-class pro1,>ram

within the tenn of the contract will be recognized with the following:

H-13

NNM10AA03C Modification 036

Plaque Presentation by the Center Director at the Marshall Team Meeting.

Superior Safety Performance level­Annual rating score of::C 36 and a Lost Time Case Rate (LTC) S 50% of the LTC National average for the applicable North American Industry Classification System (NAICS) average.

I' Appropriate contractor past performance

referrals may be provided. ' !

~--~--~~-- --~~~~~-~~~~ Exception: Contractors with less than 100 employees located onsite at MSFC and/or MAF. To be rated at Superior Safety Performance level, the Contractor shall have no lost time injuries during the past year.

The following will result in cases where a Contractor's performance is rated as being below the accepted safety performance level;

!Below Accepted Safety Performance level-

I' Annual rating score of S 16 or a LTC that is

<l 0% of the LTC National average tor the

1

applicable NAICS average.

!

Formal letter from S&MA Director and the Director of the Office of Procurement expressing concern. Corrective Action Plan requested.

Data may be placed in contractor past performance database.

Failure to improve could result in contract options not being exercised.

Exception: Contractors with less than I 00 employees located onsite at MSFC and/or MAF. A Below Accepted Safety Performance level will be given to a contractor having more than one lost time injuries during the past year.

'~-If Contractor's Safety and Health Perforn1ance

evaluation rating falls within the range(> 16, but

I' <34) and the Contractor achieves a LTC between

+!- 10% of the LTC National average for the

I, applicable NAICS, the Contractor's performance

1 is recognized as acceptable. L ______________________________ _

I No reeo.i;~ftion

I

'------------------------~ NOTE: The most current Department of Labor NAICS average, effective at the beginning of the annual evaluation period, will be utilized for LTC evaluation. Lost Time Incidents shall be recorded in accordance with NASA requirements specified in MWI 8621.1,

" Final decisions on any disputed lost time injury determinations will be handled by established Government regulatory procedures.

4. CONTRACTOR ACCOUNTABILITY FOR MISHAPS.

The Contractor shall not be held accountable for injuries to their personnel or damage to the property they control that is caused by individuals or situations clearly outside the control of their contract.

5. EVALUATION PROCESS.

NNM10AA03C Modification 036

The evaluation process will be based on the major elements and their sub-elements cited in Paragraph 2.

The evaluation process will include these steps:

• Contractor to conduct an annual self-assessment of their safety and health program and assign a numerical score to each element (4) using the Safety and Health Management Implementation Guide and Assessment Matrix at Attachment I.

• Contractor self assessments will address compliance with their approved Safety, Health and Environmental (SHE) Plan and MPR 87I 5.1, "Marshall Safety, Health. and Environmental (SHE) Pn>~o>Tam."

• Contractor to have their self-assessment validated by CO/COTR and Industrial Safety Branch.

• On an annual basis, the CO will apply incentives/recognition or consequences based on the validated yearly score. The CO will make a determination annually for items requested in paraf,>raph 6 that are not reported. (Also, see paragraph 7 below.)

• Contractor will provide their self-assessment as shown in Attachment 2 or an equivalent filrmat.

6. SAFETY METRIC REPORTING.

The Contractor shall report safety metrics using MSFC Fonn 4371. to the extent specified in the contract. Refer to MWI 8715.1, "Marshall Safety. Health, and Environmt:ntal (SHE) Program."

Service and Support contracts- DRD for Mishap and Safety Statistics Report

Construction contracts- MSFC Technical Specification for Repair and Construction (TSRC), Specs and Techs, or Master Specs.

7. FAILURE TO REPORT

Ifthc Contractor fails to timely and accurately report to the CO, COTR and the MSFC Industrial Safety Branch, pursuant to the rt.,'quirements of the relevant contract, all the information on all personnel and property mishaps that meet the criteria of NPR 8621.1, "NASA Procedural Requirements for Mishap and Close Call Reporting, Investigating, and Recordkeeping", MWI 8621.1, "Mishap and Close Call Reporting and Investigation Program", and the items in paragraph 6 of this clause, the CO may reduce the profit/fee/price/cost otherwise payable under the relevant contract in an amount of up to $1,000 for each occurrence of failure to report. Any

H-15

NNM10AA03C Modification 036

reduction amount shall be determined by and left to the sole discretion of the CO. This reduction does not apply to award fee type contracts where the award fee payable is based on the award fee criteria and is deten11ined by the Fee Determination Official.

E~16

Safety Performance Evaluation Summary

Evaluation Criteria and Performance Recognition

EVALUATION CRITERIA

o Management Leadership and Employee Involvement (Element I) o Worksite Analysis (Element 2) o Hazard Prevention and Control (Element 3) o Safety and Health Training (Element 4)

1~- Sco-;:~--~---- --~--- ?:_36 points . .. j S 16 points

L-----··-.1 __ ... . . (Annual Score) ::1 (Annual Score) I i and or

I . j <50% of the LTC National average for the

1 >than 10% of the LTC National average fc>r the

, LTC I applicable NAICS 1 applicable NAICS

I I I I I Exception: Contractors with less than 100 Exception: Contractors with less than I 00 employees ' I employees located onsite at MSFC and/or MAF I located onsite at MSFC and/or MAF. A Below Accepted

NNM10AA03C Modification 036

II shall have no lost time injuries during the past year. 1 Safety Performance level rating will be given when mQrf I than one lost time injuries are reported during the past

Gra_<ie Levels+-- ~11perio~ S;fety Performance ~ . Below f\c~;pted S11fetyPerfo~manc~-~ . j I Plaque Presentation by the Center Director at the 1 Formal letter from S&MA Director and the Director of the

I Marshall Team Meeting. Appropriate contractor \Office of Procurement expressing concern. Corrective Recognition I past perfonnance referrals may be provided. I Action Plan requested. ·Failure to improve could result

I in Contract Options not being exercised. _,_,,,, _____ , __ ,,, ---· ---~·

NOTE: If the Contractor's safety performance evaluation does not fall within one of the above categories, no recognition will be provided and possible follow-up by the MSFC Industrial Safety Office.

Reductions in pro.fitlfee/pricelcost payable

H-n

!71."<''A"N"J"?'."'"J'i''''""~"'"'~'~"~~~~~~~~·~·~~~~-··•••••••-····----------------

NNM10AA03C Modification 036

o Failure to timely and accurately report infom1ation on all personnel and property mishaps that meet the criteiia of NPR 8621.1, "NASA Procedural Requirements for Mishap and Close Call Reporting, Investigating, and Recordkeeping", MWl 8621.1, "Mishap and Close Call Reporting and Investigation Program" and the items in paragraph 6 of this clause may result in a reduction in the profit/fee/price/cost otherwise payable under this contract in an amount of up to $1,000 lor each occuJTence of failure to report. Any reduction amount shall be determined by and left to the sole discretion of the CO. This reduction does not apply to award fee type contracts where the award fee payable is based on the award fee criteria and is determined by the Fee Determination O!Ticial.

H-18

ATTACHMENT 1

Safety and Health Management Implementation Guide and Assessment Matrix

NNM10AA03C Modification 036

---·-···r--··-~-·--·-········-····-~~~--~ --~ ---'L' . . . .. J ··-·-.-.~-~ Maungen.1Cnt !::_~adershi~- and lu~·.· .. h~~.!!J.cnt (Element l) .. Worksitc. Haza. rd Prcvcotion Sntet.Vaud H;alth l

~--~core -f:·-~- A. l\lanagcmc~~~-- ~~- -~~~:.. Emplovee ~;tsis (E1cll!ent 2) -~ and C~?:!ltrol (E1emeut 3) I Bcndunarkiug illdicaJcs ''Best in Employees fully involved, safety All sub-elements fu!ly in place arKl All programs and sub-dements

1 Class." 1n areas of visible committees functioning well, is a functioning wdl for at least one fully l'unctioning for one year,

__ ... Ofraini~g.Jf;It•mcnt ~L I ~raining processes functioning. I

all levels of personnel trained to . I 10 i management leadership, complete behavior proc-.-ss year. strong prolessional support. identified needs, managemeut '

I rcsponsibility'ilCcountabi!ity, functiouing at least one year. training ongoing. ! l1!eaningfulmctrk,;, and employees iuvulvt.>d in process I ! i"ccntivcicc_ct•gnition systems~~-· phuming audxisk asscssmcut. -~~~--··· --·~~~--~~~ .. ··-i All sub-clclllcnts arc in plat'C and All proCL':>SCS functioniug hut for All sub-elements in place. A !I progmms and sub-eleme-nts in Ali training processes established,

, l) 'i IUnctiouiug welL but lmw as yet 10 limitL"d time, employees involved employees actively p. a··n. kipatiug. place and functioniug. management initial traiuing j r\:ach full maturitv._____ to i!JC<Jt extent. ··----- -~~~-----~~~- ____ com lete. -----··

One sulH.:kmcnt uot fully in place Most processes iu place, employee All sub-elements functwning. At least five sub-elements Most personnel trained to 8 but all are being implemented. iuvolv.::ment growing. L"lnployce pa~ticipation growing. functioning and one in tina! stage identificJ needs, training

uf implementation. n.>cordko:piug and recall syste!Jl !Um.:tionino. --j Manageillent and supervisor Two sub-elem~;1-,-,-,-,·Jt-il_d_l)-.--- Pr~-"-e-s~ .... ~-e-ti·v-it-ic-<-~-,-p-m-,d-· -ing .. ~~-·1-A_t_l_ea-,-.t 11-vv··-su·b·--,-l~ments A't-lv-,a-,-,-1-(J~r sub-dements

7 lunpkmented lmplementatJOn 111 through organization. CommittL't"S fUnctioning and remainder functioning, remaiuing two p10u:::-.s on all dements Employ~:e and teams !Unction in g. established. developing.

training in process specialized trainiug in process.

I puitlupatJOu and cmmmtment

~esprcu_d~~-~~-- ~~· . I -~-,~~ .. - -~--~~~. -~~~--·- .. -~. ~~~~-i f All suh-elem~.Cnts n1 proo:ss 01 111 Elllpluyee n.::prest"ntatJves At least lour sub-elemt:nts I MedKal and sa1ety pmgmms Management trammg m proet.'SS

D place Strung nMnagt:m<'nt fuuctioning, joint committees I functioning and remaining thro: in 1

strcugthening, emergency developed, supervisor training

b~:gun, lJlCtllc systems Ill place, assessment aud ace1dent bcgumlllg to spread through I and excrused. aud recall system devL~loped. 1 -~Ecing app!~;_)priate:. ...... ---~~C3~~l_n_. ~~~~~-· organization;______ _ __ ,_ --

ManJgemcnt commitment and Empluyce represL'ntativcs All sub-dements established, Ruks written, medkal and safety Training template completed fiJr all 'i leadership accepted by wurket;,:, appointed./dected, committo:s employees bcginuing to pmticipate. programs developing Personal personnel, trainiug needs

I worker panicipation and _ beginning to perfOnu functions Protective Equipment adequate. identified, process _dcvdopmcrJt

I I cornnutment begun, metnc system. (investigation, analysis, process begun. fL>c_ordkeq)mg aud ret.:all I ··-----.. ~~-- lmprovt:_f!!._Cnt). system be1ng devdopcd. _ _,~-~-j I MauugeJ_nem C{~mlnitm.:ut and ~li processes being established, ~t ka~t 1ive ~ub-dements initiatL'<i Rules process, emergL~cy Trai~in_g devd~J:ment iu1:rocess,

1 'I kaderslup tlo~'lllg down to_ 111vulvemeut <JIId a~·areness melud_mg sd1-as~essment, hazard preparedness prognun bemg spceJali.l.cd tra_m_mg _estabilshed,

' 4 workc1:>. metnc systcws be111g enhancement growmg. repwtmg, and nnshap close call developed. mandatory tra111mg m process Jevdnp<..'d, iucenti\·e,n:cognition investigations.

1-------+-:! .. Y:'!.!~.~. process. Geutnlly good JMnagemc:nt

3 cnuunitmeut a!ld h:adcrship, implementation pinus appruved for all eil'JliClltS.

1-------+~ '. an.age;;~ent. exhibits sol~ aspects

1: uf leadership, aecountability 1 systews !JOt well dell ned, employee

pmtJcipation fn:unework defined, lunit~..'i.l mctncs.

All proccssl!~;,'t'ds idcntifHxl, awan:ness and involvement enhancement activities begun.

Coll!tnittees establis!K-d, little activity, elllployee iuvolvcment beginning, nwarcness of process stmtcd.

-~-----·---~--

!iX'."X'\.~':t'X!f.'<;~ .... ""A~-...... ~~ .. ~~~~~-~------------·----

~~~----~-- .-i-----... -.. -~~~------Job Hazard analysis tstablishcd, Medical progmm initiated safety I Trainiug needs evaluation investigations stn.'llgthened and and health program initiat-.'<1. complete. traiuing temp. lates in include employees. process, r-.--cordkceping and recall

···-~-~ . Plans established to implement ail Personal prot\."Ctive equipment sub-elements, at least two sub- requirements established and being elements beginniug to fuuction. cni(m:ed, plans developed for othc'r

dements.

·-·~~-·

H-19

<.:v.:;t<~m uccds to be established ~-~~~--~~~-

Traiuing m.•OOs evaluation beguu. tmining templute 1(mns developed.

NNM10AA03C Modification 036

,----;----,-.. S~u~h~-e~-~~~~l~,~~~~t~··have not b-ee~~.,~,--~

cstahlishcd to <111Y signifleant extent, management leadership is lacking. little 1X no employee

No committee~. little or no employee involvement, no process.. little process planning.

Two or fewer sub~cjements few 01 no programs or sub- Training needs not established, no ~~-r--- -1

1

established, no. self-insp~tion. demcnb established, le\\ \.\JJttcn management training. limited or no shallow 3ccident investigation rules, fnmtcd enlorccmcnt supervisor training. process.

L.~.-· ~·---u~anil:ip<~t~.!~-·····

[END OF ATTACHMENT 1]

ATT 2

"':tf{'<i''-/ and SeU~i::vahH!itinn

conduct an annual sdf~cvaluation of their safety and health program based on the applicable elements and sub~ekments of the MSFC environmental (SHE) program as listed below. Specific criteria arc shown on AfTACHMENT l entitled "Safety Health

anagcmenl Implementation Guide and Assessment Matrix_" Element 1 has a management and employee component. These are simply averaged to the score for Element !_ The result should be carried to the second decimal point. The score for each element should be shown below along

explanatory comments f(Jr each dement.

h ------~-,--------------------------

{ELEMENT 1) --·-.. ·-····-----~- ------ ··-· lianagement and Employee Involvement

-------~------··

Management Commitment

~,-~- ·····---· -_Documented Safety Policy and Goals Employee Involvement/Engagement

- -__ Sa .. ~t: Committees Safety Meetings Subcm~tractor Safety ~----

~

_Resources ... - --Accou11tability __ Anntlal Sa~ety and Health Prof,>r~-Evaluation

{ELEMENT 3) -------

Hazard P rcvention and Control - ----------~

Hazard Elimination and Control Process {Engineering/ Administn ive/Safety Devices/Work Practices/Personal Protec Preventative Maintenance

ive Equipm~n_t~):-=--:-· eJor Facility~and Equipmen_:_t ------~·

Emergency Preparedness - ' -

and Drills Emergency Medical Care

~ -·--Program

Hazard Control Programs Occupational Health Prof Tracking J:iazard Correcti

gram on

Access to Professional Sa fety Staff Disciplinary Program

·~-----

~----~---- ~-- - ··-~

----········ {ELEl\fENT 2) . . {ELJ<:MENT 4) . _ rksite Hazard Analysis Safety and Health Training

eline Sl)0"CYS a11d An~ajyses F()_~The Wor~site -~mployee Knowle<!ge Of Haz:1rds In The __ W orkplace, Recogniz<:_

H~20

.• ~~ ·--·-~~·---- .. -- . -

Perform Analysis OfNew Work and When Significant Changes Occur

-·· ---·· . . ..

-... ~ .. ·-

NNM10AA03C Modification 036

~- .. ·~~-·~~-

Hazards, Signs and Symptoms Of Workplace-Related lllnesses, and Safe Work Procedures Supervisor and Managers Understand Their Safety and Health Responsibilities

Job Hazard Analysis/ Process Review For Routine Training Doeumentation Jobs

-·~ .. - -- ---- --·---~ .... -- . --~outine Self-lnsrections_

-·· Training Curriculum Specific To The Worksite Op_erations

J:!azard Rep()rting By E1nployees . .. . .. -·~-·~

Investigation Of Mishap/Clo~e Calls ..

lnjury/J)l!1ess Rates . ·--- .. . .

="'='"'·~~~-==~~. ~.~-Contract#:~~--~ Date of Evaluation Period:

Name Per'<\11 V t:ri fying: ·······-·-············· ___ . _ -··· ... ·············-··-- . -·--

Date:.......... . -······· -· ---- ··- --···· ----Si

Element l: --· Employee Involvement: Combined Average:

Element 2: W<>rksitc

Element 3: Prevcnt.ion Control:

H-21