1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ......

27
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 15 24-Feb-2014 14HR049 N/A 6. ISSUED BY CODE N65540 7. ADMINISTERED BY (If other than Item 6) CODE S2404A NSWC, CARDEROCK DIVISION, PHILADELPHIA NAVSSES Philadelphia PA 19112-1403 [email protected] 215-897-1230 DCMA Manassas 10500 BATTLEVIEW PARKWAY, SUITE 200 MANASSAS VA 20109-2342 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. GENERAL DYNAMICS INFORMATION TECH., INC. 3211 Jermantown Road Fairfax VA 22030-2844 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. [X] N00178-04-D-4012-FD09 10B. DATED (SEE ITEM 13) CAGE CODE 07MU1 FACILITY CODE 20-Mar-2009 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). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) IAW 43.103(b) and ktr letter dated 16 Jan 2014 E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Jane M DeMatto, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Jane M DeMatto 24-Feb-2014 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Transcript of 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ......

Page 1: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)15 24-Feb-2014 14HR049 N/A

6. ISSUED BY CODE N65540 7. ADMINISTERED BY (If other than Item 6) CODE S2404A

NSWC, CARDEROCK DIVISION, PHILADELPHIA

NAVSSES

Philadelphia PA 19112-1403

[email protected] 215-897-1230

DCMA Manassas

10500 BATTLEVIEW PARKWAY, SUITE 200

MANASSAS VA 20109-2342

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

GENERAL DYNAMICS INFORMATION TECH., INC. 3211 Jermantown Road Fairfax VA 22030-2844 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

[X] N00178-04-D-4012-FD09 10B. DATED (SEE ITEM 13)

CAGECODE

07MU1 FACILITY CODE 20-Mar-2009

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

[ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended.Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) Byseparate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THEPLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of thisamendment 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 solicitationand 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. INITEM 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).

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

[X] D. OTHER (Specify type of modification and authority)IAW 43.103(b) and ktr letter dated 16 Jan 2014

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

SEE PAGE 2

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Jane M DeMatto, Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Jane M DeMatto 24-Feb-2014

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

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

1. CONTRACT ID CODE PAGE OF PAGES

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Page 2: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

GENERAL INFORMATION

The purpose of this modification is to extend the period of performance from 19 March 2014 to 17 Sept 2014 due toGovernment delay in supplying Government Furnished Information needed for task completion. This modificationis at no additional cost to the Government or to the contractor. All other terms and conditions remain unchanged. Aconformed copy of this Task Order is attached to this modification for informational purposes only.

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 2 of 2

FINAL

Page 3: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

SECTION B SUPPLIES OR SERVICES AND PRICES

CLIN - SUPPLIES OR SERVICES For Cost Type Items: Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF ------ --- ----------------- ---- ---- --------------- --------------- -------------- 1000 R425 Engineering, 1.0 LO $675,942.00 technical, and financial program management support services for the Submarine Program Branch of the Naval Surface Warfare Center, Code 9130. (Fund Type - TBD) 100001 R425 Incremental funding $25,000.00 (O&MN,N) 100002 R425 Incremental Funding, CLIN 1000-Labor in the amount of $26,500.00 (Fund Type - TBD) 100003 R425 Incremental funding, CLIN 1000-Labor in the amount of $35,000.00 (Fund Type - TBD) 100004 R425 Incremental funding for CLIN 1000-Labor in the amount of $30,000.00 (Fund Type - TBD) 100005 R425 Incremental Funding, CLIN 1000-Labor, $55,000.00 (Fund Type - TBD) 100006 R425 Incremental Funding, CLIN 1000-Labor, $45,000.00 (Fund

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 1 of 25

FINAL

Page 4: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

Type - TBD) 100007 R425 Incremental Funding, CLIN 1000-Labor, $35,000.00 (Fund Type - TBD) 100008 R425 Incremental Funding, CLIN 1000-Labor, $20,000.00 (Fund Type - TBD) 100009 R425 Incremental Funding, CLIN 1000-Labor, $98,555.92 (Fund Type - TBD) 100010 R425 Incremental Funding, TI-003, $65,000.00 (Fund Type - TBD) 100011 R425 Incremental Funding, TI-003, $45,000.00 (RDT&E) 100012 R425 Incremental Funding, TI-001 REV 01, $20,000.00 (RDT&E) 100013 R425 Incremental Funding, TI-001 REV 02, $100,000.00 (RDT&E) 100014 R425 Incremental Funding, TI-001 REV 03, $20,000.00 (RDT&E) 100015 R425 Incremental Funding, TI-001 REV 03, $42,500.00 (RDT&E) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 2 of 25

FINAL

Page 5: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

------ --- ----------------- ---- ---- ---------------- 3000 R425 Other Direct 1.0 LO $77,914.00 Costs (Fund Type - TBD) 300001 R425 Incremental Funding, CLIN 3000-Support, in the amount of $3,500.00 (Fund Type - TBD) 300002 R425 Incremental funding, CLIN 3000-Support in the amount of $5,000.00 (Fund Type - TBD) 300003 R425 Incremental Funding, CLIN 3000-Support, $5,000.00 (Fund Type - TBD) 300004 R425 Incremental Funding, CLIN 3000-Support, $5,000.00 (Fund Type - TBD) 300005 R425 Incremental Funding, CLIN 3000-Support, $6,750.00 (Fund Type - TBD) 300006 R425 Incremental Funding, TI-003, $10,000.00 (Fund Type - TBD) 300007 R425 Incremental Funding, TI-003, $5,000.00 (RDT&E) 300008 R425 Incremental Funding, TI-001 REV 01, $5,000.00 (RDT&E) 300009 R425 Incremental Funding, TI-001 REV 03, $2,500.00 (RDT&E)

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 3 of 25

FINAL

Page 6: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

For proposal preparation, the Government has specified a Not-To-Exceed (NTE) amount of $77,914.00 for CLIN 3000 OtherDirect Costs. This amount is applied to the total five (5) year task order performance period, and is considered inclusive of allindirect cost rates applied by the offeror.

Note: If fee is included in the pass through rate for subcontractor labor costs, the prime contractor is requested to identify whatpercentage of the pass through cost is considered fee in their cost proposal. The maximum labor pass through rate (which includesall adders and any prime contractor fee applied to subcontractor labor costs) shall not exceed 8%.

The fee percentage applied under CLIN 1000 is

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 4 of 25

FINAL

Page 7: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

SECTION C DESCRIPTIONS AND SPECIFICATIONS

This is a performance based statement of work. The effort performed hereunder will be evaluatedin accordance with the performance standards/acceptable quality levels described below and theevaluation methods described in provision CAR H09 in Section H.

1.0 BACKGROUND

The Ship Systems Engineering Station (SSES) located at the Naval Surface Warfare Center,Carderock Division (NSWCCD) in Philadelphia, PA requires program management services insupport of Submarines Branch programs.

2.0 SCOPE

This Statement of Work (SOW) sets forth the requirements for the contractor to provide programmanagement services relating to engineering, technical, financial and programmatic supportservices. Specifically, the coordination and liaison support for the Submarines Branch (Code9130) of the Naval Surface Warfare Center, Carderock Division - Ship Systems EngineeringStation (NSWCCD-SSES).

Code 9130 requires contractor support to provide the services of one full-time ProgramManagement Specialist IV off-site at NSWCCD-SESS, Philadelphia, PA to support the followingSubmarine Programs and offices:

a. SEAWOLF/Multi-Mission-Platform (MMP)

b. Ship Alteration Records

c. VIRGINIA Class submarine program

d. Submarine Integrated Logistics

e. PMS392

f. PMS394

g. PMS450

h. NAVSEA05U off-site support once weekly at NAVSEA HQ, Washington, DC.

3.0 APPLICABLE DOCUMENTS

3.1 Joint Fleet Maintenance Manual (JFMM) CINCLANTFLT/CINCPACFLTINST 4790.3Rev A change 6

3.2 ST700-AM-GYD-010 - METCAL Laboratory Requirements and Certification Guide

3.3 NAVSEA T9300-AF-PRO-020 - NAVSEA Design Practice and Criteria Manual ShipSpecifications (for individual ship class design)

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 5 of 25

FINAL

Page 8: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

3.4 NAVSEA 0924-062-0010 – Submarine Material Certification Requirements Manual forSubmarine Safety Program

3.5 General Specification for Overhaul of Surface Ships GSO (NAVSEA S9AA0-AB-GSO-010)

3.6 NAVSEA Tech Spec 9090-310C – Alterations to Ships Accomplished by AlterationInstallation Teams

3.7 NAVSEA Tech Spec 9090-100 – SHIPALT Technical Liaison Services, Waivers, andDeviations

3.8 NAVSEA S9070-AA-MME-010/SSN/SSBN – Guidance Manual for Temporary SubmarineAlterations

3.9 DOD-STD-2106 (NAVY) - Requirements and guidance for developing test procedures

3.10 NAVSSESINST 3900.3D - Mission Readiness Panels (MRP)

3.11 MIL-STD-831 - Preparation of Test Reports

3.12 MIL-P-24534: Planned Maintenance Subsystem: Development of MaintenanceRequirement Cards, Maintenance Index Pages, and Associated Documents

3.13 MIL-STD-1522/1561: Provisioning Procedures and Technical Documentation (with SPCCAddendum)

3.14 MIL-M-38784: Manuals, Technical: General Style and Format Requirements

3.15 MIL-STD-480: Configuration Control - Engineering Changes, Deviations and Waivers

3.16 MIL-STD-482: Configuration Status Accounting Data Elements and Related Features

4.0 TASK AREAS. Primary tasks to be performed by the contractor under the proposed taskorder are described below.

4.1 DATA MANAGEMENT AND DISTRIBUTION

Operate a data repository containing engineering and other technical data, consisting of itemssuch as engineering drawings, manuals, and other technical documents for which hard copy,magnetic, or digital media masters are to be retained.

Receive documents electronically or hard copy.

Maintain an automated logging system.

Remove and release documents as requested; maintain a record of master and copy holders.

Manage reproduction and distribution of items.

Provide related data management services.

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 6 of 25

FINAL

Page 9: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

4.2 DOCUMENT AND IMAGE PROCESSING

Produce copies/prints of drawings, manuals, reports and other technical and engineeringdocuments on government furnished equipment.

4.3 DATA ENTRY

Electronically input information into numerous databases, utilizing Microsoft Word, MicrosoftExcel, Microsoft Access, Microsoft Project, Microsoft PowerPoint.

4.4 LOGISTICS SUPPORT

Assist Code 9130 in the review, preparation and distribution of logistics supportdocumentation and ensure that all required documentation is in place and that data requirementsare met; attend planning meetings, working groups, and team meetings on an “as needed basis” insupport of Code 9130 Logistics Process Advocate (LPA) for various projects and programs.

4.5 PROGRAM MANAGEMENT SUPPORT

Support in the service and acquisition submarine programs, specifically, PMS394, USS JIMMYCARTER (SSN-23) and MMP program, PMS392, in service submarine support, PMS450,Virginia Class Submarines, etc by providing support that includes the following:

Planning, coordinating, and participating in teams that provide Hull, Mechanical and Electrical(HM&E) expertise in areas of Life Cycle Management (LCM), In-Service Engineering (ISE),Testing & Evaluation (T&E) and Research & Development (R&D).

Perform a variety of complex technical, administrative and analytical tasks.

Assist in the development and planning of budgets and schedules, and monitoring of tasks tomeet program requirements.

Establish and define program plan requirements and assist in the direction of in-depth studies todetermine optimum program plans.

Monitor and report performance against plans to ensure that program objectives are met.

Interact regularly with customers and other industry representatives to ensure conformanceprogram requirements.

Develop, trend, review, analyze and report metrics for NSWCCD submarine programs.

Support NSWCCD management initiatives such as strategic planning, program projectedexpenditures, Undersea Enterprise (USE) executive teams, Division Work Load Planning,Customer Advocacy (CA) groups, data calls, future program trends, and programmatic reports.

Receive and update annual NAVSEA 07 and PEO Submarine task proposals and reports;maintain program spreadsheet to capture funding activities.

Provide technical and programmatic support and participate in periodic Program Reviews,

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 7 of 25

FINAL

Page 10: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

program meetings, design reviews, conferences and tours of test facilities and labs, critical designreviews, technical conferences and various other technical and programmatic meetings.

Monitor documents and report task planning and costs.

Attend monthly off-site Correspondence meetings.

Assist in the review and modification of funding line items (aka: job order numbers) asrequired by technical codes to start and complete tasks.

Participate in Code 913 annual strategic planning off-sites meetings.

Provide program management support functions to NSWCCD VIRGINIA Class Tasks.

4.6 CONFIGURATION AND FINANCIAL MANAGEMENT

Supply financial data and reports.

Provide budget and projection reports to management.

Update monthly status reports, funding charts, schedules and analysis for the specific tasks.

Provide financial management support to the Submarine Branch.

5.0 TRAVEL

The contractor will be required to travel from the Philadelphia area to US Naval Activities asfollows:

Trips DaysWashington DC. 47 1San Diego CA. 1 3Norfolk VA. 2 2Portsmouth NH. 1 2

6.0 DELIVERABLES REQUIREMENT

A001 Financial Status Report: A monthly financial status report summarizing funds expendedfor the reporting period, cumulative funds spent and funds remaining to complete all assignedwork will be submitted in accordance with CDRL A001.

A002 Progress and Status Report: Progress and Status report reflecting the work accomplished,problems encountered, corrective action taken, and recommendations under will be submitted inaccordance with CDRL A002.

A003 Technical reports, vendor surveys, studies, white papers and cost/benefit analysis reportsshall be prepared and submitted on an as required basis in accordance with CDRL A003.

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 8 of 25

FINAL

Page 11: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

7.0 SECURITY REQUIREMENTS

The highest level of security required under this task order is CONFIDENTIAL, in accordancewith the DD form 254 as an attachment to this task order. The contractor is responsible foracquiring and maintaining security clearances at the level required by this task order.

8.0 ADMNISTRATIVE CONSIDERATIONS

8.1 Period of Performance

The period of performance period for this task order is five (5) years from the effective date ofthe task order.

8.2 Hours of Support

The contractor shall provide SEATech operational and users support during standard businesshours, Mon-Fri, from 6:00am–6:00pm.

9.0 TASK ORDER MANAGER (TOM) and TECHNICAL POINT OF CONTACT (TPOC)

The TOM for this task order will be John Greer, Code 9130 and the TPOC will be AnthonyCickavage, Code 9130

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 9 of 25

FINAL

Page 12: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

SECTION D PACKAGING AND MARKING

HQ D-2-0008 MARKING OF REPORTS (NAVSEA) (SEP 1990)

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

(1) name and business address of the Contractor

(2) contract number

(3) task order number

and shall be addressed as follows:

N65540Naval Surface Warfare Center, Carderock DivisionJohn T. Greer, Code 91305001 S Broad St.Philadelphia, PA [email protected]

N65540Naval Surface Warfare Center, Carderock DivisionAnthony Cickavage, Code 91305001 South Broad StreetPhiladelphia, PA [email protected]

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 10 of 25

FINAL

Page 13: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

SECTION E INSPECTION AND ACCEPTANCE

Inspection and acceptance at destination.

N65540Naval Surface Warfare Center, Carderock DivisionJohn T. Greer, Code 91305001 S Broad St.Philadelphia, PA [email protected]

N65540Naval Surface Warfare Center, Carderock DivisionAnthony Cickavage, Code 91305001 South Broad StreetPhiladelphia, PA [email protected]

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 11 of 25

FINAL

Page 14: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

SECTION F DELIVERABLES OR PERFORMANCE

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

1000 3/23/2009 - 9/17/20143000 3/23/2009 - 9/17/2014

CLIN - DELIVERIES OR PERFORMANCE

52.211-8 TIME OF DELIVERY (JUN 1997)

(a) The Government requires delivery to be made according to the following schedule:

ITEM NO. QUANTITY WITHIN DAYS AFTER DATE OF TASK ORDER

1000 and 3000 ALL 5 years

(End of clause)

DELIVERY INFORMATION

FOB: Destination

SHIP TO ADDRESS:

N65540Naval Surface Warfare Center, Carderock DivisionJohn T. Greer, Code 91305001 S Broad St.Philadelphia, PA [email protected]

N65540Naval Surface Warfare Center, Carderock DivisionAnthony Cickavage, Code 91305001 South Broad StreetPhiladelphia, PA [email protected]

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 12 of 25

FINAL

Page 15: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

SECTION G CONTRACT ADMINISTRATION DATA

Task Order Manager:

N65540John T. Greer, Code 9135001 S Broad St.Philadelphia, PA [email protected]

CAR-G11 INVOICE INSTRUCTIONS (DEC 2007) (NSWCCD)

(a) In accordance with the clause of this contract entitled “ELECTRONIC SUBMISSION OF PAYMENTREQUESTS” (DFARS 252.232-7003), the Naval Surface Warfare Center, Carderock Division (NSWCCD) willutilize the DoD Wide Area Workflow Receipt and Acceptance (WAWF) system to accept supplies/services deliveredunder this contract. This web-based system located at https://wawf.eb.mil provides the technology for governmentcontractors and authorized Department of Defense (DoD) personnel to generate, capture and process receipt andpayment-related documentation in a paperless environment. Invoices for supplies/services rendered under thiscontract shall be submitted electronically through WAWF. Submission of hard copy DD250/invoices may nolonger 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 onlinetraining system for WAWF at http://wawftraining.com. The Vendor, Group Administrator (GAM), and sectionsmarked with an asterisk in the training system should be reviewed. Vendor Quick Reference Guides also areavailable at http://acquisition.navy.mil/navyaos/content/view/full/3521/. The most useful guides are “GettingStarted for Vendors” and “WAWF Vendor Guide”.

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

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

Type of Document (to be inserted at time of award)

Invoice (FFP Supply & Service) Invoice and Receiving Report Combo (FFP Supply) Invoice as 2-in-1 (FFP Service Only) x Cost Voucher (Cost Reimbursable, T&M , LH, or FPI) Receiving Report (FFP, DD250 Only)

DODAAC Codes and Inspection and Acceptance Locations (to be inserted at time of award)

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 13 of 25

FINAL

Page 16: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

Issue DODAAC N00167

Admin DODAAC S2404A

Pay Office DODAAC HQ0338

Service Approver DODAAC N65540

Ship To DODAAC See Section F

DCAA Auditor DODAAC HAA721

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

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

Send Additional Email Notification To:[email protected]@navy.mil

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

(g) The WAWF system has not yet been implemented on some Navy programs; therefore, upon writtenconcurrence from the cognizant Procuring Contracting Officer, the Contractor is authorized to use DFAS WinS forelectronic end to end invoicing until the functionality of WinS has been incorporated into WAWF.

(h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above 1-866 number orthe NSWCCD WAWF point of contact at Karen (Kay) Wade at 301-227-5419.

(End of Clause)

SEA 5252.216-9122 LEVEL OF EFFORT (DEC 2000)

(a) The Contractor agrees to provide the total level of effort specified in the next sentence in performance of the workdescribed in Sections B and C of this contract. The total level of effort for the performance of this contract shall be11,025 total man-hours of direct labor, including subcontractor direct labor for those subcontractors specificallyidentified in the Contractor's proposal as having hours included in the proposed level of effort.

(b) Of the total man-hours of direct labor set forth above, it is estimated that 0 man-hours are uncompensated effort.

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 14 of 25

FINAL

Page 17: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week without additionalcompensation for such excess work. All other effort is defined as compensated effort. If no effort is indicated in thefirst sentence of this paragraph, uncompensated effort performed by the Contractor shall not be counted in fulfillmentof the level of effort obligations under this contract.

(c) Effort performed in fulfilling the total level of effort obligations specified above shall only include effort performedin direct support of this contract and shall not include time and effort expended on such things as (local travel to andfrom an employee's usual work location), uncompensated effort while on travel status, truncated lunch periods, work(actual or inferred) at an employee's residence or other non-work locations (except as provided in paragraph (j)below), or other time and effort which does not have a specific and direct contribution to the tasks described inSections B and C.

(d) The level of effort for this contract shall be expended at an average rate of approximately 42 hours per week. It isunderstood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technical objective,provided such fluctuation does not result in the use of the total man-hours of effort prior to the expiration of the termhereof, except as provided in the following paragraph.

(e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of direct labor to such anextent that the total man hours of effort specified above would be used prior to the expiration of the term, theContractor shall notify the Contracting Officer in writing setting forth the acceleration required, the probable benefitswhich would result, and an offer to undertake the acceleration at no increase in the estimated cost or fee together withan offer, setting forth a proposed level of effort, cost breakdown, and proposed fee, for continuation of the work untilexpiration of the term hereof. The offer shall provide that the work proposed will be subject to the terms andconditions of this contract and any additions or changes required by then current law, regulations, or directives, andthat the offer, with a written notice of acceptance by the Contracting Officer, shall constitute a binding contract. TheContractor shall not accelerate any effort until receipt of such written approval by the Contracting Officer. Anyagreement to accelerate will be formalized by contract modification.

(f) The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure of direct laborsuch that the total man hours of effort specified in paragraph (a) above would be used prior to the expiration of theterm. This order shall specify the acceleration required and the resulting revised term. The Contractor shallacknowledge this order within five days of receipt.

(g) If the total level of effort specified in paragraph (a) above is not provided by the Contractor during the period ofthis contract, the Contracting Officer, at its sole discretion, shall either (i) reduce the fee of this contract as follows:

Fee Reduction = Fee x ((Required LOE minus Expended LOE)divided by Required LOE)

or (ii) subject to the provisions of the clause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20)or "LIMITATION OF COST (FACILITIES)" (FAR 52.232-21), as applicable, require the Contractor to continue toperform the work until the total number of man hours of direct labor specified in paragraph (a) above shall have beenexpended, at no increase in the fee of this contract.

(h) The Contractor shall provide and maintain an accounting system, acceptable to the Administrative ContractingOfficer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort (compensated anduncompensated, if any) provided in fulfillment of the level of effort obligations of this contract. The Contractor shallindicate on each invoice the total level of effort claimed during the period covered by the invoice, separatelyidentifying compensated effort and uncompensated effort, if any.

(i) Within 45 days after completion of the work under each separately identified period of performance hereunder, theContractor shall submit the following information in writing to the Contracting Officer with copies to the cognizantContract Administration Office and to the DCAA office to which vouchers are submitted: (1) the total number ofman hours of direct labor expended during the applicable period; (2) a breakdown of this total showing the numberof man hours expended in each direct labor classification and associated direct and indirect costs; (3) a breakdown ofother costs incurred; and (4) the Contractor's estimate of the total allowable cost incurred under the contract for theperiod. Within 45 days after completion of the work under the contract, the Contractor shall submit, in addition, inthe case of a cost underrun; (5) the amount by which the estimated cost of this contract may be reduced to recoverexcess funds and, in the case of an underrun in hours specified as the total level of effort; and (6) a calculation of theappropriate fee reduction in accordance with this clause. All submissions shall include subcontractor information.

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 15 of 25

FINAL

Page 18: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

(j) Notwithstanding any of the provisions in the above paragraphs, the Contractor may furnish man hours up to fivepercent in excess of the total man hours specified in paragraph (a) above, provided that the additional effort isfurnished within the term hereof, and provided further that no increase in the estimated cost or fee is required.

(End of Clause)

SEA 5252.232-9104 ALLOTMENT OF FUNDS (MAY 1993)

(a) This contract is incrementally funded with respect to both cost and fee. The amount(s) presently available andallotted to this contract for payment of fee for incrementally funded contract line item number/contract subline itemnumber (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE" (FAR52.216-10), as appropriate, is specified below. The amount(s) presently available and allotted to this contract forpayment of cost for incrementally funded CLINs/SLINs is set forth below. As provided in the clause of this contractentitled "LIMITATION OF FUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby, and the period ofperformance for which it is estimated the allotted amount(s) will cover are as follows:

ITEM ALLOTED TO COST ALLOTED TO FEE PERIOD OF PERFORMANCE

1000 POP end date 19 March 2014

3000 $47,750.00 $0 POP end date 19 March 2014

(b) The parties contemplate that the Government will allot additional amounts to this contract from time to time forthe incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall stateseparately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and theperiod of performance which the amount(s) are expected to cover.

(c) CLINs/SLINs 100001 are fully funded and performance under these CLINs/SLINs is subject to the clause of thiscontract entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF COST (FACILITIES)" (FAR52.232-21), as applicable.

(d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the from thecosts of performance of fully funded CLINs/SLINs.

FUNDING PROFILE

It is estimated that these incremental funds will provide for [if LOE, enter the number of hours; if completion orsupply enter items and quantities]. The following details funding to date:

Total

Contract Funds This Previous Funds Balance

CPFF Action Funding Available Unfunded

$753,856 $50,000 $185,000.00 $518,856.00 $518,856.00

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 16 of 25

FINAL

Page 19: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

Accounting Data

SLINID PR Number Amount -------- ---------------------- ---------------------100001 90694021 25000.00 LLA : AA 97X4930 NH1C 000 77777 0 000167 2F 000000 091913210004 BASE Funding 25000.00 Cumulative Funding 25000.00 MOD 01 100002 91958990 26500.00 LLA : AB 97X4930 NH1C 000 77777 0 000167 2F 000000 091913130060 300001 91959010 3500.00 LLA : AB 97X4930 NH1C 000 77777 0 000167 2F 000000 091913130060 MOD 01 Funding 30000.00 Cumulative Funding 55000.00 MOD 02 100003 92811397 35000.00 LLA : AB 97X4930 NH1C 000 77777 0 000167 2F 000000 091913130060 300002 92811401 5000.00 LLA : AB 97X4930 NH1C 000 77777 0 000167 2F 000000 091913130060 MOD 02 Funding 40000.00 Cumulative Funding 95000.00 MOD 03 100004 00485144 30000.00 LLA : AC 97X4930.NH1C 000 77777 0 000167 2F 000000 101913320001 MOD 03 Funding 30000.00 Cumulative Funding 125000.00 MOD 04 100005 01118254 55000.00 LLA : AD 97X4930 NH1C 000 77777 0 000167 2F 000000 091913121702 300003 01118268 5000.00 LLA : AD 97X4930 NH1C 000 77777 0 000167 2F 000000 091913121702 MOD 04 Funding 60000.00 Cumulative Funding 185000.00 MOD 05 100006 01975855 45000.00 LLA : AE 97X4930 NH1C 000 77777 0 000167 2F 000000 101272710311

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 17 of 25

FINAL

Page 20: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

300004 01975856 5000.00 LLA : AE 97X4930 NH1C 000 77777 0 000167 2F 000000 101272710311 MOD 05 Funding 50000.00 Cumulative Funding 235000.00 MOD 06 100007 02725569 35000.00 LLA : AF 1701804 8B2B 253 SAS07 0 068342 2D 000000 12B4RUSE04R0 Standard Number: N0002410WX00506/AA MOD 06 Funding 35000.00 Cumulative Funding 270000.00 MOD 07 100008 10741830 20000.00 LLA : AG 97X4930 NH1C 000 77777 0 000167 2F 000000 111913372901 MOD 07 Funding 20000.00 Cumulative Funding 290000.00 MOD 08 100009 11259590 98555.92 LLA : AH 97X4930 NH1C 000 77777 0 000167 2F 000000 111913171591 300005 11259597 6750.00 LLA : AH 97X4930 NH1C 000 77777 0 000167 2F 000000 111913171591 MOD 08 Funding 105305.92 Cumulative Funding 395305.92 MOD 09 100010 12457835 65000.00 LLA : AJ 97X4930 NH1C 000 77777 0 000167 2F 000000 111913160299 300006 12457849 10000.00 LLA : AJ 97X4930 NH1C 000 77777 0 000167 2F 000000 111913160299 MOD 09 Funding 75000.00 Cumulative Funding 470305.92 MOD 10 100011 1300257638 45000.00 LLA : AK 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001111080 Standard Number: NA See TI 003 300007 1300257638 5000.00 LLA : AK 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001111080 Standard Number: NA See TI 003

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 18 of 25

FINAL

Page 21: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

MOD 10 Funding 50000.00 Cumulative Funding 520305.92 MOD 11 100012 1300307303 20000.00 LLA : AL 1721319 H4RJ 252 SB397 0 050120 2D 000000 A00001422605 TI 01 REV 01 300008 1300307303 5000.00 LLA : AL 1721319 H4RJ 252 SB397 0 050120 2D 000000 A00001422605 TI 01 REV 01 MOD 11 Funding 25000.00 Cumulative Funding 545305.92 MOD 12 100013 1300314716 100000.00 LLA : AM 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001489412 TI 01 Rev 02 MOD 12 Funding 100000.00 Cumulative Funding 645305.92 MOD 13 Funding 0.00 Cumulative Funding 645305.92 MOD 14 100014 130038760600001 20000.00 LLA : AN 1731319 H4RJ 252 SB397 0 050120 2D 000000 A00002004503 TI 01-REV 03 10 U.S.C. 2410(a) invoked. Funding available for performance through 20 December 2015. 100015 130039252300001 42500.00 LLA : AP 1731319 H4RJ 252 SB397 0 050120 2D 000000 A00002042152 TI 01-REV 03 10 U.S.C. 2410(a) invoked. Funding available for performance through 20 December 2015. 300009 130039252300002 2500.00 LLA : AP 1731319 H4RJ 252 SB397 0 050120 2D 000000 A00002042152 TI 01-REV 03 10 U.S.C. 2410(a) invoked. Funding available for performance through 20 December 2015. MOD 14 Funding 65000.00 Cumulative Funding 710305.92 MOD 15 Funding 0.00 Cumulative Funding 710305.92

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 19 of 25

FINAL

Page 22: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

SECTION H SPECIAL CONTRACT REQUIREMENTS

CAR-H09 Performance-Based Acquisition Evaluation Procedures for a SeaPort e Task Order (MAR 2006)(NSWCCD)

(a) Introduction: The contractor’s performance on this task order will be evaluated by the Government, in accordancewith this task order clause. The first evaluation will cover the period ending twelve months after the date of taskorder award with successive evaluations being performed for each twelve-month period thereafter until the contractorcompletes performance under the task order. Based on the evaluation results, the PCO will assign an overallperformance rating in accordance with paragraph (b) of this clause. The purpose of the evaluation is to determineremedies that may be invoked due to “Unsatisfactory” performance. If the PCO assigns an "Unsatisfactory"performance rating for the period evaluated, the PCO may take unilateral action, in accordance with clause 52.246-5entitled “Inspection of Services-Cost Reimbursement”, dated Apr 1984, in Section E of the base contract, to providefor a fee reduction covering the performance period evaluated. This clause provides the basis for evaluation of thecontractor’s performance and for determining if the fee amount should be reduced due to “Unsatisfactory”performance.

(b) Performance Ratings: The Government will evaluate the contractor’s performance of the Statement of Work underthe task order for each twelve month period of performance, using the measurable performance standards set forth inthe Performance Requirements Summary Table in the SOW, or elsewhere in the task order, and the PCO will assignone of the following ratings:

(1) Excellent

(2) Very Good

(3) Satisfactory

(4) Unsatisfactory

The standards associated with these ratings are given in the following Table 1.

Table 1: Overall Performance Ratings

For The Evaluation Period

Overall Performance Rating Standard

Excellent“Excellent” ratings for all performanceevaluation criteria.

Very GoodA combination of “Excellent” and“Satisfactory” ratings determined by the PCOto exceed Satisfactory” overall.

SatisfactoryA minimum of “Satisfactory” ratings for allperformance evaluation criteria.

UnsatisfactoryA rating of “Unsatisfactory” for one or moreperformance evaluation criteria.

(c) Evaluation Objective: The purpose of the evaluation and the inclusion of a remedy to the Government forunsatisfactory contractor performance under this task order is to ensure that the Government receives at least“Satisfactory” overall performance.

(d) Performance Evaluation Criteria: The contractor’s performance will be evaluated on an annual basis using thecriteria and standards provided for each task objective in the Performance Requirements Summary Table, andconsidering the criterion in Tables 2 through 4 of this task order clause.

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 20 of 25

FINAL

Page 23: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

(e) Organization: The performance evaluation organization consists of the Procuring Contracting Officer (PCO), whowill serve as the Evaluation Official, and the Task Order Manager (ToM).

(1) ToM: The ToM will provide ongoing performance monitoring, evaluate task performance based on the task orderPerformance Requirements Summary, prepare the evaluation report, including a recommended overall performancerating, and submit the report to the PCO for final decision within thirty days after the end of the evaluation period.The ToM will maintain the written records of the contractor’s performance so that a fair and accurate evaluation ismade.

(2) Procuring Contracting Officer (PCO): The PCO is responsible for properly administering the performanceevaluation process, maintaining the official performance evaluation file, and making the decision about the overallperformance rating and whether to reduce the fee if performance is rated as unsatisfactory.

(f) Evaluation Schedule: Each performance evaluation will cover the previous twelve months of performance. TheGovernment will evaluate all work under the task order performed by the contractor during the twelve-month period.Following each evaluation period, the PCO (or Contract Specialist if so designated by the PCO) and the ToM willhold a meeting with the contractor’s Senior Technical Representative to review performance under the task orderduring the previous twelve months, including overall trends, specific problem areas, if any, and their resolution.Other Government and contractor personnel may also participate as deemed appropriate.

(g) Contractor’s Self-Evaluation: The contractor may also submit a Self-Evaluation Report for consideration. Thereport must include an overall performance rating for the task order, covering the evaluation period, and may includewhatever information the contractor deems relevant to support that rating. The report shall not exceed two (2) pagesin length.

(h) Performance Evaluation: The PCO will make the decision on the overall performance rating for the workperformed under the task order within thirty days after receipt of the evaluation report from the ToM. The decisionwill be based upon the ToM’s recommendations, the contractor’s comments, including any Self-Evaluation Report,and any other information deemed relevant by the PCO. The PCO shall resolve disagreements between the ToM’srecommendations and the contractor’s comments/report regarding the evaluation. The PCO will provide a copy ofthe evaluation report, including the overall rating, to the contractor within five working days after completion of theevaluation.

(i) Contractor’s Review of the Evaluation Report: Contractors shall be given a minimum of 15 calendar days tosubmit comments, rebut statements, or provide additional information. The PCO shall consider the contractor’ssubmission and respond as appropriate. Although the PCO will consider the contractor’s comments, rebuttals, oradditional information, the PCO may, or may not, change the overall rating. The decision to change the ratingbased on contractor input at this stage is solely at the discretion of the PCO.

(j) This performance evaluation does not replace any other requirement for evaluating contractor performance thatmay be required by the base contract, such as a Contractor Performance Assessment Reporting System (CPARS)report, or a Task Order Performance Evaluation (TOPE).

TABLE 2: TASK PERFORMANCE EVALUATION CRITERIA AND STANDARDS

Criterion UNSATISFACTORY SATISFACTORY EXCELLENT

Task Performance

Work product fails tomeet AcceptableQuality Levels (AQLs)defined inPerfor-manceRequirementsSummary Table (seeSOW or elsewhere inthe Task Order).

Work productroutinely meetsAcceptable QualityLevels (AQLs) definedin PerformanceRequire-mentsSummary Table(seeSOW or elsewhere inthe Task Order).

Work productfrequently exceedsAcceptable QualityLevels (AQLs) definedin PerformanceRequirementsSummary Table (seeSOW or elsewhere inthe Task Order).

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 21 of 25

FINAL

Page 24: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

Staffing

Contractor providesmarginally qualified orunqualified personnel.Lapses in coverageoccur regularly.

Contractor providesqualified personnel.Lapses in coveragemay occasionally occurand are managed perindividual task orderpolicy.

Contractor provideshighly qualifiedpersonnel. Contractorreassigns personnel toensure propercoverage. Actuallapsesin coverage occurvery rarely, if ever, andare managed perindividual task orderpolicy. Contractorensures staff trainingremains current.

Timeliness

Contractor frequentlymisses deadlines,schedules, or is slow torespond to governmentrequests or isnon-responsive togovernment requests.

Contractor routinelymeets deadlines,schedules, andresponds quickly togovernment requests.

Contractor alwaysmeetsdeadlines,schedules, andresponds immediatelyto governmentrequests.

Customer SatisfactionFails to meet customerexpectations

Meets customerexpectations.

Exceeds customerexpectations.

TABLE 3: CONTRACT MANAGEMENT PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

Problem Resolution

Problems areunresolved, repetitive,or take excessivegovernment effort toresolve.

Problems are resolvedquickly with minimalgovernmentinvolvement.

Problems arenon-existent or thecontractor takescorrective actionwithout governmentinvolvement.

Responsiveness

Contractor’smanagement isunresponsive togovernment requestsand concerns.

Contractor’smanagement isresponsive togovernment requestsand concerns.

Contractor’smanagement takesproactive approach indealing withgovernmentrepresentatives andanticipatesGovernment concerns.

CommunicationsContractor often failsto communicate with

Contractor routinelycommunicates with

Contractor takes aproactive approach

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 22 of 25

FINAL

Page 25: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

government in aneffective and timelymanner.

government in aneffective and timelymanner.

such thatcommunications arealmost always clear,effective, and timely.

TABLE 4: COST EFFICIENCY PERFORMANCE EVALUATION CRITERIA AND STANDARDS

CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT

CostManagement

Contractor routinelyfails to complete theeffort within theoriginally agreed toestimated cost, i.e. costoverruns frequentlyoccur.

Contractor routinelycompletes the effortwithin the originallyagreed to estimatedcost. Contractorprovides measures forcontrolling all costs atestimated costs. Fundsand resources aregenerally used in acost-effective manner.No major resourcemanagement problemsare apparent.

Reductions in directcosts to theGovernment belowcontract estimatedcosts are noteworthy.Contractor providesdetailed cost analysisand recommendationsto Government forresolution of problemsidentified. Funds andresources are optimallyused to provide themaximum benefit forthe funds and resourcesavailable. Documentedsavings are apparent.

CostReportingReports are generallylate, inaccurateincomplete or unclear.

Reports are timely,accurate, complete andclearly written.Problems and/or trendsare addressed, and ananalysis is alsosubmitted.

Reports are clear,accurate, andpro-active. Problemsand/or trends areaddressed thoroughly,and the contractor’srecommendationsand/or corrective plansare implemented andeffective.

See Attachment CAR-H10 PERFORMANCE REQUIREMENTS SUMMARY TABLE

Clause HQ C-2-0037 "Organizational Conflict of Interest" (NAVSEA) (JUL 2000) and 252.204-7000 Disclosure ofInformation are hereby invoked in accordance with the Basic Contract.

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 23 of 25

FINAL

Page 26: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

SECTION I CONTRACT CLAUSES

52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)

(a) The use of overtime is authorized under this contract if the overtime premium cost does not exceed $ 0 or theovertime premium is paid for work --

(End of Clause)

CAR-I18 TECHNICAL INSTRUCTIONS (DEC 2001)

(a) Performance of the work hereunder may be subject to written technical instructions signed by the Task OrderManager. As used herein, technical instructions are defined to include the following:

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

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

(b) Technical instructions must be within the general scope of work stated in the task order. Technical instructionsmay not be used to :

(1) assign additional work under the task order;

(2) direct a change as defined in the “Changes” clause of the base contract;

(3) increase or decrease the contract price or estimated amount (including fee), as applicable,

the level of effort, or the time required for task order performance; or

(4) change any of the terms, conditions or specifications of the task order.

(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the task order

or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer in writing within ten (10)working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by thetechnical instruction unless and until the Contracting Officer notifies the Contractor that the technical instruction iswithin the scope of this task order.

(d) Nothing in the paragraph (c) of this clause shall be construed to excuse the Contractor from performing thatportion of the task order statement of work which is not affected by the disputed technical instruction.

(End of Clause)

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 24 of 25

FINAL

Page 27: 1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT · PDF fileCONTRACT ID CODE PAGE OF PAGES ... (MRP) 3.11 MIL-STD-831 - Preparation of Test Reports ... and other technical documents for

SECTION J LIST OF ATTACHMENTS

CDRL DD FORM 1423

Security Classification DD254

CONTRACT NO. N00178-04-D-4012

DELIVERY ORDER NO. FD09

AMENDMENT/MODIFICATION NO. 15

PAGE 25 of 25

FINAL