13.07.2015 Views

FD01-24 - QinetiQ North America

FD01-24 - QinetiQ North America

FD01-24 - QinetiQ North America

SHOW MORE
SHOW LESS
  • No tags were found...

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE3 of 3FINALDK 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001667972600058 1300331447 5000.00LLA :DL 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001592264600059 1300326293 200000.00LLA :DM 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001557330MOD <strong>24</strong> Funding <strong>24</strong>5000.00Cumulative Funding 9963888.006) The end of the task order performance is corrected to read 27 September 2013.7) The contractor is not authorized to start performance associated with the funding cited in the following TechnicalInstruction (TI) until the Contracting Officer and the Contracting Officer's Representative receive a copy of the fullysigned TI from the contractor: TI 13-04.A conformed copy of this Task Order is attached to this modification for informational purposes only.


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE1 of 55FINALSECTION B SUPPLIES OR SERVICES AND PRICESCLIN - SUPPLIES OR SERVICESFor Cost Type Items:Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF------ ----------------- --------- ---- --------------- --------------- --------------4000 Scientific, 1.0 LO $15,430,878.00 $1,040,288.00 $16,471,166.00Engineering, andTechnicalManagementservices insupport ofsignaturetechnology. BasePeriod ofPerformance 28Sep 2010 - 27 Sep2013. (TBD)400001 Incrementalfunding forTI-01, $58,000(RDT&E)400002 Incrementalfunding forTI-02, $80,000(RDT&E)400003 Incrementalfunding forTI-03, $45,000(RDT&E)400004 Incrementalfunding forTI-04, $30,000(O&MN,N)400005 Incrementalfunding forTI-05, $50,947(O&MN,N)400006 Incrementalfunding forTI-06, $75,571(O&MN,N)400007 Incrementalfunding forTI-01, $532,000(O&MN,N)


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE2 of 55FINAL400008 Incrementalfunding forTI-01,03 & 05,$20,000 (RDT&E)400009 Incrementalfunding forTI-08, $276,010(RDT&E)400010 Incrementalfunding forTI-07, $20,669(RDT&E)400011 Incrementalfunding for TI-04, 05 and 07,$10,000 (OPN)400012 Incrementalfunding for TI03, 04 & 07,$65,000 (RDT&E)400013 Incrementalfunding forTI-07, $12,500(RDT&E)400014 Incrementalfunding forTI-07, $25,000(RDT&E)400015 Incrementalfunding forTI-02, $67,466(RDT&E)400016 Incrementalfunding forTI-02, $50,000(RDT&E)400017 Incrementalfunding forTI-05, $50,299(O&MN,N)400018 Incrementalfunding forTI-06, $71,233(O&MN,N)400019 Incrementalfunding forTI-04, $35,000


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE4 of 55FINALTI-05, $130,102(O&MN,N)400032 Incrementalfunding forTI-06, $185,971(O&MN,N)400033 Incrementalfunding forTI-04, $10,000(O&MN,N)400034 Incrementalfunding forTI-04, $5,000(O&MN,N)400035 Incrementalfunding forTI-04, $6,000(O&MN,N)400036 Incrementalfunding forTI-04, $5,500(O&MN,N)400037 Incrementalfunding forTI-04, $3,500(O&MN,N)400038 Incrementalfunding forTI-02, $90,000(RDT&E)400039 Incrementalfunding forTI-01, $100,000(O&MN,N)400040 Incrementalfunding forTI-01, $70,000(O&MN,N)400041 Incrementalfunding forTI-01, $<strong>24</strong>,000(RDT&E)400042 Incrementalfunding forTI-08, $275,071(RDT&E)


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE5 of 55FINAL400043 Incrementalfunding for TI-01 $480,000(O&MN,N)400044 Incrementalfunding forTI-05, $168,401(O&MN,N)400045 Incrementalfunding forTI-06, $121,219(O&MN,N)400046 Incrementalfunding forTI-10, $28,000(WCF)400047 Incrementalfunding forTI-04, $5,000(OPN)400048 Incrementalfunding forTI-01, $745,000(O&MN,N)400049 Incrementalfunding forTI-04, $7,000(O&MN,N)400050 Incrementalfunding forTI-11, $62,835(WCF)400051 Incrementalfunding forTI-13-01, $20,000(OPN)400052 Incrementalfunding forTI-13-01, $10,000(OPN)400053 Incrementalfunding forTI-13-01, $5,000(OPN)400054 Incrementalfunding forTI-14. $67,000


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE6 of 55FINAL(RDT&E)400055 Incrementalfunding forTI-12, $95,000(OTHER)400056 Incrementalfunding forTI-04, $5,000(OPN)400057 Incrementalfunding forTI-04, $10,000(OPN)400058 Incrementalfunding forTI-16, $47,500(SCN)400059 Incrementalfunding forTI-06, $47,182(O&MN,N)400060 Incrementalfunding forTI-17, $20,000(RDT&E)400061 Incrementalfunding forTI-15, $40,000(WCF)400062 Incrementalfunding forTI-13-02, $10,000(OPN)400063 Incrementalfunding forTI-20, $42,281(O&MN,N)400064 Incrementalfunding forTI-15, $80,000(WCF)400065 Incrementalfunding forTI-06-07,$170,000 (O&MN,N)400066 Incremental


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE7 of 55FINALfunding forTI-18, $21,000(RDT&E)400067 Incrementalfunding forTI-14-01,$150,000 (RDT&E)400068 Incrementalfunding forTI-21, $45,000(O&MN,N)400069 Incrementalfunding forTI-11-01, $10,000(WCF)400070 Incrementalfunding forTI-16-01, $45,000(SCN)400071 Incrementalfunding forTI-05-06, $85,420(O&MN,N)4100 OPTION 1 - Same 1.0 LO $8,064,003.00 $543,653.00 $8,607,656.00as CLIN 4000except withPeriod ofPerformance 28Sep 2012 - 27 Sep2013 (TBD)410001 IncrementalFunding forTI-15, $55,000(WCF)410002 IncrementalFunding forTI-13-03, $25,000(OPN)410003 IncrementalFunding forTI-18, $20,000(RDT&E)410004 IncrementalFunding forTI-16, $50,000(SCN)410005 Incremental


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE8 of 55FINALFunding forTI-17, $20,000(RDT&E)410006 Incrementalfunding forTI-08-02,$<strong>24</strong>1,227 (RDT&E)410007 Incrementalfunding forTI-15-02, $72,000(WCF)410008 Incrementalfunding forTI-16-03, $40,000(SCN)410009 Incrementalfunding forTI-26, $40000(SCN)410010 Incrementalfunding forTI-16-03, $40,000(SCN)410011 Incrementalfunding forTI-<strong>24</strong>, $209,226(O&MN,N)410012 Incrementalfunding forTI-23, $1,488,000(O&MN,N)410013 Incrementalfunding forTI-14-02, $65,000(RDT&E)410014 Incrementalfundidng forTI-12-01, $65,000(OTHER)410015 Incrementalfunding forTI-18-02, $18,500(RDT&E)410016 Incrementalfunding forTI-25, $137,120(O&MN,N)


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE9 of 55FINAL410017 Incrementalfunding forTI-13-04, $30,000(OPN)410018 Incrementalfunding forTI-13-04, $10,000(OPN)4200 Option 2 - Same 1.0 LO $8,305,817.00 $559,958.00 $8,865,775.00as 4000 exceptwith Period ofPerformance 28Sep 2013 - 27 Sep2014 (TBD)Option4300 OPTION 3 - Same 1.0 LO $8,554,937.00 $576,754.00 $9,131,691.00as CLIN 4000except with aPeriod ofPerformance of 28Sep 2014 - 27 Sep2015 (TBD)OptionFor ODC Items:Item Supplies/Services Qty Unit Est. Cost------ ----------------- --------- ---- ----------------6000 Other Direct 1.0 LO $6,575,099.00Costs (Inclusiveof all indirectcosts and arenon-fee bearing)(TBD)600001 IncrementalFunding forTI-01, $2,000(RDT&E)600002 IncrementalFunding forTI-02, $20,000(RDT&E)600003 IncrementalFunding forTI-03, $5,000(RDT&E)600004 IncrementalFunding for


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE10 of 55FINALTI-04, $70,000(O&MN,N)600005 IncrementalFunding forTI-05, $7,778(O&MN,N)600006 IncrementalFunding forTI-06, $<strong>24</strong>,160(O&MN,N)600007 IncrementalFunding forTI-01, $29,000(O&MN,N)600008 IncrementalFunding forTI-08, $500(RDT&E)600009 IncrementalFunding forTI-07, $3,000(RDT&E)600010 IncrementalFunding for TI004,05, & 07,$2,000 (OPN)600011 IncrementalFunding forTI-05, $7,109(O&MN,N)600012 IncrementalFunding forTI-06, $6,659(O&MN,N)600013 IncrementalFunding forTI-05, $8,315(O&MN,N)600014 IncrementalFunding forTI-06, $5,963(O&MN,N)600015 IncrementalFunding forTI-04,$3,000(OPN)


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE11 of 55FINAL600016 IncrementalFunding forTI-01, $15,000(RDT&E)600017 IncrementalFunding forTI-03, $7,774(OPN)600018 IncrementalFunding forTI-04, $3,000(RDT&E)600019 IncrementalFunding forTI-02, $100,000(RDT&E)600020 IncrementalFunding forTI-03, $26,489(O&MN,N)600021 IncrementalFunding forTI-09, $10,000(RDT&E)600022 IncrementalFunding forTI-04, $22,500(O&MN,N)600023 IncrementalFunding forTI-05, $10,547(O&MN,N)6000<strong>24</strong> IncrementalFunding forTI-06, $11,7<strong>24</strong>(O&MN,N)600025 IncrementalFunding forTI-04, $10,000(O&MN,N)600026 IncrementalFunding forTI-04, $5,000(O&MN,N)600027 IncrementalFunding forTI-04, $6,000


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE15 of 55FINALSECTION C DESCRIPTIONS AND SPECIFICATIONSSTATEMENT OF WORK FOR ENGINEERING AND TECHNICAL SERVICESSUPPORT CONTRACTI. INTRODUCTIONThe services to be performed under this task order are considered performance based and will be evaluated by theGovernment in accordance with Clause No. CAR-H09 - Performance-Based Acquisition Evaluation Procedures for aSeaport-e Task Order (MAY 2007).1.0 BackgroundThe contractor shall provide scientific, engineering, and technical management services in supportof navy and marine signatures, signature measurement systems and technology, signature controltechnology, advanced signal processing, and advanced technology programs. Contractoranalytical and technical efforts will be required in all stages of navy and marine signatureprograms from concept formulation, engineering analysis and development, operational test andevaluation, through implementation, upgrade and life cycle support.2.0 ImplementationThe contractor will provide the personnel, material, and facilities necessary to accomplish taskassignments within the task areas generally described in the SCOPE OF WORK. These effortswill be implemented through the issuance of written work assignments, or Technical Instructions.Carderock Division, Naval Surface Warfare Center (NSWCCD), through the Task Order Manager(TOM), will provide the classified information and technical data necessary for taskperformance and will provide information on ship schedules for those tasks requiring visits tofleet units.II. SCOPE OF WORKThe contractor shall perform specific tasks within the following areas:TASK AREA 1 Operational Trials Design, Sonar Data Collection, Signature Data Collection, andData Analysis and Reporting


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE16 of 55FINALThe contractor shall provide trial design engineering and analysis services for special experimentalprograms, submarine signature trials, and standard Sonar Calibration (SOCAL) exercises whichinvolve both acoustic and non-acoustic measurements in support of the mission. In support ofspecial programs the contractor may be required to support TUBA trials including data reductionon AN/BQH-9(V) Signal Data Recording Set (SDRS), AN/BQH-11(V) Miniature ElementRecording System (MERS), or future TUBA or tactical collection systems using CombinedProcessing System (CPS), External Monitor and Playback (EMAP) system, CalibrationProcessor (CAL Processor), TUBA Portable Element Analysis System (T-PEAS) or futureTUBA Data Reduction Systems, and STAFAC and SEAFAC life cycle and R&D trials. Theengineering and analysis efforts shall include the evaluation of HGMS trial data to develop moreefficient ways of utilizing the full system capacity during reduced duration trials. Production ofdraft trials plans, incorporation of Fleet safety and NSWCCD operational guidelines, andaccepted statistical design techniques for at-sea scenarios and installation planning, will berequired. The contractor shall also be required to participate in at-sea experiments in the areas ofsignature collection, data reduction and data management, special trials engineering, ILS supportof trials equipment including recommendations for methods of equipment installation acceptableto Fleet Commanders, and providing pre-trial planning for STAFAC, SEAFAC and TargetStrength system trials to accomplish more efficient resource utilization. The contractor shallassist NSWCCD personnel in the design and execution of at-sea experiments for the purposes ofacoustic and non-acoustic data collection. The contractor shall assist in the planning of towtracks, submarine tracks, sensor design, manufacture and placement, projector levels and signaltype, and pre-assessments of acoustic, non-acoustic and environmental conditions expected toinfluence the system/test. The contractor shall also furnish personnel to participate in the datacollection experiments. These personnel shall provide at-sea data and model analysis support andperform general purpose functions such as the installation and removal of sea test hardware; theoperation of tape-recorders, sonobuoy receivers, filters, amplifiers, spectrum analyzers and othermonitoring and recording equipment; and also maintain data log sheets. To support this task area,the contractor shall be responsible for all necessary logistics, such as providing any necessaryspecial sensors and instrumentation, equipment and expendables/consumables, shipping and


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE17 of 55FINALhandling to support these data collection experiments. The contractor shall accomplish specialengineering investigations for NSWCCD acquired data, including real-time spectral processingand data summarization suitable for direct publications. The contractor shall prepare technicalpresentations and instructive material to serve as guidance to NSWCCD and the Signaturestechnical community in the data reduction, data processing, and analysis of specialized sonardata. These presentations/materials shall emphasize the technical explanation of systemprocessing characteristics associated with the collection sensors, and shall specify systeminduced statistical variations of the data. System dependent techniques for the incorporation oflow signal-to-noise ratio data in the processed database shall be analyzed. Procedures to specifythe extent of sensor self-noise in data fluctuations shall be incorporated. The contractor shallprepare and/or update operator and user manuals and Interactive Electronic Technical Manuals(IETM) for selected data collection equipment, data reduction/analysis equipment, and sensorsystem equipment operating in a data gathering mode. Manuals shall encompass systemoperation, system deployment, system monitoring and system operations employment.Furthermore, the manuals shall specify organizational and operational requirements for datacollection, a review of collection directives, and new signature processing requirements andmodifications required by the introduction of new systems and/or components. The contractorshall also provide ILS support on selected signature acquisition equipment. The task efforts shallbe documented in technical reports and trials summaries.TASK AREA 2 NSWCCD Signal Processing Systems Operational and Maintenance SupportThe contractor shall perform signal processing related to program efforts, including: operationand maintenance of TUBA data processing systems (e.g., CPS, CAL Processor, EMAP, T-PEAS)and related systems; processing upgrades and enhancements to support TUBA data analysis,archive, and reporting functions; performing initial file set-up for post reduction; data analysis,review, and editing, and database updating and maintenance; preparation of Acoustic DataAnalysis Center (ADAC) data reduction requests aided by Advanced Digital Auxilluary Data Set(ADADS), Support Data Interface (SDI), and/or shipboard logs; and monitoring data flow andquality. The contractor shall provide sonar measurement products such as Le, sonar sensitivity,


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE18 of 55FINALSPL, and NDI, and shall prepare final tabular summaries and graphical outputs. In addition, thecontractor shall perform data averages from data generated in ADAC and make data comparisonsto satisfy reporting requirements. The contractor shall also provide operational and maintenancesupport to the systems at NSWCCD which are used for post-trial analysis, including theCommon Analysis Tool (CAT), Multi-channel Acquisition and Recording System (MARS),Submarine Acoustic Beamformer Replacement (SABRE-3), Source Localization AnalysisWorkstation (SLAWS), Source Localization Imaging Tool (SLIT), and the Total Ship MonitoringSystems (TSMS). The contractor shall also provide operational and maintenance support forservers at ADAC including DNS, Web Server, Mail Server, and print and file servers. Thecontractor shall provide operational and maintenance support of network infrastructure atADAC including routers, switches, end user computers, and network administration. Thecontractor shall provide Information Assurance support including management, documentationand remediation to ensure the network and infrastructure are maintained in compliance with IAdirectives. In addition, the contractor shall provide operational and maintenance support to theNSWCCD in-house systems that provide post-test processing capability for data processed atthe ARD including ISMS, LSV, and other test data.TASK AREA 3 NSWCCD Signal Processing Systems Design and Upgrade SupportThe contractor shall design, implement, upgrade, and support systems for post-trial TUBAAcoustic Reporting and Processing System (TARPS), ISMS post-test processing and relatedsystems, and the STAFAC/SEAFAC High Gain Measurement Systems (HGMS), which includesbut is not limited to beamformers, beamsteering, data formatters, telemetry interface, MARS,Continuous Monitor, Array Monitor, Common Analysis Tool, Storage Area Network (SAN),and Source Localization Analysis Workstation (SLAWS). System changes shall be developed,tested, and installed to; expand capabilities; to remain compatible with sonar data gatheringsystems; or as requested by system users and approved by NSWCCD System Managers, via theTask Order Manager (TOM). The contractor shall provide changes to existing programdocumentation and deliver concurrent with system integration. Documentation shall followaccepted standards and include usage and operation instructions. The contractor shall also


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE19 of 55FINALprovide engineering support for NSWCCD's data acquisition and processing systems. Themaintenance shall include existing and follow-on TARPS systems, desktop automated systems,tape recorders, disk drives and analyzers, and other measurement/storage instrumentation. Also,engineering support will be required in the areas of operational checkout, corrective andpreventative maintenance, calibration, and system documentation.TASK AREA 4 On Board Sonar System and Acoustic System SupportThe contractor shall design and implement specialized analysis algorithms and databases forcustomized on-board sonar processing equipment and on-board signature monitoring systems toperform selected measurements and data collection. Systems to be incorporated will includeautomatic controllers associated with AN/BQH-9(V) SDRS, AN/BQH-11(V) MERS, futureTUBA and tactical recording systems, and AN/BQQ-10 series sonar systems and shall includeTARPS subsystems such as CPS, T-PEAS, CAL Processor, EMAP and future TUBA on-boarddata processing systems; special purpose measurement equipment such as BATTPHONE; allSTAFAC and SEAFAC processing and analysis subsystems, including the beamformer,beamsteerer, data formatters, telemtry interface, MARS, Continuous Monitor, Array Analysis,SAN, CAT, and Tracking and Underwater Comms (TUC) subsystems. The contractor shall alsosupport ADAC legacy acoustic processing and analysis systems. The contractor shall provideengineering support for the D&D workstation and Transient Processor; as well as relatedshipboard measurement systems, including ATOMS and SSNFS. The subsystems will beinterfaced to data gathering systems such as AN/BQH-9(V) or other TUBA data collectionsystems, and/or Platform Sonar Systems, and will monitor data during sonar grooms, calibrations,and other acoustic trials. System development shall be performed to enhance acquisition,execution, and processing time dictated by the introduction of additional sonar systems or tomeet special objectives. Where applicable, each development will follow the NSWCCDConfiguration Management Plans. All system expansions, modifications, and changes are to bedocumented in accordance with established reporting procedures. The contractor shall provideengineering support for NSWCCD's data acquisition and processing systems in the areas ofoperational checkout, corrective and preventative maintenance, calibration, and system


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE20 of 55FINALdocumentation. Included are CPS, EMAP, STAFAC and SEAFAC High Gain MeasurementSystems telemetry and beamforming systems, target strength arrays and telemetry systems,Large Scale Vehicle (LSV) radiated noise and on-board measurement systems (i.e., RNDAAS andODAS), ATOMS, SSNFS, and Tracking and Underwater Communication Systems. Thecontractor shall also be required to design, develop, build, and assemble or modify dataprocessing equipment, special cards, or DSP codes required to meet trial objectives.TASK AREA 5 Measurement System Modeling, Performance Prediction, and Data CollectionSupportThe contractor shall perform engineering analyses involving modeling and systems performanceprediction for Navy sonars using advanced digital and electronic sonar interface modelingtechniques. The analyses shall involve simulation of various improvements to AN/BQQ-10sonars and the AN/BQH-9(V), HFA, STA, other TUBA systems, and signature monitoringsystems. A complete array/processor performance prediction model shall also be developed andexercised for an evaluation of processor self-noise degradation. EDM test results, as well asat-sea test data, shall be incorporated into these models. Advanced sonar configurations,including AN/BQQ-10 and future sonar configurations, and measurement systems such as theHigh Gain Measurement Systems, shall be analyzed, and specific simulations, which provideinformation on the application of these concepts to program objectives, shall be performed. Thecontractor shall conduct analyses of High Gain Measurement System measurements to assessnoise, array gain, signature measurement accuracy, and operational performance in shallow anddeep water environments. In all cases, simulations shall employ performance models whichexplicitly account for electronic interfaces and control aspects of modern sonar systems. Thecontractor shall also provide scientific and technical analyses for several high frequency sonarsystem developments and assessment efforts using advanced sonar simulation, self-noiseevaluation, and signal processing techniques. High frequency sensor concepts shall be considered,and the analyses shall address technical issues relative to the application of the concepts for highfrequency data collection. The issues shall include self-noise, design tradeoffs, andgroom/calibration procedure modifications for assessing the impact of these sonar programs on


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE21 of 55FINALthe data collection functions, and shall be documented with technical reports.TASK AREA 6 Algorithms and Numerical ModelingThe Contractor shall be responsible for analyzing, developing, updating, implementing, andmaintaining numerical algorithms for acoustic and non-acoustic prediction systems, processors,and trainers. This task area also includes analysis and assessment of AN/BQQ-10 A-RCI APBalgorithms. Analysis and implementation shall include a recommendation for the best algorithmsfor specific uses. Algorithms, databases and models shall be implemented for specific scenariosthat can apply to either prediction systems, processors, sonar systems, or trainers. Analysis alsoincludes model/data comparisons, and identification and classification of model and/or datadeficiencies. Development may include, but is not limited to, passive and active localization,tracking, classification, signal processing, propagation loss, sound pressure level and targetstrength computation, transmission path loss, probability of detection, signal synthesis, andbeamforming. Algorithms and models will also require software maintenance and upgrades fortransportability between platforms, for tactical and training displays, for access to newdatabases, and for modeling new sensor characteristics.TASK AREA 7 Future Data Acquisition and Measurement System Design, Analysis, andSystems DevelopmentThe contractor shall perform detailed design analyses of future data acquisition and/ormeasurement systems, methods, and geometries required for new generation submarines such asVIRGINIA Class block upgrades, next generation SSBN, and other Team Sub assets, as well asDDG-1000 and other surface ships. Analysis and prediction of measurement systemperformance for VIRGINIA R&D measurements and VIRGINIA trials will be required. Thissupport shall include design and development support of future systems at the AcousticResearch Detachment (ARD) in Bayview, ID, the South Florida Test Facility (SFTF) in FortLauderdale, FL, SEAFAC, and STAFAC. Other areas of study will determine alternativemethods for routine signature monitoring using onboard systems and methods for further refiningtarget strength measurement, source characterization, and non-acoustic signatures. The contractor


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE22 of 55FINALshall also perform detailed analyses of planned new data acquisition systems to assess theimpact of such on the requirements for processing and analyzing the resulting data at NSWCCDsignature processing facilities. The introduction of new signature acquisition systems employingadvanced technologies and new sonar sensor arrays, hydrophone arrays, and telemetry systems,as well as new measurement approaches and new processing/analysis techniques, shall also bestudied. The contractor shall use the results of these studies to provide recommendations forupgrading and/or modernizing current facilities and equipment. The results of each study effortshall be documented in a final report. Based on design analyses and studies, the contractor shallbe required to develop new radiated noise measurement systems; advanced signal processingsystems; Information Technology (IT) systems; and mass data storage, retrieval and analysissystems; structureborne noise and sonar self-noise measurement, acquisition, and processingsystems in support of Signature Directorate Programs.TASK AREA 8 ACINT Analysis, Assessment, Quality Assurance, Signal Processing Supportand StudiesThe contractor shall assist the ACINT program in Science and Technology (S&T) analysis byreviewing ACINT reports, publications, and other products for accuracy and consistency andassist in the development and implementation of new products and production procedures. Thecontractor shall review individual acoustic intelligence reports for possible trends and newdevelopments and produce intelligence assessments and studies of the results of these analyses.The contractor shall assist the ACINT program in Sound Pressure Level (SPL) analysis andconduct in-depth studies using specialized SPL processing and analysis equipment, report resultsand identify hardware, software, or architecture changes that would improve efficiency andthroughput. The contractor shall reconstruct the target track relative to the sensor in order tocalculate sensor-to-target range and aspect as a function of time, and compute sensor-to-targetpropagation loss using an appropriate propagation loss model. The contractor shall assist theACINT program in the area of signal processing by participating in the design, development andrapid prototyping of specialized acoustic analysis signal processing tools and related


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE23 of 55FINALdisplays/graphical interface units.TASK AREA 9 Program Management SupportThe contractor shall perform scientific and engineering analyses for long term Navy developmentprograms. The analyses will involve combining the disciplines of underwater acoustics, underseawarfare, acoustic propagation, signature data collection, submarine quieting, RCS measurement &reduction, and Navy acoustic system development to support NSWCCD participation in currentand future signature measurement programs. Analyze and review program areas includingplanning for advanced transient experimentation, developing POA&M and ILS planning,configuration management planning, documentation, and support for SASMP, SSGN, SSN23,NAVAIR, SPAWARS, ONI, ONR, Virginia Class Programs, and ACINT Programs. Results shallbe incorporated into both planning and analysis functions for NSWCCD in each long termproject area. The contractor shall provide liaison and progress monitoring of NSWCCD programsthrough attendance at program design and progress reviews, Engineering Development Modelinstallations, and at-sea test planning conferences. Participation in overall program reviews shallalso be required during stages from equipment formulation and validation of new concepts,through engineering design and development, test and evaluation, production, deployment,operations and final disposition of equipment being replaced. Task tracking, status of effortstoward accomplishments of milestones, and overall program feedback shall be provided viaperiodic status reports and trip reports.III. PROGRAM MANAGEMENTThe contractor shall maintain a management structure and management reporting system thatensures proper and timely performance, delivery, and completion of all contract requirementsand individual task requirements. The contractor shall appoint a Program Manager to act as thefocal point for all communications between the Contractor and Government. The ProgramManager shall have overall responsibility for accomplishing the efforts ordered under eachTechnical Instruction.The Government may schedule program and technical review meetings to review the status of


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE<strong>24</strong> of 55FINALprograms and of any work related to this contract, and to discuss emergent problems. TheContractor shall provide personnel and technical data to support these meetings, and maintainrecords of the proceedings as specified in each Technical Instruction.IV. PLACE OF PERFORMANCEThe principal place of performance shall be at the Contractor's facility and/or NSWCCDfacilities. Travel may be required to various facilities including US Navy ships, shipyards, andGovernment and Contractor facilities. Travel requirements shall be stated in the TechnicalInstruction.V. DELIVERABLESThe Contractor shall provide a monthly progress and financial status report in accordance withDD Form 1423 Exhibit A CDRL Item A001.Technical reports and conclusions reflecting the work accomplished under each task set forth inindividual Technical Instructions shall be prepared and delivered in accordance with DD Form1423 Exhibit A CDRL Item A002, and as specified in individual Technical Instructions.VI. ACRONYM DEFINITIONSACINT - Acoustic IntelligenceADAC - Acoustic Data Analysis CenterADADS - Advanced Digital Auxiliary Data SetADAS - Acoustic Data Analysis SystemAMFIP - Acoustic Measurement Facilities Improvement ProgramAPB - Advanced Processor BuildA-RCI - Acoustic Rapid COTS InsertionARD - Acoustic Research DetachmentARMS - Acoustic Range Measurement SystemASW - Antisubmarine Warfare


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE25 of 55FINALATAMS - AMFIP Towed Array Measurement SystemATAMS-NAP - ATAMS Navigation Assistance ProgramATOMS - Acoustic Trial Onboard Measurement SystemBARB - Bearing and Range BoxBATTPHONE - Battery operated HydrophoneBDC - Beamformer Data CouplingCAL - CalibrationCAT - Common Analysis ToolCOR - Contracting Officer's RepresentativeCOTS - Commercial Off The ShelfCPS - Combined Processing SystemD&D - Detection & DetectabilityDMS - Data Measurement SystemDNS - Domain Name ServerDOD - Department of DefenseDSP - Digital Signal ProcessingEDM - Engineering Design ModelEMAP - External Monitor And Playback SystemERDS - Element Recording Data SystemEVM - Earned Value ManagementFCCM - Federal Contract Compliance ManualFOUO - For Official Use OnlyG&A - General and AdministrativeGFE - Government Furnished EquipmentGFI - Government Furnished InformationGFM - Government Furnished MaterialHA - Hull Array


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE26 of 55FINALHFA - High Frequency ArrayHGMS - High Gain Measurement SystemsIA - Information AssuranceIETM - Interactive Electronic Technical ManualILS - Integrated Logistic SupportIMAT - Interactive Multi-sensor Analysis TrainerISMS - Intermediate Scale Measurement SystemIT - Information TechnologyLe - Sonar self-noiseLFTS - Low Frequency Target Strength SystemLSV - Large Scale VehicleMARS - Multi-channel Acquisition and Recording SystemMERS - Miniature Element Recording SystemMIS - Management Information SystemNDI - Directivity IndexNSWCCD - Naval Surface Warfare Center, Carderock DivisionODAS - Onboard Data Acquisition SystemONI - Office of Naval IntelligenceONR - Office of Naval ResearchPERT - Program Evaluation Review TechniquePOA&M - Plan Of Action and MilestonesPPB - Planning, Programming and BudgetingPPIRS - Past Performance Information Retrieval SystemR&D - Research & DevelopmentRCS - Radar Cross SectionRDT&E - Research, Development, Test and EvaluationRNDAAS - Radiated Noise Data Acquisition and Analysis System


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE28 of 55FINALTPS - Tape Processing SystemTSMS - Target Strength Measurement SystemTS/SCI - Top Secret/Sensitive Compartmented InformationTUC - Tracking and Underwater CommunicationUSW - Undersea WarfareVIRGINIA - Nuclear Submarine ClassWBS - Work Breakdown Structures


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE29 of 55FINALSECTION D PACKAGING AND MARKINGMARK FOR:DODAAC: N00167Contracting Officer Representative (COR)David P. SherwoodCode 7330Naval Surface Warfare Center, Carderock Division9500 MacArthur Blvd.West Bethesda, MD 20817-5700301-227-1351david.sherwood@navy.milHQ 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(4) sponsor:_____________________________________(Name of Individual Sponsor)_____________________________________(Name of Requiring Activity)_____________________________________(City and State)All Deliverables shall be packaged and marked IAW Best Commercial Practice.


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE30 of 55FINALSECTION E INSPECTION AND ACCEPTANCEInspection and acceptance shall be performed at destination by the Government.DODAAC: N00167Contracting Officer Representative (COR)David P. SherwoodCode 7330Naval Surface Warfare Center, Carderock Division9500 MacArthur Blvd.West Bethesda, MD 20817-5700301-227-1351david.sherwood@navy.mil


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE31 of 55FINALSECTION F DELIVERABLES OR PERFORMANCEThe periods of performance for the following Items are as follows:4000 9/28/2010 - 9/27/20134100 9/28/2012 - 9/27/20136000 9/28/2010 - 9/27/201552.211-8 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 ORDER4000 1 lt Through 27 September 20134100 Option 1 1 lt One Year after date of Option exercise4200 Option 2 1 lt One Year after date of Option exercise4300 Option 3 1 lt One Year after date of Option exercise6000 1 lt Five Years after date of Task Order(End of Clause)DELIVERY INFORMATIONFOB: DestinationSHIP TO ADDRESS:DODAAC: N00167Contracting Officer Representative (COR)David P. SherwoodCode 7330Naval Surface Warfare Center, Carderock Division9500 MacArthur Blvd.West Bethesda, MD 20817-5700301-227-1351david.sherwood@navy.mil


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE32 of 55FINALSECTION G CONTRACT ADMINISTRATION DATADODAAC: N00167Contracting Officer Representative (COR)David P. SherwoodCode 7330Naval Surface Warfare Center, Carderock Division9500 MacArthur Blvd.West Bethesda, MD 20817-5700301-227-1351david.sherwood@navy.milCAR-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 underthe company’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 thecompany’s CAGE 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 (contracting officer check all that apply)Invoice (FFP Supply & Service)Invoice and Receiving Report Combo (FFP Supply)Invoice as 2-in-1 (FFP Service Only)XCost Voucher (Cost Reimbursable, T&M , LH, or FPI)Receiving Report (FFP, DD250 Only)DODAAC Codes and Inspection and Acceptance Locations (contracting officer complete appropriateinformation as applicable)


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE33 of 55FINALIssue DODAAC N00167Admin DODAAC S0514APay Office DODAAC HQ0339Inspector DODAAC N/AService Acceptor DODAAC N/AService Approver DODAAC N00167Ship To DODAACSee Section FDCAA Auditor DODAAC HAA062LPO DODAAC N/AInspection LocationAcceptance LocationSee Section ESee Section EAttachments 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 ensurethat the acceptor/receiver is aware that the invoice documents have been submitted into WAWF.Send Additional Email Notification To:David Sherwood - david.sherwood@navy.milAngela Cook - angela.l.cook@navy.milJeannette Hicks - jeannette.hicks@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 numberor the NSWCCD WAWF point of contact at (301) 227-5419.(End of Clause)


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE34 of 55FINALSEA 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 be157,818 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 uncompensatedeffort.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 1,517 hours per week. Itis understood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technical objective,provided such fluctuation does not result in the use of the total man-hours of effort prior to the expiration of the 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.


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE36 of 55FINALcosts of performance of fully funded CLINs/SLINs.(End of Clause)Accounting DataSLINID PR Number Amount -------- ---------------------- ---------------------400001 02171942 58000.00LLA :AA 1701319 N726 252 00015 068892 2D X30023 000150MPG3RQStandard Number: N00015WX30023 / AA400002 022140<strong>24</strong> 80000.00LLA :AB 97X4930 NH1C 000 77777 0 000167 2F 000000 101730008106400003 02214045 45000.00LLA :AC 97X4930 NH1C 000 77777 0 000167 2F 000000 10173000810<strong>24</strong>00004 02214146 30000.00LLA :AD 97X4930 NH1C 000 77777 0 000167 2F 000000 101710050537400005 02537327 50947.00LLA :AE 1701804 70CA 252 62853 0 068566 2D CFD078 628530CMD58QStandard Number: N6285310RCFD078 / AA400006 02537376 75571.00LLA :AF 1701804 70CA 253 62853 0 068566 2D CFD077 628530CMD61QStandard Number: N6285310RCFD077 / AA600001 02171942 2000.00LLA :AA 1701319 N726 252 00015 068892 2D X30023 000150MPG3RQStandard Number: N00015WX30023 / AA600002 022140<strong>24</strong> 20000.00LLA :AB 97X4930 NH1C 000 77777 0 000167 2F 000000 101730008106600003 02214045 5000.00LLA :AC 97X4930 NH1C 000 77777 0 000167 2F 000000 101730008102600004 02214146 70000.00LLA :AD 97X4930 NH1C 000 77777 0 000167 2F 000000 101710050537600005 02537327 7778.00LLA :AE 1701804 70CA 252 62853 0 068566 2D CFD078 628530CMD58QStandard Number: N6285310RCFD078 / AA600006 02537376 <strong>24</strong>160.00LLA :AF 1701804 70CA 253 62853 0 068566 2D CFD077 628530CMD61QStandard Number: N6285310RCFD077 / AABASE Funding 468456.00Cumulative Funding 468456.00MOD 01


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE37 of 55FINAL400007 02857693 532000.00LLA :AG 1711804 15VR 252 00015 068892 2D X18002 000151MSGJMQStandard Number: N0001511WX18002/AA400008 03013192 20000.00LLA :AH 97X4930 NH1C 000 77777 0 000167 2F 000000 111710015021400009 03269092 276010.00LLA :AJ 97X4930 NH1C 000 77777 0 000167 2F 000000 111733310210400010 03269114 20669.00LLA :AK 97X4930 NH1C 000 77777 0 000167 2F 000000 101707271510600007 02857693 29000.00LLA :AG 1711804 15VR 252 00015 068892 2D X18002 000151MSGJMQStandard Number: N0001511WX18002/AA600008 03269092 500.00LLA :AJ 97X4930 NH1C 000 77777 0 000167 2F 000000 111733310210600009 03269114 3000.00LLA :AK 97X4930 NH1C 000 77777 0 000167 2F 000000 101707271510MOD 01 Funding 881179.00Cumulative Funding 1349635.00MOD 0<strong>24</strong>00011 03167153 10000.00LLA :AL 97X4930 NH1C 000 77777 0 000167 2F 000000 101710057006400012 03218068 65000.00LLA :AM 1701319 15A9 253 SASHP 0 068342 2D 010<strong>24</strong>0 3<strong>24</strong>640000010Standard Number: N000<strong>24</strong>10WX10728/AA600010 03167153 2000.00LLA :AL 97X4930 NH1C 000 77777 0 000167 2F 000000 101710057006MOD 02 Funding 77000.00Cumulative Funding 1426635.00MOD 03400013 03361835 12500.00LLA :AN 97X4930 NH1C 000 77777 0 000167 2F 000000 11170728161<strong>24</strong>00014 03361832 25000.00LLA :AP 97X4930 NH1C 000 77777 0 000167 2F 000000 111710015020400015 03361776 67466.00LLA :AM 1701319 15A9 253 SASHP 0 068342 2D 010<strong>24</strong>0 3<strong>24</strong>640000010Standard Number: N000<strong>24</strong>10WX10728/AA400016 03361771 50000.00LLA :AM 1701319 15A9 253 SASHP 0 068342 2D 010<strong>24</strong>0 3<strong>24</strong>640000010


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE38 of 55FINALStandard Number: N000<strong>24</strong>10WX10728/AAMOD 03 Funding 154966.00Cumulative Funding 1581601.00MOD 04400017 03638897 50299.00LLA :AQ 1711804 70CB 252 62853 0 068566 2D CFD004 628531CMD58QStandard Number: N6285311RCFD004/AA400018 03649101 71233.00LLA :AR 1711804 70CB 252 62853 0 068566 2D CFD040 628531CMD61QStandard Number: N6285311RCFD040/AA600011 03638897 7109.00LLA :AQ 1711804 70CB 252 62853 0 068566 2D CFD004 628531CMD58QStandard Number: N6285311RCFD004/AA600012 03649101 6659.00LLA :AR 1711804 70CB 252 62853 0 068566 2D CFD040 628531CMD61QStandard Number: N6285311RCFD040/AAMOD 04 Funding 135300.00Cumulative Funding 1716901.00MOD 05400019 10287471 35000.00LLA :AS 97X4930 NH1C 000 77777 0 000167 2F 000000 111720075430MOD 05 Funding 35000.00Cumulative Funding 1751901.00MOD 06400020 10701290 473000.00LLA :AG 1711804 15VR 252 00015 068892 2D X18002 000151MSGJMQStandard Number: N0001511WX18002/AA400021 10835970 55265.00LLA :AQ 1711804 70CB 252 62853 0 068566 2D CFD004 628531CMD58QStandard Number: N6285311RCFD004/AA400022 10836005 758<strong>24</strong>.00LLA :AR 1711804 70CB 252 62853 0 068566 2D CFD040 628531CMD61QStandard Number: N6285311RCFD040/AA600013 10835970 8315.00LLA :AQ 1711804 70CB 252 62853 0 068566 2D CFD004 628531CMD58QStandard Number: N6285311RCFD004/AA600014 10836005 5963.00LLA :AR 1711804 70CB 252 62853 0 068566 2D CFD040 628531CMD61QStandard Number: N6285311RCFD040/AA600015 10607656 3000.00LLA :AT 97X4930 NH1C 000 77777 0 000167 2F 000000 111710037201


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE39 of 55FINALMOD 06 Funding 621367.00Cumulative Funding 2373268.00MOD 07400023 11031745 303000.00LLA :AU 1711319 N726 252 00015 068892 2D X35013 000151MSPJRQStandard Number: N0001511WX35013/AA600016 11031745 15000.00LLA :AU 1711319 N726 252 00015 068892 2D X35013 000151MSPJRQStandard Number: N0001511WX35013/AAMOD 07 Funding 318000.00Cumulative Funding 2691268.00MOD 084000<strong>24</strong> 11321686 2226.00LLA :AV 97X4930 NH1C 000 77777 0 000167 2F 000000 111731010206400025 11363414 22000.00LLA :AW 97X4930 NH1C 000 77777 0 000167 2F 000000 11171009005<strong>24</strong>00026 11321569 60000.00LLA :AX 97X4930 NH1C 000 77777 0 000167 2F 000000 111710071209400027 11321591 15000.00LLA :AY 97X4930 NH1C 000 77777 0 000167 2F 000000 111710071206400028 11517056 25000.00LLA :AZ 97X4930 NH1C 000 77777 0 000167 2F 000000 111707281870600017 11321686 7774.00LLA :AV 97X4930 NH1C 000 77777 0 000167 2F 000000 111731010206600018 11363414 3000.00LLA :AW 97X4930 NH1C 000 77777 0 000167 2F 000000 111710090052600019 11<strong>24</strong>9185 100000.00LLA :BA 97X4930 NH1C 000 77777 0 000167 2F 000000 111730018206600020 11321599 26489.00LLA :BB 97X4930 NH1C 000 77777 0 000167 2F 000000 111710030233MOD 08 Funding 261489.00Cumulative Funding 2952757.00MOD 09400029 11921664 60000.00LLA :BC 1711319 H4RJ 255 SB397 0 050120 2D 000000 A00000652920Standard Number: N000<strong>24</strong>11RX01016 / AA PR#140017882<strong>24</strong>00030 11931917 93500.00LLA :


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE40 of 55FINALBD 97X4930 NH1C 000 77777 0 000167 2F 000000 111712020640400031 12089063 130102.00LLA :AQ 1711804 70CB 252 62853 0 068566 2D CFD004 628531CMD58QStandard Number: N6285311RCFD004/AA400032 12089129 185971.00LLA :AR 1711804 70CB 252 62853 0 068566 2D CFD040 628531CMD61QStandard Number: N6285311RCFD040/AA400033 12100693 10000.00LLA :BE 1711804 8B2B 252 V7200 0 050120 2D 000000 A00000817323Standard Number: N000<strong>24</strong>11RX02634/AA PR# 1400205850600021 11921664 10000.00LLA :BC 1711319 H4RJ 255 SB397 0 050120 2D 000000 A00000652920Standard Number: N000<strong>24</strong>11RX01016 / AA PR#1400178822600022 11931917 22500.00LLA :BD 97X4930 NH1C 000 77777 0 000167 2F 000000 111712020640600023 12089063 10547.00LLA :AQ 1711804 70CB 252 62853 0 068566 2D CFD004 628531CMD58QStandard Number: N6285311RCFD004/AA6000<strong>24</strong> 12089129 117<strong>24</strong>.00LLA :AR 1711804 70CB 252 62853 0 068566 2D CFD040 628531CMD61QStandard Number: N6285311RCFD040/AA600025 12100693 10000.00LLA :BE 1711804 8B2B 252 V7200 0 050120 2D 000000 A00000817323Standard Number: N000<strong>24</strong>11RX02634/AA PR# 1400205850MOD 09 Funding 544344.00Cumulative Funding 3497101.00MOD 10400034 12100737 5000.00LLA :BF 97X4930 NH1C 000 77777 0 000167 2F 000000 111710030818400035 12100773 6000.00LLA :BG 97X4930 NH1C 000 77777 0 000167 2F 000000 111710030635400036 12100753 5500.00LLA :BH 97X4930 NH1C 000 77777 0 000167 2F 000000 111710030653400037 12100749 3500.00LLA :BJ 97X4930 NH1C 000 77777 0 000167 2F 000000 111710038420600026 12100737 5000.00LLA :BF 97X4930 NH1C 000 77777 0 000167 2F 000000 111710030818600027 12100773 6000.00LLA :BG 97X4930 NH1C 000 77777 0 000167 2F 000000 111710030635600028 12100753 5500.00


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE41 of 55FINALLLA :BH 97X4930 NH1C 000 77777 0 000167 2F 000000 111710030653600029 12100749 3500.00LLA :BJ 97X4930 NH1C 000 77777 0 000167 2F 000000 111710038420MOD 10 Funding 40000.00Cumulative Funding 3537101.00MOD 11400038 12508296 90000.00LLA :BK 1711319 15A9 252 SH500 0 050120 2D 000000 A00000686971Standard Number: N000<strong>24</strong>11RX01450/AA PR#1400184513400039 12344922 100000.00LLA :AG 1711804 15VR 252 00015 068892 2D X18002 000151MSGJMQStandard Number: N0001511WX18002/AA400040 12344905 70000.00LLA :BL 97X4930 NH1C 000 77777 0 000167 2F 000000 111732000014600030 12508296 10000.00LLA :BK 1711319 15A9 252 SH500 0 050120 2D 000000 A00000686971Standard Number: N000<strong>24</strong>11RX01450/AA PR#1400184513MOD 11 Funding 270000.00Cumulative Funding 3807101.00MOD 12 Funding 0.00Cumulative Funding 3807101.00MOD 13400041 1300<strong>24</strong>4556 <strong>24</strong>000.00LLA :BM 1721319 N726 253 00015 068892 2D C35014 000152MSPJRQStandard Number: N0001512RC35014400042 1300<strong>24</strong>1920 275071.00LLA :BN 97X4930 NH1C 251 77777 0 050120 2F 000000 A00000998471Standard Number: N4175612WX50155600031 1300<strong>24</strong>1920 6500.00LLA :BN 97X4930 NH1C 251 77777 0 050120 2F 000000 A00000998471Standard Number: N4175612WX50155MOD 13 Funding 305571.00Cumulative Funding 4112672.00MOD 14400043 1300<strong>24</strong>4413 480000.00LLA :BP 1721804 15VR 253 00015 068892 2D C17017 000152MSGJMQStandard Number: N0001512RC17017400044 1300<strong>24</strong>8932 168401.00LLA :BQ 1721804 70CB 252 62853 0 068566 2D CFD004 628532CMD58QStandard Number: N6285312RCFD004


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE42 of 55FINAL400045 1300<strong>24</strong>9215 121219.00LLA :BR 1721804 70CB 252 62853 0 068566 2D CFD040 628532CMD61QStandard Number: N6285312RCFD040400046 1300<strong>24</strong>8890 28000.00LLA :BS 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001049746600032 1300<strong>24</strong>4413 20000.00LLA :BP 1721804 15VR 253 00015 068892 2D C17017 000152MSGJMQStandard Number: N0001512RC17017600033 1300<strong>24</strong>8932 12081.00LLA :BQ 1721804 70CB 252 62853 0 068566 2D CFD004 628532CMD58QStandard Number: N6285312RCFD004600034 1300<strong>24</strong>9215 13139.00LLA :BR 1721804 70CB 252 62853 0 068566 2D CFD040 628532CMD61QStandard Number: N6285312RCFD040600035 1300<strong>24</strong>8890 8820.00LLA :BS 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001049746MOD 14 Funding 851660.00Cumulative Funding 4964332.00MOD 15400047 1300250446 5000.00LLA :BT 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001061466Standard Number: N000<strong>24</strong>12WX02990400048 1300250300 745000.00LLA :BP 1721804 15VR 253 00015 068892 2D C17017 000152MSGJMQStandard Number: N0001512RC17017400049 1300250443 7000.00LLA :BV 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001061463Standard Number: N000<strong>24</strong>12WX01008400050 1300253499 62835.00LLA :BU 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001082659600036 1300250300 20000.00LLA :BP 1721804 15VR 253 00015 068892 2D C17017 000152MSGJMQStandard Number: N0001512RC17017600037 1300250443 3000.00LLA :BV 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001061463Standard Number: N000<strong>24</strong>12WX01008600038 1300253499 98000.00LLA :BU 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001082659MOD 15 Funding 940835.00Cumulative Funding 5905167.00MOD 16


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE43 of 55FINAL400051 1300259620 20000.00LLA :BW 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001125045400052 1300259713 10000.00LLA :BX 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001125125400053 1300259711 5000.00LLA :BY 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001125050400054 1300260689 67000.00LLA :BZ 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001132643400055 1300254135 95000.00LLA :CA 97X4930 NH1C 253 77777 0 050120 2F 000000 A00001087622600039 1300259620 5000.00LLA :BW 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001125045600040 1300259711 5000.00LLA :BY 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001125050600041 1300260689 8000.00LLA :BZ 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001132643600042 1300254135 10000.00LLA :CA 97X4930 NH1C 253 77777 0 050120 2F 000000 A10001087622MOD 16 Funding 225000.00Cumulative Funding 6130167.00MOD 17400056 1300<strong>24</strong>6060 5000.00LLA :CB 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001030517400057 1300<strong>24</strong>6057 10000.00LLA :CC 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001030319400058 1300273064 47500.00LLA :CD 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001216556400059 1300270483 47182.00LLA :BR 1721804 70CB 252 62853 0 068566 2D CFD040 628532CMD61QStandard Number: N6285312RCFD040/AA400060 1300273065 20000.00LLA :CF 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001216665600043 1300<strong>24</strong>6057 5000.00LLA :CC 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001030319600044 1300273064 2500.00LLA :CD 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001216556


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE44 of 55FINALMOD 17 Funding 137182.00Cumulative Funding 6267349.00MOD 18400061 1300281685 40000.00LLA :CG 97X4930 NH1C 251 77777 0 050120 2F 000000 A0000127298<strong>24</strong>00062 1300279581 10000.00LLA :CH 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001259351400063 1300280893 42281.00LLA :CJ 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001268480400064 1300270173 80000.00LLA :CK 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001197215400065 1300292009 170000.00LLA :BR 1721804 70CB 252 62853 0 068566 2D CFD040 628532CMD61QStandard Number: N6285312RCFD040/AA400066 1300281598 21000.00LLA :CM 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001272900400067 1300290829 150000.00LLA :CN 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001317387400068 1300290830 45000.00LLA :CP 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001317388400069 1300290828 10000.00LLA :CQ 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001317386400070 1300291055 45000.00LLA :CR 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001318029410001 1300291977 55000.00LLA :CS 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001322139600045 1300281685 5000.00LLA :CG 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001272982600046 1300279581 5000.00LLA :CH 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001259351600047 1300290829 5000.00LLA :CN 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001317387600048 1300290828 10500.00LLA :CQ 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001317386MOD 18 Funding 693781.00Cumulative Funding 6961130.00MOD 19 Funding 0.00


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE45 of 55FINALCumulative Funding 6961130.00MOD 20400071 1300<strong>24</strong>8932 85420.00LLA :BQ 1721804 70CB 252 62853 0 068566 2D CFD004 628532CMD58QStandard Number: N6285312RCFD004/AA600049 1300<strong>24</strong>8932 3420.00LLA :BQ 1721804 70CB 252 62853 0 068566 2D CFD004 628532CMD58QStandard Number: N6285312RCFD004/AAMOD 20 Funding 88840.00Cumulative Funding 7049970.00MOD 21410002 1300311173 25000.00LLA :CT 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001459725410003 1300316271 20000.00LLA :CU 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001498941410004 1300312613 50000.00LLA :CV 97X4930 NH1C 251 77777 0 050120 2F 000000 A0000147185<strong>24</strong>10005 1300316281 20000.00LLA :CW 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001498965410006 13003<strong>24</strong>137 <strong>24</strong>1227.00LLA :CX 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001543941600050 1300311173 8000.00LLA :CT 97X4930 NH1C 251 77777 0 050120 2F 000000 A10001459725600051 1300316271 4000.00LLA :CU 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001498941600052 13003<strong>24</strong>137 3500.00LLA :CX 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001543941MOD 21 Funding 371727.00Cumulative Funding 7421697.00MOD 2<strong>24</strong>10007 1300326021 72000.00LLA :CY 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001555690410008 1300330374 40000.00LLA :CZ 97X4930 NH1C 251 77777 0 050120 2F 000000 A0000158468<strong>24</strong>10009 1300330849 40000.00LLA :DA 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001587950410010 1300330872 40000.00LLA :


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE46 of 55FINALDB 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001588307410011 1300332695 209226.00LLA :DC 1731804 70CB 252 57020 C 068566 2D CFD040 628533CMD61QStandard Number: N6285313RCFD040/AA410012 1300326028 1488000.00LLA :DD 1731804 15VR 253 00015 068892 2D X18006 000153PMGJMQStandard Number: N0001513WX18006/AA600053 1300326021 8000.00LLA :CY 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001555690600054 1300326028 50000.00LLA :DD 1731804 15VR 253 00015 068892 2D X18006 000153PMGJMQStandard Number: N0001513WX18006/AAMOD 22 Funding 1947226.00Cumulative Funding 9368923.00MOD 23410013 1300326023 65000.00LLA :DE 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001556121410014 1300329941 65000.00LLA :DF 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001581923410015 1300332275 18500.00LLA :DG 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001598145410016 1300336872 137120.00LLA :DH 1731804 70CB 252 57020 C 068566 2D CFD004 628533CMD58QStandard Number: N6285313RCFD004600055 1300329941 35000.00LLA :DF 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001581923600056 1300332275 7500.00LLA :DG 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001598145600057 1300336872 21845.00LLA :DH 1731804 70CB 252 57020 C 068566 2D CFD004 628533CMD58QStandard Number: N6285313RCFD004MOD 23 Funding 349965.00Cumulative Funding 9718888.00MOD <strong>24</strong>410017 1300326295 30000.00LLA :DJ 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001557580410018 1300342339 10000.00LLA :DK 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001667972600058 1300331447 5000.00


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE47 of 55FINALLLA :DL 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001592264600059 1300326293 200000.00LLA :DM 97X4930 NH1C 251 77777 0 050120 2F 000000 A00001557330MOD <strong>24</strong> Funding <strong>24</strong>5000.00Cumulative Funding 9963888.00


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE48 of 55FINALSECTION H SPECIAL CONTRACT REQUIREMENTSClause HQ C-2-0037 "Organizational Conflict of Interest" (NAVSEA) (JUL 2000) is hereby invoked in accordancewith the Basic Contract.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.<strong>24</strong>6-5entitled “Inspection of Services-Cost Reimbursement”, dated Apr 1984, in Section E of the base contract, toprovide for a fee reduction covering the performance period evaluated. This clause provides the basis for evaluation ofthe contractor’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 Workunder the task order for each twelve month period of performance, using the measurable performance standards setforth in the Performance Requirements Summary Table in the SOW, or elsewhere in the task order, and the PCOwill assign one of the following ratings:(1) Excellent(2) Very Good(3) Satisfactory(4) UnsatisfactoryThe standards associated with these ratings are given in the following Table 1.Table 1: Overall Performance RatingsFor The Evaluation PeriodOverall Performance RatingExcellentVery GoodSatisfactoryUnsatisfactoryStandard“Excellent” ratings for all performanceevaluation criteria.A combination of “Excellent” and“Satisfactory” ratings determined by the PCOto exceed Satisfactory” overall.A minimum of “Satisfactory” ratings for allperformance evaluation criteria.A 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.


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE49 of 55FINAL(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.(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 taskorder Performance Requirements Summary, prepare the evaluation report, including a recommended overallperformance rating, and submit the report to the PCO for final decision within thirty days after the end of theevaluation period. The ToM will maintain the written records of the contractor’s performance so that a fair andaccurate evaluation is made.(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 STANDARDSCriterion UNSATISFACTORY SATISFACTORY EXCELLENTTask PerformanceWork product fails to Work productmeet AcceptableQuality Levels (AQLs)defined inPerfor-manceRequirementsroutinely meetsAcceptable QualityLevels (AQLs) definedin PerformanceRequire-mentsWork productfrequently exceedsAcceptable QualityLevels (AQLs) definedin PerformanceRequirements


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE50 of 55FINALStaffingTimelinessCustomer SatisfactionSummary Table (seeSOW or elsewhere inthe Task Order).Contractor providesmarginally qualified orunqualified personnel.Lapses in coverageoccur regularly.Contractor frequentlymisses deadlines,schedules, or is slow torespond to governmentrequests or isnon-responsive togovernment requests.Fails to meet customerexpectationsSummary Table(seeSOW or elsewhere inthe Task Order).Contractor providesqualified personnel.Lapses in coveragemay occasionally occurand are managed perindividual task orderpolicy.Contractor routinelymeets deadlines,schedules, andresponds quickly togovernment requests.Meets customerexpectations.Summary Table (seeSOW or elsewhere inthe Task Order).Contractor provideshighly qualifiedpersonnel. Contractorreassigns personnel toensure propercoverage. Actuallapsesin coverage occurvery rarely, if ever, andare managed perindividual task orderpolicy. Contractorensures staff trainingremains current.Contractor alwaysmeetsdeadlines,schedules, andresponds immediatelyto governmentrequests.Exceeds customerexpectations.TABLE 3: CONTRACT MANAGEMENT PERFORMANCE EVALUATION CRITERIA AND STANDARDSCRITERION UNSATISFACTORY SATISFACTORY EXCELLENTProblem ResolutionResponsivenessProblems areunresolved, repetitive,or take excessivegovernment effort toresolve.Contractor’smanagement isunresponsive togovernment requestsand concerns.Problems are resolvedquickly with minimalgovernmentinvolvement.Contractor’smanagement isresponsive togovernment requestsand concerns.Problems arenon-existent or thecontractor takescorrective actionwithout governmentinvolvement.Contractor’smanagement takesproactive approach indealing withgovernmentrepresentatives andanticipates


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE51 of 55FINALGovernment concerns.CommunicationsContractor often failsto communicate withgovernment in aneffective and timelymanner.Contractor routinelycommunicates withgovernment in aneffective and timelymanner.Contractor takes aproactive approachsuch thatcommunications arealmost always clear,effective, and timely.TABLE 4: COST EFFICIENCY PERFORMANCE EVALUATION CRITERIA AND STANDARDSCRITERION UNSATISFACTORY SATISFACTORY EXCELLENTCostManagementCostReportingContractor routinelyfails to complete theeffort within theoriginally agreed toestimated cost, i.e. costoverruns frequentlyoccur.Reports are generallylate, inaccurateincomplete or unclear.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.Reports are timely,accurate, complete andclearly written.Problems and/or trendsare addressed, and ananalysis is alsosubmitted.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.Reports are clear,accurate, andpro-active. Problemsand/or trends areaddressed thoroughly,and the contractor’srecommendationsand/or corrective plansare implemented andeffective.CAR H11 – CONTRACTOR PERSONNEL SECURITY REQUIREMENTS (JUL 2009)In accordance with SECNAV M-5510.30 Chapters 5 and 6, all Contractor personnel that requireaccess to Department of Navy (DON) information systems and/or work on-site are designated


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE52 of 55FINALNon-Critical Sensitive/IT-II positions, which require an open investigation or favorableadjudicated National Agency Check (NACLC) by the Industrial Security Clearance Office(DISCO). Investigations should be completed using the SF- 85 Form and the SF-87 finger printcard. An interim clearance can be granted by the company Security Officer and recorded in theJoint Personnel Adjudication System (JPAS). An open investigation or favorable adjudication isrequired prior to issuance of a Common Access Card (CAC) card or a badge providing access toNSWCCD sites and buildings. If an unfavorable adjudication is determined by DISCO all accesswill terminated.


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE53 of 55FINALSECTION I CONTRACT CLAUSES52.217-9 Option to Extend the Term of the Contract (Mar 2000)(a) The Government may extend the term of this contract by written notice to the Contractor before the end of theperiod of performance; provided that the Government gives the Contractor a preliminary written notice of its intentto extend at least 30 days before the contract expires. The preliminary notice does not commit the Government toan extension.(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed fiveyears.(End of Clause)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 orderor 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 affectedby the technical instruction unless and until the Contracting Officer notifies the Contractor that the technicalinstruction is within 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-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE54 of 55FINAL252.239-7000 PROTECTION AGAINST COMPROMISING EMANATIONS (JUN 2004)(a) The Contractor shall provide or use only information technology, as specified by the Government, that has beenaccredited to meet the appropriate information assurance requirements of—(1) The National Security Agency National TEMPEST Standards (NACSEM No. 5100 or NACSEM No.5100A, Compromising Emanations Laboratory Test Standard, Electromagnetics (U)); or(2) Other standards specified by this contract, including the date through which the required accreditation iscurrent or valid for the contract.(b) Upon request of the Contracting Officer, the Contractor shall provide documentation supporting the accreditation.(c) The Government may, as part of its inspection and acceptance, conduct additional tests to ensure thatinformation technology delivered under this contract satisfies the information assurance standards specified. TheGovernment may conduct additional tests—(1) At the installation site or contractor's facility; and(2) Notwithstanding the existence of valid accreditations of information technology prior to the award of thiscontract.(d) Unless otherwise provided in this contract under the Warranty of Supplies or Warranty of Systems andEquipment clause, the Contractor shall correct or replace accepted information technology found to be deficientwithin 1 year after proper installations.(1) The correction or replacement shall be at no cost to the Government.(2) Should a modification to the delivered information technology be made by the Contractor, the 1-year periodapplies to the modification upon its proper installation.(3) This paragraph (d) applies regardless of f.o.b. point or the point of acceptance of the deficient informationtechnology.(End of clause)252.239-7001 INFORMATION ASSURANCE CONTRACTOR TRAINING AND CERTIFICATION (JAN 2008)(a) The Contractor shall ensure that personnel accessing information systems have the proper and current informationassurance certification to perform information assurance functions in accordance with DoD 8570.01-M, InformationAssurance Workforce Improvement Program. The Contractor shall meet the applicable information assurancecertification requirements, including—(1) DoD-approved information assurance workforce certifications appropriate for each category and level as listedin the current version of DoD 8570.01-M; and(2) Appropriate operating system certification for information assurance technical positions as required by DoD8570.01-M.(b) Upon request by the Government, the Contractor shall provide documentation supporting the informationassurance certification status of personnel performing information assurance functions.(c) Contractor personnel who do not have proper and current certifications shall be denied access to DoD informationsystems for the purpose of performing information assurance functions.(End of clause)


CONTRACT NO.N00178-04-D-4096DELIVERY ORDER NO.<strong>FD01</strong>AMENDMENT/MODIFICATION NO.<strong>24</strong>PAGE55 of 55FINALSECTION J LIST OF ATTACHMENTSDD254 DoD Contract Security Classification Specification

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!