21.07.2015 Views

N00178-04-D-4146-FC12 - Tri Star Engineering

N00178-04-D-4146-FC12 - Tri Star Engineering

N00178-04-D-4146-FC12 - Tri Star Engineering

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE2 of 88FINAL1000 in theamount of XXXXXX(ACRN A5) TI 08(Fund Type - TBD)100006 R425 Incrementalfunding for CLIN1000 in theamount of $ XXXXin support of TI009. (ACRN A6)(Fund Type - TBD)100007 R425 Incrementalfunding for CLIN1000 in theamount of XXXXXin support of TI010. (ACRN A6)(Fund Type - TBD)100008 R425 Incrementalfunding for CLIN1000 in theamount of XXXXXXin support of TI012. (ACRN A6)(Fund Type - TBD)100009 R425 Incrementalfunding for CLIN1000 in theamount of $ XXXXXin support of TI0<strong>04</strong>. (ACRN A1)(Fund Type - TBD)100010 R425 Incrementalfunding for CLIN1000 in theamount of $ XXXXXin support of TI013. (ACRN A7)(Fund Type - TBD)100011 R425 Incrementalfunding for CLIN1000 in theamount of $ XXXXXin support of TI0<strong>04</strong>. (ACRN A1)(Fund Type - TBD)100012 R425 Incrementalfunding for CLIN1000 in theamount of$ XXXXXX in


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE3 of 88FINALsupport of TI0<strong>04</strong>. (ACRN A1)(Fund Type - TBD)100013 R425 Incrementalfunding for CLIN1000 in theamount of $ XXXXXin support of TI006. (ACRN A8)(Fund Type - TBD)100014 R425 Incrementalfunding for CLIN1000 in theamount of $ XXXXXin support of TI015 (ACRN B1).(Fund Type - TBD)100015 R425 Incrementalfunding for CLIN1000 in theamount ofXXXXXXX insupport of TI 0<strong>04</strong>(ACRN A8). (FundType - TBD)100016 R425 Incrementalfunding for CLIN1000 in theamount of$ XXXXXX insupport of TI 0<strong>04</strong>(ACRN A9). (FundType - TBD)100017 R425 Incrementalfunding for CLIN1000 in theamount of $ XXXXXin support of TI008 (ACRN B2).(Fund Type - TBD)100018 R425 Incrementalfunding for CLIN1000 in theamount of XXXXXXin support of TI016 (ACRN B3).(Fund Type - TBD)100019 R425 Incrementalfunding for CLIN1000 in theamount of $ XXXXX


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE5 of 88FINALconcurrence ofthe PrimeContractor. (FundType - TBD)100026 R425 Incrementalfunding for CLIN1000 in theamount of$ XXXXXX insupport of TI 020(ACRN A8).Deobligate$ XXXXXXXX on mod40. Reversedeobligated$ XXXXXXX on mod41. Deobligated$ XXXXXXXX on Mod42 (Fund Type -TBD)100027 R425 Incrementalfunding for CLIN1000 in theamount of $ XXXXXin support of TI019 (ACRN A8).(Fund Type - TBD)100028 R425 Incrementalfunding for CLIN1000 in theamount ofXXXXXXX insupport of TI 0<strong>04</strong>(ACRN A1). (FundType - TBD)100029 R425 Incrementalfunding for LaborCLIN 1000 in theamount of XXXXXXin support of TI013 (ACRN C1).(Fund Type - TBD)100030 R425 Incrementalfunding for LaborCLIN 1000 in theamount of XXXXXXin support of TI012 (ACRN B9).(Fund Type - TBD)100031 R425 Incrementalfunding for LaborCLIN 1000 in the


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE6 of 88FINALamount of $ XXXXXin support of TI008 (ACRN C2).Note: Mod 14assigned SLIN100031 to TI-012,which isincorrect. Mod16 corrects thiserror andreassigns SLIN100031 to TI-008.(Fund Type - TBD)100032 R425 Incrementalfunding for LaborCLIN 1000 in theamount of $ XXXXXin support of TI016 (ACRN C3).(Fund Type - TBD)100033 R425 Incrementalfunding for LaborCLIN 1000 in theamount of $ XXXXXin support of TI016 (ACRN C4).(Fund Type - TBD)100034 R425 Incrementalfunding for CLIN1000 in theamount of$ XXXXXX insupport of TI 0<strong>04</strong>(ACRN A2). (FundType - TBD)100035 R425 Deobligated init's entirety byMOD 017. (FundType - TBD)100036 R425 Incrementalfunding for CLIN1000 in theamount of $ XXXXXin support of TI020, ACRN A1.DeobligatedXXXXXXXXX on mod40. ReversedeobligatedXXXXXXXXX on mod41. Deobligated$ XXXXXXXX on Mod42. (Fund Type -


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE7 of 88FINALTBD)100037 R425 Incrementalfunding in theamount of $ XXXXXin support of TI005 (ACRN B6)(Fund Type - TBD)100038 R425 Incrementalfunding in theamount of XXXXXXin support of TI003 (ACRN A2)(Fund Type - TBD)100039 R425 Incrementalfunding in theamount of $ XXXXXin support of TI002 (ACRN A2)(Fund Type - TBD)100<strong>04</strong>0 R425 Incrementalfunding in theamount of $ XXXXXin support of TI0<strong>04</strong> (ACRN A1)(Fund Type - TBD)100<strong>04</strong>1 R425 Incrementalfunding for CLIN1000 in theamount of $ XXXXXin support ofTI-016, ACRN C5.(Fund Type - TBD)100<strong>04</strong>2 R425 Incrementalfunding in theamount of$ XXXXXX insupport of TI0<strong>04</strong>, ACRN A1.(Fund Type -OTHER)100<strong>04</strong>3 R425 Incrementalfunding for LaborCLIN 1000 in theamount of $ XXXXXin support ofTI-017, ACRN B5.(WCF)100<strong>04</strong>4 R425 Incrementalfunding in theamount of XXXXXX


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE8 of 88FINALin support ofTI-009, ACRN C6.(WCF)100<strong>04</strong>5 R425 Incrementalfunding in theamount of $ XXXXXin support ofTI-010, ACRN C6.(WCF)100<strong>04</strong>6 R425 Incrementalfunding in theamount of$ XXXXXX insupport ofTI-0<strong>04</strong>, ACRN A1.(WCF)100<strong>04</strong>7 R425 Incrementalfunding in theamount of $ XXXXXin support ofTI-005, ACRN B6.(WCF)100<strong>04</strong>8 R425 Incrementalfunding in theamount of XXXXXXin support ofTI-003, ACRN A1.(WCF)100<strong>04</strong>9 R425 Incrementalfunding in theamount of $ XXXXXin support ofTI-016, ACRN C7.(Fund Type -OTHER)100050 R425 Incrementalfunding in theamount of $ XXXXXin support ofTI-016, ACRN C3.(OPN)100051 R425 Incrementalfunding in theamount of $ XXXXXin support ofTI-021, ACRN C8.(O&MN,N)100052 R425 Incrementalfunding in theamount of $ XXXX


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE9 of 88FINALin support ofTI-015, ACRN C9.(WCF)100053 R425 Incrementalfunding in theamount of $ XXXXXin support ofTI-022, ACRN D1.Deobligated$ XXXXXXXX on mod40. ReversedeobligatedXXXXXXXXX on mod41. Deobligated$ XXXXXXXX on Mod42. (Fund Type -TBD)100054 R425 Incrementalfunding in theamount ofXXXXXXX insupport ofTI-0<strong>04</strong>, ACRN B6.Deobligated$ XXXXXXX on mod40. Reversedeobligated$ XXXXXXX on mod41. Deobligated$ XXXXXXX on Mod42. (Fund Type -OTHER)100055 R425 Incrementalfunding in theamount of $ XXXXXin support ofTI-0<strong>04</strong>, ACRN A1.DeobligatedXXXXXXXXXX on mod40. Reversedeobligated$ XXXXXXXX on mod41. DeobligatedXXXXXXXXX on Mod42. (WCF)100056 R425 Incrementalfunding in theamount of XXXXXXin support ofTI-013, ACRN D2.(WCF)100057 R425 Incrementalfunding in the


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE10 of 88FINALamount of $ XXXXXin support ofTI-011, ACRN D3.(WCF)100058 R425 Incrementalfunding in theamount of $ XXXXXin support ofTI-008, ACRN D4.(WCF)100059 R425 Incrementalfunding in theamount ofXXXXXXXXXX insupport ofTI-023, ACRN D5.(Fund Type -OTHER)100060 R425 Incrementalfunding in theamount of$ XXXXXXXXX insupport ofTI-026, ACRN D6.(Fund Type -OTHER)100061 R425 Incrementalfunding in theamount of$ XXXXXXXXX insupport ofTI-027, ACRN B6.(Fund Type -OTHER)100062 R425 Incrementalfunding in theamount ofXXXXXXXXX insupport ofTI-025, ACRN D7.(Fund Type -OTHER)100063 R425 Incrementalfunding in theamount of$ XXXXXXXXX insupport ofTI-014, ACRN A1.Note: Mod 23incorrectlyassigned TI-14 toSLIN 100063. The


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE11 of 88FINALcorrect TI numberassigned to SLIN100063 is TI-<strong>04</strong>.Mod 24 herebycorrects thiserror.DeobligatedXXXXXXXXX on mod40. Reversedeobligated$ XXXXXXXX on mod41. Deobligated$ XXXXXXXX on Mod42. (Fund Type -OTHER)100064 R425 Incrementalfunding in theamount ofXXXXXXXX insupport ofTI-016, ACRN D8.(Fund Type -OTHER)100065 R425 Incrementalfunding in theamount ofXXXXXXXXX insupport ofTI-016, ACRN D9.(Fund Type -OTHER)100066 R425 Incrementalfunding in theamount of$ XXXXXXXX insupport ofTI-029, ACRN A1.(Fund Type -OTHER)100067 R425 Incrementalfunding in theamount of $ XXXXXin support ofTI-017, ACRN E1.(Fund Type -OTHER)For ODC Items:Item PSC Supplies/Services Qty Unit Est. Cost------ --- ----------------- ---- ---- ----------------3000 R425 <strong>Engineering</strong> and 1.0 LO $ XXXXXXXXX


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE12 of 88FINALTechnicalservices insupport of theNAVFAC MidwestPWD FacilitiesManagementDivision and alltenants, inaccordance withthe Statement ofWork found inSection C for the2-year baseperiod ofperformance.Other DirectCosts (ODC) insupport of CLIN1000. (Fund Type- TBD)300001 R425 Incrementalfunding in theamount of $ XXXXin support ofCLIN 3000, TI's009, 010 and 012(ACRN A6). (FundType - TBD)300002 R425 Incrementalfunding in theamount of $ XXXXin support ofCLIN 3000, TI's009, 010 and 012(ACRN A6). (FundType - TBD)300003 R425 Incrementalfunding in theamount of $ XXXXXin support ofCLIN 3000, TI 0<strong>04</strong>(ACRN A1). (FundType - TBD)3000<strong>04</strong> R425 Incrementalfunding in theamount of $ XXXXXin support ofCLIN 3000, TI 006(ACRN A8). (FundType - TBD)300005 R425 Incrementalfunding in theamount of XXXXXX


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE13 of 88FINALin support ofCLIN 3000, TI 0<strong>04</strong>(ACRN A9). (FundType - TBD)300006 R425 Incrementalfunding in theamount of XXXXXin support ofCLIN 3000, TI 017(ACRN B5). (FundType - TBD)300007 R425 Incrementalfunding in theamount of $ XXXXXin support ofCLIN 3000, TI 012(ACRN B9). NOTE:$ XXXXX wasdeobligated fromSLIN 300007 onDecember 16,2008, per requestof the RTA.Funds applied to300007 wereintended forLabor, not ODCs.(Fund Type - TBD)300008 R425 Incrementalfunding in theamount of XXXXXXin support ofCLIN 3000, TI-0<strong>04</strong>(ACRN A1). (FundType - TBD)300009 R425 Incrementalfunding in theamount of XXXXXXin support ofCLIN 3000,TI-020, ACRN A1.(Fund Type - TBD)300010 R425 Incrementalfunding in theamount of XXXXXXin support ofCLIN 3000,TI-003, ACRN A1.(Fund Type - TBD)300011 R425 Incrementalfunding in theamount of


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE14 of 88FINAL$ XXXXXX insupport of TI 0<strong>04</strong>(ACRN A1) (FundType - TBD)300012 R425 Incrementalfunding in theamount ofXXXXXXX insupport of TI0<strong>04</strong>, ACRN A8.Note: Per requestof the TOM/RTA,concurrence fromthe Contractorand validationfrom Vendor Pay,Mod 19deobligated$ XXXXXXXXX fromSLIN 300012.Original amountwas XXXXXXXXRevised newamount isXXXXXXXXXX (FundType - TBD)300013 R425 Incrementalfunding in theamount of XXXXXin support ofTI-014, ACRN C6.(WCF)300014 R425 Incrementalfunding in theamount of XXXXXin support ofTI-009, ACRN C6.DeobligatedXXXXXXXX on mod40. ReversedeobligatedXXXXXXXX on mod41. DeobligatedXXXXXXXX on Mod42. (WCF)300015 R425 Incrementalfunding in theamount of XXXXXin support ofTI-010, ACRN C6.DeobligatedXXXXXXXX on mod40. Reversedeobligated


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE15 of 88FINAL$ XXXXXXX on mod41. DeobligatedXXXXXXXX on Mod42. (WCF)300016 R425 Incrementalfunding in theamount of XXXXXXin support ofTI-003, ACRN C8.(O&MN,N)300017 R425 Incrementalfunding in theamount of XXXXXXin support ofTI-0<strong>04</strong> (ACRNA1).Deobligated$ XXXXXXX on mod40. ReversedeobligatedXXXXXXXXX on mod41. Deobligated$ XXXXXXX on Mod42. (WCF)300018 R425 Incrementalfunding in theamount ofXXXXXXXXX insupport ofTI-026, ACRN A8.(Fund Type -OTHER)300019 R425 Incrementalfunding in theamount of XXXXXin support ofTI-027, ACRN B6.(Fund Type -OTHER)300020 R425 Incrementalfunding in theamount of $ XXXXin support ofTI-029, ACRN A1.(Fund Type -OTHER)300021 R425 Incrementalfunding in theamount of $ XXXXin support ofCLIN 3000, TI 023(ACRN D5). (Fund


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE16 of 88FINALType - OTHER)300022 R425 Incrementalfunding in theamount of XXXXXin support ofTI-029, ACRN A1.(Fund Type -OTHER)300023 R425 Incrementalfunding in theamount of $ XXXXin support ofTI-009, ACRN E9.Deobligated inentirety on mod40. Reversedeobligated$ XXXX on mod 41.Deobligated$ XXXX on Mod 42.(WCF)300024 R425 Incrementalfunding in theamount of $ XXXXin support ofTI-010, ACRN E8.Deobligated inentirety on mod40. Reversedeobligated$ XXXX on mod 41.Deobligated$ XXXX on Mod 42.(WCF)For Cost Type Items:Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF------ --- ----------------- ---- ---- --------------- --------------- --------------4000 R425 <strong>Engineering</strong> and 1.0 LO $ XXXXXXXXXX $ XXXXXXXXX $ XXXXXXXXXXTechnicalservices insupport of theNAVFAC MidwestPWD FacilitiesManagementDivision and alltenants, inaccordance withthe Statement ofWork found inSection C. Awardterm one (1).


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE17 of 88FINAL(Fund Type - TBD)400001 R425 Funding for LaborCLIN 4000 in theamount of XXXXXin support ofTI-001, ACRN E2.(WCF)400002 R425 Funding for LaborCLIN 4000 in theamount of $ XXXXin support ofTI-016, ACRN E3.(WCF)400003 R425 Funding for LaborCLIN 4000 in theamount of XXXXXin support ofTI-016, ACRN E4.(WCF)4000<strong>04</strong> R425 Funding for LaborCLIN 4000 in theamount of XXXXXin support ofTI-028, ACRN E5.(WCF)400005 R425 Funding for LaborCLIN 4000 in theamount of $ XXXXXin support ofTI-029, ACRN A1.(Fund Type -OTHER)400006 R425 Funding for LaborCLIN 4000 in theamount of $ XXXXXin support ofTI-016, ACRN E6.(WCF)400007 R425 Funding for LaborCLIN 4000 in theamount of XXXXXXin support ofTI-013, ACRN E7.(WCF)400008 R425 Funding for LaborCLIN 4000 in theamount of XXXXXXin support ofTI-010, ACRN E8.(WCF)


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE18 of 88FINAL400009 R425 Funding for LaborCLIN 4000 in theamount of XXXXXXin support ofTI-009, ACRN E8.(WCF)400010 R425 Funding for LaborCLIN 4000 in theamount of XXXXXXin support ofTI-008, ACRN E9.(WCF)400011 R425 Funding for LaborCLIN 4000 in theamount of XXXXXXin support ofTI-011, ACRN F1.(WCF)400012 R425 Funding for LaborCLIN 4000 in theamount of $ XXXXXin support ofTI-030, ACRN F2.(RDT&E)400013 R425 Funding for LaborCLIN 4000 in theamount of $ XXXXXin support ofTI-013, ACRN E7.(WCF)400014 R425 Funding for LaborCLIN 4000 in theamount of $ XXXXXin support ofTI-011, ACRN F1.(WCF)400015 R425 Funding for LaborCLIN 4000 in theamount of XXXXXXin support ofTI-008, ACRN E9.(WCF)400016 R425 Funding for LaborCLIN 4000 in theamount of XXXXXin support ofTI-028, ACRN E5.(WCF)400017 R425 Funding for Labor


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE19 of 88FINALCLIN 4000 in theamount of XXXXXXin support ofTI-030, ACRN F3.(O&MN,N)400018 R425 Funding for LaborCLIN 4000 in theamount of $ XXXXXin support ofTI-016, ACRN F4.(RDT&E)400019 R425 Funding for LaborCLIN 4000 in theamount of $ XXXXXin support ofTI-030, ACRN F5.(SCN)400020 R425 Funding for LaborCLIN 4000 in theamount of $ XXXXXin support ofTI-025, ACRN F6.(WPN)400021 R425 Funding for LaborCLIN 4000 in theamount of $ XXXXXin support ofTI-027, ACRN B6.(Fund Type -OTHER)400022 R425 Funding for LaborCLIN 4000 in theamount of $ XXXXXin support ofTI-026, ACRN A8.(Fund Type -OTHER)400023 R425 Funding for LaborCLIN 4000 in theamount of XXXXXXin support ofTI-023, ACRN D5.(Fund Type -OTHER)400024 R425 Funding for LaborCLIN 4000 in theamount of $ XXXXin support ofTI-030, ACRN F7.(Fund Type -OTHER)


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE20 of 88FINAL400025 R425 Funding for LaborCLIN 4000 in theamount of$ XXXXXXX insupport ofTI-030, ACRN L3.(Fund Type -OTHER)4100 R425 <strong>Engineering</strong> and 1.0 LO $ XXXXXXXXXX $ XXXXXXXXX $ XXXXXXXXXXTechnicalservices insupport of theNAVFAC MidwestPWD FacilitiesManagementDivision and alltenants, inaccordance withthe Statement ofWork found inSection C. Awardterm two (2).(Fund Type - TBD)410001 R425 Funding for LaborCLIN 4100 in theamount of $ XXXXXin support ofTI-023, ACRN F8.(Fund Type -OTHER)410002 R425 Funding for LaborCLIN 4100 in theamount of XXXXXXin support ofTI-026, ACRN F9.(Fund Type -OTHER)410003 R425 Funding for LaborCLIN 4100 in theamount of $ XXXXXin support ofTI-027, ACRN G1.(Fund Type -OTHER)4100<strong>04</strong> R425 Funding for LaborCLIN 4100 in theamount of $ XXXXXin support ofTI-033, ACRN G2.Deobligate inentirety on mod40. Reverse


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE21 of 88FINALdeobligated$ XXXXX on mod41. Deobligated$ XXXXX on Mod 42(WCF)410005 R425 Funding for LaborCLIN 4100 in theamount of$ XXXXXX insupport ofTI-032, ACRN G3.(WCF)410006 R425 Funding for LaborCLIN 4100 in theamount of $ XXXXXin support ofTI-025, ACRN F6.(WPN)410007 R425 Funding for LaborCLIN 4100 in theamount of$ XXXXXXX insupport ofTI-023, ACRN D5.(Fund Type -OTHER)410008 R425 Funding for LaborCLIN 4100 in theamount of$ XXXXXX insupport ofTI-026, ACRN A8.(Fund Type -OTHER)410009 R425 Funding for LaborCLIN 4100 in theamount of$ XXXXXX insupport ofTI-027, ACRN B6.(Fund Type -OTHER)410010 R425 Funding for LaborCLIN 4100 in theamount of$ XXXXXX insupport ofTI-029, ACRN A1.(Fund Type -OTHER)410011 R425 Funding for Labor


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE22 of 88FINALCLIN 4100 in theamount of $ XXXXXin support ofTI-016, ACRN G4.(O&MN,N)410012 R425 Funding for LaborCLIN 4100 in theamount of $ XXXXXin support ofTI-017, ACRN G5.(Fund Type -OTHER)410013 R425 Funding for LaborCLIN 4100 in theamount of $ XXXXin support ofTI-030, ACRN G6.(WCF)410014 R425 Funding for LaborCLIN 4100 in theamount of $ XXXXXin support ofTI-016, ACRN G7.(Fund Type -OTHER)410015 R425 Funding for LaborCLIN 4100 in theamount of$ XXXXXX insupport ofTI-026, ACRN F9.(WCF)410016 R425 Funding for LaborCLIN 4100 in theamount of $ XXXXXin support ofTI-0030, ACRN G8.(O&MN,N)410017 R425 Funding for LaborCLIN 4100 in theamount of XXXXXXin support ofTI-0016, ACRN G9.(Fund Type -OTHER)410018 R425 Funding for LaborCLIN 4100 in theamount of $ XXXXXin support ofTI-0030, ACRN G8.(O&MN,N)


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE23 of 88FINAL410019 R425 Funding for LaborCLIN 4100 in theamount of $ XXXXXin support ofTI-0016, ACRN G9.(Fund Type -OTHER)410020 R425 Funding for LaborCLIN 4100 in theamount of $ XXXXXin support ofTI-0029, ACRN H1.(Fund Type -OTHER)410021 R425 Funding for LaborCLIN 4100 in theamount of XXXXXin support ofTI-0028, ACRN H2.(O&MN,N)410022 R425 Funding for LaborCLIN 4100 in theamount of$ XXXXXX insupport ofTI-0017, ACRN G5.(Fund Type -OTHER)410023 R425 Funding for LaborCLIN 4100 in theamount of $ XXXXXin support ofTI-0016, ACRN H3.(OPN)410024 R425 Funding for LaborCLIN 4100 in theamount of$ XXXXXX insupport ofTI-0026, ACRN H4.Deobligated$ XXXXXXXXX onMod 43. (FundType - OTHER)410025 R425 Funding for LaborCLIN 4100 in theamount of$ XXXXXXX insupport ofTI-0023, ACRN H5.(Fund Type -


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE24 of 88FINALOTHER)410026 R425 Funding for LaborCLIN 4100 in theamount ofXXXXXXX insupport ofTI-0027, ACRN H6.(Fund Type -OTHER)410027 R425 Funding for LaborCLIN 4100 in theamount of$ XXXXXX insupport ofTI-0029, ACRN H7.(Fund Type -OTHER)410028 R425 Funding for LaborCLIN 4100 in theamount of$ XXXXXX insupport ofTI-0011, ACRN H8.Deobligated$ XXXXXXXXX onMod 53. (WCF)410029 R425 Funding for LaborCLIN 4100 in theamount of$ XXXXXX insupport ofTI-0032, ACRN H9.(WCF)410030 R425 Funding for LaborCLIN 4100 in theamount ofXXXXXXX insupport ofTI-0013, ACRN H9.(WCF)410031 R425 Funding for LaborCLIN 4100 in theamount ofXXXXXXX insupport ofTI-0031, ACRN J1.(Fund Type -OTHER)410032 R425 Funding for LaborCLIN 4100 in theamount of $ XXXX


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE25 of 88FINALin support ofTI-0026, ACRN J2.(O&MN,N)410033 R425 Funding for LaborCLIN 4100 in theamount of $ XXXXin support ofTI-0026, ACRN J3.(O&MN,N)410034 R425 Funding for LaborCLIN 4100 in theamount of$ XXXXXXXXX insupport ofTI-0030, ACRN G8.(O&MN,N)410035 R425 Funding for LaborCLIN 4100 in theamount of$ XXXXXXXXX insupport ofTI-0026, ACRN F9.(Fund Type -OTHER)4200 R425 <strong>Engineering</strong> and 1.0 LO XXXXXXXXXXX $ XXXXXXXXX $ XXXXXXXXXXTechnicalservices insupport of theNAVFAC MidwestPWD FacilitiesManagementDivision and alltenants, inaccordance withthe Statement ofWork found inSection C. Awardterm three (3).(Fund Type - TBD)420001 R425 Funding for LaborCLIN 4200 in theamount of $ XXXXXin support ofTI-0031, ACRN J5.(Fund Type -OTHER)420002 R425 Funding for LaborCLIN 4200 in theamount of $ XXXXXin support ofTI-0016, ACRN J6.(O&MN,N)


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE26 of 88FINAL420003 R425 Funding for LaborCLIN 4200 in theamount of $ XXXXXin support ofTI-0016, ACRN J7.(O&MN,N)4200<strong>04</strong> R425 Funding for LaborCLIN 4200 in theamount of$ XXXXXX insupport ofTI-0026, ACRN J8.(Fund Type -OTHER)420005 R425 Funding for LaborCLIN 4200 in theamount of $ XXXXXin support ofTI-0016, ACRNJ9.Deobligated$ XXXXXXX on MOD60, leaving abalance of$ XXXXXXXXX (FundType - OTHER)420006 R425 Funding for LaborCLIN 4200 in theamount of$ XXXXXX insupport ofTI-0029, ACRN K1.(WCF)420007 R425 Funding for LaborCLIN 4200 in theamount of $ XXXXXin support ofTI-0030, ACRN K3.(O&MN,N)420008 R425 Funding for LaborCLIN 4200 in theamount of $ XXXXXin support ofTI-0030, ACRN K4.(O&MN,N)420009 R425 Funding for LaborCLIN 4200 in theamount of XXXXXin support ofTI-0017, ACRN K5.(Fund Type -


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE27 of 88FINALOTHER)420010 R425 Funding for LaborCLIN 4200 in theamount of $ XXXXXin support ofTI-0013, ACRN K6.(WCF)420011 R425 Funding for LaborCLIN 4200 in theamount of $ XXXXXin support ofTI-0013, ACRN K7.(WCF)420012 R425 Funding for LaborCLIN 4200 in theamount of $ XXXXXin support ofTI-0029, ACRN K8.(Fund Type -OTHER)420013 R425 Funding for LaborCLIN 4200 in theamount of $ XXXXin support ofTI-016, ACRN K9.(Fund Type -OTHER)420014 R425 Funding for LaborCLIN 4200 in theamount of $ XXXXXin support ofTI-016, ACRN L1.(Fund Type -OTHER)420015 R425 Funding for LaborCLIN 4200 in theamount of $ XXXXin support ofTI-017, ACRN L2.(Fund Type -OTHER)For ODC Items:Item PSC Supplies/Services Qty Unit Est. Cost------ --- ----------------- ---- ---- ----------------6000 R425 <strong>Engineering</strong> and 1.0 LO $ XXXXXXXXXTechnicalservices insupport of the


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE28 of 88FINALNAVFAC MidwestPWD FacilitiesManagementDivision and alltenants, inaccordance withthe Statement ofWork found inSection C. Awardterm one (1).Other DirectCosts (ODC) insupport of CLIN4000. (Fund Type- TBD)600001 R425 Incrementalfunding in theamount of $ XXXXXin support ofTI-0<strong>04</strong>, ACRN A1.(Fund Type -OTHER)600002 R425 Incrementalfunding in theamount of $ XXXXin support ofTI-025, ACRN F6.(WPN)6100 R425 <strong>Engineering</strong> and 1.0 LOTechnicalservices insupport of theNAVFAC MidwestPWD FacilitiesManagementDivision and alltenants, inaccordance withthe Statement ofWork found inSection C. Awardterm two (2).Other DirectCosts (ODC) insupport of CLIN4100. (Fund Type- TBD)XXXXXXXXXX610001 R425 Funding for ODCCLIN 6000 in theamount of $ XXXXin support ofTI-023, ACRN F8.(Fund Type -OTHER)


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE29 of 88FINAL610002 R425 Funding for ODCCLIN 6000 in theamount of $ XXXXin support ofTI-026, ACRN F9.(Fund Type -OTHER)610003 R425 Funding for ODCCLIN 6000 in theamount of $ XXXXin support ofTI-027, ACRN G1.(Fund Type -OTHER)6100<strong>04</strong> R425 Funding for ODCCLIN 6100 in theamount of $ XXXXin support ofTI-017, ACRN G5.(Fund Type -OTHER)610005 R425 Funding for ODCCLIN 6100 in theamount of $ XXXXin support ofTI-029, ACRN H1.(Fund Type -OTHER)610006 R425 Funding for ODCCLIN 6100 in theamount of $ XXXXin support ofTI-017, ACRN G5.(Fund Type -OTHER)610007 R425 Funding for ODCCLIN 6100 in theamount of XXXXXin support ofTI-026, ACRN H4.Deobligated$ XXXXXXX on Mod43. (Fund Type -OTHER)610008 R425 Funding for ODCCLIN 6100 in theamount of $ XXXXin support ofTI-023, ACRN H5.(Fund Type -OTHER)


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE30 of 88FINAL610009 R425 Funding for ODCCLIN 6100 in theamount of $ XXXXin support ofTI-027, ACRN H6.(Fund Type -OTHER)610010 R425 Funding for ODCCLIN 6100 in theamount of $ XXXXin support ofTI-029, ACRN H7.(Fund Type -OTHER)610011 R425 Funding for ODCCLIN 6100 in theamount of $ XXXXin support ofTI-031, ACRN J4.(Fund Type -OTHER)610012 R425 Funding for ODCCLIN 6100 in theamount of $ XXXXin support ofTI-026, ACRN F9.(Fund Type -OTHER)610013 R425 Funding for ODCCLIN 6100 in theamount of$ XXXXXXXX insupport ofTI-031, ACRN J1.(WCF)6200 R425 <strong>Engineering</strong> and 1.0 LOTechnicalservices insupport of theNAVFAC MidwestPWD FacilitiesManagementDivision and alltenants, inaccordance withthe Statement ofWork found inSection C. Awardterm three (3).Other DirectCosts (ODC) insupport of CLINXXXXXXXXX


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE31 of 88FINAL4200. (Fund Type- TBD)620001 R425 Funding for ODCCLIN 6200 in theamount of$ XXXXXXX insupport ofTI-026, ACRN K2.(WCF)The task order Point of Contact (POC) is:Mr. XXXXXXXXXTelephone (812) 854-3926Email: XXXXXXXXXX @navy.milThe alternate POC is:Mr. XXXXXXXXXXTelehphone: (812) 854-3680Email: XXXXXXXXXX @navy.milThe Government has awarded a Cost Plus Fixed Fee (CPFF) Task Order (TO).Specific tasking for performance shall be provided to the contractor via issuance of Technical Instructions (TIs).


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE32 of 88FINALSECTION C DESCRIPTIONS AND SPECIFICATIONSSTATEMENT OF WORK1.0 SCOPE. This Statement of Work (SOW) sets forth the requirements for non-personal engineeringand technical services for the NAVFAC Midwest PWD Facilities Management Division and alltenants: Naval Support Activity Crane, Naval Surface Warfare Center, Crane Army AmmunitionActivity, and their supported tenants. Level of effort tasking includes business and facilityrequirements planning and programming support. Tasking includes support for design, data entry,documentation, inspection and survey for future planning requirements for the center. For CraneArmy Ammunition Activity the support is for the development of manufacturing and engineeringsupport services, including specific site approval packages for explosive related facilities or thosefacilities encumbered by explosive related facilities such as operating buildings and explosivesstorage magazines and for communication Systems equipment is housed in various locations atCrane Army Ammunition Activity in support of ammunition storage activities. Level of effort taskingto be performed include failure performance analysis, repair and installation of communicationssystems equipment, and programming of radios.1.1 BACKGROUND. The Facilities Management Department is responsible for business and facilityplanning to ensure future requirements are met, and to ensure that current resources are used mostefficiently. Planners typically complete most tasking, however, in order to meet some deadlines,contractor support is necessary for preliminary designs/layouts, facility databases, surveys, andindustrial analyses. It is also expected that the department will require experienced personnel toreview technical documentation and provide recommendations and reports. These tasks are theresult of organizational changes and will require support in order to minimize the initial burden onin-house personnel.Crane Army Ammunition Activity supplies direct support to the Warfighter. Crane Army AmmunitionActivity manages 2000 ammo storage sites located over 100 square miles. Personnel and vehiclestraveling to these often times remote sites need to maintain constant radio communication formission accomplishment and safety purposes. Crane Army Ammunition Activity maintains 100mobile radios in vehicles and another 75 handheld radios as well as another 10 base stations. Inaddition to the radios there are three repeaters, which allow radio transmissions to cover the base.The Crane Army Ammunition Activity Communications Officer is responsible to maintain requiredradio communications for Crane Army Ammunition Activity.2.0 APPLICABLE DOCUMENTATION. The following documents of the exact issue listed below forma part of the SOW to the extent specified herein. In the event of conflict between the documentsreferenced herein and the contents of the SOW the contents of the SOW shall prevail:ANSI Z39.18-1995 Scientific Technical Reports – Organization, Preparation and ProductionAR 405-70 Utilization of Real PropertyAR 210-20 Master Planning for Army InstallationsDAPAM 415-28 Guide to Army Real Property Category CodesDAPAM 385-64 Ammunition Explosive Safety StandardsDoD INST 6055.9 Explosives Safety StandardsAMC 385-100 AMC Safety Manual


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE33 of 88FINALCAAAR 385-10 CAAA Safety ManualNAVSEA OP 5 Vol l Explosives Safety AshoreNAVSURFWARCENDIVINST COM 1, Contractor’s Operations ManualNAVSURFWARCENINST 5090.6B Hazardous Materials Control and Management ProgramNAVFAC P-80 Facility Planning Factors for Naval Shore ActivitiesNAVFAC P-72 Facility Category CodesOPNAVINST 5090.1B Environmental and Natural Resource Program ManualOPNAVINST 11010.20G Facilities Project ManualNAVFACINST 11010.44E Shore Facilities Planning Manual29 CFR 1910 OSHA Standard for General IndustryNAVSEA OP-5 Vol-1 Ammunition and Explosives Ashore Safety RegulationsDoD INST 6055.9 Explosives Safety StandardsOPNAVINST 5090.1B Environmental and Natural Resource Program3.0 TASK REQUIREMENTS. The contractor shall furnish all equipment, facilities, and labor byqualified personnel except as specified herein to provide the following support services. Thecontractor is authorized to perform the requirements of the SOW without further direction from theContracting Officer's Representative (COR). Technical Instructions (TI’s) will be utilized to delineatespecific efforts when applicable. The Contractor shall provide technical personnel experienced incommunication equipment maintenance including but not limited to; handheld radios, mobileradios, base stations, antennas, repeater systems, charging systems and associated supportequipment.3.1 PLANNING SUPPORT SERVICES. The Contractor must possess strong background knowledge ofthe Center’s facility support functions, such as facility planning services. The Contractor shallmaintain verbal interface with NAVFAC Midwest PWD management on status of actions assigned;provide analysis and recommendations; and implement Government approved recommendations.3.1.1 BASIC FACILITIES REQUIREMENTS (BFR) DATA COLLECTION AND REPORTING. Facilityconstruction and major renovation projects require a Basic Facilities Requirements (BFR) report becompleted in order to justify the square footage scope of the project. The style of BFR required isdetermined by the category code of the facility. NAVFAC P-80 and P-72 criteria shall be used todetermine the type of BFR required. The Contractor shall prepare a BFR using data collected bydirect observation and measurement as well as Government furnished information. TheGovernment must approve the BFR development rationale and format before data collection canbegin. The Contractor shall define facility requirements and develop or add to an existing databasefor mapping the Division. The Contractor shall enter information into the database including, butnot limited to, record number; organization code; category codes; technical center; buildingnumber; area; item description; size and area; quantity; gross floor area and other factors. TheContractor shall provide ad hoc reports generated from the database as required. Reports formatswill be by organization; category code; technical centers; areas; buildings or rooms. The Contractor


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE34 of 88FINALshall provide a written final report that documents the rationale/method used to determine the BFRincluding any assumptions made in the process.3.1.2 MISCELLANEOUS FACILITIES REQUIREMENTS AND DATA COLLECTION ANDREPORTING. The Contractor shall perform data collection and analysis for facility planning inaccordance with OPNAVINST 11010.20F; NAVFACINST 11010.44E; and NAVFAC P-80. Thiseffort shall include performing data collection, supplementing, updating, verifying, validating,maintaining, and analyzing existing data required to support facility management and planningfunctions.3.1.3 FLOOR PLANS, LAYOUTS AND SYSTEM FURNITURE REQUIREMENT. The Contractor shalldesign office and/ or laboratory floor plans, layouts, and system furniture designs for a given facilityproject requirement. The Contractor shall provide AutoCAD drawings for requested floor plans,layouts, and/or systems furniture design. The Contractor shall provide a bill of materials for systemsfurniture on all requirements for system furniture layouts.3.1.4 COST ESTIMATES. The Contractor shall provide a parametric Means based cost estimate forspecific facility projects including renovations, new construction, demolition, relocations, and facilitymodifications as specified. The Contractor shall use EconPak, Microsoft Estimator, or alternatesoftware as approved by the government. The government will approve report format, markups, andcontingencies used.3.1.5 ENGINEERING EVALUATIONS. Utilizing the access database by category code, the Contractorshall perform engineering evaluations of existing assets. The Contractor shall verify and/or updateplant account data, property record cards, engineering evaluation worksheets and other facilityplanning data as necessary. The Contractor shall review methods to access the data with thegovernment. The Contractor shall provide ad hoc reports generated from the database as required.Reports formats will be by organization; category code; technical centers; functional areas;buildings or rooms as well. The Government will ensure the Contractor has access/authority into theINFADS database.3.1.6 PRESENTATION AND MARKETING TOOLS. The Contractor shall create, format, and designmarketing materials to be used for various Facility Master Plan related projects and plans includingbrochures, informational booklets, PowerPoint briefs, and posters. The Government will approve alldesigns and formats. Marketing materials will be produced by DAPS (Document Automation &Production Service), Crane IN. Materials will be used in presentation to the Board of Directors andother customer briefings.3.1.7 SITE APPROVALS. The Contractor shall gather the basic requirements from the sponsor of thespecific project and determine the feasibility of establishing the desired new or altered facility atCrane including prime locations and alternate locations if applicable. The Contactor shall ensurethe proposed facility or altered facility is in accordance with the Ordnance Master Plan, provided asGFI.3.1.7.1 The Contractor shall prepare an Operational Narrative document describing the process thatwill be a part of the new facility or altered facility. From the narrative, the Contractor shall prepare aPreliminary Hazards Analysis (PHA) describing those hazards and mitigation that will form a majorpart of the basic facility requirements. The Contractor shall coordinate the facility requirements withNSA Facility Management, the Explosives Safety Office, and the customer to establish a set ofdesign drawings describing in detail the new facility or altered facility that is required.3.1.7.2 The Contractor shall prepare explosives safety quantity distance (ESQD) arc drawings anddata sheet as appropriate to describe the propose facility as a potential explosive site (PES) and itsrelationship to the surrounding facilities both inert related and explosive related (ES). The


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE35 of 88FINALContractor shall use Crane’s PES database as a basis for establishing the drawings.3.1.7.3 The Contractor shall prepare a Justification & Rationale and cover sheets for the projectdescribing the contents of the Site Approval Package and the relationships associated between thePHA and facility design sufficient to meet the requirements of the Navy, Army (when appropriate)and the Department of Defense Explosives Safety Boards.3.1.7.4 The Contractor shall track the site approval package through local approval offices thatinclude the customer representative, Navy Explosives Safety Office, Army Safety Office (whenappropriate), and the Public Works Officer, making Government approved changes as directed byofficial comments made during the multiple reviews.3.1.7.5 The Contractor shall prepare the number of copies of the locally approved site plan to meetthe review requirements of headquarters as appropriate and ensure the package is forwarded asdetermined by the Government.3.1.7.6 The Contractor shall support the Explosive Safety Officer in answering any inquiries thatoccur as the site plan moves through the headquarters’ review channels. This includes additionalanalysis, drawings and data that may be require as a result of ever changing explosive safetyrequirements.3.1.7.7 The Contractor shall ensure the PES database reflects the new or altered facility includingappropriate ESQD arcs and Facility License Number generated locally.3.1.8 The Contractor shall utilize GFI to research, analyze and prepare responses to miscellaneousdata calls and customer requests, including generating/providing drawings and/or maps as required.3.1.9 The Contractor shall conduct Industrial <strong>Engineering</strong> studies of facility options; collectrequirements information; prepare associated cost estimates; and using Econ Pak provide anassessment as to which alternative best solves a facility requirement.3.1.10 The Contractor shall provide research, analysis, recommendations for alternatives for interimspace allocation responsibilities and urgent space requests, including layouts and cost analysis.3.1.11 The Contractor shall coordinate NEPA documentation requirements.3.1.12 The Contractor shall prepare Special Safety Studies and Hazard Analyses.3.2 IN/OUT BASKET. Working from an “In/Out” basket, the Contractor shall provide business facilityrequirements planning support services in various data management areas including dataanalysis/collection, reproduction, distribution, and report preparation.3.2.1 The Contractor shall provide department support consisting of: (a) coordinating schedules formeetings between NSWC, customer, NSA and CAAA; (b) ensuring adequate meeting facilities; (c)develop, coordinate and/or prepare technical briefing materials; (d) coordinate collection ofcomments and/or develop, record and distribute agenda/minutes of approximately ten meetings.The Contractor shall maintain a central file of presentation materials provided as GFI. TheContractor shall participate in department staff meetings when required.3.2.2 The Contractor shall provide administrative and clerical support to organize, display andpresent business facility planning information so that it can be accessed quickly and easily. This willinclude developing and maintaining status reports; organizing and filing site approvals; organizingand filing information on MILCON projects and previously collected facility data, maps and buildingfloor plans in a central facility planning repository.


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE36 of 88FINAL3.2.3 The Contractor shall provide technical analysis, coordination and assistance for preparation oftechnical project documentation. The Contractor shall research existing data sources to verifyaccuracy and status of data inputs, and return the documents for Government disposition. TheContractor shall provide ad hoc reports randomly throughout the year, approximately once every twoto three months, as required.3.3 Facility <strong>Engineering</strong>.3.3.1 Basic Facility Requirements Analysis and Recommendations. The Contractor shall gatherthe basic requirements from the sponsor of the project and determine the feasibility of establishingthe desired new or altered facility at Crane including prime locations and alternate locations ifapplicable. The Contactor shall ensure the proposed facility or altered facility is in accordance withthe Ordnance Master Plan, provided as GFI.3.3.2 The Contractor shall prepare an Operational Narrative document describing the process thatwill be a part of the new facility or altered facility. From the narrative, the Contractor shall prepare aPreliminary Hazards Analysis (PHA) describing those hazards and mitigation that will form a majorpart of the basic facility requirements. The Contractor shall coordinate the facility requirements withCAAA <strong>Engineering</strong> and the Explosives Safety Office to establish a set of design drawings describingin detail the new facility or altered facility that is required.3.3.3 The Contractor shall prepare explosives safety quantity distance (ESQD) arc drawings anddata sheet as appropriate to describe the propose facility as a potential explosive site (PES) and itsrelationship to the surrounding facilities both inert related and explosive related (ES). TheContractor shall use the PES database for Crane as a basis for establishing the drawings.3.3.4 The Contractor shall prepare a Justification & Rationale and cover sheets for the projectdescribing the contents of the Site Approval Package and the relationships associated between thePHA and facility design sufficient to meet the requirements of the Navy, Army (when appropriate)and the Department of Defense Explosives Safety Boards.3.3.5 The Contractor shall track the site approval package through local approval offices thatinclude the customer representative, Navy Explosives Safety Office, Army and Navy Safety Offices(when appropriate), and the Naval Facilities <strong>Engineering</strong> Command Midwest (when appropriate),making changes as directed by official comments made during the multiple reviews.3.3.6 The Contractor shall prepare the number of copies of the locally approved site plan to meetthe review requirements of headquarters as appropriate and ensure the package is sent.3.3.7 The Contractor shall support the Explosive Safety Officer in answering any inquiries that occuras the site plan moves through the headquarters’ review channels. This includes additional analysis,drawings and data that may be require as a result of ever changing explosive safety requirements.3.3.8 The Contractor shall ensure the PES database reflects the new or altered facility includingappropriate ESQD arcs and Facility License Number generated locally.3.4 Program Management Support. Using GFI, the Contractor shall provide site plan coordinationsupport consisting of planning meetings, coordinating schedules with participants; reservingmeeting space; ensuring briefing materials and equipment are available; recording and publishingmeeting minutes; and developing an action item tracking system for specific site plan packages.3.4.1 Manufacturing and <strong>Engineering</strong> Technical Support. The Contractor shall prepare technicaldocumentation for manufacturing and engineering reports, including research and documentation


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE37 of 88FINALof the best management practices, standard operating procedures, most efficient method ofoperation, and related management plans.3.5 Environmental Support. Using GFI, the Contractor shall prepare or review EnvironmentalAssessments, Environmental Impact Statements, Baseline Environmental Reviews, surveys ofthreatened or endangered species, surveys of property with potential for listing on the NationalRegister of Historical Places, or to provide compliance with the National Historical Preservation Act,analytical sampling, hypothetical noise/pollution/environmental impact/population/etc. models,and/or Categorical Exclusions according to applicable Instructions and regulations. The Contractorshall collect, prepare, ship, and/or perform analysis and provide analytical results reports on samplesfrom asbestos, lead, air, wastewater, storm water, potable water, sludge, waste oil, soil, or othermedias as required, including required chain of custody completion, in accordance with all DoD,State, an/or Federal regulations for sampling and analysis.3.6 Systems Analysis. Utilizing GFI, the Contractor shall perform failure analysis of CAAACommunications equipment and associated support equipment. The Contractor shall provide theCAAA Communications Officer with recommendations for repair requirements; and costs andtimeline to fulfill the repair requirements. The Contractor shall maintain a data log updated uponcompletion of assigned repair action. The Contractor shall ensure the data is made available so theRTA can readily check the status of any repair action at any point in time.3.6.1 TASK 1 Systems Analysis. The Contractor shall perform engineering investigations toevaluate item reliability, maintainability, availability, logistics support, and configuration status ofthe CAAA communications system. The analysis shall include evaluation of requirements to meetHazards of Electromagnetic Radiation to Ordnance (HERO) standards, and coordinate with theCAAA Safety Office to ensure requirements are met. The Contractor shall report the results of suchinvestigations along with recommendations and the basis for those recommendations in a technicalreport. The Contractor shall organize and attend on-site working groups as necessary to resolveproblems and improve performance in the areas of maintenance and operation of the CAAACommunications Systems.3.7 TASK 2 Systems Repair. The Contractor shall perform repair and maintenance actions onCAAA communications systems, subsystems, equipment or components. The Contractor shallanalyze the problem(s), report the problem(s) by electronic communications to the GovernmentPOC and provide estimated repair cost, and upon Government approval perform the repairoperation. After each such action, the Contractor shall provide a report to the Government toinclude problem related information (repair action taken, time, date, place, equipmentidentification).3.7.1 TASK 3 Ready for Issue. Utilizing the data analysis the Contractor shall submit arecommended Ready for Issue (RFI) stocking level of spare equipment necessary to ensuremaximum readiness of the CAAA Communication Systems. Upon CAAA Communications Officerapproval of the recommendation, the Contractor shall ensure that the RFI spares are maintainedand available for use as directed by the CAAA Communications Officer.3.8 TASK 4 Systems Installation. The Contractor shall develop installation plans and performon-site surveys in preparation for equipment installation of CAAA communication systems andsupport equipment. The Contractor shall install, test and monitor the communication equipment inaccordance with the appropriate installation documentation and vendor specifications.3.9 TASK 5 Proof of Concept. The Contractor shall perform a proof of concept demonstration of anenhanced communication coverage capability. The Contractor shall design, obtain the necessaryequipment, install and demonstrate the feasibility of a system enhancement that increases the areacoverage of the communication system. The Contractor shall provide a technical report that


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE38 of 88FINALdocuments the required equipment, the increased capabilities obtained, any additionalrecommendations and the rationale for those recommendations.4.0 GOVERNMENT FURNISHED ITEMS.4.1 Government Furnished Information. The Government will provide all applicable technicaldocumentation and information to the contractor as Government Furnished Information (GFI). ThisGFI will be provided as required or at the request of the contractor.4.2 Government Furnished Material. Government Furnished Material (GFM) will be provided whenthe contractor has a requirement for special or specific Government material per specific tasking.4.3 Government Furnished Equipment. The Government will provide all equipment andcomputing resources including NMCI hardware, software programs and access to required files anddatabases. Contractors will be required to perform work on site at NSWC, Crane due to accessibilityof files and other information required to for the accomplishment of the tasks set forth in this SOW.4.4 Government Furnished Facilities. The Government will provide access to the Center; furnish awork area within Government spaces with access to the facility resources and equipment for theperformance of this SOW.4.4.1 The Contractor shall be authorized entry into Naval Support Activity and Crane ArmyAmmunition Activity buildings during normal working hours, Monday through Friday, 0600 to 1700for meetings and deliveries. For access to Crane Army Ammunition Activity buildings outside normalworking hours must be requested in writing at least three calendar days in advance to Mr. TravisSummers or Ms. Terri Brown.4.5 Government Owned Vehicles. The Government shall provide contractor access andauthorization to operate Government owned vehicles for the purpose of transporting materials anddocuments to and from buildings within the NSWC Crane confines.5.0 DATA DELIVERABLES.Seq. No. Task Description DID No.A001 Technical Report-Study Services DI-MISC-80508AA002 Presentation Material DI-ADMN-81373A003 Conference Minutes DI-ADMN-81250AA0<strong>04</strong> Conference Agenda DI-ADMN-81249AA005 Contractor’s Progress Status and Management Report DI-MGMT-80227Note: The contractor can refer to http://fast.faa.gov/docs/forms/Temp59.doc for an explanation ofFrequency codes. All deliverables shall be made in contractor format, unless otherwise directed.Deliverables shall be submitted with the monthly status reports when applicable. If earlier delivery isrequired, then the deliverable shall be submitted via email to the appropriate distribution andreferenced in the next month’s status report. All deliverables shall be submitted via email inMicrosoft compatible format whenever possible.5.1 PROGRESS REPORTS. The Contractor shall provide monthly Progress Reports includingexpenditure reports to the following POCs:NSA CraneNAVFAC MW PD


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE39 of 88FINALNSWC CraneCAAA6.0 SPECIAL CONDITIONS6.1 Security Clearance. The Contractor shall conform to the provisions of DoD 5220.22-M and shallprovide for obtaining SECRET security clearances for Contractor employees requiring access toclassified information and/or entry to controlled areas. Only those persons who have a “needto-know”shall be given application for security clearances. The Contractor shall provide securityclearances to NSWC Crane on all employees requiring access to classified information.6.2 Travel Requirements. The contractor may be required to travel throughout the continentalUnited States (CONUS) and to locations outside of CONUS. <strong>Tri</strong>p duration will normally not exceedfive working days plus the required transit time. When required to obtain access to a Governmentfacility, ship, aircraft, or other duty station, the Contractor shall initiate requests for Need-to-KnowCertification and submit these requests to the COR for appropriate action.6.3 Place of Performance. The primary work site will be Naval Surface Warfare Center CraneDivision, Crane, IN. Temporary duty sites may include the Washington, D.C. area, east or west coastmilitary and contractor facilities.6.4 Contracting Officer's Representative (COR). The COR for this task order is XXXXXXXXXX ,NSWC Crane, IN, Code CXLN, phone; 812-854-1619, email; XXXXXXXXX @navy.mil.6.4.1 Requiring Technical Activity (RTA). The RTA contacts are: NSWC Crane: XXXXXXXX ,812-854-3558, NSA: XXXXXXXX 812-854-3111 and CAAA: XXXXXXXXXX , 812-854-1574.6.5 Incremental Funding. This task order will be funded incrementally as required. Each project willbe identified by CLIN/SLIN.6.6 Safety and Health. The requirements of this order may require contractor personnel to come incontact or be exposed to hazardous conditions. The contractor shall abide by all applicable federal,local and state occupational safety and health requirements. The Government will provideStandard Operating Procedures (SOP) when applicable. The contractor must have on record acorporate safety plan and shall provide a copy to the COR when instructed. The contractor shallensure all employees have appropriate Personal Protection Equipment (PPE). The contractor shallensure employees have all required training and certifications related to Occupational Safety andHealth Requirements.6.7 Period of Performance. The period of performance is 60 months from date of award. Thisincludes a two year base period with three one year award terms.6.8 Control of Contractor Personnel. The Contractor shall comply with the requirements ofNAVWPNSUPPCENINST 5510.1 and NAVWPNSUPPCENINST 5910.1. All persons engaged in workwhile on Government property shall be subject to search of their persons (no bodily search) andvehicles at any time by the Government, and shall report any known or suspected security violationsto the Crane Division Security Department. Assignment, transfer, and reassignment of Contractorpersonnel shall be at the discretion of the Contractor. However, when the Government directs, theContractor shall remove from contract performance any person who endangers life, property, ornational security through improper conduct. All Contractor personnel engaged in work while onGovernment property shall be subject to the Standards of Conduct contained in SECNAVINST5370.2J. Prior to conducting work under this contract, the contractor shall provide a list ofemployees that will be working on site. The employee list shall contain full names, security


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE40 of 88FINALclearance levels, social security numbers, job titles, and original birth certificates. This list shall beupdated within forty-eight hours after changes occur.6.9 Identification Badges. The Contractor shall be required to obtain identification badges fromthe Government for Contractor personnel to be located on Government property. The identificationbadge shall be visible at all times while employees are on Crane Division property. The Contractorshall furnish all requested information required to facilitate issuance of identification badges andshall conform to applicable regulations concerning the use and possession of the badges. TheContractor shall be responsible for ensuring that all identification badges issued to Contractoremployees are returned to the Crane Division Security Department within forty-eight hours followingthe completion of the contract, relocation or termination of an employee in possession of anidentification badge, and/or upon request by the Contracting Officer.6.10 Accident Reporting. The Contractor shall maintain an accurate record of and shall report allaccidents to the COR and/or the Crane Division Security Department as prescribed by OPNAVINST5102.1.6.11 Smoking Regulations. Smoking on Crane Division, Crane, IN premises shall be in approvedareas only and in accordance with NAVFAC P-1021. Smoking in vehicles is prohibited.6.12 Data Rights. All data/documentation delivered/created in support of this effort becomes theproperty of the US Government and will be delivered without proprietary markings. The Governmentshall have Government Purpose rights for all Data associated to this contract.6.13 Release of Information. All technical data provided to the Contractor shall be protected fromthe public. All other information relating to the items to be delivered and services to be performedunder this TO may not be disclosed by any means without prior approval of the authorizedrepresentative of the Contracting Officer. Dissemination or public disclosure includes but is notlimited to permitting access to such information by foreign nationals by any other person or entity orpublication of technical or scientific papers or advertising or any other proposed public release. TheContractor shall provide adequate physical protection to such information so as to preclude accessby any person or entity not authorized such access.6.14 Privacy Act. Under US Code Title 5, Section 552, information accessed in completing this TOis subject to the Privacy Act.6.15 Damage Reporting. The Contractor shall maintain an accurate record of and shall report tothe COR all damages to Government Furnished Equipment and Facilities as prescribed byOPNAVINST 5102.1.6.16 Non-Personal Services. The Government will neither supervise contractor employees nor controlthe method by which the contractor performs the required tasks. Under no circumstances shall theGovernment assign tasks to, or prepare work schedules for, individual contractor employees. It shallbe the responsibility of the contractor to manage its employees and to guard against any actionsthat are of the nature of personal services, or give the perception of personal services. If thecontractor feels that any actions constitute, or are perceived to constitute personal services, it shallbe the contractor’s responsibility to notify the TO TPCO immediately. These services shall not beused to perform work of a policy/decision making or management nature, i.e., inherentlyGovernmental functions. All decisions relative to programs supported by the contractor shall be thesole responsibility of the Government.


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE41 of 88FINALSECTION D PACKAGING AND MARKINGAll provisions and clauses in SECTION D of the basic contract apply to this task order, unlessotherwise specified in this task order.DATA PACKAGING LANGUAGE (5503)All unclassified data shall be prepared for shipment in accordance with best commercial practice.Classified reports, data, and documentation shall be prepared for shipment in accordance withNational Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M dated January1995.MARKING OF REPORTS (NAVSEA) (SEP 1990) (5506)All reports delivered by the Contractor to the Government under this contract shall prominently showon the cover of the report:(1) Name and business address of the Contractor(2) Contract number(3) Task order number(4) Sponsor: ___________________________(Name of Individual Sponsor)____________________________(Name of Requiring Activity)____________________________(City and State)PROHIBITED PACKING MATERIALS (5512)The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper,computerpaper and similar hygroscopic or non neutral material) is prohibited. In addition, loose fillpolystyreneis prohibited for shipboard use.INSTRUCTIONS FOR MARKING DISTRIBUTION STATEMENT (5513)The Contractor shall comply with the instructions cited below for placement of the distributionstatement associated with data. The applicable distribution statement is identified on each ContractData Requirements List (DD Form 1423-1). The distribution statement shall be displayedconspicuously on technical documents so as to be recognized readily by receipts. The distributionstatement shall appear on each front cover and title page of a report. If the technical documentdoes not have a cover or title page, the applicable distribution statement shall be stamped or typedon the front page in a conspicuous position.


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE42 of 88FINALSECTION E INSPECTION AND ACCEPTANCEAll provisions and clauses in SECTION E of the basic contract apply to this task order, unlessotherwise stated herein.INSPECTION AND ACCEPTANCE TERMSSupplies/services will be inspected/accepted at destination.INSPECTION AND ACCEPTANCE LANGUAGE FOR DATA (5602)Inspection and acceptance of all data shall be as specified on the attached Contract DataRequirements Lis(s), DD Form 1423.CLALUSES INCORPORATED BY REFERENCE52.246-3 Inspection of Supplies-Cost Reimbursement MAY 200152.246-5 Inspection of Services-Cost Reimbursement APR 198452.246-7000 Material Inspection and Receiving Report MAR 2003


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE43 of 88FINALSECTION F DELIVERABLES OR PERFORMANCEThe periods of performance for the following Items are as follows:1000 9/21/2007 - 1/31/20113000 9/21/2007 - 1/31/20114000 9/21/2009 - 4/30/20134100 9/21/2010 - 4/30/20134200 9/21/2011 - 4/30/20136000 9/21/2009 - 4/30/20136100 9/21/2010 - 4/30/20136200 9/21/2011 - 4/30/2013CLIN - DELIVERIES OR PERFORMANCEThe periods of performance for the following Items are as follows:1000 9/21/2007 - 1/31/20113000 9/21/2007 - 1/31/20114000 9/21/2009 - 4/30/20134100 9/21/2010 - 4/30/20134200 9/21/2011 - 4/30/20136000 9/21/2009 - 4/30/20136100 9/21/2010 - 4/30/20136200 9/21/2011 - 4/30/2013


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE44 of 88FINALSECTION G CONTRACT ADMINISTRATION DATAAll provisions and clauses in SECTION G of the basic contract apply to this task order, unless otherwise specifiedin this task order.CONTRACTING OFFICER'S REPRESENTATIVE (COR)XXXXXXXXXX Code CXLN300 Highway 361Crane, IN 47522-5001Email: XXXXXXXX navy milTelephone: 812-854-1619HQ G-2-0007 INVOICE INSTRUCTIONS (NAVSEA) (APR 2011)(a) In accordance with the clause of this contract entitled “ELECTRONIC SUBMISSION OF PAYMENTREQUESTS” (DFARS 252.232-7003), the Naval Sea Systems Command (NAVSEA) will utilize the DoD WideArea Workflow Receipt and Acceptance (WAWF) system to accept supplies/services delivered under this contract.The web-based system located at https://wawf.eb.mil provides the technology for government contractors andauthorized Department of Defense (DoD) personnel to generate, capture and process receipt and payment-relateddocumentation in a paperless environment. Invoices for supplies/services rendered under this contract shall besubmitted electronically through WAWF. Submission of hard copy DD250/invoices may no longer be accepted forpayment.(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 https://wawftraining.eb.mil. The Vendor, Group Administrator (GAM), and sectionsmarked with an asterisk in the training system should be reviewed. Vendor documentation is available underResources at http://wawftraining.com.(c) The designated CCR EB point of contact is responsible for activating the company’s CAGE code on WAWF bycalling 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(s) (contracting officer check all that apply)___ Invoice (FFP Supply & Service)___ Invoice and Receiving Report Combo (FFP Supply)_X_ Cost Voucher (Cost Reimbursable, T&M, LH, or FPI)___ Receiving Report (FFP, DD250 Only)DODAAC Codes and Inspection and Acceptance Locations (contracting officer complete appropriate information asapplicable)Issue DODAACAdmin DODAAC___N00164_______________S3605A_________


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE45 of 88FINALPay Office DODAAC ___HQ0337________Inspector DODAACService Acceptor DODAACService Approver DODAACShip To DODAACDCAA Auditor DODAACLPO DODAACInspection LocationAcceptance Location____N/A_____________N00164___________N00164___________________________N/A________________N/A_____________________________________________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) The Contractor agrees to segregate costs incurred under this task order at the lowest level of performance, eithertask or subtask, rather than on a total task order basis, and to submit invoices reflecting costs incurred at that level.Supporting documentation in WAWF for invoices shall include summaries of work charged during the periodcovered as well as overall cumulative summaries by individual labor categories, rates and hours (both straight timeand overtime) invoiced; as well as, a cost breakdown of ODCs (materials and travel), by line item task or subtask.Subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime)invoice; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may beencrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may emailencryption code information directly to the Contracting Officer and Contracting Officer Representative. Should thesubcontractor lack encryption capability, the subcontractor may also email detailed supporting cost informationdirectly to the Contracting Officer and Contracting officer Representative; or other method s agreed to by theContracting Officer.(f) Before closing out of an invoice session in WAWF, but after submitting the document(s), you will be promptedto send additional email notifications. Click on “Send More Email Notification” and add the acceptor/receiveremail addresses noted below in the first email address block, and add any other additional email addresses desired inthe following blocks. This additional notification to the government is important to ensure that theacceptor/receiver is aware that the invoice documents have been submitted to WAWF.Send Additional Email Notification To:XXXXXXXXXX Code CXLN300 Highway 361Crane, IN 47522-5001Email: XXXXXXX @navy milTelephone: 812-854-1619(g) 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.(h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above 1-866 number.(End of Text)ACCOUNTING DATA


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE46 of 88FINALThe award document will include Accounting Data at the end of Section G. All lines of accountingare listed sequentially under a heading that identifies the particular action (award or modificationnumber) under which the funding was obligated. Under SeaPort-e, all funding isidentified/obligated at the SubCLIN (SLIN) level. SLINs are established sequentially by theSeaPort-e software. Each obligation of funds receives a unique SLIN identifier, even if the funds arean increase to an existing line of accounting (ACRN). Thus, an individual project/work area orTechnical Instruction that is funded incrementally could have one ACRN but multiple SLINs.Accounting for expenditures and invoicing at the SLIN level is required.SPECIAL INVOICE INSTRUCTIONSEach SLIN providing funding designates a specific project area/work area/Technical Instruction(TI)/Work Breakdown Structure (WBS) item. Tracking and reporting shall be accomplished at theproject/work area/TI/WBS item level. Each indentified project/work area/TI/WBS shall be invoicedby its associated SLIN and ACRN. If multiple ACRNs are associated with a single project/workarea/TI/WBS, the contractor shall consult with the Contracting Officer Representative for additionalinvoicing instructions.In accordance with (DFARS) PGI 2<strong>04</strong>.7108 “Other”(d) (12) INVOICING AND PAYMENTINSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONSConsistent with clause HQ G-2-0006 PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTINGCITATIONS(b)(12)"Other" (ALTERNATE 1) (NAVSEA) (JAN 2008), which is in each basic Seaport-econtract, the following payment instructions apply to this task order:a) This requirement includes support for multiple programs with independent budgets and fundinglines. These funding lines are NOT interchangeable and it is critical that the Paying Office pay inaccordance with the ACRNs and SLINs noted on the contractor's invoices. To do otherwise couldresult in a misappropriation of funds.(b) The Payment Office shall ensure that each payment under this contract is made in accordancewith the specific accounting classification reference numbers (ACRNs) and SubCLIN (SLIN) numbersshown on each individual invoice, including attached data.CONTRACT ADMINISTRATION DATA LANGUAGE (5802)Enter below the address (street and number, city, county, state and zip code) of the Contractor’s facility which willadminister the task order if such address is different from the address shown on the proposal.Address:____________________________________Street & number: ____________________________________City & State:County:Zip Code:____________________________________________________________________________________________________________CONTRACTOR PERFORMANCE ASSESSMENT RATING SYSTEM (CPARS) (JAN 2001)(a) Pursuant to FAR 42.1502, this task order is subject to DoD's Contractor Performance Assessment RatingSystem (CPARS). CPARS is an automated centralized information system accessible via the Internet that maintains


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE47 of 88FINALreports of contractor performance for each contract/task order. CPARS is located at http://www.cpars navy mil/.Further information on CPARS is available at that web-site.(b) Under CPARS, the Government will conduct annual evaluations of the contractor's performance. The contractorhas thirty (30) days after the Government's evaluation is completed to comment on the evaluation. The opportunityto review and comment is limited to this time period and will not be extended. Failure to review the report at thistime will not prevent the Government from using the report.(c) The contractor may request a meeting to discuss the CPAR. The meeting is to be requested via e-mail to theCPARS Program Manager no later than seven days following receipt of the CPAR. A meeting will then be heldduring the contractor’s 30-day review period.(d) The CPARS system requires the Government to assign the contractor a UserID and password in order to viewand comment on the evaluation. Provide the name(s) of at least one individual (not more than three) that will beassigned as your Defense Contractor Representative for CPARS. Name, Phone, E-mail Address.PURCHASING OFFICE REPRESENTATIVE LANGUAGEPURCHASING OFFICE REPRESENTATIVE:XXXXXXXXXCODE CXNM, Bldg 64NAVSURFWARCENDIV300 Highway 361Crane, IN 47522-5011Telephone (812) 854-3926E-mail: XXXXXXXXXX @navy.milEXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995)(a) As part of the negotiated fixed price or total estimated amount of this contract, both theGovernment and the Contractor have agreed to waive any entitlement that otherwise might accrueto either party in any residual dollar amount of $500 or less at the time of final contract closeout.The term "residual dollar amount" shall include all money that would otherwise be owed to eitherpart at the end of the contract except that, amounts connected in any way with taxation, allegationsof fraud and/or antitrust violations shall be excluded. For purposes of determining residual dollaramounts, offsets of money owed by one party against money that would otherwise be paid by thatparty may be considered to the extent permitted by law.(b) This agreement to waive entitlement to residual dollar amounts has been considered by bothparties. It is agreed that the administrative costs for either part associated with collected such smalldollar amounts could exceed the amount to be recovered.CONSENT TO SUBCONTRACTFor subcontracts and consulting agreements for services, where the prime contractor anticipates thathours delivered will be counted against the hours in the proposed Level of Effort, Consent toSubcontract authority is retained by the Procuring Contracting Officer.The following subcontractors are approved on this Task Order:APPROVED SUBCONTRACTOR LIST (AT AWARD)


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE48 of 88FINALSubcontractorCeilingSAIC (Formerly AMSEC LLC) $ XXXXXXXXXURS (Formerly EG&G)I-SYS <strong>Engineering</strong> IncXXXXXXXXX$ XXXXXXXXADDED SUBCONTRACTOR LIST (AFTER AWARD)Subcontractor Date Approved TI(s)ICON May 14 th , 2009Period ofPerformanceCeilingAccounting DataSLINID PR Number Amount -------- ---------------------- ---------------------100001 72645883XXXXXXLLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NFXXXXXX100002 72645881LLA :A2 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014MRBASE FundingCumulative FundingMOD 01XXXXXXXXXXXXXXXXX100003 72713610LLA :A3 17718<strong>04</strong> 52FA 252 00052 0 068732 2D C006SZ 610187PBDB8QStandard Number: N6101807RC006SZ (AA)Costs may be incurred against SLIN 100003 for 365 days after obligation until09/27/08. Invoicing against SLIN 100003 may occur after 09/27/08.MOD 01 FundingCumulative FundingMOD 02XXXXXXXXXXX1000<strong>04</strong> 72973811XXXXXX


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE49 of 88FINALLLA :A4 97X4930. NH1J 000 77777 0 000164 2F 000000 B1000CB10098XXXXXX100005 72973815LLA :A5 97X4930. NH1J 000 77777 0 000164 2F 000000 B1000CB10097MOD 02 FundingCumulative FundingMOD 03XXXXXXXXXXXXXXXXX100006 73207936LLA :A6 97X4930. NH1J 000 77777 0 000164 2F 000000 B1000CB10110In support of TI 009. (AA)XXXXX100007 73207941LLA :A6 97X4930. NH1J 000 77777 0 000164 2F 000000 B1000CB10110In support of TI 010. (AA)XXXXXX100008 73207943LLA :A6 97X4930. NH1J 000 77777 0 000164 2F 000000 B1000CB10110In support of TI 012. (AA)MOD 03 FundingCumulative FundingMOD <strong>04</strong>XXXXXXXXXXXXXXXXXX100009 73312779LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NFIn support of TI-<strong>04</strong> Labor (AA)XXXXXX100010 73250601LLA :A7 97X4930. NH1J 000 77777 0 000164 2F 000000 B1000CB10122In support of TI-013 LaborXXXXX300001 73552662LLA :A6 97X4930. NH1J 000 77777 0 000164 2F 000000 B1000CB10110In support of TI's 009, 010 and 012 ODCs.MOD <strong>04</strong> FundingCumulative FundingMOD 05XXXXXXXXXXXXXXXXXX100011 80169903LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NFIn support of TI-<strong>04</strong> Labor.XXXXX300002 80180711LLA :A6 97X4930. NH1J 000 77777 0 000164 2F 000000 B1000CB10110In support of TI's 009, 010 and 012 ODCs.MOD 05 FundingCumulative FundingMOD 06XXXXXXXXXXXX100012 80587423XXXXXX


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE50 of 88FINALLLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NFIn support of TI-<strong>04</strong> (Labor).XXXXXX100013 80587434LLA :A8 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014FPIn support of TI-06 (Labor).XXXXXX300003 80587429LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NFIn support of TI-<strong>04</strong> (ODCs).XXXXXX3000<strong>04</strong> 80587439LLA :A8 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014FPIn support of TI-006 (ODCs).MOD 06 FundingCumulative FundingMOD 07XXXXXXXXXXXXXXXXXX100014 81151509LLA :B1 97X4930. NH1J 000 77777 0 000164 2F 000000 B1000CB1R6V1In support of TI-015.XXXXXX300005 81151913LLA :A9 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B01441In support of TI-<strong>04</strong> (ODCs) for Workspace Management.MOD 07 FundingCumulative FundingMOD 08XXXXXXXXXXXXXXXXXX100015 81309459LLA :A8 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014FPIn support of TI-0<strong>04</strong> (Labor)XXXXXX100016 81309549LLA :A9 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B01441In support of TI-0<strong>04</strong> (Labor)XXXXXX100017 81497754LLA :B2 97X4930. NH1J 000 77777 0 000164 2F 000000 B1000CB10107In support of TI-008 (Labor)Note: The funding assigned to CLIN/SLIN 100017 (ACRN B2) has a work completion andexpiration date of 30 September 2008. The contractor may incur costs against SLIN100017 through 30 September 2008, but cannot bill for work against SLIN 100017after 30 September 2008. Invoicing for these costs may occur after 30 September2008.MOD 08 FundingCumulative FundingMOD 09XXXXXXXXXXXXXXXXXXX100018 81927212LLA :B3 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000CJ5A051Funding in support of TI-016 (Labor)Note: The funding assigned to SLIN 100018 (ACRN B3) expires 30 September 2010,


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE51 of 88FINALwith a Work Completion Date of 30 November 2008. The Contractor may incur costsagainst SLIN 100018 through 30 November 2008, but cannot bill for work against SLIN100018 after 30 November 2008. Invoicing for these costs may occur after 30November 2008.XXXXXX100019 81937477LLA :B4 97X4930. NH1J 000 77777 0 000164 2F 000000 G10006G11402Funding in support of TI-017 (Labor)MOD 09 FundingCumulative FundingMOD 10XXXXXXXXXXXXXXXXXXX100020 82591218LLA :A4 97X4930. NH1J 000 77777 0 000164 2F 000000 B1000CB10098Funding in support of TI-011 (Labor).XXXXXX100021 82623848LLA :A5 97X4930. NH1J 000 77777 0 000164 2F 000000 B1000CB10097Funding in support of TI-008 (Labor).MOD 10 FundingCumulative FundingMOD 11XXXXXXXXXXXXXXXXXXX100022 83011423LLA :B6 (B6) 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014GDIncremental funding in support of TI 005 (Labor).XXXXXX100023 83032586LLA :B5 (B5) 97X4930. NH1J 000 77777 0 000164 2F 000000 G11006G11402Incremental funding in support of TI 017 (Labor).XXXXXX100024 831180<strong>04</strong>LLA :B7 (B7) 97X4930.AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 S12126 MIPR9ADAV74313Standard Number: MIPR9ADAV74313 (AA)Incremental funding in support of TI 011 (Labor).XXXXXX100025 83190174LLA :B8 (B8) 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000DJ5A031Incremental funding in support of TI-016 (Labor).XXXXX300006 83032588LLA :B5 (B5) 97X4930. NH1J 000 77777 0 000164 2F 000000 G11006G11402Incremental funding in support of TI-017 (ODCs - Travel).XXXXXX300007 83220794LLA :B9 (B9) 97X4930.AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 S12126 MIPR9ADAV74314Standard Number: MIPR9ADAV74314 (AA)Incremental funding for TI-012 (ODCs - Radios, GPS & Support ODCs).MOD 11 FundingCumulative FundingMOD 12XXXXXXXXXXXXX


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE52 of 88FINALXXXXXX100026 83459468LLA :A8 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014FPFunding in support of TI-020 (Labor).XXXXXX100027 83459489LLA :A8 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014FPFunding in support of TI-019 (Labor).XXXXXX100028 83460347LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NFFunding in support of TI-0<strong>04</strong> (Labor).MOD 12 FundingCumulative FundingMOD 13XXXXXXXXXXXXXXXXXXXXX300007 83220794LLA :B9 (B9) 97X4930.AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 S12126 MIPR9ADAV74314Standard Number: MIPR9ADAV74314 (AA)Incremental funding for TI-012 (ODCs - Radios, GPS & Support ODCs). $ XXXX wasdeobligated from SLIN 300007 per request of the RTA on December 16, 2008. Thesefunds were intended for Labor, not ODCs.MOD 13 Funding -Cumulative FundingMOD 14XXXXXXXXXXXXXXXXXXX100029 83543303LLA :C1 97X4930.AA3A 65 0000 MAAV00.00VIND0 0 0000 2512 00 Z5WC00 15000 S12126 MIPR9ADAV71317 (AA)Standard Number: MIPR9ADAV71317 (AA)Funding in support of TI-013 (Labor).XXXXXX100030 90027367LLA :B9 (B9) 97X4930.AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 S12126 MIPR9ADAV74314Standard Number: MIPR9ADAV74314 (AA)Funding in support of TI-012 (Labor).XXXXXX100031 90068148LLA :C2 97X4930.AA3A 65 0000 MAAV00.00VIND0 0 0000 2512 00 Z5WC00 55A00 S12126 MIPR9ADAV75316 (AA)Standard Number: MIPR9ADAV75316 (AA)Funding in support of TI-012 (Labor).MOD 14 FundingCumulative FundingXXXXXXXXXXXXXMOD 15100032 90278981XXXXXXLLA :C3 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000DJ5A059 (AA)Base Year 2 funding in support of TI-016 (Labor).100033 90341437LLA :XXXXXX


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE53 of 88FINALC4 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000DJ5A071 (AA)Base Year 2 funding in support of TI-016 (Labor).XXXXXX100034 90373006LLA :A2 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014MR (AA)Base Year 2 funding in support of TI-0<strong>04</strong> (Labor).XXXXXX100035 90373016LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Base Year 2 funding in support of TI-0<strong>04</strong> (Labor).XXXXXX300008 90373019LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Base Year 2 funding in support of TI-0<strong>04</strong> (ODC).MOD 15 FundingCumulative FundingXXXXXXXXXXXXXMOD 16100036 90573588XXXXXXLLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Base Year 2 funding in support of TI-020 (Labor).XXXXXX300009 90573565LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Base Year 2 funding in support of TI-020 (ODC).XXXXXX300010 90573617LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Base Year 2 funding in support of TI-003 (ODC).MOD 16 FundingCumulative FundingMOD 17XXXXXXXXXXXXXXXXXXXXX100035 90373016LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Base Year 2 funding in support of TI-0<strong>04</strong> (Labor).XXXXXX100037 9079 8055LLA :B6 (B6) 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014GDIn support of TI 005XXXXXX100038 9079 8066LLA :A2 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014MR (AA)In support of TI 003XXXXXX100039 9079 8072LLA :A2 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014MR (AA)In support of TI 002XXXXXX100<strong>04</strong>0 9079 8081LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)In support of TI 0<strong>04</strong>300011 9079 7987LLA :XXXXXX


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE54 of 88FINALA1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)In support of TI 0<strong>04</strong>XXXXXX300012 9079 8<strong>04</strong>0LLA :A8 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014FPIn support of TI 0<strong>04</strong>MOD 17 FundingCumulative FundingMOD 18XXXXXXXXXXXXXXXXXXXX100025 83190174LLA :B8 (B8) 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000DJ5A031Incremental funding in support of TI-016 (Labor). NOTE: Mod 18 deobligated($ XXXXXX ) from SLIN 100025 on 4/23/09, per request of the RTA and subsequentconcurrence of the Prime Contractor, due to an error in the Long Line ofAccounting.XXXXXX100<strong>04</strong>1 90891514LLA :C5 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000DJ5A074 (AA)Funding in support of TI-016. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire 30 September 2009, or through the end date of the period ofperformance for CLIN 1000, whichever occurs first. Contractor may continue toinvoice after this date, but only for work performed up through and including 30September 2009.MOD 18 FundingCumulative FundingMOD 19XXXXXXXXXXXXXXXX100<strong>04</strong>2 91467755LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Incremental funding in support of TI-0<strong>04</strong> (Labor).XXXXXXXX300012 9079 8<strong>04</strong>0LLA :A8 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014FPFunding in support of TI 0<strong>04</strong> (ODCs). Note: Per request of the TOM/RTA, concurrencefrom the Contractor and validation from Vendor Pay, Mod 19 deobligated $ XXXXXXXfrom SLIN 300012. Original amount was $ . Revised new amount is $XXXXXXXXXXXXXXXXX300013 91059401LLA :C6 97X4930. AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 S12126 MIPR9FDAV74341 (AA)Standard Number: MIPR9FDAV74341 (AA)Funding in support of TI-014 (ODC funding for GPS Unit Repair).MOD 19 FundingCumulative FundingMOD 20XXXXXXXXXXXXXXXXXXX100<strong>04</strong>3 92032989LLA :B5 97X4930. NH1J 000 77777 0 000164 2F 000000 G11006G11402 (AA)Incremental funding in support of TI-017 (Labor).XXXXXX100<strong>04</strong>4 92245233LLA :C6 97X4930. AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 S12126 MIPR9FDAV74341 (AA)Standard Number: MIPR9FDAV74341 (AA)


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE55 of 88FINALIncremental funding in support of TI-009 (Labor).XXXXXX100<strong>04</strong>5 92245235LLA :C6 97X4930. AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 S12126 MIPR9FDAV74341 (AA)Standard Number: MIPR9FDAV74341 (AA)Incremental funding in support of TI-010 (Labor).XXXXXX100<strong>04</strong>6 92308688LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Funding in support of TI-0<strong>04</strong>.XXXXXX100<strong>04</strong>7 92308689LLA :B6 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014GD (AA)Funding in support of TI-005.XXXXXX100<strong>04</strong>8 92308691LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Funding in support of TI-003.XXXXXX100<strong>04</strong>9 92308955LLA :C7 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000DJ5A030 (AA)Funding in support of TI-016. Note: Non-NAVSEA O&MDA Funding. With regards toSLIN 100<strong>04</strong>9 (ACRN C7), 801 Authority is applicable. The Contractor may incur costsfor work performed against this SLIN for 365 days from effective date of abovemodification. The Contractor may continue to invoice after this date, but only forwork performed during this 365 day period.XXXXXX100050 92308959LLA :C3 97X4930. NH1J 000 77777 0 000164 2F 000000 J5000DJ5A059 (AA)Funding in support of TI-016. Original source of funding is OPN funds, which expire30 September 2011.XXXXXX100051 92319589LLA :C8 17918<strong>04</strong> 8B2B 252 WZS10 0 068342 2D 000000 12BZ0SWEFAC0 (AA)Standard Number: N0002409WXZ0377 (AA)Funding in support of TI-021. NAVSEA O&MN Funding - Note: With regards to SLIN100051 (ACRN C8), 801 Authority is not applicable. Funds expire on 30 September2009. The contractor may continue to invoice after this date, but only for workperformed up through and including 30 September 2009.XXXXX300014 92245226LLA :C6 97X4930. AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 S12126 MIPR9FDAV74341 (AA)Standard Number: MIPR9FDAV74341 (AA)Incremental funding in support of TI-009 (ODCs).XXXXX300015 92245231LLA :C6 97X4930. AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 S12126 MIPR9FDAV74341 (AA)Standard Number: MIPR9FDAV74341 (AA)Incremental funding in support of TI-010 (ODCs).XXXXXX300016 92319591LLA :C8 17918<strong>04</strong> 8B2B 252 WZS10 0 068342 2D 000000 12BZ0SWEFAC0 (AA)Standard Number: N0002409WXZ0377 (AA)Funding in support of TI-021. NAVSEA O&MN Funding - Note: With regards to SLIN300016 (ACRN C8), 801 Authority is not applicable. Funds expire on 30 September2009. The contractor may continue to invoice after this date, but only for workperformed up through and including 30 September 2009.


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE56 of 88FINALMOD 20 FundingCumulative FundingMOD 21XXXXXXXXXXXXXXXXXX100052 92181712LLA :C9 97X4930. NH1J 000 77777 0 000164 2F 000000 B0100DB1RC7B (AA)Funding in support of TI-015 (Labor – NON-NAVSEA WCF).XXXXXX100053 92585050LLA :D1 17918<strong>04</strong> 8D3D 253 SASLM 0 068342 2D 000000 13DW0NEC0W00 (AA)Standard Number: N0002409WX01636 (AA)Funding in support of TI-022 (Labor – NAVSEA O&MN Funds – Note: With regards toSLIN 100053 (ACRN D1), 801 Authority is applicable. The Contractor may incur costsfor work performed against this SLIN for 365 days from effective date of abovemodification. The Contractor may continue to invoice after this date, but only forwork performed during this 365 day period).XXXXXX100054 92609561LLA :B6 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014GD (AA)Funding in support of TI-0<strong>04</strong> (Labor – NON-NAVSEA Indirect Funds).MOD 21 FundingCumulative FundingMOD 22XXXXXXXXXXXXXXXXXXX100055 93098383LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Funding in support of TI-0<strong>04</strong> (Labor – Indirect Funding - WCF).XXXXXX100056 92585050LLA :D2 97X4930.AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 15000 MIPR0ADAV71307 S12126 (AA)Standard Number: MIPR0ADAV71307 (AA)Funding in support of TI-013 (Labor – Non-NAVSEA WCF).XXXXXX100057 92609561LLA :D3 97X4930. AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 MIPR0ADAV74302S12126 (AA)Standard Number: MIPR0ADAV74302 (AA)Funding in support of TI-011 (Labor – Non-NAVSEA WCF).XXXXXX100058 92609561LLA :D4 97X4930. AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 55A00 MIPR0ADAV75301S12126 (AA)Standard Number: MIPR0ADAV75301 (AA)Funding in support of TI-008 (Labor – Non-NAVSEA WCF).XXXXXX300017 93108705LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Funding in support of TI-0<strong>04</strong> (ODC – Indirect Funding - WCF).MOD 22 FundingCumulative FundingXXXXXXXXXXXXXMOD 23100059 93487823XXXXXXLLA :D5 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014CS (AA)Funding in support of TI-023 (Labor – Indirect Funding).


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE57 of 88FINALXXXXXX100060 93498062LLA :D6 97X4930. NH1J 000 77777 0 000164 2F 000000 B11207B014FP (AA)Funding in support of TI-026 (Labor – Indirect Funding).XXXXXX100061 93498286LLA :B6 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014GD (AA)Funding in support of TI-027 (Labor – Indirect Funding).XXXXXX100062 93498868LLA :D7 97X4930. NH1J 000 77777 0 000164 2F 000000 B0100DG23101 (AA)Funding in support of TI-025 (Labor – Original source of funding is Non-NAVSEAWeapons Procurement (WPN) – Funding expires 30 September 2011).XXXXXX100063 93499010LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Funding in support of TI-0<strong>04</strong> (Labor – Indirect Funding).XXXXX100064 93509661LLA :D8 97X4930. NH1J 000 77777 0 000164 2F 000000 J50000GJ5K27 (AA)Funding in support of TI-016 (Labor – Original source of funding is NAVSEA DefenseProcurement (PDA) – Funding expires 30 September 2012).XXXXXX100065 93509702LLA :D9 97X4930. NH1J 000 77777 0 000164 2F 000000 J50000GJ5K28 (AA)Funding in support of TI-016 (Labor – Original source of funding is Non-NAVSEADefense Operations and Maintenance (O&MDA) – Note: With regards to SLIN 100065(ACRN D9), 10 U.S.C. 2410 Authority (a.k.a. 801 Authority) does not apply. Fundsexpire on 30 September 2010. The contractor may continue to invoice after thisdate, but only for work performed up through and including 30 September 2010).XXXXXX100066 93553863LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Funding in support of TI-029 (Labor – Indirect Funding).XXXXXX300018 934982<strong>04</strong>LLA :A8 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014FP (AA)Funding in support of TI-026 (ODC – Indirect Funding).XXXXX300019 93499003LLA :B6 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014GD (AA)Funding in support of TI-027 (ODC – Indirect Funding).XXXXX300020 93553866LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Funding in support of TI-029 (ODC – Indirect Funding).MOD 23 FundingCumulative FundingXXXXXXXXXXXXXXMOD 24100067 00142863XXXXXXLLA :E1 97X4930. NH1J 000 77777 0 000164 2F 000000 B11006B11421 (AA)Funding in support of TI-017 (Labor – Indirect Funding).XXXXX300021 93487843LLA :D5 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014CS (AA)Funding in support of TI-023 (ODC – Indirect Funding).


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE58 of 88FINALMOD 24 FundingCumulative FundingMOD 25400001 00203632LLA :E2 97X4930. NH1J 000 77777 0 000164 2F 000000 B1000FB1RDHWFunding in support of TI-001 (Labor – Non-NAVSEA WCF) Note: With regards to SLIN400001 (ACRN E2), 10 U.S.C. 2410 Authority (a.k.a. 801 Authority) does not apply.Funds expire on 30 September 2010. The contractor may continue to invoice afterthis date, but only for work performed up through and including 30 September 2010.400002 00250545LLA :E3 97X4930. NH1J 000 77777 0 000164 2F 000000 J50000GJ5M11Funding in support of TI-016 (Labor – Non-NAVSEA WCF) Note: With regards to SLIN400002 (ACRN E3), 10 U.S.C. 2410 Authority (a.k.a. 801 Authority) does not apply.Funds expire on 30 September 2010. The contractor may continue to invoice afterthis date, but only for work performed up through and including 30 September 2010.400003 00250567LLA :E4 97X4930. NH1J 000 77777 0 000164 2F 000000 J50000GJ5M18Funding in support of TI-016 (Labor – Non-NAVSEA WCF) Note: With regards to SLIN400003 (ACRN E4), 10 U.S.C. 2410 Authority (a.k.a. 801 Authority) does not apply.Funds will expire for acceptance on 30 September 2010. All work will continueuntil completed. No extension is necessary for the use of Army Working CapitalFund (AWCF). AWCF is a non-expiring fund.4000<strong>04</strong> 00271712XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXE5 97X4930. NH1J 000 77777 0 000164 2F 000000 J6300FW40601Funding in support of TI-028 (Labor – Non-NAVSEA WCF) Note: With regards to SLIN4000<strong>04</strong> (ACRN E5), 10 U.S.C. 2410 Authority (a.k.a. 801 Authority) does not apply.Funds expire on 30 September 2010. The contractor may continue to invoice afterthis date, but only for work performed up through and including 30 September 2010.)MOD 25 FundingCumulative FundingMOD 26XXXXXXXXXXXXXXXXXX300022 00533422LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NFFunding in support of TI-029 (ODCs – Indirect funding does not expire)XXXXXX400005 00533402LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NFFunding in support of TI-029 (Labor – Indirect funding does not expire)XXXXXX400006 00533443LLA :E6 97X4930. NH1J 000 77777 0 000164 2F 000000 J50000GJ5M22Funding in support of TI-016 (Labor – Original source of funding is Non-NAVSEA ArmyWorking Capital Funding(AWCF)).MOD 26 FundingCumulative FundingXXXXXXXXXXXXXMOD 27300023 00630628XXXXXLLA :E8 97X4930 AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 MIPR0EDAV74303 S12126


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE59 of 88FINALStandard Number: MIPR0EDAV74303 (AA)Funding in support of TI-009 (ODCs – Non-NAVSEA WCF).XXXXX300024 00630630LLA :E8 97X4930 AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 MIPR0EDAV74303 S12126Standard Number: MIPR0EDAV74303 (AA)Funding in support of TI-010 (ODCs – Non-NAVSEA WCF).XXXXXX400007 00630626LLA :E7 97X4930 AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 15000 MIPR0EDAV71308 S12126Standard Number: MIPR0EDAV71308 (AA)Funding in support of TI-013 (Labor – Non-NAVSEA WCF).XXXXXX400008 00630631LLA :E8 97X4930 AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 MIPR0EDAV74303 S12126Standard Number: MIPR0EDAV74303 (AA)Funding in support of TI-010 (Labor – Non-NAVSEA WCF).XXXXXX400009 00630632LLA :E8 97X4930 AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 MIPR0EDAV74303 S12126Standard Number: MIPR0EDAV74303 (AA)Funding in support of TI-009 (Labor – Non-NAVSEA WCF).XXXXXX400010 00639742LLA :E9 97X4930 AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 51000 MIPR0EDAV75426 S12126Standard Number: MIPR0EDAV75426 (AA)Funding in support of TI-008 (Labor – Non-NAVSEA WCF).XXXXXX400011 00683203LLA :F1 97X4930 AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 MIPR0EDAV743<strong>04</strong> S12126Standard Number: MIPR0EDAV743<strong>04</strong> (AA)Funding in support of TI-011 (Labor – Non-NAVSEA WCF).XXXXXX400012 00711241LLA :F2 97X4930. NH1J 000 77777 0 000164 2F 000000 G51000GG5212Funding in support of TI-030. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire 30 September 2011, or through the end date of the period ofperformance for CLIN 4000, whichever occurs first. Contractor may continue toinvoice after this date, but only for work performed up through and including 30September 2011.MOD 27 FundingCumulative FundingMOD 28XXXXXXXXXXXXXXXXXXX400013 01848726LLA :E7 97X4930 AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 15000 MIPR0EDAV71308 S12126Standard Number: MIPR0EDAV71308 (AA)Funding in support of TI-013.XXXXXX400014 01848740LLA :F1 97X4930 AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 MIPR0EDAV743<strong>04</strong> S12126Standard Number: MIPR0EDAV743<strong>04</strong> (AA)


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE60 of 88FINALFunding in support of TI-011.XXXXXX400015 01848747LLA :E9 97X4930 AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 51000 MIPR0EDAV75426 S12126Standard Number: MIPR0EDAV75426 (AA)Funding in support of TI-008.MOD 28 FundingCumulative FundingMOD 29XXXXXXXXXXXXXXXXXX400016 02090921LLA :E5 97X4930. NH1J 000 77777 0 000164 2F 000000 J6300FW40601Funding in support of TI-028. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire 30 September 2010, or through the end date of the period ofperformance for CLIN 4000, whichever occurs first. Contractor may continue toinvoice after this date, but only for work performed up through and including 30September 2010.XXXXXX400017 02305671LLA :F3 17018<strong>04</strong> 8C2C 253 SASWS 0 068342 2D 000000 12C31SWE0310Standard Number: N0002410WX01497 (AA)Funding in support of TI-030. Note: 10 U.S.C. 2410a Authority is applicable. TheContractor may incur costs for work performed against this SLIN for 365 days fromeffective date of above modification. The Contractor may continue to invoice afterthis date, but only for work performed during this 365 day period. 2410a Authorityis only applicable if the Contractor performs on or before 20 September 2010.XXXXXX400018 02318054LLA :F4 21 0 2<strong>04</strong>0 0000 0 5Y 5Y10 643627E7900 2577 0JAA12 9DD580 MIPR0KDAVBD654 S19130RG<strong>04</strong>Standard Number: MIPR0KDAVBD654 (AA)Funding in support of TI-016. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire 30 September 2011, or through the end date of the period ofperformance for CLIN 4000, whichever occurs first. Contractor may continue toinvoice after this date, but only for work performed up through and including 30September 2011.XXXXXX400019 02465721LLA :F5 1791811 1317 310 WXWTZ 0 068342 2D 000000 23182900002AStandard Number: N0002410WX21<strong>04</strong>3 (AA)Funding in support of TI-030. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire 31 July 2016, or through the end date of the period of performance forCLIN 4000, whichever occurs first. Contractor may continue to invoice after thisdate, but only for work performed up through and including 31 July 2016.XXXXXX400020 02455483LLA :F6 1701507 31DM 325 VA0CM 0 068342 2D 000000 DM0010000000Standard Number: N0003010RC07005 (AA)Funding in support of TI-025. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire 30 September 2012, or through the end date of the period ofperformance for CLIN 4000, whichever occurs first. Contractor may continue toinvoice after this date, but only for work performed up through and including 30September 2012.XXXXXX400021 02560881LLA :B6 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014GDFunding in support of TI-027.XXXXXX400022 02560885LLA :A8 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014FP


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE61 of 88FINALFunding in support of TI-026.XXXXXX400023 02560896LLA :D5 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014CSFunding in support of TI-023.XXXXXX600001 02369701LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NFFunding in support of TI-0<strong>04</strong>.XXXXX600002 02455486LLA :F6 1701507 31DM 325 VA0CM 0 068342 2D 000000 DM0010000000Standard Number: N0003010RC07005 (AA)Funding in support of TI-025. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire 30 September 2012, or through the end date of the period ofperformance for CLIN 6000, whichever occurs first. Contractor may continue toinvoice after this date, but only for work performed up through and including 30September 2012.MOD 29 FundingCumulative FundingMOD 30XXXXXXXXXXXXXXXXXX400024 02802751LLA :F7 97X4930. NH1J 000 77777 0 000164 2F 000000 G51000GG5086Funding in support of TI-030.XXXXX400025 02802755LLA :L3 97X4930. NH1J 000 77777 0 000164 2F 000000 G51000GG5085Funding in support of TI-030.MOD 30 FundingCumulative FundingMOD 31XXXXXXXXXXXXXXXXXXX410001 02929085LLA :F8 97X4930. NH1J 000 77777 0 000164 2F 000000 19F307191411Funding in support of TI-023.XXXXXX410002 02929117LLA :F9 97X4930. NH1J 000 77777 0 000164 2F 000000 19F3071914FPFunding in support of TI-026.XXXXXX410003 02929157LLA :G1 97X4930. NH1J 000 77777 0 000164 2F 000000 19F3071914GDFunding in support of TI-027.XXXXXX4100<strong>04</strong> 03201648LLA :G2 97X4930.AA3A 65 0000 ZGA034U1000 001AA 2512 0 43712 M3<strong>04</strong>000 MIPR1ARMM30399 S12126Standard Number: MIPR1ARMM30399 (AA)Funding in support of TI-033.XXXXXX410005 03201680LLA :G3 97X4930.AA3A 65 0000 MAAV000000 001AA 2512 0 43752 M341000 MIPR1ARMM3<strong>04</strong>00 S12126Standard Number: MIPR1ARMM3<strong>04</strong>00 (AA)Funding in support of TI-032.


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE62 of 88FINALXXXXX610001 029291<strong>04</strong>LLA :F8 97X4930. NH1J 000 77777 0 000164 2F 000000 19F307191411Funding in support of TI-023.XXXXX610002 02929120LLA :F9 97X4930. NH1J 000 77777 0 000164 2F 000000 19F3071914FPFunding in support of TI-026.XXXXX610003 02929126LLA :G1 97X4930. NH1J 000 77777 0 000164 2F 000000 19F3071914GDFunding in support of TI-027.MOD 31 FundingCumulative FundingMOD 32 Funding 0.00Cumulative FundingMOD 33XXXXXXXXXXXXXXXXXXXXXXXXXX410006 02865741LLA :F6 1701507 31DM 325 VA0CM 0 068342 2D 000000 DM0010000000Standard Number: N0003010RC07005 (AA)Funding in support of TI-025. (ACRN increase) Note: 10 U.S.C. 2410a Authority doesNOT apply. Funds expire 30 September 2012, or through the end date of the periodof performance for CLIN 4100, whichever occurs first. Contractor may continue toinvoice after this date, but only for work performed up through and including 30September 2012.XXXXXX410007 03202114LLA :D5 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014CSIn support of TI 023. (ACRN increase)XXXXXX410008 03202115LLA :A8 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014FPIn support of TI 026. (ACRN increase)XXXXXX410009 03202116LLA :B6 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014GDIn support of TI 027. (ACRN increase)XXXXXX410010 03202117LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NFIn support of TI 029. (ACRN increase)XXXXXX410011 03401164LLA :G4 97X4930. NH1J 000 77777 0 000164 2F 000000 J59000HJ5M09In support of TI 016.Note: 10 U.S.C 2410a Authority does not apply. Funds expire 30 September 2011.The Contractor may continue to invoice after this date, but only for work performedup through and including 30 September 2011.XXXXXX410012 03559441LLA :G5 97X4930. NH1J 000 77777 0 000164 2F 000000 B12006B11402In support of TI 017.XXXXX6100<strong>04</strong> 03559442LLA :G5 97X4930. NH1J 000 77777 0 000164 2F 000000 B12006B11402In support of TI 017. (ACRN increase)


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE63 of 88FINALMOD 33 FundingCumulative FundingMOD 34XXXXXXXXXXXXXXXXXXX410013 10075643LLA :G6 97X4930. NC1A 000 81003 0 0001<strong>04</strong> 7T 000000 8PRL00200M1GStandard Number: N001<strong>04</strong>11RX10012 (AB)In support of TI 030.MOD 34 FundingCumulative FundingMOD 35XXXXXXXXXXXXXXXXXX410014 1<strong>04</strong>55178LLA :G7 97X4930. NH1J 000 77777 0 000164 2F 000000 J59000HJ5M29In support of TI 016.Note: 10 U.S.C 2410a Authority does not apply. Funds expire 30 September 2011.The Contractor may continue to invoice after this date, but only for work performedup through and including 30 September 2011.MOD 35 FundingCumulative FundingMOD 36XXXXXXXXXXXXXXXXXXX410015 10571595LLA :F9 97X4930. NH1J 000 77777 0 000164 2F 000000 19F3071914FPIn support of TI 026. (ACRN increase)XXXXXX410016 10751859LLA :G8 97X4930. NH1J 000 77777 0 000164 2F 000000 G51000HG6066Funding in support of TI 030.Note: 10 U.S.C. 2410a Authority does not apply. Funds expire on 30 September 2011or on the expire date of CLIN 4100, which ever comes first. The contractor maycontinue to invoice after this date, but only for work performed up through andincluding 30 September 2011 or on the expire date of CLIN 4100, which ever comesfirst.MOD 36 FundingCumulative FundingMOD 37XXXXXXXXXXXXXXXXXXX410017 11195615LLA :G9 97X4930. NH1J 000 77777 0 000164 2F 000000 J59006J52400In support of TI 016.MOD 37 FundingCumulative FundingMOD 38XXXXXXXXXXXXXXXXXXX410018 11173432LLA :G8 97X4930. NH1J 000 77777 0 000164 2F 000000 G51000HG6066In support of TI 030. (ACRN increase)Note: 10 U.S.C 2410a Authority does not apply. Funds expire 30 September 2011.The Contractor may continue to invoice after this date, but only for work performed


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE64 of 88FINALup through and including 30 September 2011.MOD 38 FundingCumulative FundingMOD 39XXXXXXXXXXXXXXXXXXX410019 11448601LLA :G9 97X4930. NH1J 000 77777 0 000164 2F 000000 J59006J52400Funding in support of TI-016. (ACRN increase)Note: Funds expire at the end date of the period of performance for CLIN 4100.Contractor may continue to invoice after this date, but only for work performed upthrough and including the end date of the period of performance for CLIN 4100.XXXXXX410020 11573660LLA :H1 97X4930. NH1J 000 77777 0 000164 2F 000000 19F3071914NFFunding in support of TI-029. Note: Funds expire at the end date of the period ofperformance for CLIN 4100. Contractor may continue to invoice after this date, butonly for work performed up through and including the end of the period ofperformance for CLIN 4100.XXXXX410021 11448547LLA :H2 97X4930. NH1J 000 77777 0 000164 2F 000000 J6310GJ7L011Funding in support of TI-028. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire 30 September 2011, or through the end date of the period ofperformance for CLIN 4100, whichever occurs first. Contractor may continue toinvoice after this date, but only for work performed up through and including 30September 2011.XXXXXX410022 11681464LLA :G5 97X4930. NH1J 000 77777 0 000164 2F 000000 B12006B11402Funding in support of TI-017. (ACRN increase)Funds expire at the end date of the period of performance for CLIN 4100.Contractor may continue to invoice after this date, but only for work performed upthrough and including the end of the period of performance for CLIN 4100.XXXXX610005 11573670LLA :H1 97X4930. NH1J 000 77777 0 000164 2F 000000 19F3071914NFFunding in support of TI-029. (ACRN increase)Note: Funds expire at the end date of the period of performance for CLIN 6100.Contractor may continue to invoice after this date, but only for work performed upthrough and including the end of the period of performance for CLIN 6100.XXXXX610006 11681474LLA :G5 97X4930. NH1J 000 77777 0 000164 2F 000000 B12006B11402Funding in support of TI-017. (ACRN increase)Note: Funds expire at the end date of the period of performance for CLIN 6100.Contractor may continue to invoice after this date, but only for work performed upthrough and including the end of the period of performance for CLIN 6100.MOD 39 FundingCumulative FundingMOD 40XXXXXXXXXXXXXXXXXXXX100026 83459468LLA :A8 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014FPFunding in support of TI-020 (Labor).XXXXXXX100036 90573588LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Base Year 2 funding in support of TI-020 (Labor).


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE65 of 88FINALXXXXXXX100053 92585050LLA :D1 17918<strong>04</strong> 8D3D 253 SASLM 0 068342 2D 000000 13DW0NEC0W00 (AA)Standard Number: N0002409WX01636 (AA)Funding in support of TI-022 (Labor – NAVSEA O&MN Funds – Note: With regards toSLIN 100053 (ACRN D1), 801 Authority is applicable. The Contractor may incur costsfor work performed against this SLIN for 365 days from effective date of abovemodification. The Contractor may continue to invoice after this date, but only forwork performed during this 365 day period).XXXXXX100054 92609561LLA :B6 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014GD (AA)Funding in support of TI-0<strong>04</strong> (Labor – NON-NAVSEA Indirect Funds).XXXXXXX100055 93098383LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Funding in support of TI-0<strong>04</strong> (Labor – Indirect Funding - WCF).XXXXXXX100063 93499010LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Funding in support of TI-014 (Labor – Indirect Funding). Note: Mod 23 incorrectlyassigned TI-14 to SLIN 100063. The correct TI number assigned to SLIN 100063 isTI-<strong>04</strong>. Mod 24 hereby corrects this error.XXXXXX300014 92245226LLA :C6 97X4930. AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 S12126 MIPR9FDAV74341 (AA)Standard Number: MIPR9FDAV74341 (AA)Incremental funding in support of TI-009 (ODCs).XXXXXX300015 92245231LLA :C6 97X4930. AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 S12126 MIPR9FDAV74341 (AA)Standard Number: MIPR9FDAV74341 (AA)Incremental funding in support of TI-010 (ODCs).XXXXXX300017 93108705LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Funding in support of TI-0<strong>04</strong> (ODC – Indirect Funding - WCF).XXXXXX300023 00630628LLA :E8 97X4930 AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 MIPR0EDAV74303 S12126Standard Number: MIPR0EDAV74303 (AA)Funding in support of TI-009 (ODCs – Non-NAVSEA WCF).XXXXXX300024 00630630LLA :E8 97X4930 AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 MIPR0EDAV74303 S12126Standard Number: MIPR0EDAV74303 (AA)Funding in support of TI-010 (ODCs – Non-NAVSEA WCF).XXXXXXX4100<strong>04</strong> 03201648LLA :G2 97X4930.AA3A 65 0000 ZGA034U1000 001AA 2512 0 43712 M3<strong>04</strong>000 MIPR1ARMM30399 S12126Standard Number: MIPR1ARMM30399 (AA)Funding in support of TI-033.XXXXXX410023 11670951LLA :H3 97X4930. NH1J 000 77777 0 000164 2F 000000 J59000HJ5Y06Funding in support of TI-016. Note: 10 U.S.C. 2410a Authority does NOT apply.


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE66 of 88FINALFunds expire 30 September 2013, or through the end date of the period ofperformance for CLIN 4100, whichever occurs first. Contractor may continue toinvoice after this date, but only for work performed up through and including 30September 2013.XXXXXX410024 11681538LLA :H4 97X4930. NH1J 000 77777 0 000164 2F 000000 B800071914FPFunding in support of TI-026. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire at the end date of the period of performance for CLIN 4100, whicheveroccurs first. Contractor may continue to invoice after this date, but only forwork performed up through and including the end date of the period of performancefor CLIN 4100.XXXXXX410025 11681546LLA :H5 97X4930. NH1J 000 77777 0 000164 2F 000000 B80007191411Funding in support of TI-023. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire at the end date of the period of performance for CLIN 4100, whicheveroccurs first. Contractor may continue to invoice after this date, but only forwork performed up through and including the end date of the period of performancefor CLIN 4100.XXXXXX410026 11681549LLA :H6 97X4930. NH1J 000 77777 0 000164 2F 000000 B800071914GDFunding in support of TI-027. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire at the end date of the period of performance for CLIN 4100, whicheveroccurs first. Contractor may continue to invoice after this date, but only forwork performed up through and including the end date of the period of performancefor CLIN 4100.XXXXXX410027 11681550LLA :H7 97X4930. NH1J 000 77777 0 000164 2F 000000 B800071914NFFunding in support of TI-029. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire at the end date of the period of performance for CLIN 4100, whicheveroccurs first. Contractor may continue to invoice after this date, but only forwork performed up through and including the end date of the period of performancefor CLIN 4100.XXXXXX410028 11811026LLA :H8 97X4930 AA3A 65 0000 MAAV0000IND0 0 0000 2512 43752 M341000 MIPR1CRMM30306 S12126Standard Number: MIPR1CRMM30306 (AA)Funding in support of TI-011. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire at the end date of the period of performance for CLIN 4100, whicheveroccurs first. Contractor may continue to invoice after this date, but only forwork performed up through and including the end date of the period of performancefor CLIN 4100.XXXXXX410029 11811035LLA :H9 97X4930.AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 43752 M315000 S12126Standard Number: MIPR1JRMM31336 (AA)Funding in support of TI-032. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire at the end date of the period of performance for CLIN 4100, whicheveroccurs first. Contractor may continue to invoice after this date, but only forwork performed up through and including the end date of the period of performancefor CLIN 4100.XXXXXX410030 11811<strong>04</strong>4LLA :H9 97X4930.AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 43752 M315000 S12126Standard Number: MIPR1JRMM31335 (AA)Funding in support of TI-013. (ACRN increase)Note: 10 U.S.C. 2410a Authority does NOT apply. Funds expire at the end date ofthe period of performance for CLIN 4100, whichever occurs first. Contractor maycontinue to invoice after this date, but only for work performed up through andincluding the end date of the period of performance for CLIN 4100.


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE67 of 88FINALXXXXXX410031 11937914LLA :J1 97X4930. NH1J 000 77777 0 000164 2F 000000 19F3071914KLFunding in support of TI-031. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire at the end date of the period of performance for CLIN 4100, whicheveroccurs first. Contractor may continue to invoice after this date, but only forwork performed up through and including the end date of the period of performancefor CLIN 4100.XXXXX410032 11927155LLA :J2 17118<strong>04</strong> 52FM 252 00052 0 068732 2D X001RH 610181ST407QStandard Number: N6101811WX001RH (AA)Funding in support of TI-026. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire 30 September 2011, or through the end date of the period ofperformance for CLIN 4100, whichever occurs first. Contractor may continue toinvoice after this date, but only for work performed up through and including 30September 2011.XXXXX410033 11959509LLA :J3 17118<strong>04</strong> 52FM 252 00052 0 068732 2D X002RH 61<strong>04</strong>01DE402QStandard Number: N61<strong>04</strong>011WX002RH (AA)Funding in support of TI-026. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire 30 September 2011, or through the end date of the period ofperformance for CLIN 4100, whichever occurs first. Contractor may continue toinvoice after this date, but only for work performed up through and including 30September 2011.XXXXX610007 11681545LLA :H4 97X4930. NH1J 000 77777 0 000164 2F 000000 B800071914FPFunding in support of TI-026. (ACRN increase)Note: 10 U.S.C. 2410a Authority does NOT apply. Funds expire at the end date ofthe period of performance for CLIN 6100, whichever occurs first. Contractor maycontinue to invoice after this date, but only for work performed up through andincluding the end date of the period of performance for CLIN 6100.XXXXX610008 11681547LLA :H5 97X4930. NH1J 000 77777 0 000164 2F 000000 B80007191411Funding in support of TI-023. (ACRN increase)Note: 10 U.S.C. 2410a Authority does NOT apply. Funds expire at the end date ofthe period of performance for CLIN 6100, whichever occurs first. Contractor maycontinue to invoice after this date, but only for work performed up through andincluding the end date of the period of performance for CLIN 6100.XXXXX610009 11681548LLA :H6 97X4930. NH1J 000 77777 0 000164 2F 000000 B800071914GDFunding in support of TI-027. (ACRN increase)Note: 10 U.S.C. 2410a Authority does NOT apply. Funds expire at the end date ofthe period of performance for CLIN 6100, whichever occurs first. Contractor maycontinue to invoice after this date, but only for work performed up through andincluding the end date of the period of performance for CLIN 6100.XXXXX610010 11681551LLA :H7 97X4930. NH1J 000 77777 0 000164 2F 000000 B800071914NFFunding in support of TI-029. (ACRN increase)Note: 10 U.S.C. 2410a Authority does NOT apply. Funds expire at the end date ofthe period of performance for CLIN 6100, whichever occurs first. Contractor maycontinue to invoice after this date, but only for work performed up through andincluding the end date of the period of performance for CLIN 6100.XXXXX610011 11937912LLA :J4 97X4930. NH1J 000 77777 0 000164 2F 000000 19F3071914KTFunding in support of TI-031. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire at the end date of the period of performance for CLIN 6100, whicheveroccurs first. Contractor may continue to invoice after this date, but only forwork performed up through and including the end date of the period of performance


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE68 of 88FINALfor CLIN 6100.MOD 40 FundingCumulative FundingMOD 41XXXXXXXXXXXXXXXXXXXX100026 83459468LLA :A8 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014FPFunding in support of TI-020 (Labor).XXXXXX100036 90573588LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Base Year 2 funding in support of TI-020 (Labor).XXXXXX100053 92585050LLA :D1 17918<strong>04</strong> 8D3D 253 SASLM 0 068342 2D 000000 13DW0NEC0W00 (AA)Standard Number: N0002409WX01636 (AA)Funding in support of TI-022 (Labor – NAVSEA O&MN Funds – Note: With regards toSLIN 100053 (ACRN D1), 801 Authority is applicable. The Contractor may incur costsfor work performed against this SLIN for 365 days from effective date of abovemodification. The Contractor may continue to invoice after this date, but only forwork performed during this 365 day period).XXXXX100054 92609561LLA :B6 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014GD (AA)Funding in support of TI-0<strong>04</strong> (Labor – NON-NAVSEA Indirect Funds).XXXXXX100055 93098383LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Funding in support of TI-0<strong>04</strong> (Labor – Indirect Funding - WCF).XXXXXX100063 93499010LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Funding in support of TI-014 (Labor – Indirect Funding). Note: Mod 23 incorrectlyassigned TI-14 to SLIN 100063. The correct TI number assigned to SLIN 100063 isTI-<strong>04</strong>. Mod 24 hereby corrects this error.XXXXX300014 92245226LLA :C6 97X4930. AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 S12126 MIPR9FDAV74341 (AA)Standard Number: MIPR9FDAV74341 (AA)Incremental funding in support of TI-009 (ODCs).XXXXX300015 92245231LLA :C6 97X4930. AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 S12126 MIPR9FDAV74341 (AA)Standard Number: MIPR9FDAV74341 (AA)Incremental funding in support of TI-010 (ODCs).XXXXX300017 93108705LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Funding in support of TI-0<strong>04</strong> (ODC – Indirect Funding - WCF).XXXXX300023 00630628LLA :E8 97X4930 AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 MIPR0EDAV74303 S12126Standard Number: MIPR0EDAV74303 (AA)Funding in support of TI-009 (ODCs – Non-NAVSEA WCF).300024 00630630XXXXX


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE69 of 88FINALLLA :E8 97X4930 AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 MIPR0EDAV74303 S12126Standard Number: MIPR0EDAV74303 (AA)Funding in support of TI-010 (ODCs – Non-NAVSEA WCF).XXXXXX4100<strong>04</strong> 03201648LLA :G2 97X4930.AA3A 65 0000 ZGA034U1000 001AA 2512 0 43712 M3<strong>04</strong>000 MIPR1ARMM30399 S12126Standard Number: MIPR1ARMM30399 (AA)Funding in support of TI-033.XXXXXX410034 11583962LLA :G8 97X4930. NH1J 000 77777 0 000164 2F 000000 G51000HG6066Funding in support of TI-030. (ACRN increase)Note: 10 U.S.C. 2410a Authority is applicable. Contractor may incur costs for workperformed against this SLIN for 365 days from the effective date of modification<strong>04</strong>1, or through the end date of the period of performance for CLIN 4100, whicheveroccurs first. Contractor may continue to invoice after the ending date, but onlyfor work performed during the applicable period.MOD 41 FundingCumulative FundingMOD 42XXXXXXXXXXXXXXXXXXXX100026 83459468LLA :A8 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014FPFunding in support of TI-020 (Labor).XXXXXXX100036 90573588LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Base Year 2 funding in support of TI-020 (Labor).XXXXXXX100053 92585050LLA :D1 17918<strong>04</strong> 8D3D 253 SASLM 0 068342 2D 000000 13DW0NEC0W00 (AA)Standard Number: N0002409WX01636 (AA)Funding in support of TI-022 (Labor – NAVSEA O&MN Funds – Note: With regards toSLIN 100053 (ACRN D1), 801 Authority is applicable. The Contractor may incur costsfor work performed against this SLIN for 365 days from effective date of abovemodification. The Contractor may continue to invoice after this date, but only forwork performed during this 365 day period).XXXXXX100054 92609561LLA :B6 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014GD (AA)Funding in support of TI-0<strong>04</strong> (Labor – NON-NAVSEA Indirect Funds).XXXXXXX100055 93098383LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Funding in support of TI-0<strong>04</strong> (Labor – Indirect Funding - WCF).XXXXXXX100063 93499010LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Funding in support of TI-014 (Labor – Indirect Funding). Note: Mod 23 incorrectlyassigned TI-14 to SLIN 100063. The correct TI number assigned to SLIN 100063 isTI-<strong>04</strong>. Mod 24 hereby corrects this error.XXXXXX300014 92245226LLA :C6 97X4930. AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 S12126 MIPR9FDAV74341 (AA)Standard Number: MIPR9FDAV74341 (AA)Incremental funding in support of TI-009 (ODCs).


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE70 of 88FINALXXXXXX300015 92245231LLA :C6 97X4930. AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 S12126 MIPR9FDAV74341 (AA)Standard Number: MIPR9FDAV74341 (AA)Incremental funding in support of TI-010 (ODCs).XXXXXX300017 93108705LLA :A1 97X4930. NH1J 000 77777 0 000164 2F 000000 B01007B014NF (AA)Funding in support of TI-0<strong>04</strong> (ODC – Indirect Funding - WCF).XXXXXX300023 00630628LLA :E8 97X4930 AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 MIPR0EDAV74303 S12126Standard Number: MIPR0EDAV74303 (AA)Funding in support of TI-009 (ODCs – Non-NAVSEA WCF).XXXXXX300024 00630630LLA :E8 97X4930 AA3A 65 0000 MAAV0000IND0 0 0000 2512 00 Z5WC00 41000 MIPR0EDAV74303 S12126Standard Number: MIPR0EDAV74303 (AA)Funding in support of TI-010 (ODCs – Non-NAVSEA WCF).XXXXXXX4100<strong>04</strong> 03201648LLA :G2 97X4930.AA3A 65 0000 ZGA034U1000 001AA 2512 0 43712 M3<strong>04</strong>000 MIPR1ARMM30399 S12126Standard Number: MIPR1ARMM30399 (AA)Funding in support of TI-033.MOD 42 FundingCumulative FundingMOD 43XXXXXXXXXXXXXXXXXXXXXX410024 11681538LLA :H4 97X4930. NH1J 000 77777 0 000164 2F 000000 B800071914FPFunding in support of TI-026. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire at the end date of the period of performance for CLIN 4100, whicheveroccurs first. Contractor may continue to invoice after this date, but only forwork performed up through and including the end date of the period of performancefor CLIN 4100.XXXXXX410035 12591622LLA :F9 97X4930. NH1J 000 77777 0 000164 2F 000000 19F3071914FPFunding in support of TI-026. (ACRN increase)Note: 10 U.S.C. 2410a Authority does NOT apply. Funds expire at the end date ofthe period of performance for CLIN 4100. Contractor may continue to invoice afterthis date, but only for work performed up through and including the end date of theperiod of performance for CLIN 4100.XXXXXX610007 11681545LLA :H4 97X4930. NH1J 000 77777 0 000164 2F 000000 B800071914FPFunding in support of TI-026. (ACRN increase)Note: 10 U.S.C. 2410a Authority does NOT apply. Funds expire at the end date ofthe period of performance for CLIN 6100, whichever occurs first. Contractor maycontinue to invoice after this date, but only for work performed up through andincluding the end date of the period of performance for CLIN 6100.XXXXX610012 12591661LLA :F9 97X4930. NH1J 000 77777 0 000164 2F 000000 19F3071914FPFunding in support of TI-026. (ACRN increase)Note: 10 U.S.C. 2410a Authority does NOT apply. Funds expire at the end date of


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE71 of 88FINALthe period of performance for CLIN 6100. Contractor may continue to invoice afterthis date, but only for work performed up through and including the end date of theperiod of performance for CLIN 6100.MOD 43 FundingCumulative FundingMOD 44XXXXXXXXXXXXXXXX610013 12521389LLA :J1 97X4930. NH1J 000 77777 0 000164 2F 000000 19F3071914KLFunding in support of TI 031.MOD 44 FundingCumulative FundingMOD 45XXXXXXXXXXXXXXXXXXX420001 1300238655LLA :J5 97X4930 NH1J 252 77777 0 050120 2F 000000 A00000973071Funding in support of TI-031. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire at the end date of the period of performance for CLIN 4200 or TI 031,whichever occurs first. Contractor may continue to invoice after this date, butonly for work performed up through and including the end date of the period ofperformance for CLIN 4200 or TI 031, whichever occurs first.MOD 45 FundingCumulative FundingMOD 46XXXXXXXXXXXXXXXXXXX420002 1300253422LLA :J6 97X4930 NH1J 252 77777 0 050120 2F 000000 A00001082181Funding in support of TI-016. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire 30 September 2012, or through the end date of the period ofperformance for CLIN 4200, whichever occurs first. Contractor may continue toinvoice after this date, but only for work performed up through and including 30September 2012 or the end date of the period of performance for CLIN 4200,whichever occurs first.XXXXXX420003 1300253692LLA :J7 97X4930 NH1J 252 77777 0 050120 2F 000000 A00001084377Funding in support of TI-016. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire 30 September 2012, or through the end date of the period ofperformance for CLIN 4200, whichever occurs first. Contractor may continue toinvoice after this date, but only for work performed up through and including 30September 2012 or the end date of the period of performance for CLIN 4200,whichever occurs first.MOD 46 FundingCumulative FundingMOD 47XXXXXXXXXXXXXXXXXXX4200<strong>04</strong> 1300265402LLA :J8 97X4930 NH1J 252 77777 0 050120 2F 000000 A00001164802Funding in support of TI-026. Note: 10 U.S.C. 2410a Authority does NOT apply. Fundsexpire at the end date of the period of performance for CLIN 4200 or the TI,whichever occurs first. Contractor may continue to invoice after this date, butonly for work performed up through and including the end date of the period ofperformance for CLIN 4200 or the TI, whichever occurs first.


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE72 of 88FINALMOD 47 FundingCumulative FundingMOD 48XXXXXXXXXXXXXXXXXXX420005 1300282<strong>04</strong>9LLA :J9 97X4930 NH1J 251 77777 0 050120 2F 000000 A00001275598Funding in support of TI-016. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire 31 December 2012, or through the end date of the period of performancefor CLIN 4200, whichever occurs first. Contractor may continue to invoice afterthis date, but only for work performed up through and including 31 December 2012.MOD 48 FundingCumulative FundingMOD 49XXXXXXXXXXXXXXXXXXX420006 1300286853LLA :K1 97X4930 NH1J 252 77777 0 050120 2F 000000 A10001299694Funding in support of TI-029. Note: 10 U.S.C. 2410a Authority does NOT apply. Fundsexpire 30 April 2013, or through the end date of the period of performance for CLIN4200, whichever occurs first. Contractor may continue to invoice after this date,but only for work performed up through and including 30 April 2013.XXXXX620001 1300286853LLA :K2 97X4930 NH1J 252 77777 0 050120 2F 000000 A00001299694Funding in support of TI-026. Note: 10 U.S.C. 2410a Authority does NOT apply. Fundsexpire 31 January 2013, or through the end date of the period of performance forCLIN 4200, whichever occurs first. Contractor may continue to invoice after thisdate, but only for work performed up through and including 31 January 2013.MOD 49 FundingCumulative FundingMOD 50XXXXXXXXXXXXXXXXXXXX420007 1300289485LLA :K3 17218<strong>04</strong> 8C2C 251 WS020 0 050120 2D 000000 A00001312323Funding in support of TI-030. Note: 10 U.S.C. 2410a Authority is applicable.Contractor may incur costs for work performed against this SLIN for 365 days fromthe effective date of modification 050, or through the end date of the period ofperformance for CLIN 4200, whichever occurs first. Contractor may continue toinvoice after the ending date, but only for work performed during the applicableperiod.XXXXXX420008 1300295608LLA :K4 17218<strong>04</strong> 8C2C 251 WS020 0 050120 2D 000000 A00001338487Funding in support of TI-030. Note: 10 U.S.C. 2410a Authority is applicable.Contractor may incur costs for work performed against this SLIN for 365 days fromthe effective date of modification 050, or through the end date of the period ofperformance for CLIN 4200, whichever occurs first. Contractor may continue toinvoice after the ending date, but only for work performed during the applicableperiod.MOD 50 FundingCumulative FundingMOD 51 FundingCumulative FundingMOD 52XXXXXXXXXXXXXXXXXXXXXXXXXX420009 1300302056LLA :XXXXX


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE73 of 88FINALK5 97X4930 NH1J 251 77777 0 050120 2F 000000 A00001378456Funding in support of TI-017. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire at the end date of the period of performance for CLIN 4200 or the TI,whichever occurs first. Contractor may continue to invoice after this date, butonly for work performed up through and including the end date of the period ofperformance for CLIN 4200 or the TI, whichever occurs first. (Source of funds -Indirect)XXXXXX420010 13003<strong>04</strong>673LLA :K6 97X4930 AA3A 065 0000 MAAV00 00 IND0 0 0000 2512 0 0 43752 M315000 S12126Standard Number: MIPR2LDAV35361 (AA)Funding in support of TI-013. Note: 10 U.S.C. 2410a Authority does NOT apply. Fundsexpire 31 January 2013, or through the end date of the period of performance forCLIN 4200, whichever occurs first. Contractor may continue to invoice after thisdate, but only for work performed up through and including 31 January 2013.XXXXXX420011 13003<strong>04</strong>673LLA :K7 97X4930 AA3A 065 0000 MAAV00 00 IND0 0 0000 2512 0 0 43752 M351100 S12126Standard Number: MIPR2LDAV35361 (AB)Funding in support of TI-013. Note: 10 U.S.C. 2410a Authority does NOT apply. Fundsexpire 31 January 2013, or through the end date of the period of performance forCLIN 4200, whichever occurs first. Contractor may continue to invoice after thisdate, but only for work performed up through and including 31 January 2013.MOD 52 FundingCumulative FundingMOD 53XXXXXXXXXXXXXXXXXXXXXX410028 11811026LLA :H8 97X4930 AA3A 65 0000 MAAV0000IND0 0 0000 2512 43752 M341000 MIPR1CRMM30306 S12126Standard Number: MIPR1CRMM30306 (AA)Funding in support of TI-011. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire at the end date of the period of performance for CLIN 4100, whicheveroccurs first. Contractor may continue to invoice after this date, but only forwork performed up through and including the end date of the period of performancefor CLIN 4100.MOD 53 FundingCumulative FundingMOD 54XXXXXXXXXXXXXXXXXXXXX420012 1300312574LLA :K8 97X4930 NH1J 252 77777 0 050120 2F 000000 A00001471834Funding in support of TI-029. Note: 10 U.S.C. 2410a Authority does NOT apply. Fundsexpire 30 April 2013. Contractor may continue to invoice after this date, but onlyfor work performed up through and including the end date of 30 April 2013. Fundsprovided to support the Facility Master Plan.MOD 54 FundingCumulative FundingMOD 55XXXXXXXXXXXXXXXXXXXX420013 1300315346LLA :K9 97X4930 NH1J 251 77777 0 050120 2F 000000 A0000149<strong>4146</strong>Funding in support of TI-016. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire 31 January 2013, or through the end date of the period of performancefor CLIN 4200, whichever occurs first. Contractor may continue to invoice afterthis date, but only for work performed up through and including 31 January 2013.


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE74 of 88FINALMOD 55 FundingCumulative FundingMOD 56XXXXXXXXXXXXXXXXXXX420014 1300324003LLA :L1 97X4930 NH1J 253 77777 0 050120 2F 000000 A00001542935Funding in support of TI-016. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire at the end date of the period of performance for CLIN 4200 or the TI,whichever occurs first. Contractor may continue to invoice after this date, butonly for work performed up through and including the end date of the period ofperformance for CLIN 4200 or the TI, whichever occurs first.XXXXX420015 1300325408LLA :L2 97X4930 NH1J 251 77777 0 050120 2F 000000 A00001553396Funding in support of TI-017. Note: 10 U.S.C. 2410a Authority does NOT apply. Fundsexpire 30 April 2013, or through the end date of the period of performance for CLIN4200, whichever occurs first. Contractor may continue to invoice after this date,but only for work performed up through and including 30 April 2013.MOD 56 FundingCumulative FundingMOD 57 Funding 0.00Cumulative FundingMOD 58 Funding 0.00Cumulative FundingMOD 59 Funding 0.00Cumulative FundingMOD 60XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX420005 1300282<strong>04</strong>900001LLA :J9 97X4930 NH1J 251 77777 0 050120 2F 000000 A00001275598Funding in support of TI-016. Note: 10 U.S.C. 2410a Authority does NOT apply.Funds expire 31 December 2012, or through the end date of the period of performancefor CLIN 4200, whichever occurs first. Contractor may continue to invoice afterthis date, but only for work performed up through and including 31 December 2012.MOD 60 FundingCumulative FundingXXXXXXXXXXXXXX


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE75 of 88FINALSECTION H SPECIAL CONTRACT REQUIREMENTSMANDATORY REQUIREMENTSSECURITY ADMINISTRATIONThe highest level of security required under this task order is SECRET as designated on DD Form 254 attachedhereto (see “Attachment 6 - Post Award DD Form 254” in Section J) and made a part hereof. The Commander,Defense Security Service (IOFSL), Director of Industrial Security, St. Louis Field Office, 11132 South TowneSquare, Suite 205, St. Louis, MO 63123-7818, is designated Security Administrator for the purpose ofadministering all elements of military security hereunder.GOVERNMENT FURNISHED PROPERTY (PERFORMANCE) (SEP 1990)(NAVSEA 5252.245-9108)The Government will provide only that property set forth below, notwithstanding any term or condition of thiscontract to the contrary. Upon Contractor's written request to the cognizant Contracting Officer's Representative(COR), via the cognizant Procuring Contract Office (NSWC Crane), the Government will furnish the following foruse in the performance of this contract: *To be identified upon issuance of Technical Instruction (TI).TECHNICAL INSTRUCTIONS (MAY 1993) (NAVSEA 5252.242-9115(a) Performance of the work hereunder shall be subject to written technical instructions/technical direction letterssigned by the Contracting Officer's Representative (COR) specified in Section G of this contract. As used herein,technical instructions/technical direction letters are defined to include the following:(1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift work emphasis, fill in detailsor otherwise serve to accomplish the contractual statement of work.(2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications or technical portions ofwork description.(b) Technical instructions must be within the general scope of work stated in the contract. Technical instructionsmay not be used to:(1) assign additional work under the contract;(2) direct a change as defined in the "CHANGES" clause of this contract;(3) increase or decrease the contract price or estimated contract amount (including fee), as applicable, the level ofeffort, or the time required for contract performance; or(4) change any of the terms, conditions or specifications of the contract.(c) If, in the opinion of the Contractor, any technical instruction/technical direction letters calls for effort outside thescope of the contract or is inconsistent with this requirement, the Contractor shall notify the Procuring ContractingOfficer (NSWC Crane) in writing within ten (10) working days after the receipt of any such instruction. TheContractor shall not proceed with the work affected by the technical instruction/technical direction letter unless anduntil the Contractor is notified by the Procuring Contracting Officer (NSWC Crane) that the technicalinstruction/technical direction letter is within the scope of this contract.(d) Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performing that portion ofthe contractual work statement, which is not affected by the disputed technical instruction/technical direction letter.CONFORMANCE WITH THE ENVIRONMENTAL MANAGEMENT SYSTEMThe Contractor shall perform work under this contract, at the installation or at the Contractor site, consistent withthe policy and objectives identified in the installation's Environmental Management System (EMS) and applicable


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE76 of 88FINALrules and regulations provided to the contractor as Government Furnished Information (GFI). The Contractor shallperform work in a manner that conforms to objectives and targets, environmental programs and operational controlsidentified by the EMS. The Contractor shall provide monitoring and measurement information as required by theEMS coordinator (Environmental Protection Manager) to address environmental performance relative toenvironmental, energy, and transportation management goals.In the event an EMS nonconformance or environmental noncompliance associated with the contracted services,tasks, or actions occurs, the Contractor shall be responsible for coordinating with the installation's EnvironmentalProtection office on proposed corrective and/or preventive actions and for completing all corrective/preventive actionsas required by the EMS coordinator or the Environmental Protection Office. In addition, the Contractor shall ensureits employees are aware of their roles and responsibilities under the EMS and Environmental laws and regulations,and how these EMS roles and responsibilities affect work performed under the contract.The Contractor shall be responsible for ensuring their employees receive applicable environmentaland occupational health and safety training, and maintain regulatory-required specific training forthe type of work to be conducted. All Contractor personnel, and their subcontractor personnel,performing tasks that have the potential to cause an environmental impact shall be competent onthe basis of appropriate education, training or experience. Upon contract award, the Governmentwill provide EMS Awareness and Environmental Awareness training on CD to the Contractor. Thecontractor shall provide the EMS coordinator with all training records required by the EMScoordinator or the Environmental Protection Office (including but not limited to EMS training, wastewater treatment certifications, asbestos certifications, etc.) for all contractor personnel andsubcontractor personnel within 30 days prior to performance or at time of contract award whichevercomes first and annually thereafter. The installation EMS Coordinator will retain associated records.H20S INSURANCE - WORK ON A GOVERNMENT INSTALLATIONThe following types of insurance are required in accordance with the clause entitled, Insurance - Work On AGovernment Installation (FAR 52.228-5), and shall be maintained in the minimum amounts shown:(1) Comprehensive General Liability: $200,000 per person and $500,000 per accident for bodily injury.(2) Automobile Insurance: $200,000 per person and $500,000 per accident for bodily injury and $20,000 peraccident for property damage.(3) Standard Workmen's Compensation and Employer's Liability Insurance (or, where maritime employment isinvolved, Longshoremen's and Harbor Worker's Compensation Insurance) in the minimum amount of $100,000.ALLOTMENT OF FUNDS (MAY 1993) (NAVSEA 5252.232-91<strong>04</strong>)(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:* Refer to "SECTION G – CONTRACT ADMINISTRATION DATA"H30S LIMITATION OF LIABILITY - INCREMENTAL FUNDING (JUN 20<strong>04</strong>)This task order is incrementally funded and the amount currently available for payment hereunder is limitedto $ XXXXXXXXX inclusive of fee, profit and all other charges. The clause entitled, Limitation of Funds (FAR52.232-22), XXXX applies. The Government is not obligated to reimburse the Contractor for costs incurred in excessof $ XXXXXXXXX unless additional funds are made available and are incorporated as a modification to this taskorder. XXXX


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE77 of 88FINALH81S TRAVEL COSTS AND RESPONSIBILITIES(a) Performance under this task order may require travel by contractor personnel. If travel, domestic or overseas, isrequired, the Contractor shall be responsible for making all needed arrangements for his personnel. This includes,but is not limited to, medical examinations; immunizations; passports, visas, etc. and security clearances. If anywork will take place on a U.S. Navy vessel, the Contractor shall obtain boarding authorization for all contractorpersonnel from the Commanding Officer of the vessel. Authorization shall be obtained prior to boarding.(b) The Government will reimburse the Contractor for allowable travel costs incurred by the Contractor inperformance of the task order in accordance with FAR subpart 31.2 or 31.3 as applicable.H83S SERVICE CONTRACT ACT WAGE DETERMINATION (JUN 20<strong>04</strong>)The applicable Service Contract Act Wage Determinations by the Secretary of Labor are provided as attachments inSection J.HC25S ACCESS TO GOVERNMENT SITE (JUN 20<strong>04</strong>)(a) Contractor personnel shall comply with all current badging and security procedures required to gain access to anyGovernment site. The Contractor shall ensure that Contractor personnel employed on any Government site becomefamiliar with and obey Activity regulations. Contractor personnel shall not enter restricted areas unless required todo so and until cleared for such entry. The Contractor shall request permission to interrupt any activity roads orutility services in writing a minimum of 15 calendar days prior to the date of interruption. Contractor personnelshall bear personal protective equipment in designated areas. All contractor equipment shall be conspicuouslymarked for identification. The contractor shall strictly adhere to Federal Occupational Safety and Health Agency(OSHA) Regulations, Environmental Protection Agency (EPA) Regulations, and all applicable state and localrequirements.HG10S CONTRACTUAL AUTHORITY AND COMMUNICATIONS (JUN 20<strong>04</strong>)(a) Except as specified in subparagraph (b) below, no order, statement, or conduct of any Government personnel whovisit the Contractor's facilities or in any other manner communicates with Contractor personnel during theperformance of this task order shall constitute a change under the Changes clause of this task order.(b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issuedin writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part ofthis task order.(c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this taskorder and, notwithstanding provisions contained elsewhere in this task order, the said authority remains solely theContracting Officer's. In the event the contractor effects any change at the direction of any person other than theContracting Officer, the change will be considered to have been made without authority and no adjustment will bemade in the task order price to cover any increase in charges incurred as a result thereof.HP10S OPTION TO EXTEND THE TERM OF THE TASK ORDERThis task order is renewable at the prices stated in Section B of the Contractor's proposal, at the option of theGovernment. The Contracting Officer shall give written notice, to the Contractor, of Award Term I renewal within730 days from effective date of task order award, within 1,095 days from effective date of task order award for AwardTerm II renewal, and within 1,460 days from effective date of task order award for Award Term III. Such apreliminary notice of intent to renew shall not be deemed to commit the Government to renewals. If the Governmentexercises these options for renewal, the task order as renewed shall be deemed to include this option provisionhowever, the total duration of this task order, including the exercise of any options under this clause shall not exceed60 months.WORK WEEK


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE78 of 88FINAL(a) A portion of the effort under this contract will be performed on a Government installation. The normal work weekshall be Monday through Friday for all straight time worked. No deviation in the normal workweek will bepermitted without express advance approval in writing by the designated Ordering Officer with coordination of theusing departments. In the event that the contractor fails to observe such normal work week, any costs incurred by theGovernment resulting therefrom, shall be chargeable o the contractor. Work on Center shall be performed during thenormal work hours at that location unless differing hours are specified on the individual delivery orders. Forpurposes of scheduling personnel, the contractor is hereby advised that the Government Installation will observeFederal Government holidays (see table below). The contractor is further advised that access to the Governmentinstallation may be restricted on these holidays.New Year’s DayWashington’s BirthdayIndependence DayColumbus DayThanksgiving DayBirthday of Martin Luther King Jr.Memorial DayLabor DayVeterans DayChristmas Day(b) In the event any of the above holidays occur on a Saturday or a Sunday, then such holiday shall be observed bythe Contractor in accordance with the practice as observed by the assigned Government employees at the usingactivity.(c) In the event the Contractor is prevented from performance as the result of an Executive Order or an administrativeleave determination applying to the using activity, such time may be charged to leave or indirect charges inaccordance with the company policy.CONTRACTOR'S PROPOSAL (NAVSEA) (SEP 1990)(a) Performance of this contract by the Contractor shall be conducted and performed in accordance with detailedobligations to which the Contractor committed itself in a Proposal dated August 16, 2007 in response to NSWCCrane Solicitation No. N00024-07-R-3434.(b) The technical volume(s) of the Contractor's proposal is incorporated by reference and hereby made subject to theprovisions of the "ORDER OF PRECEDENCE" (FAR 52.215-08) clause of this contract. Under the "ORDER OFPRECEDENCE" clause, the technical volume of the Contractor's proposal referenced herein is hereby designated asitem (f) of the clause following "The specifications" in order of precedence.AWARD TERM CLAUSEIn addition to the terms set forth in the Task Order (TO), the contractor may earn an extension or reduction to theTO period from a minimum of 2 years to a maximum of 5 years on the basis of performance during the evaluationperiods. The contractor will be evaluated for the first 19 months of performance, with extensions orreductions beginning in the third year. There will be three (3) total evaluations, as noted in Table-1below. The task order period of performance consists of one 2-year base period and three1-year Award Terms, beginning 9/21/2007 and ending 9/20/2012.Table 1 – Evaluation Scoring CriteriaEvaluationNumber1*EvaluationPerformed (Months)Months 1 thru 19(9/21/2007 – 4/20/2009 )PointsEarned5 - 1718 – 30Base Year (BY) and Award-Term (AT) Earned(Period of Performance)BY’s 1 & 2 Only(9/21/2007 thru 9/20/2009)BY’s 1 & 2 and AT1 (Year 3)(9/21/2007 thru 9/20/2010)2Months 20 thru 31(4/21/2009 – 4/20/2010)5 - 24 BY’s 1 & 2 and AT1 (Year 3) Only(9/21/2007 thru 9/20/2010)BY’s 1 & 2 and AT’s 1 thru 2 (Years 3 and 4)25 - 30(9/21/2007 thru 9/20/2011)


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE79 of 88FINAL3Months 32 thru 43(4/21/2010 – 4/20/2011)5 - 2627 – 30BY’s 1 & 2 and AT’s 1 thru 2 (Years 3 and 4)Only(9/21/2007 thru 9/20/2011)BY’s 1 & 2 and AT’s 1 thru 3 (Years 3 thru 5)(9/21/2007 thru 9/20/2012)The contractor can earn a minimum of 5 points and a maximum of 30 points per evaluationperiod. Each evaluation period will be separate from the others. Points earned in one evaluationperiod will not be counted towards the cumulative points of the next evaluation period. The firstevaluation period will be from date of award through 19 months following the date of award, withsubsequent evaluations being conducted every 12 months thereafter.Evaluation Period 1If the contractor scores less than 18 points (e.g., 5 points to 17 points) for performance during the first19 months of the basic order period, Award Term 1 (AT1) will not be awarded, and the TO will end at theconclusion of Base Year 2 (BY2).If the contractor scores between 18 points and 30 points for performance during the first 19 months of the basicorder period, AT1 will be awarded, and the TO will end at the conclusion of AT1, unless the contractor earnsAward Term 2 (AT2).Evaluation Period 2If the contractor scores less than 25 points (e.g., 5 points to 24 points) for performance during the12-month period beginning the 20th month through the 31st month of the basic order period, AT2 willnot be awarded, and the TO will end at the conclusion of AT1.If the contractor scores between 25 points and 30 points for performance during the 12-month period beginning the20th month following award of the TO through the 31st month of the basic order period, AT2 will be awarded,and the TO will end at the conclusion of AT2, unless the contractor earns Award Term 3 (AT3).Evaluation Period 3If the contractor scores less than 27 points (e.g., 5 points to 26 points) for performance during the 12-monthperiod beginning the 32nd month through the 43rd month of the basic order period, AT3 will not be awarded,and the TO will end at the conclusion of AT2.If the contractor scores between 27 points and 30 points for performance during the 12-month period beginning the32nd month following award of the TO through the 43rd month of the basic order period, AT3 will be awarded,and the TO will end at the conclusion of AT3.The following timeline is provided for illustration purposes (see Section J, Attachment 5 - AwardTerm Clause Timeline).Points are awarded during each evaluation period of the TO on the basis of how the contractor hasperformed against the predetermined criteria. The TO period is then extended or reduced to reflectthis assessment. The time specified for period of evaluation will ensure the Government hassufficient time to solicit and award a new TO, should the contractor not earn a BY or AT.(a) Award Term. The award-term concept is an incentive that permits extension of the TO periodbeyond the base Period of Performance (PoP) for superior performance or reduction of the TO POPbecause of poor performance.(b) Term Points. Points are earned during each evaluation period on the basis of the contractor's performance. Thecontractor must earn a minimum of 18 points in the first evaluation period; a minimum of 25 points in the secondevaluation period, and a minimum of 27 points each for the third evaluation period for an additional 12


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE80 of 88FINALto 17 month term extension. For example, if the contractor earns less than 18 points in the first evaluationperiod, they will lose the third year of the basic ordering period.(c) Monitoring of Performance. The contractor’s performance will be continually monitored by thePerformance Evaluators (PE’s)/Requiring Technical Activity (RTA) whose findings are reported to theAward-Term Evaluation Team (ATET). The ATET provides recommendations to the TermDetermining Official (TDO), who makes the final decision on the base period or award-term amountson the basis of the contractor's performance during the specified evaluation periods.(d) Award-Term Plan. The evaluation criteria, the associated points, and the associated award-termextensions or reductions are specified in the award-term plan.(e) Modification of Award-Term Plan. Changes may be made to the award-term plan at any timeduring TO performance, provided both parties agree to all changes. If agreement cannot bereached on all changes, the most recent agreed upon award-term plan will remain in effect.(f) Self-Evaluation. The contractor will submit to the KO and COR, within 5 working days after theend of each award-term evaluation period, a brief written self-evaluation of its performance for thatperiod. This self-evaluation shall be limited to 5 pages, and will follow the format of the AwardTerm Plan Rating Chart. It will be used in the ATET's evaluation of the contractor's performanceduring this period.(g) Disputes. Decisions regarding the award term, including but not limited to, the amount of theaward term, if any; the methodology used to calculate the award term; calculation of the awardterm; the supplier's entitlement to the award term; and the nature and success of the contractor'sperformance, are made by the TDO. These decisions are final and are not subject to dispute.(h) Award-Term Extension. The TO period may be modified to reflect the TDO decision. The totalTO ordering period, including extensions under this clause, will not exceed 5 years, or the timeremaining on the contractor’s SeaPort-e contract, including exercised award-terms. The award-termprovision must be included in the solicitation and resulting TO. If at any time the contract perioddoes not extend more than two years from the TDO decision, the operation of the award-termprovision will cease and the ordering period will not extend beyond the term set at that time.AWARD TERM PLAN1.0 INTRODUCTIONAward-term contracting is a tool used to promote efficient, quality contractor performance.Award-term contracting should be used when there are specific performance metrics which can beidentified and known objectives can be measured. The award-term process should be used when along-term business relationship is of value to the Government and the contractor, and the expectedoutcome is known upfront. The Award-Term Plan sets the basis for evaluating the contractor’sperformance and for presenting an assessment of that performance to the Term-Determining Official(TDO). All decisions regarding the award-term points, the methodology used to calculateaward-term points, the contractor’s entitlement to the points and the nature and success of thecontractor’s performance are final and are not subject to dispute. The award term, if earned, will beprovided to the contractor via contract modification. Specific criteria and procedures used to assessthe contractor’s performance, and for determining whether or not additional base years oraward-terms are earned, are described herein.2.0 ORGANIZATION.The award-term evaluation team consists of the Term Determining Official (TDO), the Contracting


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE81 of 88FINALOfficer's Representative (COR), Requiring Technical Activity (RTA)/Performance Evaluators (PE’s)and the Contracting Officer (KO).3.0 RESPONSIBILITIES.a. Term-Determining Official (TDO). The TDO will be the manager of the Code or Codes for whichthe requirement is supporting. The TDO shall approve the award-term plan and any significantchanges to it. The TDO is responsible for review of the COR’s recommendation, shall consider allpertinent data, and determine the award-term points for each evaluation period.b. Contracting Officer's Representative (COR). The COR is responsible for obtaining andreviewing performance evaluations submitted by the PE’s, and for reviewing the contractor’sself-evaluation. The COR shall consider all information from pertinent sources; shall prepare aninterim performance report; and arrive at the earned award-term point recommendation, to bepresented to the TDO. An initial assessment of the contractor’s performance will be done at theconclusion of the first 19 months of performance, with subsequent evaluation being conductedevery twelve months thereafter. The COR may suggest recommended changes to the Award TermPlan, which will be considered by the TDO for incorporation or modification into the plan.c. Performance Evaluators (PE’s)/Requiring Technical Activity (RTA). PE’s will be responsible formaintaining written records of the contractor’s performance in their assigned evaluation area so thata fair and accurate evaluation is obtained. PE’s may provide informal feedback of contractorperformance at any time, but must prepare written interim and end-of-term evaluation reports(Award Term Plan Rating Chart), as directed by the COR .d. Contracting Officer (KO). The KO is responsible for overseeing the contractor’s performance withregards to all contractual issues. The KO is the liaison between the contractor and governmentpersonnel. The KO may issue a written notice to the contractor when areas of performance presentgovernment concern. The KO shall approve any changes to the Award Term Plan. Subsequent tothe TDO decision, the KO will modify the task order period of performance (PoP), if necessary, toreflect the TDO’s decision.4.0 AWARD-TERM PROCESS.a. Evaluation Points. Points are awarded during each evaluation period of the TO on the basis ofhow the contractor has performed against the predetermined criteria. The TO period is thenextended or reduced to reflect this assessment. The time specified for period of evaluation willensure the Government has sufficient time to solicit and award a new TO, should the contractor notearn a Base Year (BY) or Award Term (AT). The contractor must score between 18 points and 30points for performance during the first 19 months of the basic order period to secure AT1 (Year 3).The contractor must score between 25 points and 30 points for performance during the 12-monthperiod beginning the 20th month following award of the TO through the 31st month of the basicorder period to secure AT2 (Year 4). The contractor must score between 27 points and 30 points forperformance during the 12-month period beginning the 32nd month following award of the TOthrough the 43rd month of the basic order period to secure AT3 (Year 5).b. Evaluation Criteria. If the KO does not give specific notice in writing to the contractor of anychange to the evaluation criteria prior to the start of a new evaluation period, then the same criterialisted for the preceding period will be used in the following award-term evaluation period.Modifications to the plan shall take effect in the next evaluation period. Unless otherwise specified,the Award Term Plan Rating Chart will be used as the evaluation criteria.c. Interim Evaluation Process. An Interim evaluation will be conducted at the conclusion of the


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE82 of 88FINALfirst 19 months of performance for the base period. At the discretion of the TDO, Interimevaluations may take place more frequently. The COR will notify the PE’s 14 calendar days beforethe midpoint of the evaluation period. PE’s are required to submit their evaluation reports tothe COR 21 calendar days after this notification. The COR determines the evaluation results andnotifies the KO of the strengths and weaknesses for the current evaluation period. The KO shallissue letters at any other time when it is deemed necessary to highlight areas of governmentconcern.d. End-of-Evaluation-Period. The COR notifies the PE’s 14 calendar days before the end of theevaluation period. The PE’s prepare and submit a written evaluation report (Award Term PlanRating Chart) to the COR within 14 calendar days after the end of the evaluation period. The CORshall review the PE’s written evaluation(s), and submit a summary evaluation (also in the form of theAward Term Plan Rating Chart) to the KO. The contractor shall prepare a self-assessment of theirperformance and submit it to the KO within 5 working days after the end of the evaluation period.The contractor’s self-assessment may contain any information that could be reasonably expected toassist in determining the final performance assessment score, and shall address, at a minimum, thecriteria noted in the Award Term Plan Rating Chart. The Contractor’s self assessment shall alsoinclude their Small Business goals and actuals for the evaluation period. The self-assessment maynot exceed 15 pages. The COR prepares an evaluation report and recommendation regardingearned or unearned award-term points. The COR briefs the TDO on the evaluation results andrecommendation within 30 calendar days after the end of the evaluation period. The TDOdetermines the overall award-term points for the evaluation period within 45 calendar days aftereach evaluation period. The TDO shall issue a letter (email okay) to the KO informing the KO ofthe earned Award Term Points and the total cumulative points. If sufficient award term-points areearned, the KO will issue a Letter of Award, followed by contract modification within 15 calendardays after the TDO’s decision has been made. The modification will authorize an award extensionor reduction based on the earned or unearned award-term points. The contractor is given anopportunity to address the performance evaluations. Contractor rebuttal must be received within 20days after the end of the evaluation period.5.0 AWARD-TERM PLAN CHANGE PROCEDURES.Proposed changes to the award-term plan shall be bilateral. If either party desires a change to theaward-term plan and a mutual agreement cannot be reached, the most recent agreed uponaward-term plan will remain in effect.H-XX NOTIFICATION CONCERNING DETERMINATION OF SMALL BUSINESS SIZE STATUSFor the purposes of FAR clauses 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE, 52.219-3,NOTICE OF TOTAL HUBZONE SET-ASIDE, 52.219-18, NOTIFICATION OF COMPETITION LIMITED TOELIGIBLE 8(A) CONCERNS, and 52.219-27 NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNEDSMALL BUSINESS SET-ASIDE, the determination of whether a small business concern is independently ownedand operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified asa small business under the size standards in this solicitation, and further, meets the definition of a HUBZone smallbusiness concern, a small business concern certified by the SBA for participation in the SBA’s 8(a) program, or aservice disabled veteran-owned small business concern, as applicable, shall be based on the status of said concern atthe time of award of the SeaPort-e MACs and as further determined in accordance with Special Contract RequirementH-19.RAPIDGate NSA/NSWC CRANE INSTALLATION ACCESS . . . . . . .(May 2012)If this contract includes the clause "FAR 52.2<strong>04</strong>-9 Personal Identity Verification of Contractor Personnel" or willotherwise require frequent access to NSA/NSWC Crane site, the Contractor shall consider taking advantage of thebenefits available from the following RAPIDGate program:


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE83 of 88FINALNSA/NSWC Crane is implementing the Navy Commercial Access Control System (NCACS) projects.The NCACS is the standard identity management and perimeter installation access control solutionfor the access management of vendors, contractors, suppliers and service providers who are notauthorized a Common Access Card (CAC). The rationale for implementation of this system is toincrease security while reducing impacts to the contractor community by improving efficiencies forbase entry.The new protocol being implemented to fulfill this NCACS requirement is the RAPIDGate system.The system meets Presidential Directive (HSPD-12) requirements by providing background checks ofcontractor personnel. A personal badge that affords base access (and/or multiple base access) forone year will be issued to each Contractor employee that meets background check criteria. WhileContractors are not required to participate in this program, those Contractors who choose not toparticipate will be required to obtain daily passes for base access.There are costs for contractors to participate in the RAPIDGate program which include a fee for theContractor’s form and a fee per Contractor employee. Costs to participating Contractor’s arerecaptured through increased productivity of their employees due to the reduction in waiting timesat the Pass and Identification Office and Entry Control Point (ECP). Costs shall not be directlybilled to the Government. The costs to participate in the RAPIDGate program are identified in thetable below.A Government Sponsor is required to validate a Contractor’s request for RAPIDGate access, andshall be the Contracting Officer’s Representative (COR). If there is no COR, then the GovernmentSponsor is the Contracting Officer (KO).The Government does not guarantee the contractor’s successful enrollment or the successfulenrollment of any contractor employees in the RAPIDGate program. Significant delays may resultfrom choosing to access the installation by obtaining a one day pass. The Government will not beheld responsible for any access delays associated with using the daily pass process. Please addressany questions or concerns regarding RAPIDGate to the COR or the local Base Security Officepersonnel listed below.NSA/NSWC Crane RAPIDGate Primary Program Point of Contact is Jon Thomas, and can bereached at Jon.M.Thomas@Navy.mil or at 812-854-5624. NSA/NSWC Crane RAPIDGateSecondary Program Point of Contact is Larry Patterson, and can be reached atLarry.Patterson@Navy.mil or 812-854-5642.Additional information is available at http://www.rapidgate.com/rapidgateRAPIDGate Pricing—(Subject to change without notice):Program Enrollment PriceSingle Installation Company $199.99 annuallySingle Installation Employee $159.00 annuallyEnterprise$249.00 annually - 2 or moreCompany(Multiple installations)installationsEnterprise(Multiple installations)Employee$199.00 annually 2 or moreinstallations90 day Option Employee $59.00 per 90 daysReplacement Credential Employee $30.00 per credential(end of clause)


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE84 of 88FINALSECTION I CONTRACT CLAUSES52.2<strong>04</strong>-10 – Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010)52.222-41 Service Contract Act (1965)The following DFARS clause is hereby incorporated in full text, as follows:252.222-7999 Additional Requirements and Responsibilities Restricting the Use of MandatoryArbitration Agreements(DEVIATION)Use the following clause in all contracts in excess of $1 million utilizing funds appropriated by theFiscal Year 2010 Defense Appropriations Act (Pub. L. 111-118), except in contracts for theacquisition of commercial items and commercially available off-the-shelf items.(a) Definitions.ADDITIONAL REQUIREMENTS AND RESPONSIBILITIESRESTRICTING THE USE OF MANDATORY ARBITRATIONAGREEMENTS (DEVIATION) (FEB 2010)“Covered subcontract,” as used in this clause, means any subcontract, except a subcontract for theacquisition of commercial items or commercially available off-the-shelf items, that is in excess of $lmillion and uses Fiscal Year 2010 funds.(b) The Contractor-(1) Agrees not to-(i) Enter into any agreement with any of its employees or independent contractorsthat requires, as a condition of employment, that the employee or independent contractor agree toresolve through arbitration any claim under title VII of the Civil Rights Act of 1964 or any tort relatedto or arising out of sexual assault or harassment, including assault and battery, intentional inflictionof emotional distress, false imprisonment, or negligent hiring, supervision, or retention; or(ii) Take any action to enforce any provision of an existing agreement with anemployee or independent contractor that mandates that the employee or independent contractorresolve through arbitration any claim under title VII of the Civil Rights Act of 1964 or any tort relatedto or arising out of sexual assault or harassment, including assault and battery, intentional inflictionof emotional distress, false imprisonment, or negligent hiring, supervision, or retention; and(2) Certifies, by signature of the contract, for contracts awarded after June 17, 2010, that itrequires each covered subcontractor to agree not to enter into, and not to take any action to enforceany provision of any agreements, as described in paragraph (b)(1) of this clause, with respect to anyemployee or independent contractor performing work related to such subcontract.(c) The prohibitions of this clause do not apply with respect to a Contractor's or subcontractor’sagreements with employees or independent contractors that may not be enforced in a court of theUnited States.(d) The Secretary of Defense may waive the applicability of the restrictions of paragraph (b) to the


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE85 of 88FINALContractor or a particular subcontractor for the purposes of the contract or a particular subcontract ifthe Secretary or the Deputy Secretary personally determines that the waiver is necessary to avoidharm to national security interests of the United States, and that the term of the contract orsubcontract is not longer than necessary to avoid such harm. This determination will be madepublic not less than 15 business days before the contract or subcontract addressed in thedetermination may be awarded.(End of clause)FAR 52.244-2 Subcontracts (Oct 2010)(a) Definitions. As used in this clause—“Approved purchasing system” means a Contractor’s purchasing system that has been reviewed andapproved in accordance with Part 44 of the Federal Acquisition Regulation (FAR)“Consent to subcontract” means the Contracting Officer’s written consent for the Contractor to enterinto a particular subcontract.“Subcontract” means any contract, as defined in FAR Subpart 2.1, entered into by a subcontractor tofurnish supplies or services for performance of the prime contract or a subcontract. It includes, but isnot limited to, purchase orders, and changes and modifications to purchase orders.(b) When this clause is included in a fixed-price type contract, consent to subcontract is requiredonly on unpriced contract actions (including unpriced modifications or unpriced delivery orders),and only if required in accordance with paragraph (c) or (d) of this clause.(c) If the Contractor does not have an approved purchasing system, consent to subcontract isrequired for any subcontract that-(1) Is of the cost-reimbursement, time-and-materials, or labor-hour type; or(2) Is fixed-price and exceeds—(i) For a contract awarded by the Department of Defense, the Coast Guard, or the NationalAeronautics and Space Administration, the greater of the simplified acquisition threshold or 5percent of the total estimated cost of the contract; or(ii) For a contract awarded by a civilian agency other than the Coast Guard and the NationalAeronautics and Space Administration, either the simplified acquisition threshold or 5 percent ofthe total estimated cost of the contract.(d) If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain theContracting Officer’s written consent before placing the following subcontracts:Contracts with any firm not included with the basic contract proposal. For adding team members tothe task order after award, the task order contracting officer’s approval is required. The task ordercontracting officer will determine the documentation to be submitted by the contractor for approval.(e)(1) The Contractor shall notify the Contracting Officer reasonably in advance of placing anysubcontract or modification thereof for which consent is required under paragraph (b), (c), or (d) ofthis clause, including the following information:(i) A description of the supplies or services to be subcontracted.(ii) Identification of the type of subcontract to be used.


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE86 of 88FINAL(iii) Identification of the proposed subcontractor.(iv) The proposed subcontract price.(v) The subcontractor’s current, complete, and accurate certified cost or pricing data and Certificateof Current Cost or Pricing Data, if required by other contract provisions.(vi) The subcontractor’s Disclosure Statement or Certificate relating to Cost Accounting Standardswhen such data are required by other provisions of this contract.(vii) A negotiation memorandum reflecting -(A) The principal elements of the subcontract price negotiations;(B) The most significant considerations controlling establishment of initial or revised prices;(C) The reason certified cost or pricing data were or were not required;(D) The extent, if any, to which the Contractor did not rely on the subcontractor’s certified cost orpricing data in determining the price objective and in negotiating the final price;(E) The extent to which it was recognized in the negotiation that the subcontractor’s certified cost orpricing data were not accurate, complete, or current; the action taken by the Contractor and thesubcontractor; and the effect of any such defective data on the total price negotiated;(F) The reasons for any significant difference between the Contractor’s price objective and the pricenegotiated; and(G) A complete explanation of the incentive fee or profit plan when incentives are used. Theexplanation shall identify each critical performance element, management decisions used toquantify each incentive element, reasons for the incentives, and a summary of all trade-offpossibilities considered.(2) The Contractor is not required to notify the Contracting Officer in advance of entering into anysubcontract for which consent is not required under paragraph (b), (c), or (d) of this clause.(f) Unless the consent or approval specifically provides otherwise, neither consent by the ContractingOfficer to any subcontract nor approval of the Contractor’s purchasing system shall constitute adetermination -(1) Of the acceptability of any subcontract terms or conditions;(2) Of the allowability of any cost under this contract; or(3) To relieve the Contractor of any responsibility for performing this contract.(g) No subcontract or modification thereof placed under this contract shall provide for payment on acost-plus-a-percentage-of-cost basis, and any fee payable under cost-reimbursement typesubcontracts shall not exceed the fee limitations in FAR 15.4<strong>04</strong>-4(c)(4)(i).(h) The Contractor shall give the Contracting Officer immediate written notice of any action or suitfiled and prompt notice of any claim made against the Contractor by any subcontractor or vendorthat, in the opinion of the Contractor, may result in litigation related in any way to this contract, withrespect to which the Contractor may be entitled to reimbursement from the Government.(i) The Government reserves the right to review the Contractor’s purchasing system as set forth inFAR Subpart 44.3.(j) Paragraphs (c) and (e) of this clause do not apply to the following subcontracts, which wereevaluated during negotiations:


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE87 of 88FINAL(End of Clause)


CONTRACT NO.<strong>N00178</strong>-<strong>04</strong>-D-<strong>4146</strong>DELIVERY ORDER NO.<strong>FC12</strong>AMENDMENT/MODIFICATION NO.60PAGE88 of 88FINALSECTION J LIST OF ATTACHMENTSDocuments/Exhibits/Other Attachments Title Date PagesAttachment 1 - DOL SCA Wage Determination 05-2183 (Rev.-10) 06/28/2010 12Attachment 2 – Contract Data Requirements Lists (DD Form 1423-1) Not Dated 5Attachment 3 - Award Term Clause and Award Term Plan, Rev 01 05/15/2009 4Attachment 4 – Award Term Plan Rating Chart, Rev 01 05/15/2009 3Attachment 5 - Award Term Clause Timeline 05/15/2007 1Attachment 6 – Post Award DD Form 254 02/24/2010 3Exhibit 1 (Exhibit1_Funding_Notification_Letter_Example.pdf) 06/16/2009 1Exhibit 2 (Exhibit2 Funding Notification CDRL B011.pdf) 05/01/2009 1

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

Saved successfully!

Ooh no, something went wrong!