11. CONTRACT ID CO~E I PAGE OF PAGES AMENDMENT OF ...
Transcript of 11. CONTRACT ID CO~E I PAGE OF PAGES AMENDMENT OF ...
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 11. CONTRACT ID CO~E I
PAGE OF PAGES
1 I 3
2. AMENDMENT/MODIFICATION NO.
66 6. ISSUED BY
NSWC, DAHLGREN DIVISION
17632 Dahlgren Road Suite 157
Dahlgren VA 22448-5110
CODE
3. EFFECTIVE DATE
08-Dec-2015
N00178
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code)
Millenium Engineering and Integration (MEI)
2231 Crystal Drive, Suite 711
Arlington VA 22202
CAGE 1B5V4 I FACILITY CODE CODE
I
4. REQUISITION/PURCHASE REQ. NO.
See Section G 7. ADMINISTERED BY (If other than Item 6)
DCMA Manassas
14501 George Carter Way
Chantilly VA 20151
1
5. PROJECT NO. (If applicable)
N/A CODE I S2404A
9A. AMENDMENT OF SOLICITATION NO.
98. DATED (SEE ITEM 11)
10A. MODIFICATION OF CONTRACT/ORDER NO.
[X] N00178-04-D-4085-0004
108. DATED (SEE ITEM 13)
30-Jun-2011
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required)
SEE SECTION G
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
(") A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ___ _, ITEM 10A.
r 1 ! I B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation
date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
! I C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
[X] D. OTHER (Specify type of modification and authority) Unilateral Modification per FAR 52.232-22 Limitation of Funds
E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office.
14. DESCRIPTION OF AMENDMENTIMODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
SEE PAGE 2
15A. NAME AND TITLE OF SIGNER (Type or print)
158. CONTRACTOR/OFFEROR
(Signature of person authorized to sign)
NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE
15C. DATE SIGNED
16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
16B.
BY
30-105
Christina S Good, Contracting Officer UNITED STATES OF AMERICA 16C. DATE SIGNED
ls/Christina S Good 08-Dec-2015 (Signature of Contracting Officer)
STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004
GENERAL INFORMATION
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 2 of3
The purpose of this modification is to apply an increment of funds.
The following SL!Ns are added in Section B and Line of Accounting information in Section G.
The Line of Accounting information is hereby changed as follows:
The total amount of funds obligated to the task is hereby increased from $18,943, 161.00 by $140,500.00 to $19,083,661.00.
CLIN/SLIN Type Of Fund From($) By($) To($)
7101BH RDT&E 0.00 35,500.00 35,500.00
7101BJ RDT&E 0.00 30,000.00 30,000.00
7101 BK RDT&E 0.00 30,000.00 30,000.00
7101BL RDT&E 0.00 20,000.00 20,000.00
7101BM RDT&E 0.00 25,000.00 25,000.00
The total value of the order is hereby increased from $25,813,374.00 by $0.00 to $25,813,374.00.
CLIN/SLIN From($) By($) To($)
7101AA 2,477,358.00 (140,500.00) 2,336,858.00
7101 BH 0.00 35,500.00 35,500.00
7101BJ 0.00 30,000.00 30,000.00
7101 BK 0.00 30,000.00 30,000.00
7101BL 0.00 20,000.00 20,000.00
7101 BM 0.00 25,000.00 25,000.00
The Period of Performance of the following line items is hereby changed as follows:
CLIN/SLIN From To
7101BH 11/17/2015-6/29/2016
7101BJ
7101 BK
7101BL
7101BM
11 /18/2015 - 6/29/2016
11/17/2015 - 6/29/2016
12/3/2015 - 6/29/2016
12/2/2015 - 6/29/2016
ACRNs, Lines of Accounting, Requisition Numbers and other financial information associated with this mod appear at the end of Section G.
CONTRACT NO.
NOD 178-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 3 of3
In Section H, the clauses NAVSEA 5252.232-9104 ALLOTMENT OF FUNDS and FUNDING PROFILE are updated to reflect the funding changes in this modification.
A conformed copy of this Task Order is attached to this modification.
CONTRACT NO.
NOOI 78-04-D-4085 DELIVERY ORDER NO.
0004
SECTION B SUPPLIES OR SERVICES AND PRICES
CLIN - SUPPLIES OR SERVICES
For Cost Type Items:
Item PSC Supplies/Services Qty
4000 AZll Base Period, Technical and Analytical support for Aegis BMD and other related SM programs IAW Section C, PWS. (Fund Type - TBD)
400001 AZll AWARD AA $105,837 (RDDA)
400002 AZll AWARD AA $59,064 (RDDA)
400003 AZll MOD 1 AA $29,558 (RDDA)
400004 AZll MOD 1 AB $126,094 (RDDA)
400005 AZll MOD 1 AB $16,667 (RDDA)
400006 AZll MOD 1 AC $65,721 (RDDA)
400007 AZll MOD 1 AC $15,843 (RDDA)
400008 AZll MOD 1 AD $89,862 (RDDA)
400009 AZll MOD 1 AD $39,900 (RDDA)
400010 AZll MOD 2 AE $173,000 (RDT&E)
400011 AZll MOD 2 AE $54,000 (RDT&E)
400012 AZll MOD 2 AE $98,000 (RDT&E)
400013 AZll MOD 2 AE $4,000 (RDT&E)
400014 AZll MOD 2 AF $5,000 (RDT&E)
400015 AZll MOD 2 AG $11,000 (RDT&E)
400016 AZll MOD 2 AH $7,967 (RDT&E)
400017 AZll MOD 3 AB $22,000 (RDT&E)
400018 AZll MOD 3 AC $19,506 (RDT&E)
400019 AZll MOD 3 AD $51,382 (RDT&E)
400020 AZll MOD 4 AK $60,000 (RDT&E)
400021 AZll MOD 4 AL $6,000 (RDT&E)
400022 AZll MOD 4 AM $6,000 (RDT&E)
400023 AZll MOD 4 AN $5,000 (RDT&E)
400024 AZll MOD 4 AP $106' 718 (RDT&E)
400025 AZll MOD 5 AQ $69,000 (RDT&E)
400026 AZll MOD 5 AR $25,000 (RDT&E)
400027 AZll MOD 7 AT $235,000 (RDDA)
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 lofll9
Unit Est. Cost Fixed Fee CPFF
$4,300,425.00
Item
400028
400029
400030
400031
400032
400033
400034
400035
400036
400037
400038
400039
400040
400041
400042
400043
400044
400045
400046
400047
400048
400049
400050
400051
4010
4020
402001
CONTRACT NO.
NOOI 78-04-D-4085 DELIVERY ORDER NO.
0004
PSC Supplies/Services Qty
AZll MOD 7 AT $235,000 (RDDA)
AZll MOD 8 AU $18,000 (RDDA)
AZll MOD 8 AV $8,000 (RDDA)
AZll MOD 8 AW $10,000 (RDDA)
AZll MOD 9 AX $6,400 IRDDA)
AZll MOD 9 AY $340,378 IRDDA)
AZll MOD 9 AZ $113' 957 (RDDA)
AZll MOD 9 AZ $15,000 IRDDA)
AZll MOD 10 BB $10,000 (RDDA)
AZll MOD 11 BC $75,000 IRDDA)
AZll MOD 12 BD $10,000 IRDDA)
AZll MOD 12 BE $8,823 (RDDA)
AZll MOD 13 BF $112, 824 IRDDA)
AZll MOD 14 BG $236,500 MOD 22 BG
1-$83,000) IRDDA)
AZll MOD 15 BH $130,000 IRDDA)
AZll MOD 15 BJ $52,723 MOD 23 BJ
1+$800) IRDDA)
AZll MOD 15 BK $41,000 MOD 23 BK
1+$1,400) (RDDA)
AZll MOD 17 BJ $47,277 IRDDA)
AZll MOD 17 BM $20,973 IRDDA)
AZll MOD 19 BZ $9,112 IRDDA)
AZll MOD 19 BY $19,529 IRDDA)
AZll MOD 21 CH $3,850 IRDDA)
AZll MOD 21 CJ $2,000 IRDDA)
AZll MOD 23 DA $1,300 (RDDA)
AZll Base Period Surge, Technical and Analytical support for Aegis BMD and other related SM programs IAW Section C, PWS. (Fund Type - TBD)
Option
AZll Base Period Japan FMS, Technical
and Analytical support for Aegis BMD and other related SM programs IAW Section C, PWS. (FMS Case #JA-P-LWA)
AZll MOD 2 AJ $5,000 IFMS)
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 2ofll9
Unit Est. Cost Fixed Fee CPFF
$881,085.00
$80,000.00
Item
402002
402003
4030
403001
4100
410001
410002
410003
410004
410005
410006
410007
410008
410009
410010
410011
410012
410013
410014
410015
410016
410017
410018
410019
410021
410022
410023
410024
410025
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004
PSC Supplies/Services Qty
AZll MOD 10 BA $62,035 MOD 20
Deobligation $62,035 (FMS)
AZll MOD 20 BU $62,035 (FMS)
AZll Base Period AUS FMS, Technical and Analytical support for Aegis BMD and other related SM programs IAW Section C, PWS. (FMS Case #AT-P-LCQ)
AZll MOD 6 AS $5,000 (FMS)
AZll Option Period 1, Technical and Analytical support for Aegis BMD and other related SM programs IAW Section C, PWS. (Fund Type - TBD)
AZll MOD 16 BL $200,000 (RDDA)
AZll MOD 18 BN $25,322 (RDDA)
AZll MOD 18 BP $25,000 (RDDA)
AZll MOD 18 BQ $75,000 (RDDA)
AZll MOD 18 BR $75,000 (RDDA)
AZll MOD 18 BS $123,000 (RDDA)
AZll MOD 18 BT $1,000 (RDDA)
AZll MOD 19 BV $181000 (RDDA)
AZll MOD 19 BW $23818 (RDDA)
AZll MOD 19 BX $23000 (RDDA)
AZll MOD 20 CA $7900 (RDDA)
AZll MOD 20 CB $108000 (RDDA)
AZll MOD 20 cc $113665 (RDDA)
AZll MOD 20 CD $11000 (RDDA)
AZll MOD 20 CE $58000 (RDDA)
AZll MOD 20 CF $16100 (RDDA)
AZll MOD 20 CG $12000 (RDDA)
AZll MOD 21 BG $12,500 MOD 22 BG
(+$83, 000) (RDDA)
AZll MOD 21 CK $2,400 (RDDA)
AZll MOD 21 CL $3,350 (RDDA)
AZll MOD 21 CM $35,000 (RDDA)
AZll MOD 21 BQ $87,574 (RDDA)
AZ11 MOD 21 CN $20,300 (RDDA)
AZll MOD 21 CP $25,000 (RDDA)
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 3ofll9
Unit Est. Cost Fixed Fee CPFF
$25,000.00
$4,398,381.00
Item
410026
410027
410028
410029
410030
410031
410032
410033
410034
410035
410036
410037
410038
410039
410040
410041
410042
410043
410044
410045
410046
410047
410048
410049
410050
410051
410052
410053
410054
410055
4110
CONTRACT NO.
N00! 78-04-D-4085 DELIVERY ORDER NO.
0004
PSC Supplies/Services Qty
AZll MOD 21 CQ $10,000 (RDDA)
AZll MOD 21 CR $50,000 (RDDA)
AZll MOD 21 cs $73,775 (RDDA)
AZll MOD 21 CT $34,500 (RDDA)
AZll MOD 21 cu $10,000 (RDDA)
AZll MOD 21 CV $5,000 (RDDA)
AZll MOD 21 CL $2,400 (RDDA)
AZll MOD 22 cw $48,981 (RDDA)
AZll MOD 22 ex $6,000 (RDDA)
AZll MOD 23 CY $20,000 MOD 24 CY
1-$20,000) (RDDA)
AZll MOD 23 CZ $6,000 (RDDA)
AZll MOD 24 DB $103,000 (RDDA)
AZll MOD 25 DC $778,000 (RDDA)
AZll MOD 25 DD $314,500 (RDDA)
AZll MOD 26 DB $123,188 (RDDA)
AZll MOD 26 DE $115,742 (RDDA)
AZll MOD 26 DF $10,000 (RDDA)
AZll MOD 26 DG $123,188 (RDDA)
AZll MOD 26 DH $123,188 (RDDA)
AZll MOD 29 DB $10,000 (RDT&E)
AZll MOD 29 DJ $10,000 (RDT&E)
AZll MOD 29 DK $12,000 (RDT&E)
AZll MOD 29 DD $260,000 (RDT&E)
AZll MOD 30 DM $232,000 (RDT&E)
AZll MOD 30 DC $200,000 (RDDA)
AZll MOD 31 DB $30,000 (RDT&E)
AZll MOD 31 DB $26,000 (RDT&E)
AZll MOD 31 DD $73, ODO (RDT&E)
AZll MOD 31 DG $10,000 (RDT&E)
AZll MOD 31 DN $10,000 (RDT&E)
AZll Option Period 1 Surge, Technical and Analytical support for Aegis Br.ID and other related SM programs !AW Section C, PWS. (Fund Type -
TBD)
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 4ofll9
Unit Est. Cost Fixed Fee CPFF
$907' 311. 00
Item
4120
412001
412002
412003
412004
4200
420001
420002
420003
420004
420005
420006
420007
420008
420009
420010
420011
420012
420013
420014
420015
420016
420017
420018
420019
420020
420021
420022
420023
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004
PSC Supplies/Services Qty
Option
AZll Option Period 1 Japan FMS, Technical and Analytical support for Aegis BMD and other related SM programs !AW Section C, PWS. (FMS Case #JA-P-LWA)
AZll MOD 19 BU $20,678 (FMS)
AZll MOD 21 BU $6,500 (FMS)
AZll MOD 28 BU $70,000 (FMS)
AZll MOD 29 DL $10,000 (FMS)
AZll Option Period 2, Technical and Analytical support for Aegis BMD and other related SM programs IAW Section C, PWS. (Fund Type - TED)
AZll MOD 31 DB $152,381 (RDT&E)
AZll MOD 31 DD $25,171 (RDT&E)
AZll MOD 31 DC $113,397 (RDDA)
AZll MOD 31 DG $8,500 (RDT&E)
AZll MOD 31 DH $96,000 (RDT&E)
AZll MOD 31 DP $20,000 (RDT&E)
AZll MOD 32 DS $18,500 (RDT&E)
AZll MOD 32 DD $365,500 (RDT&E)
AZll MOD 32 DD $125,090 (RDT&E)
AZll MOD 32 DT $165,000 (RDT&E)
AZll MOD 32 DU $16,000 (RDT&E)
AZll MOD 32 DU $39,868 (RDT&E)
AZll MOD 33 DV $23,000 (RDT&E)
AZll MOD 35 DW $170,000 (RDT&E)
AZll MOD 35 DX $123,973 (RDT&E)
AZ11 MOD 35 DD $42,000 (RDT&E)
AZll MOD 35 DY $37,068 (RDT&E)
AZll MOD 35 DZ $112, 932 (RDT&E)
AZll MOD 35 DG $41,323 (RDT&E)
AZll MOD 35 EA $18,569 (RDT&E)
AZll MOD 35 EB $10,000 (RDT&E)
AZll MOD 35 DB $10,000 (RDT&E)
AZll MOD 35 DU $20,000 (RDT&E)
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 5 of119
Unit Est. Cost Fixed Fee CPFF
$102,178.00
$4' 587' 101. 00
Item
420024
420025
420026
420027
420028
420029
420030
420031
420032
420033
420034
420035
420036
420037
420038
420039
420040
420041
420042
420043
420044
420045
420046
42004 7
420048
420049
420050
420051
CONTRACT NO.
NOO 178-04-D-4085 DELIVERY ORDER NO.
0004
PSC Supplies/Services Qty
AZll MOD 35 DU $9,999 (RDT&E)
AZll MOD 35 DC $163,500 (RDT&E)
AZll MOD 35 DC $12,000 (RDT&E)
AZll MOD 35 EC $17,551 (RDT&E)
AZll MOD 35 DT $86,500 (RDT&E)
AZll MOD 35 EB $10,000 (RDT&E)
AZll MOD 38 ED $120,000 (RDT&E)
AZll MOD 38 EE $267,000 MOD 46 DE-OBLIGATES $115,000 AND REALIGNS TO SLIN 700017 MOD 54 ($3,518) (RDT&E)
AZll MOD 38 EF $23,000 (RDT&E)
AZll MOD 39 EG $115' 000 (RDT&E)
AZll MOD 39 EH $8,000 (RDT&E)
AZll MOD 39 EJ $8,000 (RDT&E)
AZll MOD 39 EK $199,817 MOD 54
1$14' 912) (RDT&E)
AZll MOD 40 EL $202' 000 (RDT&E)
AZll MOD 41 EM $25,000 (RDT&E)
AZll MOD 41 EN $3,600 (RDT&E)
AZll MOD 41 EP $15,000 (RDT&E)
AZll MOD 41 DR $29,170 (FMS)
AZll MOD 42 ER $11,000 (RDT&E)
AZll MOD 42 ES $17,000 (RDT&E)
AZll MOD 42 ET $35,000 MOD 54 ($1, 903) (RDT&E)
AZll MOD 42 EU $12, 000 (RDT&E)
AZll MOD 42 EV $20,000 (RDT&E)
AZll MOD 42 EW $53,000 MOD 54 ($8, 506)
(RDT&E)
AZll MOD 42 EX $114,798 MOD 54
($5, 913) (RDT&E)
AZll MOD 42 EY $28,827 (RDT&E)
AZll MOD 42 EZ $165,200 MOD 54
($52, 563) (RDT&E)
AZll MOD 42 FA $390,000 (RDT&E)
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 6ofll9
Unit Est. Cost Fixed Fee CPFF
Item
4210
421001
4220
422001
422002
422003
For ODC
Item
6000
600001
600002
600003
600004
600005
600006
600007
600008
600009
600010
600011
600012
600013
600014
600015
600016
6010
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004
PSC Supplies/Services Qty
AZll Option Period 2 Surge, Technical and Analytical support for Aegis BMD and other related SM programs IAW Section C, PWS. (Fund Type -
TBD)
AZll WAITING FOR NEXT PR (RDT&E)
AZll Option Period 2 Japan FMS, Technical and Analytical support for Aegis BMD and other related SM programs IAW Section C, PWS. (FMS Case #JA-P-FJW}
AZll MOD 31 FMS DL (FMS)
AZll MOD 32 FMS WE #3 PD/Program Office Support (FMS)
AZll MOD 32 FMS AEGIS BMD Safety/PD Prag Office support (FMS)
Items:
PSC Supplies/Services
AZll Base Period ODCs (Fund Type - TBD)
AZll MOD 2 All $2,000 (RDT&E)
AZll MOD 4 AP $8,000 (RDT&E)
AZll MOD 5 AQ $6,000 (RDT&E)
AZll MOD 5 AR $20,000 (RDT&E)
AZll MOD 5 AE $25,000 (RDT&E)
AZll MOD 5 AE $3,000 (RDT&E)
AZll MOD 7 AT $15,000 (RDDA)
AZll MOD 7 AT $15,000 (RDDA)
AZll MOD 9 AY $30,000 (RDDA)
AZll MOD 9 AZ $12,000 (RDDA)
AZll MOD 11 BC $8,000 (RDDA)
AZll MOD 14 BG $13,500 (RDDA)
AZll MOD 15 BH $15,000 (RDDA)
AZll MOD 15 BJ $18' 000 MOD 23 BJ 1-$800)
AZll MOD 15 BK $4,000 MOD 23 BK (-$1,400)
AZll MOD 23 DA $6,400 (RDDA)
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 7of119
Unit Est. Cost Fixed Fee CPFF
$844,420.00
$85,000.00
Qty Unit Est. Cost
1. 0 LO $198,700.00
(RDDA)
(RDDA)
AZll Base Period Surge ODCs (Fund Type - TBD) 1. 0 LO $58,692.00
Item
6100
610001
610002
610003
610004
610005
610006
610007
610008
610010
610011
610012
610013
610014
610015
610016
610017
610018
610019
610020
610021
610022
610023
610024
6110
6200
620001
620002
620003
620004
620005
620006
CONTRACT NO.
NOOl 78-04-D-4085
PSC Supplies/Services
Option
DELIVERY ORDER NO.
0004
AZll Option Period 1 OD Cs (Fund Type - TED)
AZll MOD 16 BL $30,000 (RDDA)
AZll MOD 18 BP $6,356 (RDDA)
AZll MOD 18 BQ $13,000 (RDDA)
AZll MOD 18 BR $10,000 (RDDA)
AZll MOD 19 BV $25,000 (RDDA)
AZll MOD 20 CB $14,200 (RDDA)
AZll MOD 20 cc $36,140 (RDDA)
AZll MOD 21 BG $15,000 (RDDA)
AZll MOD 21 CM $2,500 (RDDA)
AZll MOD 21 CN $6,500 (RDDA)
AZll MOD 21 CP $5,000 (RDDA)
AZll MOD 21 cs $2,388 (RDDA)
AZll MOD 21 CV $5,000 (RDDA)
AZll MOD 24 DB $15,000 (RDDA)
AZll MOD 25 DC $82,000 (RDDA)
AZll MOD 25 DD $20,000 (RDDA)
AZll MOD 26 DB $5,465 (RDDA)
AZll MOD 26 DE $19,000 (RDDA)
AZll MOD 26 DG $20,000 (RDDA)
AZll MOD 26 DH $30,000 (RDDA)
AZll MOD 29 DD $10,000 (RDT&E)
AZll MOD 30 DM $18,000 (RDT&E)
AZll MOD 31 DN $8,000 (RDT&E)
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 8ofll9
Qty Unit Est. Cost
1.0 LO $399,224.00
AZll Option Period 1 Surge ODCs (Fund Type - TED) 1.0 LO $58,692.00
Option
AZll Option Period 2 ODCs (Fund Type - TED) 1.0 LO $253,462.00
AZll MOD 31 DH $13,500 (RDT&E)
AZll MOD 32 DD $46,500 (RDT&E)
AZll MOD 32 DT $20,000 (RDT&E)
AZll MOD 33 DV $2,000 (RDT&E)
AZll MOD 35 DB $10,000 (RDT&E)
AZll MOD 35 DU $1. 00 (RDT&E)
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 9 ofll9
Item PSC Supplies/Services
620007 AZll MOD 35 DC $13, 500 (RDT&E)
620008 AZll MOD 35 EC $1.00 (RDT&E)
620009 AZll MOD 35 DT $3,500 (RDT&E)
620010 AZll MOD 38 ED $30, 000 MOD 54 ($4, 101) (RDT&E)
620011 AZll MOD 38 EE $80,000 (RDT&E)
620012 AZll MOD 40 EL $10,000 MOD 54 ($10, 000) (RDT&E)
620013 AZll MOD 41 EV $20,000 MOD 54 ($3, 581) (RDT&E)
620014 AZll MOD 41 EX $2,000 (RDT&E)
620015 AZll MOD 41 EZ $15,000 MOD 54 ($15, 000) (RDT&E)
620016 AZll MOD 41 FA $10,000 (RDT&E)
6220 AZll Option Period 2 surge ones (Fund Type - TBD)
Option
For Cost Type Items:
Item
7000
PSC Supplies/Services
AZll Option Period 3, Teclmical and Analytical support for Aegis BMD and other related SM programs IAW Section C, PWS. {Flmd Type - TBD)
700001 AZll MOD 44, $148, 000 (RDT&E)
700002 AZll MOD 44, $32, 943 (RDT&E)
700003 AZll MOD 44, $9,500 (RDT&E)
700004 AZll MOD 44, $277, 625 (RDT&E)
700005 AZll MOD 44, 198,500 (RDT&E)
700006 AZll MOD 44, $3, 200 (RDT&E)
700007 AZll MOD 44, $30,000 (RDT&E)
700008 AZll MOD 45 $164, 601 (RDT&E)
700009 AZll MOD 45 $14, 040 (RDT&E)
700010 AZll MOD 45 $10,429 (RDT&E)
700011 AZll MOD 45 $10, 785 (RDT&E)
700012 AZll MOD 45 $136, 813 (RDT&E)
700013 AZll MOD 45 $5, 000 (RDT&E)
700014 AZll MOD 45 $35, 000 (RDT&E)
700015 AZll MOD 45 $4000 (RDT&E)
700016 AZll MOD 45 $1460 (RDT&E)
Qty Unit Est. Cost
Qty Unit Est. Cost
1.0 LO $58,692.00
Fixed Fee CPFF
$4,811,779.00
Item
700017
700018
700019
700020
700021
700022
700023
700024
700025
700026
700027
700028
700029
700030
700031
700032
700033
700034
700035
700036
700037
700038
700039
700040
700041
700042
700043
700044
700045
700046
700047
CONTRACT NO. NOO 178-04-D-4085
DELIVERY ORDER NO.
0004
PSC Supplies/Services Qty
AZll MOD 45 $1 MOD 46 $115,000 (RDT&E)
AZll MOD 46 $69,000 (RDT&E)
AZll MOD 46 $2,100 (RDT&E)
AZll MOD 46 $14,600 (RDT&E)
AZll MOD 46 $52,200 (RDT&E)
AZll MOD 46 $13,500 (RDT&E)
AZll MOD 46 $39,977 (RDT&E)
AZll MOD 46 $40,425 (RDT&E)
AZll MOD 46 $124,518 MOD 47 ($44, 469) (RDT&E)
AZll MOD 46 $246,998 (RDT&E)
AZll MOD 46 $99,250 (RDT&E)
AZll MOD 46 $108,000 MOD 47 ($68, DOD) (RDT&E)
AZll MOD 47 $40,000 (RDT&E)
AZll MOD 48 $120,000 (RDT&E)
AZll MOD 48 $10,000 (RDT&E)
AZll MOD 48 $132,000 (RDT&E)
AZll MOD 49 $65,000 (RDT&E)
AZll MOD 49 $8,000 (RDT&E)
AZll MOD 49 $21,000 {RDT&E)
AZll MOD 49 $22' 000 {RDT&E)
AZll MOD 49 $10,000 {RDT&E)
AZll MOD 49 $17,000 {RDT&E)
AZll MOD 49 $40000 {RDT&E)
AZll MOD so $119,002 {RDT&E)
AZll MOD 51 $90,000 {Fund Type
OTHER)
AZll MOD 51 $10,000 {RDT&E)
AZll MOD 52 $147,264 {RDT&E)
AZll MOD 54 $5,000 {Fund Type - OTHER)
AZll MOD 54 $46,560 MOD 62 -$16,000 {RDT&E)
AZll MOD 54 $280,000 MOD 62 -$1,000 {RDT&E)
AZll MOD 54 $26,125 {RDT&E)
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 10ofll9
Unit Est. Cost Fixed Fee CPFF
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004
Item PSC Supplies/Services
700048 AZll MOD 54 $651,234 MOD 62 -$84,852 (RDT&E)
700049 AZll MOD 55 $41,000 (RDT&E)
700050 AZll MOD 55 $47,000 (RDT&E)
700051 AZll MOD 55 $24,700 (RDT&E)
700052 AZll MOD 55 $12,707 MOD 62 -$12,707
(RDT&E)
700053 AZll MOD 55 $56,392 (O&MN,N)
700054 AZll MOD 56 $6,000 {RDT&E)
700055 AZll MOD 56 $106,875 {RDT&E)
700056 AZll MOD 56 $19,000 {RDT&E)
700057 AZll MOD 57 $10,000 {RDT&E)
7010 AZll Option Period 3 Surge, Technical
and Analytical support for Aegis BMD and other related SM programs IAW Section c, PWS. (Fund Type -
TBD)
Option
7020 AZll OPTION PERIOD 3 JAPAN FMS,
TECHNICAL AND ANALYTICAL SUPPORT {FMS Case #JA-P-LWA)
702001 AZll MOD 45 FMS BMD {FMS)
702002 AZll MOD 46 $16, 600 FMS-JAP ABMD {FMS)
702003 AZll MOD 46 $4, 000 FMS-JAP ABMD (FMS)
702004 AZll MOD 49 $10, 172 FMS-JAP {FMS)
702005 AZll MOD 53 $51, 500 FMS-JAP {FMS)
7100 AZll MOVED TO CLIN 7101 and 7120 -
Option Period 4, Technical and Analytical support for Aegis BMD and other related SM programs !AW Section C, PWS. (Fund Type - 'IBD)
7101 Option Period 4, Technical and Analytical support for Aegis Bfl'ID and other related SM programs IAW Section C, PWS.
7101AA AZll Holding SLIN for OPTION PERIOD 4
{Fund Type - TBD)
7101AB AZll C. 2 Technical and Analytical
Support (RDT&E)
7101AC AZll C.2 Technical and Analytical
Support (RDT&E)
Qty
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 llof119
Unit Est. Cost Fixed Fee CPFF
$962,356.00
$115,000.00
$4,835,780.00
$2,336,858.00
$238,000.00
$22,699.00
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004
Item PSC Supplies/Services
7101AD AZll C.2 Technical and Analytical Support (RDT&E)
7101AE AZll C.2 Technical and Analytical Support (Fund Type - OTHER)
7101AF AZll C.2 Technical and Analytical Support (O&MN,N)
7101AG AZll C.2 Technical and Analytical Support (RDT&E)
7101AJ AZll C.2 Technical and Analytical Support (RDT&E)
7101AK AZll C.2 Technical and Analytical Support (RDT&E)
7101AL AZll C.2 Technical and Analytical Support (RDT&E)
7101AM AZll C.2 Technical and Analytical Support (RDT&E)
7101AN AZll Funding for P401 (RDT&E)
7101AP AZll Funding for PllO (RDT&E)
7101AQ AZll Funding for P201 (RDT&E)
7101AR AZll Funding for P202 (RDT&E)
7101AS AZll Funding for P306 (RDT&E)
7101AT AZll Funding for P401 (RDT&E)
7101AU AZll Funding for P306 (RDT&E)
7101AV AZll Funding for P401 (RDT&E)
7101AW AZll Funding for P402 ($39, 700)' Pl07
($79' 000) and P104 ($110, 000) (RDT&E)
7101AX AZll Incremental Funding Mod 63
$12, 000 (RDT&E)
7101AY AZll Incremental Funding Mod 63
$52,802 (RDT&E)
7101AZ AZll Incremental Funding Mod 63
$45,100 (RDT&E)
7101BA AZll Incremental Funding Mod 63 -
$12,707 (RDT&E)
7101BB AZll Incremental Funding Mod 64
$28, 000 (RDT&E)
7101BC AZll Incremental Funding Mod 64
$65, 601 (RDT&E)
7101BD AZll Incremental Funding Mod 65
$10,529 (RDT&E)
Qty
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 l2ofll9
Unit Est. Cost Fixed Fee CPFF
$962,000.00
$185,770.00
$62,933.00
$13,000.00
$42,000.00
$43,800.00
$62,010.00
$12,500.00
$5,800.00
$10,000.00
$42,300.00
$13,100.00
$23,580.00
$10,000.00
$4, 396. 00
$49,650.00
$228,700.00
$12,000.00
$52,802.00
$45,100.00
$12,707.00
$28,000.00
$65' 601. 00
$10,529.00
CONTRACT NO. NOO 178-04-D-4085
DELIVERY ORDER NO.
0004
Item PSC Supplies/Services
7101BE AZll Incremental Funding Mod 65
$38,000 (RDT&E)
7101BF AZll Incremental Funding Mod 64
$54, 100 (RDT&E)
7101BG AZll Incremental Funding Mod 65 $7, 345
(RDT&E)
7101BH AZll Incremental Funding Mod 66
$35,500 (RDT&E)
7101BJ AZll Incremental Funding Mod 66
$30,000 (RDT&E)
7101BK AZll Incremental Funding Mod 66
$30, 000 (RDT&E)
7101BL AZll Incremental Funding Mod 66
$20, 000 (RDT&E)
7101BM AZll Incremental Funding Mod 66
$25,000 (RDT&E)
7110
7120
AZll Option Period 4 Surge, Technical
and Analytical support for Aegis BMD and other related SM programs IAW Section C, PWS. (Fund Type -TBD)
Option
Option Period 4 Japan FMS, Technical and Analytical support for Aegis BMD and other related SM programs IAW Section C, PWS.
7120AA AZll HOLDING SLIN FOR OPTION YEAR 4
(Fund Type - TBD)
7120AB AZll C.2 Technical and Analytical Support FMS Case# JAPFLW 2410{a) invoked {Fund Type - OTHER)
7120AC AZll C.2 Technical and Analytical Support FMS Case# JAPFLW 2410(a) invoked {Fund Type - OTHER)
7120AD AZll Funding for P302 (FMS Case #JA-P-FJW)
For ODC Items:
Item PSC Supplies/Services
Qty
9000 AZll Option Period 3 ODCs (Fund Type - TED)
900001 AZll MOD 44 $54,000 (RDT&E)
900002 AZll MOD 44 $5,000 MOD 62 -$2,197 (RDT&E)
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 13 ofll9
Unit Est. Cost Fixed Fee CPFF
$38,000.00
$54,100.00
$7,345.00
$35,500.00
$30,000.00
$30,000.00
$20,000.00
$25,000.00
$991,156.00
$120,000.00
$78,400.00
$10,000.00
$17,300.00
$14,300.00
Qty Unit Est. Cost
1.0 LO $363,462.00
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 14ofll9
Item PSC Supplies/Services Qty Unit Est. Cost
900003 AZll MOD 45 $31,000 (RDT&E)
900004 AZll MOD 45 $5,000 MOD 62 -$5,000 (RDT&E)
900005 AZll MOD 45 $1 (RDT&E)
900008 AZll MOD 46 $11,000 (RDT&E)
900009 AZll MOD 46 $2,000 (RDT&E)
900010 AZll MOD 46 $2,500 (RDT&E)
900011 AZll MOD 46 $57,000 (RDT&E)
900012 AZll MOD 48 $5,000 (RDT&E)
900013 AZll MOD 49 $2,000 MOD 62 -$90 (RDT&E)
900014 AZll MOD 52 $27,000 (RDT&E)
900015 AZll MOD 54 $5,000 (RDT&E)
900016 AZll MOD 54 $80,000 MOD 62 -$58,307 (RDT&E)
900017 AZll MOD 55 $4,500 MOD 62 -$1,671 (O&MN,N)
900018 AZll MOD 55 $2,000 (Fund Type - OTHER}
900019 AZll MOD 56 $8,928 (RDT&E)
900020 AZll MOD 56 $9,154 MOD 62 -$985 (RDT&E)
900021 AZll MOD 56 $4,000 (RDT&E)
900022 AZll MOD 56 $35,000 (RDT&E)
900023 AZll MOD 56 $5,000 (RDT&E)
9010 AZll Option Period 3 Surge ones (Fund Type - TBD) 1.0 LO $58,692.00
Option
9100 AZll MOVED to CLIN 9101 - Option Period 4 ODCs (Fund Type - TED) 1.0 LO $0.00
9101 $293,462.00
9101AA AZll ODC in support of CLIN 7101 (Fund Type - TED) 1.0 LO $102,419.00
9101AB AZll ODC in support of CLIN 7101 (RDT&E) 1.0 LO $4,000.00
9101AC AZll ODC in support of CLIN 7101 (RDT&E) 1.0 LO $9,718.00
9101AD AZll ODC in support of CLIN 7101 {RDT&E) 1.0 LO $120,000.00
9101AE AZll ODC in support of CLIN 7101 {Fund Type - OTHER) 1.0 LO $5,000.00
9101AF AZll ODC in support of CLIN 7101 (O&MN,N) 1.0 LO $3,400.00
9101AH AZll ODC in support of CLIN 7101 2410 (a) invoked (O&MN,N) 1.0 LO $6,425.00
9101AL AZll ODC in support of CLIN 7101 (RDT&E} 1.0 LO $9,000.00
9101AQ AZll ODC in support of P201 (RDT&E) 1.0 LO $1,500.00
9101BB AZll Incremental Funding Mod 64 $2,000 (RDT&E} 1.0 LO $2,000.00
9101BC AZll Incremental Funding Mod 64 $30,000 (RDT&E} 1.0 LO $30,000.00
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 15ofll9
Item PSC Supplies/Services Qty Unit Est. Cost
9101BD AZll ODC in support of CLIN 7101 (RDT&E) 1. 0 LO $0.00
9110 AZll Option Period 4 Surge ODCs (Fund Type - TED) 1. 0 LO $58,692.00
Option
9120 $0.00
9120AB AZll ODC in support of CLIN 7120 (Fund Type - OTHER) 1. 0 LO $0.00
9120AC AZll ODC in support of CLIN 7120 (Fund Type - OTHER) 1. 0 LO $0.00
B.1: SURGE
If the Government determines that an increased level of effort for support is required, the government reserves the right to exercise a "Surge Option" CUN for additional work in accordance with the Performance Work Statement. The Contracting Officer will provide written notice to the contractor at least 30 calendar days prior to exercise of a "Surge Option" CUN.
B.2 ADDITIONAL CLINS
Additional CLINs/SLINs may be unilaterally created by the Contracting Officer during the performance of this Task Order to accommodate the multiple types of funds that may be used under this Order. These modifications will not change the overall level of effort, estimated cost or fee of the Task Order.
B.3 FEERATE
The following table is to be completed by offeror and reflects the hourly rate to be billed.
Fixed Fee$ Amount I Number of Man-hours I Rate (Fee per man-hour) Base Option 1
Option 2 Option 3 Option 4
*Surge is included with each period
B.4 FINALIZED FIXED FEE
If the total level of effort for each period specified in Section H, 5252.216-9122 LEVEL OF EFFORT -ALTERNATE 1 (MAY 2010) is not provided by the Contractor during the period of this order, the Contracting Officer, at its sole discretion, shall finalize fee based on the percent of hours provided in relation to the fixed fee. For example, if90% of the hours were provided, the contractor is entitled to 90% of the fixed fee.
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 16 ofl19
The above fee calculation applies to all periods regardless of the level of funding. This task order will be incrementally funded and budgetary constraints may prevent full funding of all periods. The process for
finalizing the fixed fee is the same for both fully funded periods and periods funded at less than the estimated
total cost-plus-fixed-fee.
HQ B-2-0015 PAYMENTS OF FEE(S) (LEVEL OF EFFORT-ALTERNATE 1) (NAVSEA) (MAY 2010)
(a) For purposes of this contract, "fee" means "target fee" in cost-plus-incentive-fee type contracts, "base fee"
in cost-plus-award-fee type contracts, or "fixed fee" in cost-plus-fixed-fee type contracts for level of effort type
contracts.
(b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in this contract entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE", (FAR 52.216-10), as applicable. Such
payments shall be submitted by and payable to the Contractor pursuant to the clause of this contract entitled
"ALLOWABLE COST AND PAYMENT" (FAR 52.216-7), subject to the withholding terms and conditions of the "FIXED FEE" or "INCENTIVE FEE" clause, as applicable, and shall be paid fee at the hourly rate(s)
specified above per man-hour performed and invoiced. Total fee(s) paid to the Contractor shall not exceed the fee amount(s) set forth in this contract. In no event shall the Government be required to pay the Contractor any
amount in excess of the funds obligated under this contract.
HQ B-2-0020 TRAVEL COSTS - ALTERNATE I (NAVSEA) (DEC 2005)
(a) Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actual travel
costs in accordance with FAR 31.205-46. The costs to be reimbursed shall be those costs accepted by the
cognizant DCAA.
(b) Reimbursable travel costs include only that travel performed from the Contractor's facility to the
worksite, in and around the worksite, and from the worksite to the Contractor's facility.
(c) Relocation costs and travel costs incident to relocation are allowable to the extent provided in FAR
31.205-35; however, Contracting Officer approval shall be required prior to incurring relocation expenses and
travel costs incident to relocation.
(d) The Contractor shall not be reimbursed for the following daily local travel costs:
(i) travel at U.S. Military Installations where Government transportation is available,
(ii) travel performed for personal convenience/errands, including commuting to and from work, and
(iii) travel costs incurred in the replacement of personnel when such replacement is accomplished for the
Contractor's or employee's convenience.
CONTRACT NO.
NOO 178-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 17 ofll9
SECTION C DESCRIPTIONS AND SPECIFICATIONS
C.1 Scope
PERFORMANCE WORK STATEMENT (PWS) Aegis BMD Technical and Analytical Support
The objective of this statement of work is to obtain technical and analytical expertise in support of Aegis Ballistic Missile Defense (BMD) Program. This Performance Work Statement (PWS) outlines tasks to be managed by the Naval Surface Warfare Center, Dahlgren Division (NSWCDD). The contractor will provide system engineering technical and programmatic support to include Integrated Master Scheduling, Hardware Integration and Test, expert Telemetry Engineering support and software engineering support. A significant portion of this tasking may require short notice or short turnaround efforts. The contractor shall put in place and maintain structures, agreements, staff and facilities to quickly and economically respond to any short notice analysis or engineering tasks within the scope of the Statement of Work.
C.2 Task Descriptions - Technical and Analytical Support
C.2.1 Aegis BMD Program Office Support
The contractor shall provide technical and program management support to the NSWCDD Aegis BMD Program Office. The contractor shall interface with the NSWCDD Aegis BMD project leads, other NSWCDD Warfare System Program Office Program Directors and Financial Leads, and the Missile Defense Agency Aegis BMD Program Office (MDA/ AB). The contractor shall provide assistance to the NSWCDD Aegis BMD Program Director in strategic planning, in executing programmatic requirements and coordinating tasking. The contractor shall provide technical expertise for real-time problem resolution of emergent issues and coordination of system engineering activities internal and external to NSWCDD. The contractor shall provide technical and programmatic review of presentations, technical papers, program plans, test plans, reports and other various technical documents (CDRLs AOOI, A002, A003, A004, A005). The contractor shall provide support for Aegis BMD budget execution, financial administration, and task planning tasks.
C. 2.2 Systems Engineering Support
C.2.2.1 The contractor shall support the Aegis BMD Program in conducting system engineering studies; conceptual, preliminary, and detail design, virtual prototyping, facility assessments; concept studies; modeling and simulation; hardware/software integration; requirements analysis and compliance verification; weapon system evaluations; propulsion and sensor engineering, flight test analysis, environment and range safety, program management support; and other related engineering studies, evaluations, and assessments.
C2.2.2 The contractor will support Aegis BMD 4.0.1, 5.0, 5.1, and Aegis Ashore. The contractor shall provide rapid response studies, point papers, and analysis to support the fielding the
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 l8ofll9
various BMD Blocks both shipboard and ashore. Aegis ashore support shall include developing logistics, facility, security and information assurance plans for test site and OCONUS basing sites. The contractor shall provide support in capturing requirements and specifications for the various Aegis BMD builds. The contractor shall assist the government program manager in tracking the prime contractor's technical, schedule, and cost progress and risk in system development.
C.2.2.3 The contractor shall support Aegis BMD Program engineering efforts through technical and program management support throughout the design, development, integration, testing, fielding, and operations and support of the ballistic missile programs. The contractor shall provide technical and programmatic support in the area of weapons systems design, engineering, and integration for missiles systems, propulsion and sensor engineering; safety, manufacturing engineering, logistics, and life cycle management. The contractor shall provide program management support for missile design, development and production and life cycle support activities.
C.2.2.4 The contactor shall participate in design reviews and related systems engineering design tasks and provide technical expertise and analysis related to interface and systems integration issues for Aegis BMD. The contractor shall provide technical and programmatic support for System Requirement Reviews, Preliminary Design Reviews, Critical Design Reviews, Manufacturing Reviews, Test Reviews, and Program Reviews at the systems and component levels. The contractor shall participate in interface and technical working groups.
C.2.2.5 The contractor shall provide planning, management, and systems engineering to the requirements verification process for Aegis BMD. This includes: configuration management, requirements management, verification and validation, and modeling and simulation. The contractor will revise governing documents direct requirements collection efforts; restructure ground and flight test plans; develop and support models, tools and data bases; conduct nationwide facilities/equipment assessments; conduct requirements compliance and verification. The contractor will develop and maintain a financial management war room at NSWCDD to assist in management. This includes: configuration management, graphics, briefing development and maintenance, and organization. The contactor will coordinate with internal and external activities including prime contractors, Government, contractor laboratories, MDA, and the operational testing communities.
C.2.2.6 The contractor shall support the Aegis BMD program with logistics and in-service engineering support. The contractor shall support the Integrated Logistics Support (ILS) program, including: coordinating and tracking ILS and life cycle planning efforts among the program community and ensuring appropriate documentation is developed and maintained; providing expert advice to the program office, supporting activities, and contractors regarding ILS program planning and implementation; recommending new initiatives and preparing/reviewing briefings; supporting Independent Logistics Assessments (ILA) and other compliance reviews and audits. The contractor shall help the government develop and review logistics documents, such as the SM-3 Integrated Logistics Support Plan, The contractor will help develop interceptor ILA plans, spares plans, recertification plans, maintenance facility plans, and other related
CONTRACT NO. NOD 178-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 19ofll9
documents. The contractor will assist in developing and reviewing M 0 As between MD A and Navy, SM-3 missile spares plans, SM-3 missile recertification plans, maintenance facility plans, and other such documents. The contractor will serve as a subject matter expert in reviewing interceptor manufacturing and logistics of the SM-3 program. The contractor will participate in program reviews, logistics reviews, maintenance meetings, technical and logistics related meetings, and ILS working groups.
C.2.3 Automated Project Integration Tools
The contractor shall provide support to the Aegis BMD Program by providing tools for project integration including automated Integrated Master Scheduling (IMS) tools to integrate complex programs with dozens of elements. The contractor must integrate multiple MS Project schedules consisting of thousands of lines of activities. This includes the development and use of specialized scheduling tools: that have the capability to automatically update IMS tasks; provides a date analysis tool mode which provides capability for comprehensive "what-if' schedule analysis, generates customized schedule reports right from the integrated master schedule, has ability to perform Quick Task Sorting, provides Executive Level Milestone Displays, incorporates Projected Schedule Risks, provides Common Category Task Filters for easy task sorting, provides Customizable Views and Reports, and produces 6-Month Moving Averages. Integrated Master Scheduling (IMS) support also includes but is not limited to: creating, maintaining, and statusing Microsoft (MS) Project schedules for program elements, create customized scheduling reports and charts as determined by the customer to support program reviews and reporting needs; support scheduling reviews with both internal and external customers for the various Program Elements and provide analysis of subcontractor schedules as needed. This includes developing a top-level milestones report; developing reports outlining revision changes, liens and potential schedule issues.
C.2.4 Infrared Sensor Engineering and Test Support
The contractor shall provide technical and programmatic support on infrared sensors to the Aegis BMD Program. This includes supporting the design, requirements analysis and verification, risk management, engineering and development; and manufacturing of infrared sensor components, sensor systems, seekers, integrated missile systems, and captive carry systems. The contractor will participate in infrared sensor design reviews, manufacturing reviews, program reviews, sensor working groups, and discrimination working groups. The contractor will provide mission planning and analysis for captive carry sensor platforms.
C.2.5 Integration and Test
The contractor shall provide Integration and Test (I&T) support for the Aegis BMD Program in support of the preparation of missile flight test hardware, including but not limited to Standard Missile variants. The contractor shall monitor hardware fabrication and testing and shall identify and investigate potential problems and shortcomings. The contractor shall provide expert engineering insight and advice to support resolution of manufacturing problems and to improve processes and procedures. The contractor shall review hardware and software test procedures and test results, and shall provide consultation to support identification and resolution of
CONTRACT NO. NOO 178-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 20of119
problems encountered. The contractor shall provide engineering analysis and investigation of hardware failures and malfunctions, and shall support identification of potential design, manufacturing and procedural problems. Progress reports (CDRL AOO 1) shall be delivered in accordance with paragraph 5.0.
C.2.6 Telemetry Support
C.2.6.1 The contractor shall serve as an advisor to NSWCDD's missile telemetry program, ensuring shipboard telemetry requirements are defined, documented (CDRL AOO I & A005), and are met for T &E tests, typically conducted at Pacific Missile Range Facility (PMRF). This effort includes on-site participation during Waterfront Integration Tests (typically at Pearl Harbor) and Flight Test Missions (FTM Missions), and involves shipping, installing, and operation of telemetry test equipment during each mission. The contractor shall prepare or assist in the preparation of briefing material and deliver briefs as directed at government management meetings such as Design Review, Mission Control Review Board, and Mission Control Panel.
C.2.6.2 The contractor shall provide support to the Telemetry Working Group (TMWG). The contractor will support: scheduling of meetings, development of agendas, identification and notification of proper organizations, assignment of action items and insure their timely closure, and distribute meeting minutes. Provide program level telemetry system technical support with associated documentation, in the areas of telemetry receiving and satellite relay system requirements development, concept of employment plans, implementation plans, resource allocation and conduct ofTWG meetings. Develop system engineering technical material (reports and presentation material such as position papers, white papers, etc), for use by the NSWCDD (CORL A004 & A005). Specifically the effort shall include:
-Concept design, development, and implementation;
-Mission and technical requirements analysis;
-System Engineering and Analysis;
-Test and evaluation;
C.2.6.3 The contractor shall provide technical, engineering, and analytical expertise in support of program planning and integration across all activities to ensure development of an integrated and efficient program focused on achieving overall program objectives and system requirements. The contractor shall support hardware I software design, development, maintenance, and testing of equipment for telemetry component systems, such as the Warhead Data Link Simulator (WDLS).
The contractor will perform top-level analyses to quantify the benefits of new technology suites when integrated into the ABMD System. These analyses will be used to support system engineering decisions that affect RRA planning. Contractor engineers will also provide the interface between ABMD system engineering and the RRAs to ensure that the relevant RRA efforts are addressing critical issues.
C.2.6.4 The contractor will actively participate in test data analysis and failure investigations and
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 21 of119
will provide technical evaluations and recommendations to the contractor team and program office. The contractor shall provide technical assistance to the NSWCDD SM-3 program manager and will perform analyses to determine SM-3 performance against threat representative
targets. As directed by the NSWCDD SM-3 program manager, the contractor will present briefings and actively participate in required meetings as the designated representative. This may include technical interchange reviews and teleconferences, !PT meetings, program level reviews, working groups, mission control panels and flight readiness reviews.
C.2.6.5 The contractor shall provide analytical support to the Telemetry Program Manager in the Missile Systems Engineering and Integration Branch (G25) for the NSWCDD Aegis BMD Program. Personnel should be proficient in Microsoft PowerPoint, Word, Excel, and Adobe Acrobat.
C.2.6.6 The contractor shall assist in ensuring and maintaining the high directorate quality of the telemetry and lethality data and files that form the basis of analysis provided. The contractor shall assist in development of an integrated and efficient program focused on achieving overall program objectives and system requirements by assisting in the preparation and development of presentations and written materials using graphics and MS Word programs in support of the G83 Telemetry Program Manager.
C.2.6.7 The contractor shall provide weekly and monthly Telemetry Status inputs to the NSWCDD Aegis BMD Test & Evaluation Status Report. The contractor shall assist in tracking and maintaining various documents, schedules, and calendars including configuration management and hardware log books.
C.2.6.8 The contractor shall host and attend working groups, meetings, and teleconferences, classified and unclassified, pertaining to telemetry and kill assessment. The contractor shall record minutes, track reports, and maintain records of action items that arise from the variety of meetings attended. The contractor shall provide audio visual equipment support when needed attendant to internal and external meeting locations and audiences.
C.2.7 Software Engineering
C.2.7.1 Contractor personnel shall support the Aegis BMD Program in all aspects of development and maintenance of SM-3 Software. Contractor personnel shall work with the prime contractor, subcontractors, laboratories, and the on-site TechRep to manage the development of the software. This task shall examine the embedded SM-3 flight software, test equipment software, modeling and simulation software, and firmware.
C.2.7.2 Contractor shall be responsible for monitoring the software development activities and reporting anomalies, risk areas, and suggestions for corrective action. The Contractor shall review software development documentation to assess adherence to program requirements. The contractor shall participate in reviews and test events. The contractor shall assess development schedules, perform metrics analysis, and evaluate software tools. The contractor shall assess the development practices utilized by the software development contractor. The contractor shall provide specific recommendations for improvement to the developers as well as the Navy.
CONTRACT NO. NOO 178-04-D-4085
DELIVERY ORDER NO.
0004
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 22of119
C.2.8 CAESAR - Missile Canister Environmental Monitoring
The contractor shall develop, implement, and document missile canister environmental monitoring systems for shore and sea-based transportation and storage for the Aegis BMD
Program. The contractor shall design, develop, upgrade, maintain, and document software for real-time monitoring of Vertical Launching System (VLS) assets and associated equipment, integrate new technology into the monitoring systems, troubleshoot field and laboratory systems, analyze field and laboratory data and report the results, develop data analysis software, write test plans and test reports, archive the missile environmental data for use by the missile community, and perform special studies, as requested (CDRL A005).
C.3 Plan of Actions and Milestone (POA&M) Requirements
The contractor shall develop a POA&M for each work element. The signed POA&M shall be provided electronically to the Contract Specialist, the CORI ACOR, and the appropriate Government Technical Assistant (TA) or Lead (TA) within forty-five (45) calendar days after issuance of the order. Thereafter, plans shall be updated bi-annually or as needed. While contractor format is acceptable, with Government's approval, the following information, as a minimum, shall appear in each POA&M. (CDRL A002
a. Date POA&M prepared/revised
b. Work Element (number and title)
c. Revision number if applicable
d. Contract and Order Number
e. POA&M Period Of Performance
f. Contractor Interfaces/Points Of Contact (technical area)
g. Government Interfaces/POC
h. Estimated labor hours and total cost (including fee)
1. Work summary - to include tasking for the year
j. Subcontractors identified by name
k. Travel
1. Data items to be delivered
C.4 In-Process Reviews (IPR)
The Contractor shall conduct an In-Process Review (IPR) with the COR and TAs every six months and other NSWCDD personnel designated by the COR upon NSWCDD request. This review shall be documented in a report, which shall include the following:
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 23of119
a. Current and cumulative expenditures in both hours and dollars. Labor hours shall be presented by labor category. Personnel charging to the task shall be identified. An analysis shall be presented which compares proposed and actual amounts. Significant variances shall be explained.
b. Travel performed, including identification of element, number of days, purpose of travel, dates of travel, destination, names of travelers, and summary ofresults of trip CDRL A003.
C.4.1 Performance review:
a. Action Item status
b. CDRL item status to include a listing of items delivered.
c. IPR minutes. CDRL A003.
b. Accomplishments.
c. Problems.
d. Schedule.
C.5 Deliverables
Specific deliverable requirements are identified in Exhibit A, Contract Data Requirements List (CDRL). Copies of deliverables shall be provided distributed in accordance with Exhibit A. Other distribution may be mutually agreed to.
C.6 REPORTING REQUIREMENTS
The contractor shall provide a monthly status report defining the work accomplished during the month and milestones for the upcoming period (CDRL AOO 1 ). The contractor shall also provide trip reports no later than ten (10) days after completion of trips (CDRL A003). Additionally, the contractor shall provide technical papers (drafts and final), issue papers, white papers, meeting agendas, and presentation materials of a quality and content suitable for delivery to the Program Office and Program Executive Office (CDRL A003, A004, A005). The contractor shall provide findings and recommendations at no higher than the SECRET level of classification. An unclassified version will be provided to facilitate release of the findings and recommendations.
C. 7 TRAVEL
All travel must be approved by the COR or TA prior to commencing travel.
C.8 GOVERNMENT SPACE
Government furnished space will be provided for four contractor employees at NSWCDD under this task order. The space will be located in Buildings 1500, 1705 and 997. In addition, government furnished space will be provided for two contractor employees at NSWC, Port Hueneme, CA.
CONTRACT NO. NOOJ 78-04-D-4085
C.9 SECURITY
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 24of119
The Department of Defense Contract Security Classification Specification (DD Form 254) (Attachment J.1) provides the security classification requirements for this order. The contractor shall obtain facility and personnel security clearances as required by the Department Industrial Security Program prior to starting to work on tasks requiring clearances. Access to classified spaces and material and generation of classified material shall be in accordance with the attached DD Form 254.
C.10 NON-DISCLOSURE AGREEEMENTS (NDAs)
ND As may be utilized to allow for access to company sensitive/proprietary data. For tasks requiring NDAs the contractor shall obtain appropriate agreements for all of their employees that are associated with the task requiring such an agreement.
Contractor personnel may be required, from time to time, to sign non-disclosure statements as applicable to specific tasking. The COR will notify the contractor of the number and type of personnel that will need to sign the Non-Disclosure agreements. The signed Non-Disclosure Agreements shall be executed prior to accessing data or providing support for information that is considered business or program sensitive and returned to the COR for endorsement and retention. Copies of all executed ND As shall be provided to the COR.
C.11 NON-PERSONAL SERVICES/ INHERENTLY GOVERNMENTALFUNCTIONS
(a) The Government will neither supervise contractor employees nor control the method by which the contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services or give the perception that personal services are being provided. If the contractor feels that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the Contracting Officer immediately.
(b) Inherently-Governmental functions are not within the scope of this Task Order. Decisions relative to programs supported by the contractor shall be the sole responsibility of the Government. The contractor may be required to attend technical meetings for the Government; however, they are not, under any circumstances, authorized to represent the Government or give the appearance that they are doing so.
C.12 CONTROL OF CONTRACTOR PERSONNEL
The contractor shall comply with the requirements ofNAVSEA and NSWCDD instructions regarding performance in Government facilities. All persons engaged in work while on Government property shall be subject to search of their persons (no bodily search) and vehicles
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 25of119
at any time by the Government, and shall report any known or suspected security violations to the appropriate Security Department. Assignment, transfer, and reassignment of contractor
personnel shall be at the discretion of the contractor. However, when the Government directs,
the contractor shall remove from contract performance any person who endangers life, property,
or national security through improper conduct. All contractor personnel engaged in work while
on Government property shall be subject to the Standards of Conduct contained in
SECNAVINST 5370.2J.
C.13 DIGITAL DELIVERY OF DATA
(a) Delivery by the Contractor to the Government of certain technical data and other data is now frequently required in digital form rather than as hard copy. Such delivery may cause confusion
between data rights and computer software rights. It is agreed that, to the extent that any such
data is computer software by virtue of its delivery in digital form, the Government will be
licensed to use that digital-form data with exactly the same rights and limitations as ifthe data
had been delivered as hard copy.
(b) Any limited rights legends or other allowed legends placed by a Contractor on technical data
or other data delivered in digital form shall be digitally included on the same media as the digital-form data and must be associated with the corresponding digital-form technical data to
which the legends apply to the extent possible. Such legends shall also be placed in human
readable form on a visible surface of the media carrying the digital-form data as delivered, to the
extent possible.
C.14 IDENTIFICATION BADGES
The contractor shall be required to obtain identification badges from the Government for all
contractor personnel to be located on Government property. The identification badge shall be visible at all times while employees are on Government property. The contractor shall furnish all
requested information required to facilitate issuance of identification badges and shall conform to
applicable regulations concerning the use and possession of the badges. The contractor shall be
responsible for ensuring that all identification badges issued to contractor employees are returned to
the appropriate Security Office within 48 hours following completion of the Task Order, relocation
or termination of an employee, and upon request by the Contracting Officer.
C.15 USE OF INFORMATION SYSTEM (IS) RESOURCES
Contractor Provision of!S Resources
Except in special circumstances explicitly detailed elsewhere in this document, the Contractor shall
provide all IS resources needed in the performance of this contract. This includes, but is not limited
to computers, software, networks, certificates, and network addresses.
Contractor Use ofNSWCDD IS Resources
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 26of119
In the event that the contractor is required to have access to NSWCDD IS resources, the login name used for access shall conform to the NMCI login naming convention. If the contractor requires
access to applications/systems that utilize client certificates for authentication, the contractor is
responsible for obtaining requisite certificates from a DOD or External Certificate Authority.
If this contract requires that the contractor be granted access and use ofNSWCDD IS resources (at
any site), the IS shall be accredited for contractor use in accordance with procedures specified by the
Information Assurance Office.
Connections Between NSWCDD and Contractor Facilities
If there is a requirement (specifically delineated elsewhere in this contract) for interconnection (e.g.,
link level or Virtual Private Network (VPN)) between any facilities and/or ISs owned or operated by
the contractor and ISs owned or operated by NSWCDD, such interconnection shall take place only after approval from the NSWCDD Information Assurance Office. All such connections as well as
the ISs connected thereto will be accredited in accordance with DOD policy (DODI 5200.40) by the
cognizant Designated Approving authority (DAA) and comply with the requirements ofCJCSI
62 l l .02B regarding Memorandums of Agreement. All such connections will be made outside the
appropriate NSWCDD firewall.
C.16 SKILLS AND TRAINING
The Contractor shall provide capable personnel with qualifications, experience levels, security
clearances, and necessary licenses, certifications, and training required by Federal, State, and
Local laws and regulations. Information assurance functions require certifications specified in
DFAR 252.239- 7001 INFORMATION ASSURANCE CONTRACTOR TRAINING AND
CERTIFICATION. Training necessary to ensure that personnel performing under this contract maintain the knowledge and skills to successfully perform the required functions is the
responsibility of the Contractor. Training necessary to maintain professional certification is the
responsibility of the Contractor.
C.17 SUBCONTRACTORS/CONSULTANTS
In addition to the information required by FAR 52.244-2 Alternate 1 of the contractor's SeaPort-e contract, the contractor shall include the following information in requests to add
subcontractors or consultants during performance, regardless of subcontract type or pricing
arrangement.
(I) The results of negotiations to incorporate rate caps no higher than the lower of (i) SeaPort-e rate
caps for the prime contractor, or in the case where the proposed subcontractor is also a SeaPort-e
prime, (ii) rate caps that are no higher than the subcontractor's prime SeaPort-e contract.
(2) Impact on subcontracting goals, and
CONTRACT NO.
NOD 178-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 27ofll9
(3) Impact on providing support at the contracted value
C.18 SHIPBOARD PROTOCOL
18.l This task order will involve working onboard U.S. and/or foreign naval ships or vessels . As
such, the Contractor is reminded of its responsibility to assure that shipboard protocol is stringently
followed. Specifically, visit requests must be arranged through the Government sponsor and must be forwarded to the individual command being visited as well as to all supporting commands, such as
the base, squadron, tender, etc. that the visitor must pass through to get to the ship or vessel; the
Contractor is responsible for obtaining and maintaining specialized training (i.e., nuclear awareness,
safety, quality control, etc.) and certification (i.e., SUB SAFE certification, etc.); personnel
performing onboard U.S. Navy ships must have at least a SECRET security clearance; if not led by
a Government representative, the Contractor is responsible for briefing the ship/command upon arrival; and, the Contractor is responsible for debriefing the ship/command upon departure to include
the operational status of the equipment.
The Contractor shall ensure its personnel adhere to these requirements when perfonning shipboard tasking. Compliance shall be reported in the trip report.
• All assigned personnel must possess at least a SECRET Security Clearance.
• All personnel, while shipboard, shall conform to the rules and regulations of the ship. It is the responsibility of
the Contractor to determine the proper rules, regulations, actions, policy and procedures.
• Alarms -- actual or drill shall be reported and procedures appropriately adhered.
• Safety-- hardhats, tag-outs, safety shoes, goggles, etc., as appropriate shall be utilized.
• HAZMAT -- Bringing hazardous materials aboard, using hazardous materials is strictly prohibited.
• The designated team lead shall, upon arrival, brief the Commanding Officer or his/her designated representative
as to the purpose of the visit and expected duration.
• The designated team lead shall, upon final departure, debrief the Commanding Officer or his/her designated
representative as to the success of the tasking and the operational condition of affected equipment.
• The Contractor shall comply with COMUSFLTFORCOM/COMPACFLT INSTRUCTION 6320.3 regarding
the medical and dental screening of all personnel that may embark aboard any U.S. Navy vessel.
• The Contractor shall ensure that repair and maintenance employees working aboard vessels, dry docks, and piers shall have a valid I 0 hour OSHA Maritime Shipyard Employment Course #7615 completion card within 60
days of employment.
HQ C-2-0037 ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (JUL 2000)
(a) "Organizational Conflict of Interest" means that because of other activities or relationships
with other persons, a person is unable or potentially unable to render impartial assistance or
advice to the Government, or the person's objectivity in performing the order work is or might be
otherwise impaired, or a person has an unfair competitive advantage. "Person" as used herein
includes Corporations, Partnerships, Joint Ventures, and other business enterprises.
(b) The Contractor warrants that to the best of its knowledge and belief, and except as otherwise
set forth in the order, the Contractor does not have any organizational conflict ofinterest(s) as
CONTRACT NO.
NOOI 78-04-D-4085
defined in paragraph (a).
DELIVERY ORDER NO.
0004
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 28ofll9
( c) It is recognized that the effort to be performed by the Contractor under this order may create a potential organizational conflict of interest on the instant order or on a future acquisition. In order to avoid this potential conflict of interest, and at the same time to avoid prejudicing the best interest of the Government, the right of the Contractor to participate in future procurement of equipment and/or services that are the subject of any work under this order shall be limited as described below in accordance with the requirements of FAR 9.5.
( d) (I) The Contractor agrees that it shall not release, disclose, or use in any way that would
permit or result in disclosure to any party outside the Government any information provided to the Contractor by the Government during or as a result of performance of this order. Such information includes, but is not limited to, information submitted to the Government on a confidential basis by other persons. Further, the prohibition against release of Government provided information extends to cover such information whether or not in its original form, e.g., where the information has been included in Contractor generated work or where it is discernible from materials incorporating or based upon such information. This prohibition shall not expire after a given period of time.
(2) The Contractor agrees that it shall not release, disclose, or use in any way that would permit or result in disclosure to any party outside the Government any information generated or derived during or as a result of performance of this order. This prohibition shall expire after a period of three years after completion of performance of this order.
(3) The prohibitions contained in subparagraphs (d)(l) and (d)(2) shall apply with equal force to any affiliate of the Contractor, any subcontractor, consultant, or employee of the Contractor, any joint venture involving the Contractor, any entity into or with which it may merge or affiliate, or any successor or assign of the Contractor. The terms of paragraph (f) of this Special Contract Requirement relating to notification shall apply to any release of information in contravention of this paragraph (d).
( e) The Contractor further agrees that, during the performance of this order and for a period of three years after completion of performance of this order, the Contractor, any affiliate of the Contractor, any subcontractor, consultant, or employee of the Contractor, any joint venture involving the Contractor, any entity into or with which it may subsequently merge or affiliate, or any other successor or assign of the Contractor, shall not furnish to the United States Government, either as a prime contractor or as a subcontractor, or as a consultant to a prime contractor or subcontractor, any system, component or services which is the subject of the work to be performed under this order. This exclusion does not apply to any recompetition for those systems, components, or services furnished pursuant to this order.
As provided in FAR 9.505-2, ifthe Government procures the system, component, or services on the basis of work statements growing out of the effort performed under this order, from a source other than the contractor, subcontractor, affiliate, or assign of either, during the course of performance of this order or before the three year period following completion of this order has lapsed, the Contractor may, with the authorization of the cognizant Contracting Officer,
CONTRACT NO.
NOOI 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 29ofll9
participate in a subsequent procurement for the same system, component, or service. In other words, the Contractor may be authorized to compete for procurement(s) for systems, components, or services subsequent to an intervening procurement.
(f) The Contractor agrees that, if after award, it discovers an actual or potential organizational conflict of interest, it shall make immediate and full disclosure in writing to the Contracting Officer. The notification shall include a description of the actual or potential organizational conflict of interest, a description of the action, which the Contractor has taken or proposes to take to avoid, mitigate, or neutralize the conflict, and any other relevant information that would assist the Contracting Officer in making a determination on this matter. Notwithstanding this notification, the Government may terminate the order for the convenience of the Government if determined to be in the best interest of the Government.
(g) Notwithstanding paragraph (f) above, if the Contractor was aware, or should have been aware, of an organizational conflict of interest prior to the award of this order or becomes, or should become, aware of an organizational conflict of interest after award of this order and does not make an immediate and full disclosure in writing to the Contracting Officer, the Government may terminate this order for default.
(h) If the Contractor takes any action prohibited by this requirement or fails to take action required by this requirement, the Government may terminate this order for default.
(i) The Contracting Officer's decision as to the existence or nonexistence of an actual or potential organizational conflict of interest shall be final.
(j) Nothing in this requirement is intended to prohibit or preclude the Contractor from marketing or selling to the United States Government its product lines in existence on the effective date of
this order; nor, shall this requirement preclude the Contractor from participating in any research and development or delivering any design development model or prototype of any such equipment. Additionally, sale of catalog or standard commercial items are exempt from this requirement.
(k) The Contractor shall promptly notify the Contracting Officer, in writing, if it has been tasked to evaluate or advise the Government concerning its own products or activities or those of
a competitor in order to ensure proper safeguards exist to guarantee objectivity and to protect the Government's interest.
(I) The Contractor shall include this requirement in subcontracts of any tier which involve access to information or situations/conditions covered by the preceding paragraphs, substituting "subcontractor" for "contractor" where appropriate.
(m) The rights and remedies described herein shall not be exclusive and are in addition to other rights and remedies provided by law or elsewhere included in this order.
(n) Compliance with this requirement is a material requirement of this order.
Ddl-C30 HAZARDOUS MATERIALS USED ON GOVERNMENT SITE
CONTRACT NO. NOO 178-04-0-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 30of119
(a) This clause applies if hazardous materials are utilized at any time during the performance of work on a Government site under this Task OrderHazardous materials are defined in Federal Standard No. 313 and include items such as chemicals, paint, thinners, cleaning fluids, alcohol, epoxy, flammable solvents, or asbestos.
(b) The contractor shall have an active Hazard Communication Program in place for all contractor employees per 29 C.F.R. 1910.1200. Before delivery of any hazardous materials onto Government property, the Contractor shall provide the both the Contracting Officer and the Contracting Officer's Representative (COR) with an inventory and Material Safety Data Sheet (MSDS) for these materials.
Ddl-C41 TERMINATION OF EMPLOYEES WITH NSWCDD BASE ACCESS
The contractor shall insure that all employees who have a NSWCDD badge and/or bumper sticker turn-in the badge and remove the bumper sticker immediately upon termination of their employment under this contract. The above requirement shall be made a part of the standard employee facility clearance procedures for all separated personnel. The contractor shall advise NSWCDD Physical Security of all changes in their contract personnel requiring NSWCDD base access.
For involuntarily separated personnel and those separated under adverse circumstances, the contractor shall notify NSWCDD Physical Security in advance of the date, time and location where the NSWCDD representative may physically remove the employee's automobile bumper sticker and retrieve the NSWCDD badge prior to the employee departing the contractor's facility. In the event the employee is separated in his or her absence, the contractor shall immediately notify NSWCDD Physical Security of the separation and make arrangements between the former employee and NSWCDD Physical Security for the return of the badge and removal of the sticker.
HQ C-2-0011 COMPUTER SOFTWARE AND/OR COMPUTER DATABASE(S) DELIVERED TO AND/OR RECEIVED FROM THE GOVERNMENT (NAVSEA) (APR 2004)
(a) The Contractor agrees to test for viruses all computer software and/or computer databases, as defined in the clause entitled "RIGHTS IN NONCOMMERCIAL COMPUTER SOFTWARE AND NONCOMMERCIAL COMPUTER SOFTWARE DOCUMENTATION" (DFARS 252.227-7014 ), before delivery of that computer software or computer database in whatever media and on whatever system the software is delivered. The Contractor warrants that any such computer software and/or computer database will be free of viruses when delivered.
(b) The Contractor agrees to test any computer software and/or computer database(s) received from the Government for viruses prior to use under this contract.
( c) Unless otherwise agreed in writing, any license agreement governing the use of any computer software to be delivered as a result of this contract must be paid-up and perpetual, or so nearly perpetual as to allow the use of the computer software or computer data base with the
CONTRACT NO.
NOO 178-04-0-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 3lofll9
equipment for which it is obtained, or any replacement equipment, for so long as such equipment is used. Otherwise the computer software or computer database does not meet the minimum functional requirements of this contract. In the event that there is any routine to disable the computer software or computer database after the software is developed for or delivered to the Government, that routine shall not disable the computer software or computer database until at least twenty-five calendar years after the delivery date of the affected computer software or computer database to the Government.
( d) No copy protection devices or systems shall be used in any computer software or computer database delivered under this contract to restrict or limit the Government from making copies. This does not prohibit license agreements from specifying the maximum amount of copies that can be made.
Ddl-G 12 POST AWARD MEETING
(a) A Post Award Meeting with the successful offeror will be conducted within 15 working days after award of the contract. The meeting will be held at TBD after award.
(b) The contractor will be given at least five working days notice prior to the date of the meeting by the Contracting Officer.
(c) The requirement for a Post Award meeting shall, in no event, constitute grounds for excusable delay by the Contractor in performance of any provisions of the Task Order.
CONTRACT NO.
NOO 178-04-D-4085 DELIVERY ORDER NO.
0004
SECTION D PACKAGING AND MARKING
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 32ofll9
Delivery shall be in accordance with the provisions of the basic contract. Some deliveries may
contain classified information.
HQ D-1-0001 DATA PACKAGING LANGUAGE
Data to be delivered by Integrated Digital Environment (IDE) or other electronic media shall be as specified in the contract.
All unclassified data to be shipped shall be prepared for shipment in accordance with best commercial practice.
Classified reports, data, and documentation shall be prepared for shipment in accordance with National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M dated 28 February 2006.
HQ D-2-0008 MARKING OF REPORTS (NAVSEA) (SEP 1990)
All reports delivered by the Contractor to the Government under this contract shall prominently show on the cover of the report:
(l) name and business address of the Contractor
(2) contract number
(3) contract dollar amount
( 4) whether the contract was competitively or non-competitively awarded
(5) sponsor: See DD l423s
(Name oflndividual Sponsor)
(Name of Requiring Activity)
(City and State)
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 33of119
SECTION E INSPECTION AND ACCEPTANCE
Inspection and Acceptance shall be performed at NSWCDD, Dahlgren, VA by the Contracting Officer Representative (COR) designated herein.
PERFORMANCE BASED CRITERIA:
PERFORMANCE BASED CONTRACT REVIEW AND ACCEPTANCE PROCEDURE
(a) This is a performance-based contract as defined in FAR Part 37.6 (PERFORMANCE BASED ACQUISITION). Contractor performance will be reviewed in accordance with the Quality Assurance Surveillance Plan below.
(b) The plan defines that this review and acceptance will become part of the annual Contractor Performance Assessment Reporting System (CPARS). The contractor may obtain more information regarding the CPARS process at the following internet site: http://cpars.navy.
QUALITY ASSURANCE PLAN (QASP)
1. PURPOSE
(a) This Quality Assurance Surveillance Plan (QASP) is a Government developed and applied document used to ensure that systematic quality assurance methods are used in the administration of this performance based order. The intent is to ensure that the contractor performs in accordance with the performance objectives and the Government receives the quality of services called for in the order.
(b) This Task Order provides technical and programmatic support to various engagement systems, subsystems and components. The resulting performance based order will have cost plus fixed fee Labor CLINS, and cost only Other Direct Cost (ODC) CLINS. The order will be for a base year with four one-year options. An additional surge option, labor and ODC, for each period is available. A properly executed QASP will assist the Government in achieving the overall objectives of this procurement.
2. AUTHORITY
Authority for issuance of this QASP is provided under Contract Section E- Inspection and Acceptance, which provides for inspections and acceptance of the services and documentation called for in service contracts, to be executed by the Contracting Officer or a duly authorized representative.
3. SCOPE
(a) The QASP is put in place to provide Government surveillance oversight of the contractor's efforts to assure that they are timely, effective and are delivering the results specified in the order.
(b) The contractor's performance on this Task Order will be evaluated by the Government as
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 34of119
described below. The first evaluation will cover the first six-months of performance with
successive evaluations being performed for each twelve-month period thereafter until the contractor
completes performance under this Task Order. For the first six-month period and each subsequent
twelve-month period, the Government will evaluate the contractor's performance. The evaluation
will encompass all work performed by the contractor at any time during the six/twelve-month
period but will not include cumulative information from prior reports. For each period, the
Contractor will complete a self- assessment of the performance provided, to be delivered to the COR and Contract Specialist NLT 60 days following the period being evaluated. The
self-assessment shall cover all areas of the Government QASP. Based on the evaluation results, the
Contracting Officer will assign an overall performance rating. If the Contracting Officer assigns an
"Unsatisfactory" overall performance rating for the period evaluated, the next option period will
not be exercised. As options are exercised, improved performance is required as demonstrated in Table 2.
4. GOVERNMENT RESOURCES AND RESPONSIBILITIES
(a) Contracting Officer
(I) A person duly appointed with the authority to enter into (Procuring Contracting Officer
(PCO)) or administer (Administrative Contracting Officer (ACO)) contracts and make related determination and findings on behalf of the Government. The PCO for this Task Order is
identified in section G, Ddl-G I 0 Government Contract Administration Points-of-Contact and
Responsibilities. The ACO will be designated in the resulting order. Contracting Officers are designated via a written warrant, which sets forth limitations of their respective authority.
(2) The Contracting Officer ensures performance of all necessary actions for effective contract
administration, ensures compliance with the terms of the contract and safeguards the interests of the United States in the contractual relationship. It is the Contracting Officer that assures the
Contractor receives impartial, fair and equitable treatment under the Order. The Contracting
Officer is ultimately responsible for the final determination of the acceptability of the
Contractor's performance.
(b) Contract Specialist
(I) Assigned by the PCO to provide daily administration of the Task Order.
(2) Provides input to the PCO and the COR as to the quality of performance for areas addressed
in this QASP.
(c) Contracting Officer's Representative (COR)
(I) An individual appointed in writing by the PCO to act as their authorized representative to
assist in technical administration of the Order. The COR is appointed in the Task Order award.
The limitations of authority are contained in a written letter of appointment which is a formal
CONTRACT NO. NOOl 78-04-D-4085
attachment to the Order.
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 35of!I9
(2) The COR is responsible for technical administration of the Task Order and assures proper Government surveillance of the contractor's technical performance. The COR provides QASP reports to the PCO.
(3) The COR is not empowered to make any contractual commitments or to authorize any changes on the Government's behalf. Any changes that the contractor deems may affect contract price, terms, or conditions shall be referred to the Contracting Officer for action.
( d) Technical Point of Contact (TPOC) /Technical Assistant (TA) I Functional Area Lead
(I) Subject Matter Experts who may be assigned by the COR to perform limited technical oversight of specific projects, work areas, or Technical Instructions issued under the Task Order.
(2) The TPOC/TA/Functional Lead provides input to the COR as to the quality of technical performance for their respective area(s) of expertise.
(3) A Government TA cannot, in any manner, alter the scope of the contract, make commitments or authorize any changes on the Government's behalf.
5. METHODS OF QA SURVEILLANCE
(a) The methods of surveillance used in the administration of this QASP are identified in Tables I thru 3. The Government will conduct surveillance of contractor performance utilizing the evaluation and measurement criteria in this QASP, supplemented with additional information listed below, to determine whether the contractor is effectively complying with all the terms and conditions of the Task Order. The assessed performance level using this QASP will be a determining factor in the PCO's decision to exercise an option or not.
(b) Contractor Performance Assessment Report System (CPARS) - The market place for information technology, engineering, and management support services is very competitive. As such, the successful offeror has a vested interest in the Government-generated CPARS under this Task Order. Additionally, an evaluation using the CPARS format will be performed at the end of each year of performance. The Government for this procurement will address the quality of
product or service, schedule, cost control, business relations, management, and other important areas. As this information may affect future source selections throughout DoD, the annual Government assessment will be used appropriately as an additional performance oversight and communication tool with the QASP.
6. DOCUMENTATION
In addition to providing annual reports to the Contracting Officer, the COR will maintain a complete Quality Assurance file. The file will contain copies of all reports, evaluations,
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 36ofll9
recommendations, and any actions related to the Government's performance of the quality
assurance function. The COR shall forward these records to the Contracting Officer at termination
or completion of the order.
7. SURVEILLANCE
The tables below set forth the performance ratings, standards, outcome and surveillance methods to document the results of the surveillance on a annual basis as well as interim and informal reviews
(i.e.IPRs) on a more frequent basis.
(a) Performance Ratings: The Government will evaluate the contractor's performance of
the Performance Work Statement (PWS) and the Contracting Officer will assign one of the following ratings:
(!)Excellent
(2) Satisfactory
(3) Unsatisfactory
The standards associated with these ratings are given in the following Table I.
TABLE 1: OVERALL PERFORMANCE RATINGS
Overall Performance I standard Rating
!Excellent I "Excellent" ratings for all performance evaluation criteria in Tables 3, 5
and 6.
lsatisfactory I A minimum of "Satisfactory" ratings for all performance evaluation criteria in Tables 3, 5 and 6.
Unsatisfactory A rating of "Unsatisfactory" for one or more performance evaluation
criteria in Tables 3, 5 and 6.
(b) Objectives I Determination:
I. Interim/Informal
Interim/informal performance evaluations will be provided to assess performance at each IPR.
2. Annual
The Contracting Officer will make a performance determination at the end of each evaluation
period. The determination will be based upon COR's recommendations, the contractor's
I
comments including any Self-Evaluation Report, and any other information deemed relevant by the Contracting Officer. The Contracting Officer shall resolve disagreements between the CO R's
CONTRACT NO.
NOO 178-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 37ofll9
recommendations and the contractor's comments/report regarding the evaluation. The Contracting
Officer's performance determination is unilateral and final. The Contracting Officer will document the determination and provide a copy to the contractor within 30 days of receipt of the
contractor's self-assessment.
TABLE2:0BJECTIVES
Assessment Acceptable Performance
I How Measured
II Outcome
Period Definition
( +) Meet the acceptable
After the first six performance definition
months using the QASP as a condition for Summary Task Performance exercise of option I.*
Base: evaluation ratings; rating of at least
annually using "Satisfactory" based on roll (-) Does not meet the
up of Tables 3, 5 and 6. the CPARS system acceptable performance covering the previous 12 definition as a condition months. for exercise of an option
I.*
(+)Meet the acceptable
performance definition
Annually using as a condition for
Summary Task Performance the QASP evaluation exercise of an option.
Option I: rating of at least ratings; annually using 2.*
"Satisfactory" based on roll the CPARS system (-) Does not meet the up of Tables 3, 5 and 6. covering the previous 12 acceptable performance
months. definition as a condition
for exercise of an option.
2.*
( +) Meet the acceptable
performance definition Summary Task Performance Annually using as a condition for rating of at least the QASP evaluation exercise of an option 3.*
Option II: "Satisfactory" based on roll ratings; annually using
up of Tables 3, 5 and 6. the CPARS system (-) Does not meet the
covering the previous 12 acceptable performance
months. definition as a condition
for exercise of an option
3.*
Summary Task Performance Annually using ( +) Meet the acceptable
Option III: rating of at least the QASP evaluation performance definition "Satisfactory" based on roll ratings; annually using as a condition for
I
CONTRACT NO.
NOO 178-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 38ofll9
exercise of an option 4. *
up of Tables 3, 5 and 6, with the CPARS system (-) Does not meet the
two or more areas rated covering the previous 12 acceptable performance
"Excellent". See Below. months. definition as a condition
for exercise of an option
4.*
Summary Task Performance Annually using Option IV: rating of at least the QASP evaluation
"Satisfactory" based on roll ratings; annually using Final CPARS ratings.
up of Tables 3, 5 and 6, with the CPARS system
two or more areas rated covering the previous 12 "Excellent". See Below. months.
* The Government may not exercise the next option year term unless the contractor meets the
acceptable performance definition.
( c) Performance Evaluation Criteria. The contractor's performance will be evaluated using the
criteria and standards provided for each objective, and identified in Tables 3, 5 and 6 of this
contract clause. Based on this evaluation, each assessment period will be given an overall rating
resulting from the rolled up objective. Each of the criteria in Tables 3, 5 and 6 must score a minimum of "Satisfactory" to receive and overall performance rating of "Satisfactory" in each
assessment period. Additional ratings of "Excellent" are required in the last two option years as
shown in the table above.
( d) Organization. The performance evaluation organization consists of the Contracting Officer, who
will serve as the Determining Official, and the COR. In some instances, a TA will be assigned to
the contract or Task Order in addition to a COR.
( e) This performance evaluation does not replace any other requirement for evaluating contractor
performance that may be required by this Task Order such as a Contractor Performance
Assessment Reporting System (CPARS) report, or a Task Order Performance Evaluation (TOPE)
report.
TABLE 3: TASK PERFORMANCE EVALUATION CRITERIA AND STANDARDS
JcRITERIA llUNsATISFACTORY
Task
Performance
Work product fails to
meet 90% of the
Acceptable Quality Levels (AQLs) defined in
Performance
Requirements Summary
Table, Table 4
llsATISFACTORY
Work product meets a minimum of 90% of
the Acceptable
Quality Levels
(AQLs) defined in
Performance
Requirements
llEXCELLENT
Work product meets 91
to 100% of the Acceptable Quality Levels (AQLs) defined
in Performance Requirements
Summary Table, Table 4
CONTRACT NO.
NOO 178-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 39ofll9
LJI I !ummary Table, Table I Contractor provides highly
Contractor provides qualified personnel. Contractor Contractor provides qualified personnel. reassigns personnel to ensure
marginally qualified or Lapses in coverage proper coverage. Actual lapses
Staffing unqualified personnel. may occasionally in coverage occur very rarely, i1
Lapses in coverage occur occur and are managed ever, and are managed per regularly. per Task Order Task Order policy. Contractor
policy. ensures staff training remains
current.
Contractor frequently
misses deadlines, Contractor routinely Contractor consistantly meets
schedules, or is slow to meets deadlines,
Timeliness respond to government schedules, and deadlines, schedules, and
responds immediately to requests or is responds quickly to non-responsive to government requests.
government requests.
government requests.
Customer Fails to meet customer Meets customer Exceeds customer
Satisfaction expectations expectations. expectations.
TABLE 4: PERFORMANCE REQUIREMENTS SUMMARY TABLE
Task Performance Performance Acceptable Quality Quality Area Objective Standard Level (AQL) Surveillance
Plan Typical Monitoring Methods
Sec.
2.0
2.1 Support Aegis Notes are taken and Notes are Government BMD Program accurately depict disseminated to gov't oversight/ review Office by meetings. Calendars poc within I week of of maintaining meeting and schedules are meeting. notes/schedules notes, integrated kept up to date and Calendars/schedules /calendars
schedules and accurate are 95% accurate and
calendars up to date Attend and
Support Aegis participate in Government
BMD Program reviews and Database is properly oversight of Aegis
Office meetings. Support maintained and is BMD Program
I
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 40ofll9
Meetings/IPTs. government 95% accurate. Management DBs
customer at such Reports are clear and and reports Maintain ABMD meetings or in the concise Program Financial absence of data, including customer, act on financial reports and his/her behalf. cost estimates
2.2 Support Aegis Analysis, review Analysis requires Government
BMD 4.0.1, 5.0, 5.1, and assessment no more than two (2) oversight of
and Aegis Ashore. include adequate review/comment review/comment
Provide rapid depth and breadth /approval cycles, to /approval
response studies, to clearly identify meet acceptance. process.
point papers, and and qualify issues. 90% include
analysis to support CurrentDoD comprehensive the fielding the policy and/or proposed corrective
various BMD industry standards action if identifiable
Blocks both are followed. to allow for
shipboard and Results delivered expeditious Gov.
ashore IA W agreed upon action. 90%
schedules. completed by due Support ballistic date. missile system Analysis, review Government
engineering studies; and assessment oversight of
facility assessments; include adequate review/comment
concept studies; depth and breadth Analysis requires /approval
modeling and to clearly identify no more than two (2) process.
simulation; and qualify issues. review/comment
hardware/software CurrentDoD /approval cycles, to
integration; policy and/or meet acceptance.
requirements industry standards 90% include
analysis and are followed. comprehensive
compliance Results delivered proposed corrective
verification; weapon IA W agreed upon action if identifiable
system evaluations; schedules. to allow for
propulsion and expeditious
sensor engineering, Government action.
flight test analysis, 90% completed by environment and due date. range safety,
program
management
support; and other related engineering
studies, evaluations,
CONTRACT NO. NOO 178-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 4lofll9
and assessments
Provide technical and
programmatic
support in the area Government of weapons systems review of written design, engineering, Attend and notes and/or trip and integration for participate in reports. missiles systems, Technical Reviews
propulsion and and Meetings.
sensor engineering; Support
safety, government Attend and manufacturing customer at such participate in
engineering, logistics, meetings, or in the 90% of scheduled
and life cycle absence of meetings. Provide management customer; act on written notes/trip
his/her behalf. reports to include Provide technical and pertinent discussion programmatic topics and/or action Government support for System items. review of written
Requirement notes and/or trip Reviews,
Attend and reports.
Preliminary Design participate in
Reviews, Critical Technical Reviews
Design Reviews, and Meetings.
Manufacturing
Reviews, Test Support
Reviews, and government
customer at such Program Reviews at
meetings, or in the Attend and the systems and
absence of participate in 90% of component levels.
customer; act on scheduled meetings. Government
Provide planning, his/her behalf. Provide written oversight of
management, and notes/trip reports to
design and systems engineering
include pertinent integration review
to the requirements discussion topics
process. and/or action items.
verification process Configuration for Aegis BMD management,
requirements
managenient, verification,
validation,
modeling, and
simulation Government
CONTRACT NO.
NOD 178-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 42ofll9
documents Design and review of written Support the ILS consistent with integration review notes and/or trip program, including: program guidance results captured in reports coordinating and and objectives. database of tracking ILS and life comments with cycle planning Attend and associated efforts among the participate in adjudications. Design program community Technical Reviews and integration and ensuring and Meetings. recommendations. appropriate Support 90% completed by documentation is government due date. developed and customer at such maintained; meetings, or in the
providing expert absence of
advice to the customer; act on program office, his/her behalf.
supporting activities, Attend and
and contractors participate in
regarding ILS 90% of scheduled
program planning meetings. Provide
and implementation. written notes/trip reports to include
pertinent discussion
topics and/or action items.
2.3 Support Aegis Noles are taken and Notes are Government
BMDProgram accurately depict disseminated to gov't oversight/ Office by meetings. Calendars poc within 1 week of review of maintaining meeting and schedules are meeting. notes/schedules
notes, integrated kept up to date and Calendars/schedules /calendars
schedules and accurate Maintain are 95% accurate and
calendars and update up to date. IMS is
Integrated Master updated and
Schedule as provided to necessary government POC
within I week of request.
2.4 Support the design, Attend and Attend and Government
requirements participate in participate in 90% of review of written analysis and Technical Reviews scheduled meetings. notes and/or trip verification, risk and Meetings. Provide written reports
management, Support notes/trip reports to
engineering and government include pertinent
development; and customer at such discussion topics
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 43of119
manufacturing of meetings, or in the and/or action items
infrared sensor absence of
components, sensor customer; act on
systems, seekers, his/her behalf.
integrated missile systems, and captive
carrv svstems 2.5 Provide Integration Analysis, review Analysis requires no Government
and Test (I&T) and assessment more than two (2) oversight of
support for the include adequate review/comment review/comment
AegisBMD depth and breadth /approval cycles, to /approval process
Program in support to clearly identify meet acceptance. of the preparation of and qualify issues. 90% include missile flight test CurrentDoD comprehensive hardware, including policy and/or proposed corrective but not limited to industry standards action if identifiable Standard Missile are followed. to allow for variants Results delivered expeditious
IA W agreed upon Government action.
schedules 90% completed by
due date.
2.6 Support the Attend and Attend and Government
Telemetry Working participate in participate in 90% of review of written Group (TMWG). Technical Reviews scheduled meetings. notes, briefs, As directed, the and Meetings. Provide written recommendations,
contractor will Support notes/trip reports to white papers,
support: scheduling Government include pertinent reports, and/or of meetings, customer at such discussion topics trip reports development of meetings, or in the and/or action items
agendas, absence of
identification and customer; act on notification of his/her behalf.
proper organizations,
assignment of action
items and insure
their timely closure,
and distribute
meeting minutes. Government
Provide technical, review of written engineering, and
Analysis, review notes, briefs,
analytical expertise Analysis requires recommendations, and assessment nomore than two (2)
CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE FINAL
NOO 178-04-D-4085 0004 66 44ofl19
in support of include adequate review/comment white papers,
program planning depth and breadth /approval cycles, to reports, and/or
and integration to clearly identify meet acceptance. trip reports
across all activities and qualify issues. 90% include
to ensure CurrentDoD comprehensive
development of an policy and/or proposed corrective
integrated and industry standards action if identifiable
efficient program are followed. to allow for focused on achieving Results delivered expeditious
overall program IA W agreed upon Government action.
objectives and schedule 90% completed by Government
system due date. review of written
requirements. notes and/or trip
reports Participate in test data analysis and Analysis, review
failure investigations and assessment
and will provide include adequate
technical evaluations depth and breadth Analysis requires no
and to clearly identify more than two (2)
recommendations to and qualify issues. review/comment
the contractor team CurrentDoD /approval cycles, to
and program office. policy and/or meet acceptance. Government industry standards 90% include review of written are followed. comprehensive notes and/or trip Results delivered proposed corrective reports
Provide analytical IA W agreed upon action if identifiable support to the schedule to allow for Telemetry Program expeditious Manager in the Analysis, review Government action. Missile Systems and assessment 90% completed by Engineering and include adequate due date. Integration Branch depth and breadth
(G25) for the to clearly identify
NSWCDD Aegis and qualify issues. Government BMD Program. CurrentDoD Analysis requires no review of written
policy and/or more than two (2) notes and/ortrip industry standards review/comment reports are followed. /approval cycles, to
Provide weekly and Results delivered meet acceptance.
monthly Telemetry JAW agreed upon 90% include
schedule comprehensive Status inputs to the
proposed corrective NSWCDD Aegis Notes are taken and action if identifiable
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 45ofll9
BMD Test& accurately depict to allow for
Evaluation Status meetings. Calendars expeditious
Report. The and schedules are Government action.
contractor shall kept up to date and 90% completed by assist in tracking and accurate due date. maintaining various
documents,
schedules, and Notes are
calendars including disseminated to gov't
configuration management and
poc within I week of
hardware log books meeting.
Calendars/schedules
are 99% accurate and
up to date
2.7 Monitor and Analysis, review Analysis requires no Government
support software and assessment more than two (2) oversight of
development, include adequate review/comment review/comment software engineering depth and breadth /approval cycles, to /approval process tasks, software to clearly identify meet acceptance.
planning, software and qualify issues. 90% include
metrics, associated CurrentDoD comprehensive with code policy and/or proposed corrective development industry standards action if identifiable
are followed. to allow for
Results delivered expeditious
IA W agreed upon Government action.
schedules 90% completed by
due date.
2.8 Design, develop, Analysis, review Analysis requires no Government upgrade, maintain, and assessment more than two (2) review of written and document include adequate review/comment notes and/or trip
software for depth and breadth /approvalcycles, to reports.
real-time monitoring to clearly identify meet acceptance. of VLS assets and and qualify issues. 90% include
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 46ofll9
associated CurrentDoD comprehensive
equipment, integrate policy and/or proposed corrective new technology into industry standards action if identifiable the monitoring are followed. to allow for systems, expeditious troubleshoot field Government action. Government and laboratory Provide quality 90% completed by oversight and systems, analyze software in an due date. review of
field and laboratory efficient manner on Software.
data and report the tie with minimal Software defect rate
results, develop data problems to include not to exceed I 0%
analysis software, proper with critical defects
write test plans and documentation and not to exceed 5%.
test reports, archive Configuration Product to be no less
the missile Management than 90% complete
environmental data on planned due dates.
for use by the
missile community, and perform special
studies.
3.0 Develop and Deliver POA&Ms are POA&M shall be at Government POA&M for each accurate, clear and least 90% complete review and work area concise and and accurate by oversight.
provides all planned due date. ls
information kept accurate and up
reauested to date
4.0 Conduct and Attendance and Attend and Government Participate in IPRs participation in participate in 99% of review and
reviews and scheduled meetings. oversight of
meetings as Provide written deliverables.
needed/requested notes/reports etc to by TOM include pertinent
discussion topics and or action items
TABLE 5: CONTRACT MANAGEMENT PERFORMANCE EVALUATION CRITERIA AND
STANDARDS (C.5)
JcRITERION IJUNSATISFACTORY JJsATISFACTORY llEXCELLENT
Problems are unresolved, Problems are resolved Problems are Problem repetitive, or take quickly with minimal non-existent or the Resolution excessive government government contractor takes
CONTRACT NO.
NOOI 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 47ofll9
corrective action without effort to resolve. involvement. government
involvement.
Contractor's
Contractor's management Contractor's management takes management is proactive approach in
Responsiveness is unresponsive to
responsive to dealing with government government requests and
government requests representatives and concerns.
and concerns. anticipates Government
concerns.
Contractor often fails to Contractor routinely Contractor takes a
communicate with communicates with proactive approach such
Communications government in an effective
government in an that communications are
and timely manner. effective and timely almost always clear, manner. effective and timely.
TABLE 6: COST EFFICIENCY PERFORMANCE EVALUATION CRITERIA AND STANDARDS
lcRITERION llUNSATISFACTORY llsATISFACTORY llEXCELLENT
Reductions in direct costs Contractor routinely to the Government below completes the effort contract estimated costs within the originally are noteworthy.
Contractor routinely fails agreed to estimated cost. Contractor provides
to complete the effort Contractor provides detailed cost analysis and measures for controlling recommendations to
Cost within the originally all costs at estimated Government for resolution
Management agreed to estimated cost, costs. Funds and of problems identified.
i.e. cost overruns frequently occur.
resources are generally Funds and resources are used in a cost-effective optimally used to provide manner. No major the maximum benefit for resource management the funds and resources problems are apparent. available. Documented
savings are apparent.
Reports are timely, Reports are clear, accurate, complete and accurate, and pro-active.
Cost Reports are generally late, clearly written. Problems Problems and/or trends are
Reporting inaccurate incomplete or and/or trends are addressed thoroughly, and unclear. addressed, and an the contractor's
analysis is also recommendations and/or
I
CONTRACT NO.
NOOI 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 48of119
,l~==========~l:l:====================lll~s=u=bm==itt==ed=.============:l:=~~=rr=~c=~:=~=i:=~=tp=ed=la=:=~=;=re======l
Invoice
Management
&CERS
Reporting
Invoices & CER reports
are generally late and/or
contain errors.
Differences between
invoiced amounts and
progress report
expenditure are
unexplained. Contractor
does not respond to
government questions in a
timely manner.
Invoices & CERs reports
Invoices & CERs reports are timely (no more than
are timely (no more than two weeks after end date
three weeks after the end
date of the period being
invoiced; are accurate
with respect to both
amounts and
ACRNs/SL!Ns invoiced;
of period being invoiced)
with respect to both
prime and subcontractor
costs; are accurate with
respect to both
ACRNs/SL!Ns invoiced;
and differences between and all differences
progress report
expenditures and
invoiced costs are
explained. Contractor
responds to government
questions in a timely
manner.
between progress report
expenditures and invoiced
costs are fully explained.
Contractor is very
proactive in responding to
government questions and
takes prompt action to
resolve any issues ..
CONTRACT NO.
NOOI 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 49ofll9
SECTION F DELIVERABLES OR PERFORMANCE
The periods of performance for the following Items are as follows:
4000 6/30/2011 - 6/29/2012
4020 6/30/2011 - 6/29/2012
4030 6/30/2011 - 6/29/2012
4100 6/30/2012 - 6/29/2013
4120 6/30/2012 - 6/29/2013
4200 6/30/2013 - 6/29/2014
4210 6/30/2013 - 6/29/2014
4220 6/30/2013 - 6/29/2014
6000 6/30/2011 - 6/29/2012
6100 613012012 - 612912013
6200 6/30/2013 - 6/29/2014
7000 6/30/2014 - 6/29/2015
7020 6/30/2014 - 6/29/2015
7100 6/30/2015 - 6/29/2016
7101AA 6/30/2015 - 6/29/2016
7101AB 6/30/2015 - 6/29/2016
7101AC 6/30/2015 - 6/29/2016
7101AD 6/30/2015 - 6/29/2016
7101AE 6130/2015 - 612912016
7101AF 6/30/2015 - 6/29/2016
7101AG 6/30/2015 - 6/29/2016
7101AJ 6/30/2015 - 6/29/2016
7101AK 6/30/2015 - 6/29/2016
7101AL 7/1/2015 - 612912016
7101AM 7/1/2015 - 6/29/2016
7101AN 8/3/2015 - 6/29/2016
7101AP 8/4/2015 - 612912016
7101AQ 7/22/2015 - 612912016
7101AR 711312015 - 612912016
7101AS 7/13/2015 - 6/29/2016
7101AT 7/13/2015 - 6/29/2016
7101AU 711312015 - 6/29/2016
7101AV 7/13/2015 - 6/29/2016
7101AW 811812015 - 6129/2016
7101AX 8127/2015 - 6/29/2016
7101AY 8/26/2015 - 6/29/2016
7101AZ 9/3/2015 - 612912016
7101BA 91312015 - 612912016
7101BB 9/25/2015 - 612912016
7101BC 101712015 - 612912016
7101BD 10/20/2015 - 612912016
CONTRACT NO.
NOOl 78-04-D-4085
7101BE
7101BF
7101BG
7101BH
7101BJ
7101BK
7101BL
7101BM
7120AA
7120AB
7120AC
7120AD
9000
9100
9101AA
9101AB
9101AC
9101AD
9101AE
9101AF
9101AH
9101AL
9101AQ
9101BB
9101BC
9101BD
9120AB
9!20AC
DELIVERY ORDER NO.
0004
CLIN - DELIVERIES OR PERFORMANCE
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 50of119
10/22/2015 - 6/29/2016
1012112015 - 612912016
10/21/2015 - 612912016
11/17/2015 - 6/29/2016
11/18/2015 - 612912016
11/17/2015 - 6/29/2016
121312015 - 612912016
121212015 - 612912016
6130/2015 - 612912016
613012015 - 12/31/2015
6/30/2015 - 9/30/2015
712712015 - 12/31/2015
6/30/2014 - 612912015
6/30/2015 - 612912016
613012015 - 612912016
613012015 - 612912016
613012015 - 612912016
6/30/2015 - 6/29/2016
6/30/2015 - 6/29/2016
6/30/2015 - 6/29/2016
6/30/2015 - 612912016
6/30/2015 - 612912016
7/22/2015 - 612912016
912512015 - 612912016
I 01712015 - 612912016
6/30/2016 - 612912017
613012015 - 612912016
613012015 - 612912016
The periods of performance for the following Items are as follows:
4000 613012011 - 612912012
4020 613012011 - 6/29/2012
4030 6/30/2011 - 6/29/2012
4100 6/30/2012 - 6/29/2013
4120 6/30/2012 - 6/29/2013
4200 613012013 - 6/29/2014
4210 613012013 - 6/29/2014
4220 6/30/2013 - 6/29/2014
6000 613012011 - 6/29/2012
6100 6/30/2012 - 6/29/2013
6200 6/30/2013 - 6/29/2014
7000 6/30/2014 - 612912015
CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE FINAL
NOOl 78-04-D-4085 0004 66 5lofll9
7020 6/30/2014 - 6/29/2015
7100 6/30/2015 - 6/29/2016
7101AA 6/30/2015 - 6/29/2016
7!01AB 6/30/2015 - 612912016
7101AC 6/30/2015 - 6/29/2016
7101AD 6/30/2015 - 6/29/2016
7101AE 6/30/2015 - 6/29/2016
7101AF 6/30/2015 - 612912016
7101AG 6/30/2015 - 6/29/2016
7!01AJ 6/30/2015 - 6/29/2016
7101AK 6/30/2015 - 6/29/2016
7101AL 71112015 - 6/29/2016
7101AM 7/1/2015 - 6/29/2016
7101AN 8/3/2015 - 6/29/2016
7101AP 8/4/2015 - 6/29/2016
7101AQ 7/22/2015 - 6/29/2016
7101AR 7/13/2015 - 612912016
7101AS 7/13/2015 - 6/29/2016
7!01AT 7/13/2015 - 6/29/2016
7101AU 7/13/2015 - 6/29/2016
7101AV 7/13/2015 - 6/29/2016
7101AW 8/18/2015 - 6/29/2016
7101AX 8/27/2015 - 6/29/2016
7101AY 8/26/2015 - 6/29/2016
7101AZ 9/3/2015 - 6/29/2016
7101BA 9/3/2015 - 6/29/2016
7101BB 9/25/2015 - 6/29/2016
710IBC I 01712015 - 612912016
710IBD 10/20/2015 - 6/29/2016
7101BE 10/22/2015 - 6/29/2016
710IBF 10/21/2015 - 6/29/2016
7!01BG 10/21/2015 - 6/29/2016
7101BH 11/17/2015 - 6/29/2016
7101BJ 11/18/2015 - 6/29/2016
7101BK 11/17/2015 - 6/29/2016
710IBL 12/3/2015 - 6/29/2016
7101BM 12/2/2015 - 6/29/2016
7120AA 6/30/2015 - 6/29/2016
7120AB 6/30/2015 - 12/31/2015
7120AC 6/30/2015 - 9/30/2015
7120AD 7/27/2015 - 12/31/2015
9000 6/30/2014 - 6/29/2015
9100 6/30/2015 - 6/29/2016
9101AA 613012015 - 612912016
9101AB 6/30/2015 - 6/29/2016
9!01AC 6/30/2015 - 6/29/2016
CONTRACT NO. DELIVERY ORDER NO. AMENDMENT/MODIFICATION NO. PAGE FINAL
NOD 178-04-D-4085 0004 66 52ofll9
9101AD 6/30/2015 - 612912016
9101AE 6/30/2015 - 612912016
9101AF 6/30/2015 - 6/29/2016
9101AH 6/30/2015 - 6/29/2016
9101AL 6/30/2015 - 6/29/2016
9101AQ 7/22/2015 - 6/29/2016
9101BB 912512015 - 612912016
9101BC 1017/2015 - 6/29/2016
9101BD 613012016 - 612912017
9120AB 6/30/2015 - 6/29/2016
9120AC 6/30/2015 - 6/29/2016
The periods of performance for the following Option Items are as follows:
4010 6/30/2011 - 6/29/2012
4110 6/30/2012 - 6/29/2013
6010 6/30/2011 - 6/29/2012
6110 6/30/2012 - 6/29/2013
6220 613012013 - 612912014
7010 613012014 - 612912015
7110 613012015 - 612912016
9010 6/30/2014 - 612912015
9110 613012015 - 612912016
CONTRACT NO. NOO 178-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 53ofll9
SECTION G CONTRACT ADMINISTRATION DATA
ACCOUNTING DATA
Accounting Data provided at the end of Section G. All lines of accounting are listed sequentially under a heading that identifies the particular action (award or modification number) under which
the funding was obligated. Under SeaPort-e, all funding is identified/obligated at the SubCLIN
(SLIN) level. SL!Ns are established sequentially by the SeaPort-e software. Each obligation of
funds receives a unique SLIN identifier, even if the funds are an increase to an existing line of
accounting (ACRN). Thus, an individual project/work area or Technical Instruction that is funded
incrementally, could have one ACRN but multiple SL!Ns. Accounting for expenditures and
invoicing at the SLIN level is required.
SPECIAL INVOICE INSTRUCTIONS
Each 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 the project/work area/TI/WBS item level. Each indentified project/work area/TI/WBS shall be
invoiced by its associated SLIN and ACRN. If multiple ACRNs are associated with a single
project/work area/TI/WBS, the contractor shall consult with the Contracting Officer Representative for additional invoicing instructions.
Added: MOD 58
PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS
In accordance with (DFARS) PGI 204.7108 "Line Item Specific: single funding (d)(l)
INVOICING AND PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS the following payment instructions apply to this task order:
Per DFARS 252.204-0001 Line Item Specific: Single Funding. (SEP 2009)
The payment office shall make payment using the ACRN funding of the line item being billed.
Deleted MOD 58: In accordance with (DFARS) PGI 204.7108 "Other"(d) (12) INVOICING
AND PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION
CITATION
Ddl-G!O GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES
Procuring Contracting Officer (PCO):
(a) Name: Code:
Address:
CONTRACT NO. NOOl 78-04-D-4085
Phone: E-mail:
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 54ofll9
(b) PCO responsibilities are outlined in FAR 1.602-2. The PCO is the only person authorized to approve changes in any of the requirements of this Task Order, notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the PCO's. The contractor
shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. In the event the contractor effects any change at the direction of any person other than the PCO, the change will be considered to be unauthorized.
Contract Specialist:
(a) Name: Code:
Address:
Phone: E-mail:
(b) The Contract Specialist is the representative of the Contracting Officer for all contractual matters.
Contracting Officers Representative (COR):
(a) Name:
Code: Address:
Phone: FAX: E-mail:
(b) The COR is the PCO's appointed representative for technical matters. The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which
is beyond the scope of the Task Order or to otherwise change any Task Order requirements. A copy of the COR appointment letter which provides a delineation of COR authority and responsibilities is provided as an attachment to this Task Order.
Technical Point of Contact CTPOC)! Technical Assistant (TA)
The Technical Point of Contact (TPOC)/ Technical Assistant (TA) may be identified in the POA&M(s).
CONTRACT NO.
NOO 178-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 55 ofll9
The TPOC/ TA is the CO R's subject matter expert (SME) for specific work areas. The TPOC/ TA assists the COR in such areas as providing Government Furnished Information (GFI), Government Furnished Material (GFM) and Government Furnished Equipment (GFE) as/if specified in the order and serves as an SME for work areas as defined in the POA&M(s).
HQ G-2-0007 INVOICE INSTRUCTIONS (NAVSEA) (APR2011)
(a) In accordance with the clause of this contract entitled "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS" (DFARS 252.232-7003), the Naval Sea Systems Command (NAVSEA) will utilize the DoD Wide Area Workflow Receipt and Acceptance (WAWF) system to accept supplies/services delivered under this contract. This web-based system located at https://wawf.eb.mil provides the technology for government contractors and authorized Department of Defense (DoD) personnel to generate, capture and process receipt and paymentrelated documentation in a paperless environment. Invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF. Submission of hard copy DD250/invoices may no longer be accepted for payment.
(b) It is recommended that the person in your company designated as the Central Contractor Registration (CCR) Electronic Business (EB) Point of Contact and anyone responsible for the submission of invoices, use the online training system for WAWF at http://wawftraining.com. The Vendor, Group Administrator (GAM), and sections marked with an asterisk in the training system should be reviewed. Vendor documentation is available under Resources at http://wawftraining.com.
(c) The designated CCR EB point of contact is responsible for activating the company's CAGE code on WAWF by calling 1-866-618-5988. Once the company is activated, the CCR EB point of contact will self-register under the company's CAGE code on WAWF and follow the instructions for a group administrator. After the company is set-up on WAWF, any additional persons responsible for submitting invoices must self-register under the company's CAGE code at https://wawf.eb.mil.
( d) The contractor shall use the following document types, DODAAC codes and inspection and acceptance locations when submitting invoices in WAWF:
Type of Document(s) (contracting officer check all that apply)
D Invoice (FFP Supply & Service)
D Invoice and Receiving Report Combo (FFP Supply)
D Invoice as 2-in-l (FFP Service Only)
W Cost Voucher (Cost Reimbursable, T&M, LH, or FPI)
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004
D Receiving Report (FFP, DD250 Only)
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 56 ofll9
DODAAC Codes and Inspection and Acceptance Locations
Issue DODAAC N00178
Admin DODAAC S2404A
Pay Office DODAAC HQ0338
Inspector DODAAC N00178
Service Acceptor DODAAC N00178
Service Approver DODAAC N00178
Ship To DODAAC N00178
DCAA Auditor DODAAC S2404A
LPODODAAC NIA Inspection Location Destination
Acceptance Location Destination
Attachments created in any Microsoft Office product may be attached to the WAWF invoice,
e.g., backup documentation, timesheets, etc. Maximum limit for size of each file is 2 megabytes.
Maximum limit for size of files per invoice is 5 megabytes.
( e) The Contractor agrees to segregate costs incurred under this task order at the lowest level of
performance, either task or subtask, rather than on a total task order basis, and to submit invoices
reflecting costs incurred at that level. Supporting documentation in WA WF for invoices shall
include summaries of work charged during the period covered as well as overall cumulative
summaries by individual labor categories, rates, and hours (both straight time and overtime)
invoiced; as well as a cost breakdown of OD Cs (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) invoiced; as well as, a cost breakdown of ODCs, materials, and travel
invoiced. Supporting documentation may be encrypted before submission to the prime contractor
for WAWF invoice submittal. Subcontractors may email encryption code information directly to
the Contracting Officer and Contracting Officer Representative. Should the subcontractor lack
encryption capability, the subcontractor may also email detailed supporting cost information
directly to the Contracting Officer and Contracting Officer Representative; or other method as
agreed to by the Contracting Officer.
(f) Before closing out of an invoice session in WAWF, but after submitting the document(s), you
will be prompted to send additional email notifications. Click on "Send More Email Notification"
and add the acceptor/receiver email addresses noted below in the first email address block, and
add any other additional email addresses desired in the following blocks. This additional
notification to the government is important to ensure that the acceptor/receiver is aware that the
invoice documents have been submitted into WAWF.
CONTRACT NO. NOD 178-04-D-4085
DELIVERY ORDER NO.
0004
Send Additional Email Notification To:
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 57ofll9
(g) The contractor shall submit invoices/cost vouchers for payment per contract terms and the government shall process invoices/cost vouchers for payment per contract terms. Contractors approved by DCAA for direct billing will submit cost vouchers directly to DFAS via WAWF. Final voucher submission will be approved by the ACO.
(h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above 1-866 number or the NAVSEA WAWF point of contact
CONSENT TO SUBCONTRACT
For subcontracts and consulting agreements for services, where the prime contractor anticipates that hours delivered will be counted against the hours in the Level of Effort clause in this section, Consent to Subcontract authority is retained by the Procuring Contracting Officer.
The following subcontractors are approved on this Task Order: Telemetry Concepts Inc. Decathlon Development Corporation JSL Technologies Inc. Strategic Insight, Ltd.
SAIC AFHMET Consulting & Engineering LLC (added mod 08) Basic Commerce and Industries Inc. (BC!) (added mod 13)
The requirement for an approved accounting system and clause Travel Costs - Alternate I (NAVSEA)(DEC 2005) flow down to subcontractors. If a subcontractor does not have a Defense Contract Audit Agency or Contract Administrative Officer approved accounting system, only firm fixed priced or labor hours subcontracts are allowed. Under time and material subcontracts, only actual travel costs (no burdens) that comply with the Travel Regulations listed in FAR 31.205-46 will be allowed. Furthermore, the prime is responsible for monitoring all travel expenses for compliance.
Ddl-G40 PAYMENT, SELECTED ITEMS OF COST REIMBURSEMENT CONTRACTS
(a) Travel costs
The contractor shall, to the maximum extent practicable, minimize overall travel costs by taking advantage of discounted airfare rates available thru advance purchase. Charges associated with itinerary changes and cancelations under nonrefundable airline tickets are reimbursable as long as the changes are driven by the work requirement.
CONTRACT NO. NOOl 78-04-D-4085
(b) Training
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 58ofll9
The Government will not allow costs, nor reimburse costs associated with the contractor for training employees in an effort to attain and/or maintain minimum personnel qualification requirements of this contract. Other training may be approved on a case-by-case basis by the Contracting Officer. Advance approval is required. Attendance at workshops or symposiums is
considered training for purposes of this clause. The contractor is encouraged to suggest a cost-sharing arrangement that addresses registration/tuition, travel and labor costs.
(c) General Purpose Office Equipment (GPOE) and Information Technology (IT)
The cost of acquisition of GPOE and IT shall not be allowable as direct charges to this contract. The contractor is expected to have the necessary CONUS facilities to perform the requirements
of this contract, including any necessary GPOE and IT. GPOE means equipment normally found in a business office such as desks, chairs, typewriters, calculators, file cabinets, etc. IT means any equipment or interconnected system or subsystem of equipment that is used in the automatic acquisition, storage, manipulation, movement, control, display, switching, interchange, transmission, or reception of data or information. IT includes computers, ancillary equipment, software, firmware and similar products, services (including support services), and related resources for both unclassified and classified applications.
( d) The requirements of the above clause apply equally to subcontractors and consultants.
(e) Travel is allowable direct charges for the prime and all subcontractors. Any additional Other Direct Cost (ODC) items are unallowable as a direct charge to this Task Order without express advance approval by the Contracting Officer.
(f) Management and Support labor may be direct charged by the following firms: SAIC.
EARLY DISMISSAL AND CLOSURE OF GOVERNMENT FACILITIES
When a Government facility is closed and/or early dismissal of Federal employees is directed due to severe weather, security threat, or a facility related problem that prevents personnel from working, onsite contractor personnel regularly assigned to work at that facility should follow the same reporting and/or departure directions given to Government personnel. The contractor shall not direct charge to the contract for time off, but shall follow parent company policies regarding taking leave (administrative or other). Non-essential contractor personnel, who are not required to remain at or report to the facility, shall follow their parent company policy regarding whether they should go/stay home or report to another company facility. Subsequent to an early dismissal and during periods of inclement weather, onsite contractors should monitor radio and television announcements before departing for work to determine if the facility is closed or operating on a delayed arrival basis.
When Federal employees are excused from work due to a holiday or a special event (that is unrelated to severe weather, a security threat, or a facility related problem), on site contractors
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 59of119
will continue working established work hours or take leave in accordance with parent company
policy. Those contractors who take leave shall not direct charge the non-working hours to the
task order. Contractors are responsible for predetermining and disclosing their charging practices
for early dismissal, delayed openings, or closings in accordance with the FAR, applicable cost
accounting standards, and company policy. Contractors shall follow their disclosed charging
practices during the task order period of performance, and shall not follow any verbal directions
to the contrary. The Contracting Officer will make the determination of cost allowability for time
lost due to facility closure in accordance with FAR, applicable Cost Accounting Standards, and the Contractor's established accounting policy.
Accounting Data
SLINID PR Number Amount
400001 LLA :
1165247C 105837.00
AA 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBJ11SEXX3 FYll R&D FUNDS, AEGIS BMD SYS ENG SUPPORT, WBS: 1.2.9.1.3.99; SUB: 1.2.9.1.3.1; CERS: E0197100DD00-SE
400002 LLA :
1165246C 59064.00
AA 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBJ11SEXX3 FYll R&D FUNDS, AEGIS BMD SYS ENG SUPPORT, WES: 1.2.9.1.3.99; SUB: 1.2.9.1.3.l; CERS: E0197100DD00-SE
BASE Funding 164901.00 Cumulative Funding 164901.00
MOD 01
400003
LLA : 1207140C 29558.00
AA 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBJ11SEXX3 FYll R&D FUNDS, WE: 3, WES: 1.2.9.1.3.99; SUB: 1.2.9.1.3.1; CERS: E0197100DDOO-SE
400004 LLA :
1207162C 126094.00
AB 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBJ11TDXX3 FYll R&D FUNDS, WE: 3, WES: 1.2.9.1.6.1; SUB: 1.2.9.1.6.2; CERS: E0197100DDOO-TD
400005 LLA :
1216043C 16667.00
AB 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBJ11TDXX3 FYll R&D FUNDS, WE: 3, WBS: 1.2.9.1.6.1; SUB: 1.2.9.1.6.2; CERS: E0197100DD00-TD
400006 LLA :
1207141C 65721.00
AC 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBJ11FMXX3 FYll R&D FUNDS, WE: 3, WBS: 1.2.9.1.2.99; SUB: 1.2.9.1.2.1; CERS: E0197100DD00-FM
400007 LLA :
1216042C 15843.00
AC 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBJ11FMXX3 FYll R&D FUNDS, WE: 3, WBS: 1.2.9.1.2.99; SUB: 1.2.9.1.2.1; CERS: E0197100DDOO-FM
400008 LLA :
1207139C 89862.00
AD 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBJ11PMXX3 FYll R&D FUNDS, WE: 3, WBS: 1.2.9.1.1.99; SUB: 1.2.9.1.1.1; CERS: E0197100DDOO-PM
CONTRACT NO. NOO 178-04-D-4085
400009
LLA : 1216041C
DELIVERY ORDER NO.
0004
39900.00
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 60ofll9
AD 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBJ11PMXX3 FYll R&D FUNDS, WE: 3, WES: 1.2.9.1.1.99; SUB: 1.2.9.1.1.1; CERS: E0197100DDOO-PM
MOD 01 Funding 383645.00 Cumulative Funding 548546.00
MOD 02
400010 LLA :
1231414C 173000.00
AE 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBT11G38T3 FYll R&D FUNDS, WE: 1, WBS: 1.2.13.22.7.99; SUB: 1.2.13.22.7.l; CERS: 40193991DD07MDS
400011 LLA :
1231413C 54000.00
AE 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBT11G38T3 FYll R&D FUNDS, WE: l, WBS: 1.2.13.22.7.99; SUB: 1.2.13.22.7.1; CERS: 40193991DD07MDS
400012 LLA :
1228327C 98000.00
AE 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBT11G38T3 FYll R&D FUNDS, WE: l, WBS: 1.2.13.22.7.99; SUB: 1.2.13.22.7.1; CERS: 40193991DD07MDS
400013 LLA :
1228328C 4000.00
AE 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBT11G38T3 FYll R&D FUNDS, WE: 1, WBS: 1.2.13.22.7.99; SUB: 1.2.13.22.7.l; CERS: 40193991DD07MDS
400014 LLA :
1224405C 5000.00
AF 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBD11ERSSM FYll R&D FUNDS, WE: 4, WBS: 1.2.7.1.4.3; SUB: 1.2.7.1.4.1; CERS:AC11142401
400015 LLA :
1224404C 11000.00
AG 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBD1141MEI FYll R&D FUNDS, WE: 4, WBS: 1.2.7.11.2.3 SUB: 1.2.7.1.1.2.1; CERS:AC111225101-SS
400016 LLA :
1228317C 7967.00
AH 97X4930 NHlE 000 77777 0 000178 2F 000000 FYll R&D FUNDS, WE: 1, WBS: 1.2.8.16.1
402001 LLA :
1224406C 5000.00
21WBF11MEIP1
AJ 97-11X8242 SWJU 252 4Q452 0 068342 2D CCXT07 H44HHESS107Z Standard Number: N0002409RX50530 I AA FMS FUNDS, WE: 4, WBS: 1.2.5.3.5.99, SUB: 1.2.5.3.5.1; CERS: SS CS JBI.4
600001 LLA :
1228317C 2000.00
AH 97X4930 NHlE 000 77777 0 000178 2F 000000 FYll R&D FUNDS, WE: 1, WBS: 1.2.8.16.1
MOD 02 Funding 359967.00 Cumulative Funding 908513.00
MOD 03
21WBF11MEIP1
CONTRACT NO. NOO 178-04-D-4085
400017 LLA :
1234111C
DELIVERY ORDER NO.
0004
22000.00
AB 97X4930 NHlE 000 77777 0 000178 2F 000000
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 61 of119
21WBJ11TDXX3 FYll R&D FUNDS, WE: 3, WBS: 1.2.9.1.6.1; SUB: 1.2.9.1.6.2; CERS: E0197100DDOO-TD
400018 LLA :
1234110C 19506.00
AC 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBJ11FMXX3 FYll R&D FUNDS, WE: 3, WBS: 1.2.9.1.2.99; SUB: 1.2.9.1.2.1; CERS: E0197100DDOO-FM
400019 LLA :
1234109C 51382.00
AD 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBJ11PMXX3 FYll R&D FUNDS, WE: 3, WBS: 1.2.9.1.1.99; SUB: 1.2.9.1.1.1; CERS: E0197100DD00-PM
MOD 03 Funding 92888.00 Cumulative Funding 1001401.00
MOD 04
400020 LLA :
124512BC 60000.00
AK 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBF11PMEI2 FYll R&D FUNDS, WE 4, WBS: 1.2.8.15.1; TPS: AD1112223106-PT
400021 LLA :
1244006C 6000.00
AL 97X4930 NHlE 000 77777 0 000178 2F 000000 21WEZ11G7SS4 FYll R&D FUNDS, WE: 4; WBS: 1.2.16.6.99; CERS: AA SYS SUB: 1.2.16.6.1
400022 LLA :
1244061C 6000.00
AM 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBD1141SS3 FYll R&D FUNDS, WE: 4; WBS: 1.2.7.1.1.2.3; CERS: AD111225101 SUB: 1.2.7.1.1.2.1
400023 LLA :
1244047C 5000.00
AN 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBD1151CSM FYll R&D FUNDS, WE: 4; WES: 1.2.7.1.3.3; CERS: AD111524105 SUB: 1.2.7.1.3.1
400024 LLA :
1244108C 106718.00
AP 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBR11SWEN2 FYll R&D FUNDS, WE: 4; WES: 1.2.10.10.99; SUB: 1.2.10.10.1
600002 LLA :
1244108C 8000.00
AP 97X4930 NHlE 000 77777 0 000178 2F. 000000 21WBR11SWEN2 FYll R&D FUNDS, WE: 4; WBS: 1.2.10.10.99; SUB: 1.2.10.10.1
MOD 04 Funding 191718.00 Cumulative Funding 1193119.00
MOD 05
400025 LLA :
1257103C 69000.00
AQ 97X4930 NHlE 000 77777 0 000178 2F 000000 21WEF11SWQE3 FYll R&D FUNDS, WE: 1, WBS: 1.2.8.10.99; SUB: 1.2.8.10.l; CERS: SM3IAIBIIA
400026 LLA :
1257101C 25000.00
CONTRACT NO. NOD 178-04-D-4085
DELIVERY ORDER NO.
0004
AR 97X4930 NHlE 000 77777 0 000178 2F 000000
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 62of119
21WBF11HWIN3 FYll R&D FUNDS, WE: 1, WBS: 1.2.8.9.99; SUB: 1.2.8.9.1; CERS: SM3HW
600003 LLA :
1257104C 6000.00
AQ 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBF11SWQE3 FYll R&D FUNDS, WE: l, WBS: 1.2.8.10.99; SUB: 1.2.8.10.1; CERS: SM3IAIBIIA
600004 LLA :
1257102C 20000.00
AR 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBF11HWIN3 FYll R&D FUNDS, WE: 1, WES: 1.2.8.9.99; SUB: 1.2.8.9.1; CERS: SM3HW
600005 LLA :
1256087C 25000.00
AE 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBT11G38T3 FYll R&D FUNDS, WE: 2, WBS: 1.2.13.22.7.99; SUB: 1.2.13.22.7.1; CERS: 40193991DD07MDS
600006 LLA :
1255065C 3000.00
AE 97X4930 NHlE 000 77777 0 000178 2F 000000 21WBT11G38T3 FYll R&D FUNDS, WE: 2, WBS: 1.2.13.22.7.99; SUB: 1.2.13.22.7.1; CERS: 40193991DD07MDS
MOD 05 Funding 148000.00 Cumulative Funding 1341119.00
MOD 06
403001 LLA :
1237223C 5000.00
AS 97-11X8242 2884 000 74842 0 065916 2D PAT044 113980180LCQ Standard Number: N0002411RX00885 I AA FYO FMS FUNDS FOR SYS SAFETY
MOD 06 Funding 5000.00 Cumulative Funding 1346119.00
MOD 07
400027 LLA :
12973721 235000.00
AT 97X4930 NHlE 000 77777 0 000178 2F 000000 FYll R&D FUNDS FOE WE 2
400028 LLA :
12973724 235000.00
AT 97X4930 NHlE 000 77777 0 000178 2F 000000 FYll R&D FUNDS FOE WE 2
600007 LLA :
12973723 15000.00
AT 97X4930 NHlE 000 77777 0 000178 2F 000000 FYll R&D FUNDS FOE WE 2
600008 LLA :
12973725 15000.00
AT 97X4930 NHlE 000 77777 0 000178 2F 000000 FYll R&D FUNDS FOE WE 2
21WBT11G25L4
21WBT11G25L4
21WBT11G25L4
21WBT11G25L4
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004
MOD 07 Funding 500000.00 Cumulative Funding 1846119.00
MOD 08
400029 LLA :
1300242539-00001 18000.00
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 63ofll9
AU 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001003438 WBS NO# 1.2.8.8.1. WAW NO# 002213 ELEMENT - TI:SM-3, TASK/SUBTASK: 02003-00012, TPS-AD12.l.2.2.3.07-MS
400030 LLA :
1300242842-00001 8000.00
AV 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001005527 WBS NO# 1.2.7.2.2.1.1 WAW NO# 005054
400031
LLA : 1300244864-00001 10000.00
AW 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001020410 WBS NO#: 1.2.1.4.21.5.1, WAW NO.#: 002367; ELEMENT: 4 - SAFETY PROG OFFICE SUPPORT; TASK/SUBTASK: 02020- 51005; TPS#: AC12.l.5.2.l.1.04-SS
MOD 08 Funding 36000.00 Cumulative Funding 1882119.00
MOD 09
400032 LLA :
1300250675-00001 6400.00
AX 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001063109 FY12 RDDA FUNDS, WBS: 1.2.16.4.2; WAW NO.# 002367, WORK ELEMENT : 4 SAFETY PROG OFC SUPPORT, TASK/SUBTASK: 0218/AAOlO. CERS WBS" 1.2.16.4.99, CERS TASK/SUBTASK: 02018/99VLS, TPS: AA12.l.6.2.03-AA
400033 LLA :
1300254872-00001 340378.00
AY 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001092356 FY12 RDDA; TASK/SUBTASK: 02006/00025; WBS#: 1.2.10.10.1, CERS TASK/SUBTASK: 02006/99012; TPS: AC12.l.4.2.2.l.13-SWEN SCD BLK IIA S/W ENGINEERING; WORK ELEMENT: MISSLE SYSTEM ENGINEERING, WAW: 002192
400034 LLA :
1300251356-00002 113957.00
AZ 97X4930 NHlE 255 77777 0 050120 2F 000000 Al0001067374 FY12 RDDA; CERS WBS NO# 1.2.9.1.1.99, WAW NO.# 005055, ELEMENT - 3-PD/PROG OFC SUPPORT, TASK/SUBTASK: 02005/20702, CERS TASK/SUBTASK - 02005/99003, TPS#: Dl2.l.l.l.Ol-PM
400035 LLA :
1300251356-00003 15000.00
AZ 97X4930 NHlE 255 77777 0 050120 2F 000000 A20001067374 FY12 RDDA; CERS WBS NO# 1.2.9.1.1.99, WAW NO.# 005055, ELEMENT - 3-PD/PROG OFC SUPPORT, TASK/SUBTASK: 02005/20702, CERS TASK/SUBTASK - 02005/99003, TFS#: Dl2.l.l.l.01-FM
600009 LLA :
1300254872-00001 30000.00
AY 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001092356 FY12 RDDA; TASK/SUBTASK: 02006/00025; WBS#: 1.2.10.10.1, CERS TASK/SUBTASK: 02006/99012; TPS: AC12.l.4.2.2.l.13-SWEN SCD BLK IIA S/W ENGINEERING; WORK ELEMENT: MISSLE SYSTEM ENGINEERING, WAW: 002192
600010 LLA :
1300251356-00001 12000.00
AZ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001067374 FY12 RDDA; CERS WBS NO# 1.2.9.1.1.99, WAW NO.# 005055, ELEMENT - 3-PD/PROG OFC SUPPORT, TASK/SUBTASK: 02005/20702, CERS TASK/SUBTASK - 02005/99003, TFS#: 012.1.1.1.01-TS
MOD 09 Funding 517735.00
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004
Cumulative Funding 2399854.00
MOD 10
400036
LLA : 1300257647-00001 10000.00
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 64of119
BB 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001111317 FY12 RDDA, TASK/SUBTASK: 2009/00013; WBS#: 1.2.7.4.3.1.l; CERS TASK/SUBTASK: 2009/99010; CERS WES#: 1.2.7.4.3.1.99; DOCUMENT: HQ0006211121; TFS#: AC12.l.5.2.5.1.03; SOURCE APPROP: RDT&E; WAW: 005054;
402002
LLA : 1300254816-00001 62035.00
BA 97-11X8242 BWJU 252 4Q452 0 068342 2D CCXT07 H44HHESS107Z TASK/SUBTASK 2010/00031; WES ELEMENT -1.2.5.3.7.1; TPS FNC-07, CERS TASK/SUBTASK 2010/99026; WES 1.2.5.3.7.99; FUNDING TYPE FMS, WAW -006653; FMS CASE# JA-P-LWA
MOD 10 Funding 72035.00 Cumulative Funding 2471889.00
MOD 11
400037 LLA :
1300259608-00001 75000.00
BC 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001124616 FY12 RODA, TASK/SUBTASK: 2003/00002, WES# 1.2.8.1.15.1, CERS TASK/SUBTASK:02003/09914, TPS: AD12.l.2.2.3.07-SQ SOFTWARE QUALITY ENGINEERING FUNDING; WAW: 002213
600011 LLA :
1300259608-00001 8000.00
BC 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001124616 FY12 RODA, TASK/SUBTASK: 2003/00002, WES# 1.2.8.1.15.1, CERS TASK/SUBTASK:02003/09914, TPS: AD12.l.2.2.3.07-SQ SOFTWARE QUALITY ENGINEERING FUNDING; WAW: 002213
MOD 11 Funding 83000.00 Cumulative Funding 2554889.00
MOD 12
400038 LLA :
1300259981-00001 10000.00
BD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001127212 FY12 RODA, TASK/SUBTASK: 02002/00043, WBS:l.2.1.2.1.4.1, TPS:AD12.1.2.2.1.l.10-4.0.1-SS, WAW: 002367
400039 LLA :
1300259984-00001 8823.00
BE 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001127216 FY12 RODA, Task=02005, Subtask=20702, TPS=D12.1.1.1.0l-TS, Contract/Element=3 -PD/PROGRAM OFFICE SUPPORT
MOD 12 Funding 18823.00 Cumulative Funding 2573712.00
MOD 13
400040 LLA :
1300262973-00001 112824.00
BF 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001148987 FY12 RDDA, Task=02005, Subtask=20701, TPS=Dl2.l.l.1.01-PM, Contract/Element=3 -PD/PROGRAM OFFICE SUPPORT
MOD 13 Funding 112824.00 Cumulative Funding 2686536.00
CONTRACT NO. NOO l 78-04-D-4085
MOD 14
DELIVERY ORDER NO.
0004
400041
LLA : 1300268003-00001 236500.00
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 65ofll9
BG 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001181274 FY12 RDDA, TPS: AB12.1.8.1.l.22-TM; TASK/SUBTASK:02004/00076; CERS: 02004/00007; WBS#: 1.2.13.1.7.l; WAW: 002363
600012 LLA :
1300268003-00002 13500. 00
BG 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001181274 FY12 RDDA, TPS: AB12.1.8.1.1.22-TM; TASK/SUBTASK:02004/00076; CERS: 02004/00007; WES#: 1.2.13.1.7.1; WAW: 002363
MOD 14 Funding 250000.00 Cumulative Funding 2936536.00
MOD 15
400042 LLA :
1300270620-00001 130000. 00
BH 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001200802 Standard Number: HQ0006211429-AA FY12 RDDA; IBPES Identifier: 0054293857; TPS: Dl2.1.l.l.01-TS; TASK/SUBTASK: 02005/20702; WBS#: 1.2.9.1.3.1; CERS TASK/SUBTASK: 02005/99003; WAW: 005055.
400043 LLA :
1300273454-00001 52723.00
BJ 9720400 2520 12B M2520 4 060389 lC 00255Y MD2P127AOP01 17220000 S12109 MD2P127AOP01 17 Standard Number: MD2Pl27AOP0117 FY12 RDDA; TASK/SUBTASK - 02013/99023, WBS# 1.2.11.13.1; WAW 09233; CERS TASK/SUBTASK - 02013/99025; CERTS WES# 1.2.11.13.99; WORK AREA: NAV260127019 - ABMD SET. PROGRAM - WBM.
400044 LLA :
1300273525-00001 41000.00
BK 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001218888 Standard Number: HQ0006210202
600013 LLA :
1300270620-00002 15000.00
BH 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001200802 Standard Number: HQ0006211429 FY12 RDDA; IBPES Identifier: 0054293857; TPS: D12.1.1.1.01-TS; TASK/SUBTASK: 02005/20702; WBS#: 1.2.9.1.3.1; CERS TASK/SUBTASK: 02005/99003; WAW: 005055.
600014 LLA :
1300273454-00002 18000.00
BJ 9720400 2520 12B M2520 4 060389 lC 00255Y MD2P127AOP01 17220000 S12109 MD2P127AOP01 17 Standard Number: MD2P127AOP0117 FY12 RDDA; TASK/SUBTASK - 02013/99023, WBS# 1.2.11.13.1; WAW 09233; CERS TASK/SUBTASK - 02013/99025; CERTS WBS# 1.2.11.13.99; WORK AREA: NAV260127019 - ABMD SBT. PROGRAM - WBM.
600015 LLA :
1300273525-00002 4000.00
BK 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001218888 Standard Number: HQ0006210202
MOD 15 Funding 260723.00 Cumulative Funding 3197259.00
MOD 16
410001 LLA :
130027330700001 200000.00
BL 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001218472 FY12 RDDA; TPS: Dl2.1.1.1.01-TP; WAW: 005055; TASK/SUBTASK: 02005/20718 PD/PROGRAM
CONTRACT NO. N00! 78-04-D-4085
DELIVERY ORDER NO.
0004
OFFICE SUPPORT; CERS 02005/99003
610001 LLA :
130027330700002 30000.00
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 66of119
BL 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001218472 FY12 RDDA; TFS: D12.1.l.1.01-TP; WAW: 005055; TASK/SUBTASK: 02005/20718 PD/PROGRAM OFFICE SUPPORT; CERS 02005/99003
MOD 16 Funding 230000.00 Cumulative Funding 3427259.00
MOD 17
400045 LLA :
1300277672 47277.00
BJ 9720400 2520 128 M2520 4 060389 lC 00255Y MD2P127AOP01 17220000 812109 MD2Pl27AOP01 17 Standard Number: MD2Pl27AOP0117 FY12 RDDA; TASK/SUBTASK: 02013/99023; CERS: 02013/99025; WBS:DR-024409.01014; WAW: 009233;PROGRAM: WBM PR#: 1300277672-00001
400046 LLA :
1300277038 20973.00
BM 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001243639 FY12 RDDA; TPS: 012.1.1.1.01-PM; TASK/SUBTASK: 02005/20701; WORK AREA: W05 -PROGRAM MANAGEMENT;W BS#: 1.2.9.1.1.1; CERS TASK/SUBTASK: 02005/99001; WAW: 005055 PR#: 1300277038-00001
MOD 17 Funding 68250.00 Cumulative Funding 3495509.00
MOD 18
410002 LLA :
1300277683 25322.00
BN 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001247511 FY12 RODA; IBPES Identifier : 0056221530 Task/Subtask: 02005/20705; TPS: Dl2.1.1.1.0l-FM; WBS; 1.2.9.1.2.l; TASK WAW: 005055
410003 LLA :
1300277717 25000.00
BP 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001247618 FY12 RDDA; TPS Dl2.1.1.1.01-TS; WAW: 005055; TASK/SUBTASK: 02005/20702 ELEMENT PD/PROGRAM OFFICE SUPPORT; CERS 02005/99003
410004 LLA :
1300283700 75000.00
BQ 9720400 2520 128 M2520 4 060389 lC 00255Y MD2Pl27AOP01 17220000 Sl2109 Standard Number: MD2P127AOP0117 FY12 RDDA; TASK/SUBTASK: 02013/99023; CERS TASK/SUBTASK: 02013/99025; WBS:DR-024409.01014; WAW: 009233; PROGRAM: WBM
410005 LLA :
1300285498 75000.00
BR 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001292772 FY12 RDDA; TPS: AA12.1.6.2.03 - SE FSURD; Task/Subtask: 02018/AA182 Subtask Title; AA FSURD DEVELOPMENT; WES: 1.2.16.1.13.4; CERS TASK/SUBTASK: 02018/99FSU; WAW: 002367
410006 LLA :
1300277718 123000.00
BS 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001247619 FY12 RDDA; TPS 012.1.1.1.01-PM; WAW 005055; TASK/SUBTASK: 02005/20718; ELEMENT: PD/PROGRAM OFFICE SUPPORT; CERS: 02005/99003
410007 LLA :
1300277735 1000.00
BT 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001247673 FY12 RODA; TPS: AD12.1.2.2.5.06; TASK/SUBTASK: 02009/00002; G72 - 4.0.1 MA&S ACSS
CONTRACT NO.
NOOI 78-04-D-4085
1.2.7.2.2.1.1;
610002 LLA :
1300277717
DELIVERY ORDER NO.
0004
6356.00
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 67ofll9
BP 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001247618 FY12 RDDA; TPS D12.1.1.1.01-TS; WAW: 005055; TASK/SUBTASK: 02005/20702 ELEMENT PD/PROGRAM OFFICE SUPPORT; CERS 02005/99003
610003 LLA :
1300283700 13000.00
BQ 9720400 2520 128 M2520 4 060389 lC 00255Y MD2P127AOP01 17220000 812109 FY12 RDDA; TASK/SUBTASK: 02013/99023; CERS TASK/SUBTASK: 02013/99025; WBS:DR-024409.01014; WAW: 009233; PROGRAM: WBM
610004 LLA :
1300285498 10000.00
BR 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001292772 FY12 RDDA; TPS: AA12.1.6.2.03 - SE FSURD; Task/Subtask: 02018/AA182 Subtask Title; AA FSURD DEVELOPMENT; WBS: 1.2.16.1.13.4; CERS TASK/SUBTASK: 02018/99FSU; WAW: 002367
MOD 18 Funding 353678.00 Cumulative Funding 3849187.00
MOD 19
400047 LLA :
1300290594 9112.00
BZ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001316540 FY12 RDDA; TPS: D12.1.1.1.01-PM; TASK/SUBTASK: 02005/20701; WES: 1.2.9.1.1.1; CERS TASK/SUBTASK 02005/99001; WAW: 005055
400048 LLA :
1300290686 19529.00
BY 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001316852 FY12 RODA; TPS: D12.1.1.1.0l-TS; WBS: 1.2.9.1.3.1; WAW:005055; CERS TASK/SUBTASK: 02005/20702
410008 LLA :
1300288976 181000.00
BV 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001309709 FY12 RDDA; TPS: 012.1.1.1.01-TS; TASK/SUBTASK: 02005/99003; WES: 1.2.9.1.3.3; CERS TASK/SUBTASK: 02005/99003; WAW:005055
410009 LLA :
1300288973 23818.00
BW 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001309670 FY12 RODA; TPS: AC12.l.4.2.2.l.13 - sen BLK IIA S/W ENGINEER; TASK/SUBTASK: 02006/00025; WBS: DR-024411; CERS TASK/SUBTASK: 02006/99012; WAW: 002192
410010 LLA :
1300288946 23000.00
BX 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001309639 FY12 RODA; TPS: Dl2.1.l.1.01-TS; TASK/SUBTASK: 02005/20702; WBS: 1.2.9.1.3.1; CERS TASK/SUBTASK: 02005/99003; WAW: 005055
412001 LLA :
1300287572 20678.00
BU 97-11X8242 2862 000 74622 0 065916 2D PJAH44 116780080LWA Standard Number: N0002412RX00782 FMS: JA-P-LWA; TPS: JB5-07; Task/Subtask: 2010/J5011; Subtask Title; W42 - PM JBl.5; WBS: 1.2.5.7.7.1 CERS TASK/SUBTASK: 2010/99Jll; WAW: 006653
610005 LLA :
1300288976 25000.00
BV 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001309709 FY12 RODA; TPS: D12.l.1.l.01-TS; TASK/SUBTASK: 02005/20718; WES: 1.2.9.1.3.3; CERS TASK/SUBTASK: 02005/99003; WAW: 005055
CONTRACT NO.
NOO 178-04-D-4085 DELIVERY ORDER NO.
0004
MOD 19 Funding 302137.00 Cumulative Funding 4151324.00
MOD 20
402002
LLA : 1300254816-00001 (62035.00)
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 68of119
BA 97-11X8242 SWJU 252 4Q452 0 068342 2D CCXT07 H44HHESS107Z TASK/SUBTASK 2010/00031; WES ELEMENT -1.2.5.3.7.1; TPS FNC-07, CERS TASK/SUBTASK 2010/99026; WBS 1.2.5.3.7.99; FUNDING TYPE FMS, WAW -006653; FMS CASE# JA-P-LWA
402003
LLA : 1300292983 62035.00
BU 97-11X8242 2862 000 74622 0 065916 2D PJAH44 116780080LWA TASK/SUBTASK 2010/JSOll; WBS ELEMENT -1.2.5.7.7.1; TPS JBS-07, CERS TASK/SUBTASK -2010/99Jll; FUNDING TYPE FMS, WAW -006653; FMS CASE# JA-P-LWA; PR 1300292983-00001
410011 LLA :
1300289337 7900.00
CA 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001311579 FY12 RDDA; TPS; AC12.l.4.2.2.l.13-SS; TASK/SUBTASK: 02006/00001; WBS: DR-024411; CERS TASK/SUBTASK: 02006-99002; WAW: 002192; PR 1300289337-00001
410012 LLA :
1300289338 108000.00
CB 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001311655 FY12 RDDA; TPS; AC12.1.4.2.2.l.13-SWEN; TASK/SUBTASK: 02006/00025; WBS: DR-024411; CERS TASK/SUBTASK: 02006-99012; WAW: 002192; PR 1300289338-00001
410013 LLA :
1300290635 113665.00
CC 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001316668 FY12 RDDA; TPS; Dl2.l.l.l.01-TS; TASK/SUBTASK: 02005/20718; WBS: 1.2.9.1.3.3; CERS TASK/SUBTASK: 02005-99003; WAW: 005055; PR 1300290635-00001
410014 LLA :
1300290689 11000.00
CD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001316917 FY12 RODA; TPS; Dl2.l.l.l.Ol-FM; TASK/SUBTASK: 02005/20705; WBS: 1.2.9.1.2.1; CERS TASK/SUBTASK: 02005-99002; WAW: 005055; PR 1300290689-00001
410015 LLA :
1300290737 58000.00
CE 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001317132 FY12 RDDA; TPS; Dl2.l.l.l.01-PM; TASK/SUBTASK: 02005/20701; WBS: 1.2.9.1.1.l; CERS TASK/SUBTASK: 02005-99001; WAW: 005055; PR 1300290737-00001
410016 LLA :
1300295032 16100.00
CF 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001335089 FY12 RDDA; TPS; AC12.l.4.2.2.l.13-SS - SCD Missle Safety Engineer; TASK/SUBTASK: 02006/00001; WBS: DR-024411; CERS TASK/SUBTASK: 02006-99002; WAW: 002192; PR 1300295032-00001
410017 LLA :
1300295898 12000. 00
CG 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001340009 FY12 RDDA; TPS; AM12.l.3.2.l.l.12-9A/C-SS; TASK/SUBTASK: 02002/00087; WBS: 1.2.1.3.1.10.1; WAW: 002367; PR 1300295898-00001
610006 LLA :
1300289338 14200.00
CB 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001311655 FY12 RDDA; TPS: AC12.l.4.2.2.1.13-SWEN; TASK/SUBTASK: 02006-00025; WBS: DR-024411; CERS TASK/SUBTASK: 02006/99012; WAW: 002192; PR 1300289338-00002
610007 LLA :
1300290635 36140.00
CC 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001316668 FY12 RDDA; TPS: Dl2.l.l.l.Ol-TS; TASK/SUBTASK: 02005-20718; WBS: 1.2.9.1.3.3; CERS TASK/SUBTASK: 02005/99003; WAW: 005055; PR 1300290635-00002
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004
MOD 20 Funding 377005.00 Cumulative Funding 4528329.00
MOD 21
400049
LLA : 1300297343 3850.00
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 69ofll9
CH 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001348278 FY 12 RDDA; TPS: AM12.1.3.2.1.1.12-9E-SS; TASK/SUBTASK: 02002/05211; G72 - 5.0 9E SYSTEM SAFETY; WBS#: 1.2.1.3.3.10.1
400050 LLA :
1300298734 2000.00
CJ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001354592 FY 12 RDDA; TFS: D12.l.1.1.01-FM; Task/Subtask: 02005/20705; Subtask Title; was -FINANCIAL MANAGEMENT; WES: 1.2.9.1.2.1; CERS TASK/SUBTASK: 02005/99002; WAW: 005055
410018 LLA :
1300268003 12500.00
BG 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001181274 FY 12 RDDA; TPS: AB12.l.8.l.1.22-TM; G83 TELEMETRY CORE; TASK/SUBTASK:02004/00076; CERS: 02004/00007; WBS#: 1.2.13.1.7.1; WAW: 002363;
410019 LLA :
1300295892 2400.00
CK 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001340005 FY 12 RODA; TPS: AM12.1.3.2.1.1.12-9A/C-SS; TASK/SUBTASK: 02002/00087; G72 - 5.0 A/CSYS SAFETY; WBS#: 1.2.1.3.1.10.1
410021 LLA :
1300296334 3350.00
CL 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001342762 FY 12 RODA; TPS: AM12.1.3.2.1.1.12-9E-SS; TASK/SUBTASK: 02002/05211; G72 - 5.0 9E SYSTEM SAFETY; WBS#: 1.2.1.3.3.10.1
410022 LLA :
1300296760 35000.00
CM 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001344997 FY 12 RODA; TPS: AD12.1.2.2.3.07-SQ - SOFTWARE QUALITY ENGINEERING; HQ0006210251; TASK/SUBTASK: 02003/00002; CERS TASK/SUBTASK:02003/09914; WBS:DR-024404; WAW:002213 3
410023 LLA :
1300298823 87574.00
BQ 9720400 2520 12B M2520 4 060389 lC 00255Y MD2Pl27AOP01 17220000 812109 Standard Number: MD2P127AOP0117-AA FY 12 RODA; TPS: NAV260127019; ABMD MISSILE Software Engineering; Funding document - MD2Pl27AOP0117 -AA; Task/Subtask: 02013/99023; WBS: DR-024409; CERS TASK/SUBTASK: 02013/99025
410024 LLA :
1300302708 20300.00
CN 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001383579 FY 12 RODA; TPS: AA12.1.6.2.03 - SE FSURD; Task/Subtask: 02018/AA182; Subtask Title; W25 - AA FSURD DEVELOPMENT; WBS: 1.2.16.1.13.4; CERS TASK/SUBTASK: 02018/99FSU; WAW: 002367
410025 LLA :
1300302859 25000.00
CP 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001383746 FY 12 RDDA; TPS: AD12.1.2.2.3.07-HW - SM-3 IB H/W INTEGRATION; TASK/SUBTASK: 02003/00015; CERS TASK/SUBTASK: 02003/99011; WBS#: DR-024404
410026 LLA :
1300303579 10000.00
CQ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001388600 FY 12 RODA; TPS: AD12.1.2.2.5.06; 4-SAFETY PROG OFFICE SUPPORT; Task/Subtask: 02009/00002; Subtask Title: G72 - 4.0.1 MA&S ACSS; WBS: 1.2.7.2.2.1.l; CERS TASK/SUBTASK: 02009/99002; WAW: 005054
410027 1300303651 50000.00
CONTRACT NO.
NOOl 78-04-D-4085
LLA :
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 70of119
CR 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001388824 FY 12 RDDA; TPS DV.DD.XC.SP125.EL; C. 2.2 Systems Engineering Support; WBS 1.2.6.9.1.1; TASK/SUBTASK: :2011/FS116 ; CERS: 1.2.6.9.99 2011/99004
410028 LLA :
1300303657 73775.00
CS 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001388943 FY 12 RDDA; TFS: D12.1.1.1.01-PM; C.2.1 Aegis BMD Program Office Support; Task/Subtask: 02005/20701; Subtask Title; WOS - PROGRAM MANAGEMENT; WBS: 1.2.9.1.1.1; CERS TASK/SUBTASK: 02005/99001; WAW: 005055
410029
LLA : 1300304140 34500.00
CT 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001393078 FY 12 RDDA; TPS: AB12.1.8.l.l.22-TM; G83 TELEMETRY CORE; TASK/SUBTASK: 02004/00076; WBS: 1.2.5.7.5.1; CERS TASK/SUBTASK 2010/99J09
410030 LLA :
1300304202 10000.00
CU 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001393375 FY 12 RDDA; TPS: AD12.1.2.2.5.05-AS - SM-3 ELK IA/IB AA; SAFETY SOW; TASK/SUBTASK: 02003/00006; CERS TASK/SUBTASK: 02003/09917; WES:DR-024404; WAW:002213
410031 LLA :
1300304206 25930.00
CV 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001393380 FY 12 RDDA; TPS: AD12.1.2.2.3.07-HW - SM-3 IE H/W INTEGRATION; TASK/SUBTASK: 02003/00015; CERS TASK/SUBTASK: 02003/99011; WBS#: DR-024404; WAW: 002213
410032 LLA :
1300296334 2400.00
CL 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001342762 FY 12 RDDA; TPS: AM12.1.3.2.l.l.12-9E-SS; TASK/SUBTASK: 02002/05211; G72 - 5.0 9E SYSTEM SAFETY; WBS#: 1.2.1.3.3.10.1
412002 LLA :
1300296022 6500.00
BU 97-11X8242 2862 000 74622 0 065916 2D PJAH44 116780080LWA Standard Number: N0002412RX00782-AA FMS: JA-P-LWA; TPS: JE5-05; TASK/SUBTASK: 2010/J5009; G72 - SAFETY CSE JBl.5; WBS: 1.2.5.7.5.l; CERS TASK/SUBTASK 2010/99J09
610008 LLA :
1300268003 15000.00
BG 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001181274 FY 12 RDDA; TPS: AE12.l.8.l.l.22-TM; G83 TELEMETRY CORE; TASK/SUBTASK:02004/00076; CERS: 02004/00007; WBS#: 1.2.13.1.7.1; WAW: 002363
610010 LLA :
1300296760 2500.00
CM 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001344997 FY 12 RDDA; TPS: AD12.l.2.2.3.07-SQ - SOFTWARE QUALITY ENGINEERING; HQ0006210251; TASK/SUBTASK: 02003/00002; CERS TASK/SUBTASK:02003/09914; WBS:DR-024404; WAW:002213 3
610011 LLA :
1300302708 6500.00
CN 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001383579 FY 12 RDDA; TPS: AA12.l.6.2.03 - SE FSURD; Task/Subtask: 02018/AA182; Subtask Title; W25 - AA FSURD DEVELOPMENT; WBS: 1.2.16.1.13.4; CERS TASK/SUBTASK: 02018/99FSU; WAW: 002367
610012 LLA :
1300302859 5000.00
CP 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001383746 FY 12 RDDA; TPS: AD12.1.2.2.3.07-HW - SM-3 IB H/W INTEGRATION; TASK/SUBTASK: 02003/00015; CERS TASK/SUBTASK: 02003/99011; WES#: DR-024404
610013 LLA :
1300303657 2388.00
CS 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001388943
CONTRACT NO.
NOD 178-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 71 of 119
FY 12 RDDA; TPS: D12.1.1.1.01-PM; C.2.1 Aegis BMD Program Office Support; Task/Subtask: 02005/20701; Subtask Title; was - PROGRAM MANAGEMENT; WBS: 1.2.9.1.1.1; CERS TASK/SUBTASK: 02005/99001; WAW: 005055
610014 LLA :
1300304206 5000.00
CV 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001393380 FY 12 RODA; TPS: AD12.l.2.2.3.07-HW - SM-3 IB H/W INTEGRATION; TASK/SUBTASK: 02003/00015; CERS TASK/SUBTASK: 02003/99011; WBS#: DR-024404; WAW: 002213
MOD 21 Funding 441467.00 Cumulative Funding 4969796.00
MOD 22
400041 LLA :
1300268003-00001 (83000.00)
BG 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001181274 FY12 RDDA, TPS: AB12.l.8.l.l.22-TM; TASK/SUBTASK:02004/00076; CERS: 02004/00007; WBS#: 1.2.13.1.7.1; WAW: 002363
410018 LLA :
1300268003 83000.00
BG 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001181274 FY 12 RODA; TPS: AB12.l.8.l.l.22-TM; G83 TELEMETRY CORE; TASK/SUBTASK:02004/00076; CERS: 02004/00007; WBS#: 1.2.13.1.7.l; WAW: 002363;
410033 LLA :
1300304908 48981.00
CW 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001400614 FY12 RDDA; PR#: 1300304908; TPS: AD12.l.2.2.3.07-SQ - SOFTWARE QUALITY ENGINEERING; TASK/SUBTASK:02003/00002; CERS TASK/SUBTASK:02003/09914; WBS:DR-024404; WAW:002213 3
410034 LLA :
1300304910 6000.00
ex 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001400844 FY12 RDDA; PR#: 1300304910-00001; TPS: AD12.l.2.2.3.07-MS - SM-3 BLK IB MISSILE SYSTEM SAFETY; TASK/SUBTASK: 02003/00012; CERS TASK/SUBTASK: 02003/99010; WBS: DR-024404; WAW:002213 3
MOD 22 Funding 54981.00 Cumulative Funding 5024777.00
MOD 23
400043 LLA :
1300273454-00001 800.00
BJ 9720400 2520 128 M2520 4 060389 lC 00255Y MD2P127AOP01 17220000 S12109 MD2P127AOP01 17 Standard Number: MD2Pl27AOP0117 FY12 RODA; TASK/SUBTASK - 02013/99023, WBS# 1.2.11.13.1; WAW 09233; CERS TASK/SUBTASK - 02013/99025; CERTS WES# 1.2.11.13.99; WORK AREA: NAV260127019 - ABMD SBT. PROGRAM - WBM.
400044 LLA :
1300273525-00001 1400.00
BK 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001218888 Standard Number: HQ0006210202 FY12 RDDA; TPS: AA12.1.6.2.03; - SE SYS ENG; TASK/SUBTASK: 020218/AA224
400051 LLA :
1300311885 1300.00
DA 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001466620 FY12 RDDA; PR#: 1300311885; IBPES Identifier: 0059969962; TPS: D12.l.l.1.0l-PM; WAW#: 005055
410035 LLA :
1300310820 20000.00
CY 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001457323
CONTRACT NO. NOO 178-04-D-4085
DELIVERY ORDER NO.
0004
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 72ofll9
FY12 RDDA; PR#: 1300310820; IBPES Identifier: 0059854481; TPS: AA 12.1.6.2.03-AA ENG; WAW#: 002367
410036 LLA :
1300311881 6000.00
CZ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001466415 FY12 RDDA; PR#: 1300311881; IBPES Identifier: 0060089381; TFS: Dl2.l.l.1.01-PM
600014 LLA :
1300273454-00002 (800. 00)
BJ 9720400 2520 12B M2520 4 060389 lC 00255Y MD2Pl27AOP01 17220000 812109 MD2P127AOP01 17 Standard Number: MD2P127AOP0117 FY12 RDDA; TASK/SUBTASK - 02013/99023, WBS# 1.2.11.13.1; WAW 09233; CERS TASK/SUBTASK - 02013/99025; CERTS WES# 1.2.11.13.99; WORK AREA: NAV260127019 - ABMD SBT. PROGRAM - WBM.
600015 LLA :
1300273525-00002 (1400.00)
BK 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001218888 Standard Number: HQ0006210202 FY12 RDDA; TPS: AA12.1.6.2.03; - SE SYS ENG; TASK/SUBTASK: 020218/AA224
600016 LLA :
1300311885 6400.00
DA 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001466620 FY12 RDDA; PR#: 1300311885; IBPES Identifier: 0059969962; TPS: D12.1.1.1.01-PM; WAW#: 005055
MOD 23 Funding 33700.00 Cumulative Funding 5058477.00
MOD 24
410035 LLA :
1300310820 (20000. 00)
CY 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001457323 FY12 RDDA; PR#: 1300310820; IBPES Identifier: 0059854481; TPS: AA 12.1.6.2.03-AA ENG; WAW#: 002367
410037 LLA :
1300317841 103000.00
DB 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001507487 FY13 RDDA; PR#1300317841-00001; IBPES Identifier: 0061446461; TPS: AA.13.029 TEST & EVALUATION SUPPORT ($6,000.00 LABOR); (TASK/SUBTASK)02018/08158; CERS TASK/SUBTASK) 02018/99011; TPS: AA.13.029 ILS TECH SUP - SYS SUP ASSESS ($35,000.00 LABOR); (TASK/SUBTASK) 02018/08910; (CERS TASK/SUBTASK) 02018/99033; TPS: AA.13.029 FLIGHT SAFETY LABOR ($62,000.00 LABOR); (TASK/SUBTASK) 02018/08160; {CERS TASK/SUBTASK) 02018/99013; Work Element: MISSILE SYSTEM ENGINEERING; WAW: 002367
610015 LLA :
1300317841 15000.00
DB 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001507487 FY13 RDDA; PR#1300317841-00001; IBPES Identifier: 0061446461; TPS: AA.13.029 TEST & EVALUATION SUPPORT ($1,400 ODC); (TASK/SUBTASK)02018/08158; CERS TASK/SUBTASK) 02018/99011; TPS: AA.13.029 FLIGHT SAFETY LABOR {$13,600 ODC); (TASK/SUBTASK) 02018/08160; (CERS TASK/SUBTASK) 02018/99013; Work Element: MISSILE SYSTEM ENGINEERING; WAW: 002367
MOD 24 Funding 98000.00 Cumulative Funding 5156477.00
MOD 25
410038 LLA :
1300321594 778000.00
DC 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001529830 FY13 RDDA; PR#: 1300321594-00001; TPS=D.13.002-PM, Contract/Element=3 - PD/PROGRAM OFFICE SUPPORT, Amount=180,000.00; Task=02005, Subtask=08200, TPS=D.13.002-FM, Contract/Element=3 - PD/PROGRAM OFFICE SUPPORT, Amount=35,000.00; Task=02005,
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 73 ofll9
Subtask=08510, TPS=D.13.002-TD, Contract/Element=3 - PD/PROGRAM OFFICE SUPPORT, Amount=70,000.00; Task=02005, Subtask=08520, TPS=D.13.002-SA, Contract/Element=3 PD/PROGRAM OFFICE SUPPORT, Amount=575,000.00; WAW: 005055
410039
LLA : 1300321847 314500.00
DD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001531317 FY13 RDDA; PR#: 1300321847-00001; Incremental funding for: NSWC DAHLGREN FOR SM-3 BLK IIA EFFORTS. SOW: AC_l3 811. G25-SCD BLK !IA TECH SUPPORT - $200,000.00 LABOR, $20,000.00 ODC; G25-SCD ELK IIA REQUIREMENTS - $114,500.00 LABOR; TPS: AC.13.811-REQ, TASK/SUBTASK: 02006/CSOl? $114,500.00; TFS: AC.13.811-ENG, TASK/SUBTASK: 02006/CSOlB $220,000.00; Work Element: 1 - MISSLE SYSTEMS ENGINEERING; WAW: 0021922
610016 LLA :
1300321594 82000.00
DC 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001529830 FY13 RODA; PR#: 1300321594-00001; Subtask=08100, TPS=D.13.002-PM, Contract/Element=3 - PD/PROGRAM OFFICE SUPPORT, Amount=180,000.00; Task=02005, Subtask=08200, TPS=D.13.002-FM, Contract/Element=3 - PD/PROGRAM OFFICE SUPPORT, Amount=35,000.00; Task=02005, Subtask=08510, TPS=D.13.002-TD, Contract/Element=3 PD/PROGRAM OFFICE SUPPORT, Amount=70,000.00; Task=02005, Subtask=08520, TPS=D.13.002-SA, Contract/Element=3 - PD/PROGRAM OFFICE SUPPORT, Amount=575,000.00; WA
610017 LLA :
1300321847 20000.00
DD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001531317 FY13 RODA; PR#: 1300321847-00001; Incremental funding for: NSWC DAHLGREN FOR SM-3 BLK IIA EFFORTS. SOW: AC_13 811. G25-SCD BLK IIA TECH SUPPORT - $200,000.00 LABOR, $20,000.00 ODC; G25-SCD BLK !IA REQUIREMENTS - $114,500.00 LABOR; TPS: AC.13.811-REQ, TASK/SUBTASK: 02006/CS017 $114,500.00; TPS: AC.13.811-ENG, TASK/SUBTASK: 02006/CS018 $220,000.00; Work Element: 1 - MISSLE SYSTEMS ENGINEERING; WAW: 0021922
MOD 25 Funding 1194500.00 Cumulative Funding 6350977.00
MOD 26
410040 LLA :
1300317841 123188.00
DB 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001507487 FY13 RODA; PR#: 1300317841-00002; TPS: AA.13.029-AA ENGINEERING, TASK/SUBTASK: 02018/08158, TEST&EVALUATION SUPPORT, ($5,825.00 LABOR); TPS: AA.13.029-AA INT LOG TECH SV, TASK/SUBTASK: 02018/08910, ($60,625.00 LABOR); TPS: AA.13.029-FLIGHT SAFETY REQ, TASK/SUBTASK: 02018/08160, FLIGHT SAFETY, ($56,738.00 LABOR); WAW: 002367
410041 LLA :
1300323460 115742.00
DE 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001540237 FY13 RODA; PR#: 1300323460-00001; TPS: AD.13.241-SQ, TASK/SUBTASK: 02003/00009, BLK IB SOFTWARE QUAL ENG ($111,742.00 LABOR) TPS: AD.13.241-RE, TASK/SUBTASK: 02003/00002, BLK IB REQ ENGINEERING ($4,000.00 LABOR); WAW: 002213
410042 LLA :
1300323514 10000.00
DF 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001540353 FY13 RODA; PR# 1300323514-00001; Incremental funding for: AEGIS BMD AA MISSILE SAFETY C/0, C. 2.2 SYSTEMS ENGINEERING SUPPORT; TPS: AD12.1.2.2.5.05; TASK/SUBTASK: 02003/C0017; Work Element: 4-SAFETY PROG OFFICE SUPPORT; WAW: 002213
410043 LLA :
1300323744 46274.00
DG 9730400 2520 13B M2520 4 060389 lC 00255Y MD3P127AOP01 16320000 012109 Standard Number: MD3P127AOP0116 FY13 RODA; PR#: 1300323744-00001; Funding DOC: MD3Pl27AOP0116; TPS: NAV260137019, TASK/SUBTASK: 02013/00006, WORK ELEMENT: 1 MISSILE SYSTEM ENGINEERING, ($46.274.00 LABOR); WAW: 009233
CONTRACT NO.
NOOl 78-04-D-4085
410044 LLA :
1300324404
DELIVERY ORDER NO.
0004
252480.00
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 74of119
DH 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001545088 FY13 RDDA; PR#: 1300324404-00001; Incremental funding for: T&E CORE TELEMETRY SUPPORT TPS: 84,AM.13.403-TLM, TASK/SUBTASK: 02004/00005 Work Element: 2 MISSION TEST AND EVALUATION; ($252,480.00 LABOR); WAW: 002363
610018 LLA :
1300317841 5465.00
DB 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001507487 FY13 RDDA; PR#: 1300317841-00002; TPS: AA.13.029-AA ENGINEERING, TASK/SUBTASK: 02018/08158, TEST&EVALUATION SUPPORT, ($1,100.00 ODC}; TFS: AA.13.029-FLIGHT SAFETY REQ, TASK/SUBTASK: 02018/08160, FLIGHT SAFETY, ($4,365.00 ODC); WAW: 002367
610019 LLA :
1300323460 19000.00
DE 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001540237 FY13 RDDA; PR#: 1300323460-00001; TFS: AD.13.241-SQ, TASK/SUBTASK: 02003/00009, BLK IB SOFTWARE QUAL ENG ($15,000.00 ODC} TFS: AD.13.241-RE, TASK/SUBTASK: 02003/00002, BLK IB REQ ENGINEERING ($4,000.00 ODC); WAW: 002213
610020 LLA :
1300323744 20000.00
DG 9730400 2520 138 M2520 4 060389 lC 00255Y MD3P127AOP01 16320000 012109 Standard Number: MD3P127AOP0116 FY13 RDDA; PR#: 1300323744-00001; Funding DOC: MD3P127AOP0116; TFS: NAV260137019, TASK/SUBTASK: 02013/00006, WORK ELEMENT: 1 MISSILE SYSTEM ENGINEERING, ($20,000.00 ODC) ; WAW: 009233
610021 LLA :
1300324404 30000.00
DH 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001545088 FY13 RDDA; PR#: 1300324404-00001; Incremental funding for: T&E CORE TELEMETRY SUPPORT TPS: B4.AM.13.403-TLM, TASK/SUBTASK: 02004/00005 Work Element: 2 MISSION TEST AND EVALUATION; ($30,000.00 ODC); WAW: 002363
MOD 26 Funding 622149.00 Cumulative Funding 6973126.00
MOD 27 Funding 0.00 Cumulative Funding 6973126.00
MOD 28
412003 LLA :
1300327575 70000.00
BU 97-11X8242 2862 000 74622 0 065916 2D PJAH44 116780080LWA Standard Number: N0002412WX07682-AA PR# 1300327575-00001; Funding Document: N0002412WX07682-AA; TPS: JB5-07, TASK/SUBTASK: 02010/J5012 FMS CASE# JA-P-LWA; Work Element: 3 - PD/PROGRAM OFFICE SUPPORT; WAW: 006653
MOD 28 Funding 70000.00 Cumulative Funding 7043126.00
MOD 29
410045 LLA :
1300317841 10000.00
DB 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001507487 MOD 29 Labor Funding for Aegis Ashore Support/VLS Safety Exp. Date: 09/30/2014 PR# 1300317841-00003
410046 LLA :
1300335956 10000.00
DJ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001624145 MOD 29 Labor Funding for G72-5.l MA&S Combat System Safety.
CONTRACT NO.
NOO 178-04-D-4085
EXP. DATE: 09/30/2014 PR# 1300335956-00001
410047 LLA :
1300339844
DELIVERY ORDER NO.
0004
12000.00
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 75of119
DK 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001651439 MOD 29 Labor Funding for G71 - SCD BLKIIA Safety. Exp. Date: 09/30/2014 PR# 1300339844
410048 LLA :
1300321594 260000.00
DD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001529830 MOD 29 Labor Funding Labor Mgmt and Sr. Advisory Support EXP Date: 09/30/2014 PR# 1300321594-00002
412004 LLA :
1300339596 10000.00
DL 9711X8242 2862 000 74622 0 065916 2D PJAH44 223380040FJW MOD 29 FMS Labor funding FMS CASE# JA-P-FJW G72-System Safety CSE_JBl.5 EXP. Date: 09/30/2013 PR# 1300339596-00001
610022 LLA :
1300321594 10000.00
DD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001529830 MOD 29 ODC Funding for Sr. Advisory Support EXP. DATE: 0930/2014 PR# 1300321594-00002
MOD 29 Funding 312000.00 Cumulative Funding 7355126.00
MOD 30
410049 LLA :
1300336543 232000.00
DM 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001627077 Standard Number: HQ0006322340/AA MOD 30 Labor Funding for AEGIS BMD Eng. & Test Event Support DOC.# HQ0006322340/AA EXP. Date: 09/30/2014 PR# 1300336543-00001
410050 LLA :
1300321847 200000.00
DC 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001531317 Standard Number: HQ0006320412/AA MOD 30 Labor funding for SM-3 ELK llA SOW: AC_l3 811. DOC.# HQ0006320412/AA EXP Date: 09/30/2014 PR# 1300321847-00003
610023 LLA :
1300336543 18000.00
DM 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001627077 Standard Number: HQ0006322340/AA MOD 30 ODC Funding for AEGIS BMD Eng. and Test Event Support. EXP Date: 09/30/2014 Doc.# HQ0006322340/AA PR# 1300336543-00001
MOD 30 Funding 450000.00 Cumulative Funding 7805126.00
MOD 31
410051 LLA :
1300317841 30000.00
DB 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001507487 Standard Number: HQ0006320148/AA Mod 31 Labor funding for ABMD Aegis Ashore. WCD: 10/31/2013 EXP Date: 09/30/2014 TPS~AA13.029 Flight Safety Req. PR# 1300317841-00004
410052 LLA :
1300317841 26000.00
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 76 ofll9
DB 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001507487 Standard Number: HQ0006320148/AA MOD 31 Labor funding for ABMD Aegis Ashore. WCD: 10/31/2013, EXP Date: 09/30/2014 TPS=AA 13.029-AA INT LOG TECH SV. PR# 1300317841-00005
410053 LLA :
1300321594 73000.00
DD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001529830 Standard Number: HQ0006320403/AA MOD 31 Labor funding for ABMD WCD: 10/31/2013, EXP Date: 09/30/2013 TPS: D.13.002-PM/D.13.002-FM PR# 1300321594-00003
410054 LLA :
1300352096 10000.00
DG 9730400 2520 13B M2520 4 060389 lC 00255Y MD3P127AOP01 16320000 012109 Standard Number: MD3P127AOP0116/AA MOD 31 Labor funding for G25 Sftware Eng/ABMD - AX SBT TPS=NAV260137019 Missle System Eng. WCD: 09/30/2013 EXP Date: 09/30/2014 PR# 1300352096-00001
410055 LLA :
1300355362 10000.00
DN 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001762243 Standard Number: HQ0006320201/AA MOD 31 Labor Funding for ABMD Eng. and Test Event support SOW AM-13-403 WCD: 10/31/2013, EXP Date: 09/30/2014 PR# 1300355362-00001
420001 LLA :
1300317841 152381.00
DB 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001507487 Standard Number: HQ0006320148/AA MOD 31 Labor funding for ABMD Aegis Ashore. WCD: 10/31/2013, EXP Date: 09/30/2014 PR# 1300317841-00006
420002 LLA :
1300321594 25171.00
DD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001529830 Standard Number: HQ0006320403/AA Mod 31 Labor funding for ABMD. WCD: 10/31/2014, EXP Date: 09/30/2013 TPS: D.13.002-FM PR# 1300321594-00004
420003 LLA :
1300321847 113397.00
DC 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001531317 Standard Number: HQ0006320412/AA MOD 31 Labor Funding for SM-3 ELK IIA efforts SOW AC_l3_811. WCD: 10/22/2013, EXP Date: 09/30/2014 PR# 1300321847-00004
420004 LLA :
1300323744 8500.00
DG 9730400 2520 138 M2520 4 060389 lC 00255Y MD3Pl27AOP01 16320000 012109 Standard Number: MD3Pl27AOP0116/AA MOD 31 Labor funding for AEGIS BMD Missile Syetem Eng. WCD: 09/30/2013, EXP Date: 09/30/2014 PR# 1300323744-00002
420005 LLA :
1300324404 96000.00
DH 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001545088 Standard Number: HQ0006320201/AA Mod 31 Labor funding for ABMD Eng. and Test Event S'Uf)port. SOW AM-13-403 WCD: 10/31/2013, EXP Date: 09/30/2014 TPS~B4.AM. 13.403 G25 T&E Core Telemetry PR# 1300324404-00002
420006 LLA :
1300359090 20000.00
DP 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001787440 Standard Number: HQ0006320571/AA MOD 31 Labor funding for ABMD Eng. and Test Event Support. SOW AM3-403.
CONTRACT NO. NOO 178-04-D-4085
DELIVERY ORDER NO.
0004
TPS=F.13.002 AWS SAFETY/COMBAT SAFETY WCD: 10/24/2013, EXP Date: 09/30/2014
422001 LLA :
1300339596 10000.00
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 77of!19
DL 9711X8242 2862 000 74622 0 065916 2D PJAH44 223380040FJW MOD 31 FMS LABOR FUNDING FOR TPS=JBS-05 G72 SYSTEM SAFETY CSE-JBl.5-JBS-05 WCD: 09/30/2013, EXP Date: 09/30/2099 PR# 1300339596-00002
610024 LLA :
1300355362 8000.00
DN 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001762243 Standard Number: HQ0006320201/AA MOD 31 ODC funding for ABMD Eng. and Test Event Support. SOW AM-13-403. WCD: 10/31/2013, EXP Date: 09/30/2013 PR# 1300355362-00001
620001 LLA :
1300324404 13500.00
DH 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001545088 Standard Number: HQ0006320201/AA MOD 31 ODC funding for ABMD Eng. and Test Event support. SOW AM-13-403 WCD: 10/31/2013, EXP Date: 09/30/2014 TPS=B4.AM. 13.403 G25 T&E Core Telemetry. PR# 1300324404-00002
MOD 31 Funding 595949.00 Cumulative Funding 8401075.00
MOD 32
420007 LLA :
1300366639 18500.00
DS 9730400 2520 13B M2520 4 060389 lC 00255Y MD3Pl27AOP01 16320000 012109 Standard Number: MD3Pl27AOP0116-AA MOD 32 Labor funding for Missle System Engineering TPS-NAV260137019 WE# 1 WCD: 09/30/2013 FED: 09/30/2014 PR# 1300366639-00001
420008 LLA :
1300321594 365500.00
DD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001529830 Standard Number: HQ0006320403-AA MOD 32 Labor funding for Program Mgt. support. WCD: 10/31/2013, FED: 09/30/2014 PR# 1300321594-00005
420009 LLA :
1300321594 125090.00
DD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001529830 Standard Number: HQ0006320403-AA MOD 32 Labor Funding for Program Mgt. Support WCD: 10/31/2013, FED: 09/30/2014 PR# 1300321594-00006
420010 LLA :
1300366673 165000.00
DT 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001828857 Standard Number: HQ0006326633-AA MOD 32 Labor Funding for AEGIS BMD Eng. & Test Event support WE# 2 TPS:-B4.AD.13.544 WCD: 06/14/2014, FED: 09/30/2014 PR# 1300366673-00001
420011 LLA :
1300323460 16000.00
DU 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001540237 Standard Number: HQ0006320160-AA MOD 32 Labor funding for AEGIS BMD SM-3 Blk IX & Aegis Ashore Missile Development TPS AD.13.241 WCD: 10/31/2013, FED: 09/30/2014 PR# 1300323460-00002
420012 LLA :
1300323460 39868.00
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 78of119
DU 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001540237 Standard Number: HQ0006320160-AA MOD 32 Labor funding for AEGIS BMD SM-3 Blk IX & Aegis Ashore Missile Development WE# 1 TPS-AD.13.241-SQ WCD: 10/31/2013, FED: 09/30/2014 PR# 1300323460-00003
422002 LLA :
1300356930 25000.00
DQ 97-11X8242 2862 000 74622 0 065916 2D PJAH44 115980020FNC MOD 32 FMS CASE# JA-P-FNC Japan WE# 3 PD/Program Pffoce Support TPS# JBS-07 WCD: 09/30/2099, FED: 09/30/2013 PR# 1300356930-00001
422003 LLA :
1300371198 35000.00
DR 97-11X8242 2862 000 74622 0 065916 20 PJAS44 312680210LYJ MOD 32 FMS Case # JA-P-LYN Japan Safety/PD Program Office Support TPS:J6-05/J6-07 WCD: 09/30/2013, FED 09/30/2099
PR# 1300371198-00001
620002 LLA :
1300321594 46500.00
DD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001529830 Standard Number: HQ0006320403-AA MOD 32 ODC Funding for Program Mgt. support WCD: 10/31/2013, RED: 09/30/2014 PR# 1300321594-00005
620003 LLA :
1300366673 20000.00
DT 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001828857 Standard Number: HQ0006326633-AA MOD 32 ODC Funding for AEGIS BMD Eng. & Test Event support TPS-B4.AD.13.544 WE# 2 WCD: 06/14/2014, FED: 09/30/2014 PR$ 1300366673-00001
MOD 32 Funding 856458.00 Cumulative Funding 9257533.00
MOD 33
420013 LLA :
1300373960 23000.00
DV 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001874178 PR: 1300373960-00001 FED: 9/30/14 WCD: 9/30/13 RDT&E
620004 LLA :
1300373960 2000.00
DV 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001874178 PR: 1300373960-00001 FED: 9/30/14 WCD: 9/30/13 RDT&E
MOD 33 Funding 25000.00 Cumulative Funding 9282533.00
MOD 34
410054 LLA :
1300352096 (3913. 00)
DG 9730400 2520 13B M2520 4 060389 lC 00255Y MD3P127AOP01 16320000 012109 Standard Number: MD3P127AOP0116/AA MOD 31 Labor funding for G25 Sftware Eng/ABMD - AX SBT TPS=NAV260137019 Missle System Eng. WCD: 09/30/2013 EXP Date: 09/30/2014 PR# 1300352096-00001
412004 LLA :
1300339596 (10000. 00)
CONTRACT NO.
NOO 178-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 79ofll9
DL 9711X8242 2862 000 74622 0 065916 2D PJAH44 223380040FJW MOD 29 FMS Labor funding FMS CASE# JA-P-FJW G72-System Safety CSE_JBl.5 EXP. Date: 09/30/2013 PR# 1300339596-00001
420004 LLA :
1300323744 3913.00
DG 9730400 2520 13B M2520 4 060389 lC 00255Y MD3Pl27AOP01 16320000 012109 Standard Number: MD3P127AOP0116/AA MOD 31 Labor funding for AEGIS BMD Missile Syetem Eng. WCD: 09/30/2013, EXP Date: 09/30/2014 PR# 1300323744-00002
422001 LLA :
1300339596 10000.00
DL 9711X8242 2862 000 74622 0 065916 2D PJAH44 223380040FJW MOD 31 FMS LABOR FUNDING FOR TPS=JBS-05 G72 SYSTEM SAFETY CSE-JBl.5-JBS-05 WCD: 09/30/2013, EXP Date: 09/30/2099 PR# 1300339596-00002
MOD 34 Funding 0.00 Cumulative Funding 9282533.00
MOD 35
420014 LLA :
1300375923 170000.00
DW 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001886246 MOD 35 Labor Funding for WE #3 Financial Mgt. ($7,000.00), Tech. Director Support ($28,000.00) and Sr. Advisory Support ($135,000.00). EXP Date: 09/30/2014, WCD: 10/31/2013. PR# 1300375923-00001
420015 LLA :
1300378035 123973.00
DX 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001906154 MOD 35 Labor Funding for WE #3 PD/Program Office Support.
EXP Date: 09/30/2014, WCD 10/31/2013 PR# 1300378035-00001
420016 LLA :
1300321594 42000.00
DD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001529830 MOD 35 Labor Funding for WE #3 PD/Program Office Support. EXP Date: 09/30/2014, WCD: 10/31/2013 PR# 1300321594-00007
420017 LLA :
1300383222 37068.00
DY 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001964735 MOD 35 Labor Funding for WE #3 PD/Program Office Support. EXP Date: 09/30/2014, WCD: 10/31/2013. PR# 1300383222-00001
420018 LLA :
1300383223 112932.00
DZ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001964855 MOD 35 Labor Funding for WE #3 PD/Program Office Support. EXP Date: 09/30/2014, WCD: 10/31/2013 PR# 1300383223-00001
420019 LLA :
1300366639 41323. 00
DG 9730400 2520 13B M2520 4 060389 lC 00255Y MD3P127AOP01 16320000 012109 MOD 35 Labor Funding for WE #1 Missle System Engineering. EXP Date: 09/30/2014, WCD: 10/31/2013 PR# 1300366639-00002
420020 LLA :
1300378021 18569.00
EA 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001905439 MOD 35 Labor Funding for WE #3 PD/Program Office support. EXP Date: 09/30/2014, WCD: 10/31/2013 PR# 1300378021-00001
CONTRACT NO. NOOl 78-04-D-4085
420021 LLA :
1300378391
DELIVERY ORDER NO.
0004
10000.00
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 80ofll9
EB 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001908713 MOD 35 Labor Funding for WE #4 BLK/lA/lB/AA Missile System Safety - Safety Program Office support. EXP Date: 09/30/2014, WCD: 10/31/2013 PR# 1300378391-00001
420022 LLA :
1300317841 10000.00
DB 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001507487 MOD 35 Labor Funding for Aegis Ashore Eng. Tech. Support. EXP Date: 09/30/2014, WCD: 10/31/2013 PR# 1300317841-00007
420023 LLA :
1300323460 20000.00
DU 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001540237 MOD 35 Labor Funding for WE #1 Missle System Eng. EXP Date: 09/30/2014, wen: 10/31/2013 PR# 1300323460-00005
420024 LLA :
1300323460 9999.00
DU 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001540237 MOD 35 ODC Funding for WE #1 Missle System Eng. EXP Date: 09/30/2014, WCD: 10/31/2013 PR# 1300323460-00006
420025 LLA :
1300321847 163500.00
DC 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001531317 MOD 35 Labor funding for WE #1 for SCD BLKIIA Nissle System Eng (G25) $75,000. and WE #1 for Tech Support passthru Missle System Eng $88,500. EXP Date: 09/30/2014, WCD: 11/22/2013 PR# 1300321847-00005
420026 LLA :
1300321847 12000.00
DC 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001531317 MOD 35 Labor Funding for WE #4 Safety Program Office Support. EXP Date: 09/30/2014, WCD: 10/22/2013. PR# 1300321847-00006
420027 LLA :
1300288946 17551.00
EC 97X4930 NHlE 255 77777 0 050120 2F 000000 A10001309639 MOD 35 Labor Funding for WE #3 PD/Program Office Support. EXP Date: 09/30/2014, WCD: 10/31/2013. PR# 1300288946-00002
420028 LLA :
1300366673 86500.00
DT 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001828857 MOD 35 Labor Funding for WE #2 Mission Test and Evaluation. EXP Date: 09/30/2014, WCD 06/14/2014 PR# 1300366673-00002
420029 LLA :
1300378391 10000.00
EB 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001908713 MOD 35 Labor Funding for WE #4 Safety Prog Office Support. EXP. Date: 09/30/2014, WCD: 10/31/2013 PR# 1300378391-00002
620005 LLA :
1300317841 10000.00
DB 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001507487 MOD 35 ODC Funding for Aegis Ashore Eng. Tech. Support. EXP Date: 09/30/2014, WCD 10/31/2013 PR# 1300317841-00008
620006 LLA :
1300323460 1.00
DU 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001540237
CONTRACT NO.
NOO 178-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 81 of!I9
MOD 35 ODC Funding for WE #1 BLK 18 Missle System Eng. EXP Date: 09/30/2014, WCD: 10/31/2013 PR# 1300323460-00006
620007 LLA :
1300321847 13500.00
DC 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001531317 MOD 35 ODC funding for WE #1 for Tech Support passthru Missle System Eng. $13,500 EXP Date: 09/30/2014, WCD: 10/22/2013
PR1300321847-00005
620008 LLA :
1300288946 1.00
EC 97X4930 NHlE 255 77777 0 050120 2F 000000 A10001309639 MOD 35 ODC for WE #3 PD/Program Office Support. EXP Date: 09/30/2014 WCD: 10/31/2013 PR# 1300288946-00002
620009 LLA :
1300366673 3500.00
DT 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001828857 MOD 35 ODC Funding for WE #2 Mission Test and Evaluation. EXP Date: 09/30/2014, WCD: 06/14/2014 PR# 1300366673-00002
MOD 35 Funding 912417.00 Cumulative Funding 10194950.00
MOD 36
410050 LLA :
1300321847 (40000. 00)
DC 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001531317 Standard Number: HQ0006320412/AA MOD 30 Labor funding for SM-3 BLK llA SOW: AC_13 811. DOC.# HQ0006320412/AA EXP Date: 09/30/2014 PR# 1300321847-00003
420003 LLA :
1300321847 40000.00
DC 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001531317 Standard Number: HQ0006320412/AA MOD 31 Labor Funding for SM-3 BLK IIA efforts SOW AC_13 811. WCD: 10/22/2013, EXP Date: 09/30/2014 PR# 1300321847-00004
MOD 36 Funding 0.00 Cumulative Funding 10194950.00
MOD 37
410048 LLA :
1300321594 (84000. 00)
DD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001529830 MOD 29 Labor Funding Labor Mgmt and Sr. Advisory Support EXP Date: 09/30/2014 PR# 1300321594-00002
410052 LLA :
1300317841 (949.00)
DB 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001507487 Standard Number: HQ0006320148/AA MOD 31 Labor funding for ABMD Aegis Ashore. WCD: 10/31/2013, EXP Date: 09/30/2014 TPS=AA 13.029-AA INT LOG TECH SV. PR# 1300317841-00005
410053 LLA :
1300321594 (17379.00)
DD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001529830 Standard Number: HQ0006320403/AA MOD 31 Labor funding for ABMD WCD: 10/31/2013, EXP Date: 09/30/2013 TPS: D.13.002-PM/D.13.002-FM
CONTRACT NO. NOOl 78-04-D-4085
PR# 1300321594-00003
420001 LLA :
1300317841
DELIVERY ORDER NO.
0004
949.00
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 82ofll9
DB 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001507487 Standard Number: HQ0006320148/AA MOD 31 Labor funding for ABMD Aegis Ashore. WCD: 10/31/2013, EXP Date: 09/30/2014 PR# 1300317841-00006
420008 LLA :
1300321594 101379.00
DD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001529830 Standard Number: HQ0006320403-AA MOD 32 Labor funding for Program Mgt. support. WCD: 10/31/2013, FED: 09/30/2014 PR# 1300321594-00005
610022 LLA :
1300321594 (5303.00)
DD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001529830 MOD 29 ODC Funding for Sr. Advisory Support EXP. DATE: 0930/2014 PR# 1300321594-00002
620002 LLA :
1300321594 5303.00
DD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00001529830 Standard Number: HQ0006320403-AA MOD 32 one Funding for Program Mgt. support WCD: 10/31/2013, RED: 09/30/2014 PR# 1300321594-00005
MOD 37 Funding 0.00 Cumulative Funding 10194950.00
MOD 38
420030 LLA :
130039381500001 120000.00
ED 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002052214 Standard Number: HQ0006429792-AA PR # 1300393815 FED 09/30/15 wen 02/08/14 RDTE
G25 - T&E Core Telementry; AEGIS BMD Mission engineering and Test Event.
420031 LLA :
130039462200001 267000.00
EE 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002056865 Standard Number: HQ0006430631-AA PR # 1300394622 FED/WCD 01/15/14 RDTE
Incremental for ABMD - D Prog Operations.
420032 LLA :
130039468500001 23000.00
EF 9740400 2520 148 M2520 4 060389 lC 00255Y MD4D27PAOP01 13420000 Sl2109 Standard Number: PAOP0113-AA PR # 1300394685 FED 09/30/15 wen 09/30/14 RDTE
Incremental for ABMD - AX SET
620010 LLA :
130039381500001 30000.00
ED 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002052214 PR # 1300393815 FED 09/30/15
CONTRACT NO.
NOO 178-04-D-4085
WCD 02/08/14 RDTE
DELIVERY ORDER NO.
0004
Incremental for ABMD - AM 5.0
620011 LLA :
130039462200001 80000.00
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 83of119
EE 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002056865 PR # 1300394622 FED/WCD - 01/15/14 RDTE
Incremental for ABMD - D Prog Operations.
MOD 38 Funding 520000.00 Cumulative Funding 10714950.00
MOD 39
420033 LLA :
130039686400001 115000.00
EG 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002072131 PR # 1300396864 RDTE FED 09/30/2015 WCD 02/08/2014 ABMD - AC 5.1/SM-3 BLK IIA
420034 LLA :
130039672100001 8000.00
EH 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002070956 PR # 1300396721 ROTE FED 09/30/2015
wen 02/oa/2014 ABMD - AC 5.1/SM-3 BLK IIA
420035 LLA :
130039654300001 8000.00
EJ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002069939 PR # 1300396543 RDTE FED 09/30/2015 WCD 02/08/2014 ABMD - AC 5.1/SM-3 BLK !IA
420036 LLA :
130039629500001 199817.00
EK 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002068876 PR # 1300396295 RDTE FED/WCD - 01/15/2014 ABMD - AC 5.l/SM-3 BLK IIA
MOD 39 Funding 330817.00 Cumulative Funding 11045767.00
MOD 40
420037 LLA :
130040136900001 202000.00
EL 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002108181 PR # 1300401369 FED 9/30/15 WCD 10/31/14 RDTE ABMD - AC 5.1/SM-3 BLK !IA
CONTRACT NO. NOOl 78-04-D-4085
SOW: AC_13_811
620012 LLA :
130040136900002
DELIVERY ORDER NO.
0004
10000.00
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 84ofll9
EL 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002108181 PR # 1300401369 FED 9/30/15 WCD 10/31/14
RDTE
ABMD - AC 5.l/SM-3 BLK !IA SOW: AC_l3 811
MOD 40 Funding 212000.00 Cumulative Funding 11257767.00
MOD 41
420038
LLA : 130040851300001 25000.00
EM 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002167732 PR # 1300408513 FED 9/30/15
WCD 10/31/14 RDTE AEGIS BMD 5.0 FOR NSWCDD, was (LABOR).
420039
LLA : 130040872500001 3600.00
EN 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002170086 PR # 1300408725 FED 9/30/15 WCD 10/31/14 RDTE NSWCDD SOW AD.14.001 FOR B/L 4 SUPPORT SERVICES (LABOR)
420040 LLA :
130040659000001 15000.00
EP 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002151802 PR # 1300406590 FED 9/30/15 WCD 10/31/14 RDTE AEGIS BMD SM-3 BLK IX & AEGIS ASHORE MISSILE DEVELOPMENT
420041 LLA :
130040746400001 29170.00
DR 97-11X8242 2862 000 74622 0 065916 2D PJAS44 312680210LYJ Standard Number: N0002413RX00658-AA PR # 1300407464 FED 9/30/99 WCD 9/30/14 FMS-JAPLYJ ABMD - I INTERNATIONAL
MOD 41 Funding 72770.00 Cumulative Funding 11330537.00
MOD 42
420042 LLA :
130041785800001 11000.00
ER 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002236776 PR: 130041785800001 FED: 09/30/15 WCD: 10/31/14 Program Mgmt Support
420043 LLA :
130041785700001 17000.00
ES 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002236730
CONTRACT NO. NOO l 78-04-D-4085
PR: 130041785700001 FED: 9/30/15 wen: 20/31/14 Program Mgmt Support
420044 LLA :
130041785500001
DELIVERY ORDER NO.
0004
35000.00
ET 97X4930 NHlE 255 77777 0 050120 2F 000000 PR:130041785500001 FED:09/30/15 WCD: 10/31/2014 SOW AD.14.241
420045 130041673300001 12000.00 LLA ' EU 97X4930 NHlE 255 77777 0 050120 2F 000000 PR:130041673300001 FED: 09/30/15 WCD: 10/31/14 SOW AD.14.241
420046 130041423300001 20000.00 LLA '
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 85ofll9
A00002236528
A00002227440
EV 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002206488 PR:130041423300001 FED: 09/30/15 wen: 10/31/14 Program Management Support
420047 LLA :
130041371300001 53000.00
EW 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002203428 PR:130041371300001 FED:09/30/15 WCD: 10/31/14 SOW ADC_14 811
420048 LLA :
130041423700001 114798.00
EX 9740400 2520 X3S T08PF Y 1403FO FY 141571 GM251HQ01474 314220400040603882COO 044411 Standard Number: HQ0147431422-AA PR:130041423700001 FED: 9/30/15 WCD: 10/31/14 MIDCON SUPPORT FOR FTG-06B
420049 LLA :
13 00414128 00 001 28827.00
EY 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002206209 PR:130041412800001 FED: 09/30/15 WCD: 10/31/14 Program Management Support
420050 LLA :
13 0041310500001 165200.00
EZ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002198768 PR:130041310500001 FED: 09/30/15 WCD: 10/31/14 SOW AM-14-403
420051 LLA :
130041106600001 390000.00
FA 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002186683 PR:130041106600001 FED: 09/30/15 WCD: 10/31/14 SOW AM-14-403
620013 LLA :
130041423300001 20000.00
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 86ofll9
EV 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002206488 PR:130041423300001 FED: 09/30/15 WCD: 10/31/14 Program Management Support
620014 LLA :
130041423700001 2000.00
EX 9740400 2520 X3S TOSPF Y 1403FO FY 141571 GM251HQ01474 314220400040603882COO 044411 Standard Number: HQ0147431422-AA PR:l30041423700001 FED: 09/30/15 WCD: 10/31/14
MIDCON Support for FTG-06b
620015 LLA :
130041310500001 15000.00
EZ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002198768 PR:130041310500001 FED: 09/30/15
WCD: 10/31/14 SOW AM-14-403
620016 LLA :
130041106600001 10000.00
FA 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002186683 PR:l30041106600001 FED: 09/30/15 WCD: 10/31/14 SOW AM-14-403
MOD 42 Funding 893825.00 Cumulative Funding 12224362.00
MOD 43 Funding 0.00 Cumulative Funding 12224362.00
MOD 44
700001 LLA :
130042891500001 148000.00
FE 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002317212 PR: 130042891500001 FED: 09/30/15 WCD: 10/31/14 1301 PURPOSE: FY14 FUNDING FOR NSWCDD PROGRAM MANAGEMENT SUPPORT OPTION YEAR 3
700002 LLA :
130043107000001 32943.00
FC 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002328869 PR: 130043107000001 FED: 9/30/15 WCD: 10/31/14 1301 PURPOSE: FY14 FUNDS ARE ISSUED FOR ACTIVITIES RELATING TO AEGIS BMD SM-3 ELK IX & AEGIS ASHORE MISSILE DEVELOPMENT; SOW AD.14.241
700003 LLA :
130043403400001 9500.00
FE 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002350796 PR: 1300434034-00001 FED: 09/30/15 WCD: 10/31/14 1301 PURPOSE: FUNDING IS INTENDED FOR CONTRACT LABOR. SOW F.14.002
700004 LLA :
130042873300001 277625.00
FD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002315656 ABMD- D FROG OPERATIONS
700005 LLA :
130043420900001 198500.00
CONTRACT NO.
NOOI 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 87of119
FF 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002352975 PR: 130043420900001 FED: 09/30/15
WCD: 10/31/14 SM-3 ELK IIA EFFORTS SOW: AC_l4 811
700006 LLA :
130043421000001 3200.00
FG 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002353075 PR:130043421000001 FED: 09/30/15
WCD: 10/31/14 5.1 VLS ENG DEV AND MISSILE INTEGRATION SOW: AC.14.200
700007 LLA :
130042941900001 30000.00
EF 9740400 2520 14B M2520 4 060389 lC 00255Y MD4D27PAOP01 13420000 812109 Standard Number: MD4D27PAOP0113 PR:l30042941900001 FED: 9/30/15 WCD: 10/31/14
ABMD
900001 LLA :
AX SBT
130042891500001 54000.00
FB 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002317212 ABMD
900002 LLA :
130043420900001 5000.00
FF 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002352975 PR: 130043420900001 FED: 09/30/15 WCD: 10/30/14 SM-3 ELK IIA EFFORTS SOW: AC_14 811
MOD 44 Funding 758768.00 Cumulative Funding 12983130.00
MOD 45
700008 LLA :
130043676300001 164601.00
FH 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002370766 PR: 130043676300001 FED: 09/30/2015 WCD: 04/30/2015 AEGIS BALLISTIC SOW AM-14-451
700009 LLA :
130044278600001 14040.00
FJ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002413979 PR: 130044278600001 FED: 9/30/2015 WCD: 10/31/2014 NSWC DAHGREN FOR SM-3 BLK SOW: AC_14 811
700010 LLA :
130044278700001 10429.00
FK 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002414052 PR: 130044278700001 FED: 9/30/2015 WCD: 10/31/2014 NSWC DAHLGREN FOR BMD 5.1 EFFORTS
700011 LLA :
130044041200001 10785.00
FL 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002397113 PR: 130044041200001 FED: 9/30/2015 WCD: 10/31/2014
CONTRACT NO. NOOl 78-04-D-4085
AEGIS BMD SOW AD.14.241
700012 LLA :
130044041300001
DELIVERY ORDER NO.
0004
136813.00
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 88 ofll9
FM 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002397346 PR: 130044041300001 FED: 9/30/2015 WCD: 10/31/2014 NSWC DAHLGREN FOR SM-3 BLK IIA EFFORTS SOW: AC_l3 811
700013 LLA :
130044041400001 5000.00
FN 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002397347 PR: 130044041400001 FED: 09/30/2015 WCD: 09/30/2015
SOW NAV260147024
700014 LLA :
130044041600001 35000.00
EF 9740400 2520 148 M2520 4 060389 lC 00255Y MD4D27PAOP01 13420000 812109 PR: 130044041600001 FED: 9/30/2015
WCD: 10/31/2014 ABMD-AX SBT2
700015 LLA :
130043721200001 4000.00
FP 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002374559 PR: 130043721200001 FED: 9/30/2015 WCD: 10/31/2014 AEGIS ASHORE ECS SOW AA-14-031
700016 LLA :
130043769200001 1460.00
FQ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002378612 PR: 130043769200001 FED: 9/30/2015 WCD: 10/31/2014 NSWCDD SOW AD.14.001 FOR B/L4 SUPPORT SERVICES
700017 LLA :
130039462200002 1.00
EE 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002056865 PR: 130039462200002 FED: 9/30/2015 WCD: 10/31/2014 AB,D
702001 LLA :
D PROG OPERATIONS
130043383100001 29330.00
BU 97-11X8242 2862 000 74622 0 065916 20 PJAH44 116780080LWA PR: 1300433831-0001 FED: 9/30/2999 WCD: 9/30/2014 JA-P-LWA ACQUISITION SERVICE
900003 LLA :
130043676300001 31000.00
FH 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002370766 PR: 130043676300001 FED: 9/30/2015 WCD: 4/30/2015 NSWC DAHLGREN FOR AEGIS BALLISTIC SOW AM-14-451
900004 LLA :
130044041300001 5000.00
FM 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002397346 PR: 130044041300001 FED: 9/30/2015 WCD: 10/31/2014
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004
ABMD - AC 5.1/SM-3 BLK IIA
900005 LLA :
130039462200002 1.00
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 89ofll9
EE 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002056865 PR: 130039462200002 FED: 9/30/2015 WCD: 10/31/2014 ABMD - PROG OPERATIONS
MOD 45 Funding 447460.00 Cumulative Funding 13430590.00
MOD 46
420031 LLA :
130039462200001 {115000. 00)
EE 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002056865 Standard Number: HQ0006430631-AA PR # 1300394622 FED/WCD 01/15/14 ROTE
Incremental for ABMD - D Frog Operations.
700017 LLA :
130039462200002 115000.00
EE 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002056865 PR: 130039462200002 FED: 9/30/2015 WCD: 10/31/2014 AB,D
700018 LLA :
D PROG OPERATIONS
130044454500001 69000.00
FR 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002424124 PR # 1300444545-00001 FED 9/30/15 WCD 10/31/14 RDTE ABMD - AC 5.1/SM-3 BLK SOW: AC.14.811
700019 LLA :
130044500500001 2100.00
FS 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002427016 PR # 1300445005-00001 FED 9/30/15 WCD 10/31/14 RDTE ABMD - AA AEGIS SHORE SOW AA-14-030
700020 LLA :
130045031800001 14600.00
FT 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002466574 PR # 1300450318-00001 WCD 10/31/14 FED 9/30/15 RDTE ABMD - AX SBT SOW NAV260147023
700021 LLA :
130045031700001 52200.00
FU 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002466572 PR# 1300450317-00001 WCD 10/31/14 FED 9/30/15 RDTE ABMD - AD 4.0.1/SM-3
CONTRACT NO. NOOI 78-04-D-4085
SOW AD.14.241
700022 LLA :
130045050700001
DELIVERY ORDER NO.
0004
13500.00
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 90of119
FV 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002466194 PR # 1300450507-00001 WCD 10/31/14
FED 9/30/15 RDTE ABMD - AM 5.0 AM.14.102.16 (4,000) AM.14.102.15 (9,500)
700023 LLA :
130044413700001 39977.00
FW 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002422761 PR # 1300444137-00001 FED 9/30/15 WCD 10/31/14
RDTE AEGIS BMD 5.0 SOW AM-14-102
700024 LLA :
130044413700002 40425.00
FW 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002422761 PR # 1300444137-00002 FED 9/30/15 WCD 10/31/14 RDTE
AEGIS BMD 5.0 SOW AM-14-102
700025 LLA :
130044413100001 124518.00
FX 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002421666 PR # 1300444131-00001 FED 9/30/15 WCD 4/30/15 RDTE ABMD - AM 5.0 SOW AM-14-451
700026 LLA :
130045125100001 246998.00
FY 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002472162 PR # 1300451251-00001 FED 9/30/15 WCD 10/31/14 RDTE ABMD - D PROG OPERATIONS D.14.002-PM (132,000) D.14.002-FM (25,000)
700027 LLA :
130044413300001 99250.00
FZ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002421670 PR # 1300444133-00001 FED 9/30/15 WCD 10/31/14 RDTE ABMD - AM 5.0 SOW AM-14-403
700028 LLA :
130044413300002 108000.00
FZ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002421670 PR # 1300444133-00002 FED 9/30/15 WCD 10/31/14 RDTE ABMD - AM 5.0
CONTRACT NO. NOO 178-04-D-4085
SOW AM-14-403
702002 LLA :
130044989000001
DELIVERY ORDER NO.
0004
16600.00
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 91 ofll9
BU 97-11X8242 2862 000 74622 0 065916 2D PJAH44 116780080LWA PR # 1300449890-00001 FED 9/30/2110 WCD 01/03/2015 FMS-JAP ABMD - I INTERNATIONAL SOW JBS-07
702003 LLA :
130044759400001 4000.00
GA 97-11X8242 2862 000 74622 0 065916 2D PJAS44 334080010LYJ PR # 1300447594-00001 FED 9/30/2099 WCD 9/30/2015 FMS-JAP SOW SAFETY (IWS4)
900008 LLA :
130044413300001 11000.00
FZ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002421670 PR # 1300444133-00001 FED 9/30/15 WCD 10/31/14 RDTE ABMD - AM 5.0 SOW AM-14-403
900009 LLA :
130044413300002 2000.00
FZ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002421670 PR # 1300444133-00002 FED 9/30/15 WCD 10/31/14 RDTE ABMD - AM 5.0 SOW AM-14-403
900010 LLA :
130044413100001 2500.00
FX 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002421666 PR # 1300444131-00001 FED 9/30/15 WCD 4/30/15 RDTE ABMD - AM 5.0 SOW AM-14-451
900011 LLA :
130045125100001 57000.00
FY 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002472162 PR # 1300451251-00001 FED 9/30/15 WCD 10/31/14 RDTE ABMD - D PROG OPERATIONS SOW D.14.002-SA
MOD 46 Funding 903668.00 Cumulative Funding 14334258.00
MOD 47
700025 LLA :
130044413100001 (44469.00)
FX 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002421666 PR # 1300444131-00001 FED 9/30/15
CONTRACT NO. NOOl 78-04-D-4085
WCD 4/30/15 RDTE ABMD - AM 5.0 SOW AM-14-451
700028 LLA :
130044413300002
DELIVERY ORDER NO.
0004
(68000. 00)
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 92ofll9
FZ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002421670 PR # 1300444133-00002 FED 9/30/15 WCD 10/31/14 RDTE ABMD - AM 5.0 SOW AM-14-403
700029 LLA :
130045816200001 40000.00
GB 97X4930 NHlE 252 77777 0 050120 2F 000000 A00002546457 PR # 1300458162-00001 FED 09/30/2015 WCD 10/31/2014 RDTE BMD SM-3 BLK IIA EFFORTS; SOW: AC_l4 811
MOD 47 Funding -72469.00 Cumulative Funding 14261789.00
MOD 48
700030 LLA :
130046460300001 120000.00
GC 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002614905 PR # 1300464603-00001 FED 12/11/2014 WCD 01/31/2015 RDTE ABMD - GUIDED MISSILE SM-3 BLK IIA DEVELOPEMENT SUPPORT AG.15.811 MRP ID# 0004528
700031 LLA :
130046304200001 10000.00
GD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002600089 PR # 1300463042-00001 FED - 9/30/15 WCD - 11/30/14 RDTE AEGIS BMD MISSION ENGINEERING AND TEST EVENT SUPPORT SOW: AM-14-403
700032 LLA :
130046460200001 132000.00
GE 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002614840 PR # 1300464602-0000i FED - 12/11/14 WCD - 01/31/15 RDTE ABMD - GUIDED MISSILE SM-3 BLK !IA DEVELOPMENT SUPPORT AG.15.811 MRP ID # 0004528
900012 LLA :
130046460200001 5000.00
GE 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002614840 PR # 1300464602-00001 FED - 12/11/14 WCD - 01/31/15 RDTE ABMD - GUIDED MISSILE SM-3 BLK IIA DEVELOPEMNT SUPPORT AG.15.811 MRP ID # 0004528
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004
MOD 48 Funding 267000.00 Cumulative Funding 14528789.00
MOD 49
700033
LLA : 130046668800002 65000.00
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 93 of119
GF 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002633232 PR # 1300466688-00002 FED - 12/11/14
WCD - 01/31/15 RDTE
ABMD - D PROG OPERATIONS
700034 LLA :
130046729500001 8000.00
GG 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002636044 PR # 1300467295-00001 FED - 12/11/14 WCD - 01/31/15 RDTE ABMD - WEAPONS SYSTEMS SOW AW-15-0195 MRP ID # 0005689
700035 LLA :
130046734000001 21000.00
GH 9750400 2520 lSB M2520 4 060389 lC 00255Y MDSD27PAOP01 22520000 812109 Standard Number: MDSD27PAOP0122-AA PR # 130046734-000001 FED/WCD - 12/11/14 ROTE ABMD SOW NAV260157019
700036 LLA :
130046729600001 22000.00
GK 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002636046 PR # 1300467296-00001 FED/WCD - 12/11/14 RDTE ABMD - AX SBT SOW - NAV260157023
700037 LLA :
130046722300001 10000.00
GL 9750400 2520 XWS D68PF Y 15AA42 lA AFY151 671AB251HQOO 065404780400040604880 044411 Standard Number: HQ0006540478-AA PR # 1300467223-00001 FED - 12/11/14 WCD - 01/31/15 RDTE ABMD
700038 LLA :
130046725300001 17000.00
GM 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002635483 PR # 1300467253- 00001 FED - 9/30/16 WCD - 01/31/15 RDTE ABMD - WEAPONS SYSTEMS SOW AW-15-0195 MFR ID # 0005689
700039 LLA :
130046850800001 40000.00
GN 97X4930 NHlE 252 77777 0 050120 2F 000000 A00002644151 PR # 1300468508-00001 FED 9/30/16 WCD 01/31/15
CONTRACT NO. NOO 178-04-D-4085
RDTE ABMD SOW AW-15-0195
702004 LLA :
130046754200001
DELIVERY ORDER NO.
0004
10172.00
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 94 ofll9
GJ 97-11X8242 2862 000 74622 0 065916 20 PJAH44 118080460FLW Standard Number: N0002415RX00071-AA PR # 1300467542-00001 FED - 9/30/2999 WCD - 12/31/2015 FMS-JAP ABMD
900013 LLA :
130046734000001 2000.00
GH 9750400 2520 lSB M2520 4 060389 lC 00255Y MD5D27PAOP01 22520000 812109 Standard Number: MD5D27PAOP0122-AA PR # 130046734-000001 FED/WCD - 12/11/14 RDTE ABMD SOW NAV260157019
MOD 49 Funding 195172.00 Cumulative Funding 14723961.00
MOD 50
700040 LLA :
130046668800003 119002.00
GF 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002633232 PR # 1300466688-00003 FED 9/30/16 wen 01/31/1s ROTE ABMD - D FROG OPERATIONS PROGRAM MANAGEMENT SUPPORT - D.15.002
MOD 50 Funding 119002.00 Cumulative Funding 14842963.00
MOD 51
700041 LLA :
130047122000001 90000.00
GP 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002669408 PR # 1300471220-00001 FED 9/30/16 WCD - 02/18/15 PDA AEGIS ASHORE FY14 POLAND PROCUREMENT SOW: AA-15-209.
700042 LLA :
130046668800001 10000.00
GF 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002633232 PR # 1300466688-00001 FED 9/30/16 WCD 01/31/15 RDTE PROGRAM MANAGMENT SUPPORT; D.15.002
MOD 51 Funding 100000.00 Cumulative Funding 14942963.00
MOD 52
700043 130047389500001 147264.00
CONTRACT NO. NOOI 78-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 95ofll9
LLA : GQ 9750400 2520 XCS D09PF Y lSABll SI TFY151 671AB251HQOO 065423230400040603892 044411
HQ0006542323-AA PR # 1300473895-00001 FED - 9/30/16 WCD - 10/31/15 RDTE ABMD - D FROG OPERARTIONS
900014 LLA :
130047389500001 27000.00
GQ 9750400 2520 XCS D09PF Y 15AB11 SI TFY151 671AB251HQOO 065423230400040603892 044411 HQ0006542323-AA
PR # 1300473895-00001 FED - 9/30/16 WCD - 10/31/15 RDTE ABMD - D FROG OPERARTIONS
MOD 52 Funding 174264.00 Cumulative Funding 15117227.00
MOD 53
702005 LLA :
130046850900001 51500.00
GR 97-11X8242 2862 000 74622 0 065916 2D PJAH44 223380060FJW Standard Number: N0002415RX00074-AA PR # 1300468509-00001 FED - 9/30/2999 WCD - 9/30/2015 FMS-JAP ABMD
MOD 53 Funding 51500.00 Cumulative Funding 15168727.00
MOD 54
420031 LLA :
130039462200001
EE 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002056865 Standard Number: HQ0006430631-AA PR # 1300394622 FED/WCD 01/15/14 ROTE
Incremental for ABMD - D Prag Operations.
420036 LLA :
130039629500001
EK 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002068876 PR # 1300396295 RDTE FED/WCD - 01/15/2014 ABMD - AC 5.1/SM-3 ELK IIA
420044 LLA :
130041785500001
ET 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002236528 PR:l30041785500001 FED:09/30/15 WCD: 10/31/2014 SOW AD.14.241
420047 LLA :
130041371300001
EW 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002203428 PR:l30041371300001
(3518. 00)
(14912.00)
(1903. 00)
(8506. 00)
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 96ofll9
FED:09/30/15 WCD: 10/31/14 SOW ADC_14 811
420048 LLA :
130041423700001 (5913.00)
EX 9740400 2520 X3S TOBPF Y 1403FO FY 141571 GM251HQ01474 314220400040603882COO 044411 Standard Number: HQ0147431422-AA PR:130041423700001 FED: 9/30/15 WCD: 10/31/14 MIDCON SUPPORT FOR FTG-06B
420050
LLA : 130041310500001
EZ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002198768 PR:130041310500001 FED: 09/30/15
WCD: 10/31/14 SOW AM-14-403
620010 LLA :
130039381500001
ED 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002052214 PR # 1300393815 FED 09/30/15 WCD 02/08/14 RDTE
Incremental for ABMD - AM 5.0
620012 LLA :
130040136900002
EL 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002108181 PR # 1300401369 FED 9/30/15 WCD 10/31/14 RDTE ABMD - AC 5.l/SM-3 BLK IIA SOW: AC_13_811
620013 LLA :
130041423300001
EV 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002206488 PR:130041423300001 FED: 09/30/15 WCD: 10/31/14 Program Management Support
620015 LLA :
130041310500001
EZ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002198768 PR:130041310500001 FED: 09/30/15 WCD: 10/31/14 SOW AM-14-403
700044 LLA :
130047893600001
GS 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002731281 PR # 1300478936-00001 FED 9/30/17 WCD - 10/31/15 PDA ABMD - AA AEGIS SHORE AEGIS ASHORE POLAND SYSTEMS ENGINEERING SUPPORT SOW: AA-15-209
700045 LLA :
130047912100001
GT 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002732031 PR # 1300479121-00001
(52563.00)
(4101. 00)
(10000.00)
(3581.00)
(15000. 00)
5000.00
46560.00
CONTRACT NO.
NOO 178-04-0-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 97ofll9
FED - 9/30/16 WCD - 10/31/15 RDTE ABMD SM-3 BLK IA/IB/IBTU MISSILE COMBINED SOW: AG.15.241
700046 LLA :
130047912800001
GU 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002732436 PR # 1300479128-00001 FED - 9/30/16 WCD - 10/31/15 RDTE
ABMD SM-3 BLK IIA DEVELOPMENT SUPPORT SOW: AG.15.811
700047 LLA :
130048121500001
GV 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002750914 PR # 1300481215-00001 FED: 09/30/2016 WCD: 10/31/2015 ROTE
280000.00
26125.00
Engineering expertise to Aegis BMD Test & Evaluation CORE in support of collection of live fire missile data in the SWIR and MWIR wavebands. This also includes atmospheric modeling and radiometric and optical for
700048 LLA :
130048073000001
GW 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002746019 PR # 1300480730-00001 FED - 9/30/16 WCD - 10/31/15 RDTE ABMD - D FROG OPERATIONS
900015 LLA :
130048121500001
GV 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002750914 PR # 1300481215-00001 FED: 09/30/2016 WCD: 10/31/2015 ROTE
651234.00
5000.00
Engineering expertise to Aegis BMD Test & Evaluation CORE in support of collection of live fire missile data in the SWIR and MWIR wavebands. This also includes atmospheric modeling and radiometric and optical for
900016 LLA :
130048073000001
GW 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002746019 PR # 1300480730-00001 FED - 9/30/16 WCD - 10/31/15 ROTE ABMD - D PROG OPERATIONS
MOD 54 Funding 973922.00 Cumulative Funding 16142649.00
MOD 55
700049 LLA :
130048467300001
GX 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002773419 FED 09/30/2016 WCD 09/30/2015
700050 LLA :
130048467400001
80000.00
41000.00
47000.00
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 98of119
GY 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002773420 FED 09/30/2016 WCD 10/31/2015
700051 LLA :
130048746900001 24700.00
GH 9750400 2520 15B M2520 4 060389 lC 002SSY MDSD27PAOP01 22520000 $12109 Standard Number: MDSD27PAOP0125-AA FED 09/30/2016 WCD 09/30/2015
700052 LLA :
130049170700001
GZ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002825274 FED 09/30/2016 wen l0/31/201s
700053 LLA :
130049680300001
12707.00
56392.00
HA 9750100 2520 2PS 009PF Y 15A831 3X MFY151 571AB251HQOO 065455690400004000000 044411 Standard Number: HQ0006545569-AA FED 09/30/2015 WCD 09/30/2015
900017 LLA :
130049680300001 4500.00
HA 9750100 2520 2PS 009PF Y 15AB31 3X MFY151 571A8251HQOO 065455690400004000000 044411 Standard Number: HQ0006545569-AA ones in support of SLIN 700053 FED 09/30/2015 WCD 09/30/2015
900018 LLA :
130049425500001
HB 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002843580 FED 09/30/2017 wen 10/31/2015
MOD 55 Funding 188299.00 Cumulative Funding 16330948.00
MOD 56
700054 LLA :
130049615500001
HE 1751319 A5DR 252 WS020 0 050120 2D 000000 A00002856820 FED 09/30/2016
700055 LLA :
130050095000001
HF 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002892934 FED 09/30/2016 WCD 10/31/2015
700056 LLA :
130050118400001
HG 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002894396 FED 09/30/2016 WCD 10/31/2015
900019 LLA :
130048970000001
HC 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002808955 FED 09/30/2016 WCD 10/31/2015
900020 LLA :
130049170800001
HD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002825277 FED 09/30/2016 WCD 10/31/2015
2000.00
6000.00
106875.00
19000.00
8928.00
9154.00
CONTRACT NO. NOO 178-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 99ofll9
900021 LLA :
130049615500001
HE 1751319 ASDR 252 WS020 0 050120 2D 000000 A00002856820 FED 09/30/2016
900022 LLA :
130050095000001
HF 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002892934 FED 09/30/2016 WCD 10/31/2015
900023 LLA :
130050118400001
HG 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002894396 FED 09/30/2016 WCD 10/31/2015
MOD 56 Funding 193957.00 Cumulative Funding 16524905.00
MOD 57
700057 LLA :
130050749000001
HH 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002935448 Standard Number: HQ0006538534-AA FED: 09/30/2016
WCD: 10/31/2015
MOD 57 Funding 10000.00 Cumulative Funding 16534905.00
MOD 58
7101AB LLA :
130050025100001
HL 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002887004
7101AC LLA :
130050183100001
HM 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002897963
7101AD LLA :
130050545700001
HN 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002920866
7101AE LLA :
130050545800001
HP 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002920914
7101AF LLA :
130050552100001
4000.00
35000.00
5000.00
10000.00
238000.00
22699.00
962000.00
185770.00
62933.00
HA 9750100 2520 2PS 009PF Y 15AB31 3X MFY151 571AB251HQOO 065455690400004000000 044411 Standard Number: HQ0006545569-AA
7101AG LLA :
130050577900001
HQ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002922926
7101AJ LLA :
130050738100001
HS 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002933833
7101AK LLA :
130050738200001
HT 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002933837
7120AB 130049977400001
13000.00
42000.00
43800.00
10000.00
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 100ofll9
LLA : HJ 97-11X8242 2862 000 74622 0 065916 2D PJAH44 118080460FLW Standard Number: N000241SRX00071-AA
7120AC LLA :
130049970300001
HK 97-11X8242 2862 000 74622 0 065916 2D PJAH44 223380060FJW Standard Number: N0002415RX00074-AA
9101AB LLA :
130050025100001
HL 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002887004
9101AC LLA :
130050183100001
HM 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002897963
9101AD LLA :
130050545700001
HN 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002920866
9101AE LLA :
130050545800001
HP 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002920914
9101AF LLA :
130050552100001
17300.00
4000.00
9718.00
120000.00
5000.00
3400.00
HA 9750100 2520 2PS 009PF Y 15AB31 3X MFY151 571AB251HQOO 065455690400004000000 044411 Standard Number: HQ0006545569-AA
9101AH LLA :
130050663000001 6425.00
HR 9750100 2520 2PS 009PF Y 15AB31 3X MFY151 571AB260HQOO 065455690400004000000 044411 Standard Number: HQ0006545569-AB
MOD 58 Funding 1746045.00 Cumulative Funding 18280950.00
MOD 59
7101AL LLA :
130050742300001 70010.00
GH 9750400 2520 158 M2520 4 060389 lC 00255Y MD5D27PAOP01 22520000 S12109 Standard Number: MD5D27PAOP0122-AA
7101AM LLA :
130050890000001
HU 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002944834
9101AL LLA :
130050742300001
12500.00
1000.00
GH 9750400 2520 158 M2520 4 060389 lC 00255Y MD5D27PAOP01 22520000 S12109 Standard Number: MD5D27PAOP0122-AA
MOD 59 Funding 83510.00 Cumulative Funding 18364460.00
MOD 60
7101AL LLA :
130050742300001 {8000. 00)
GH 9750400 2520 158 M2520 4 060389 lC 00255Y MDSD27PAOP01 22520000 S12109 Standard Number: MD5D27PAOP0122-AA
7101AN LLA :
130051897800001 5800.00
HV 97X4930 NHlE 255 77777 0 050120 2F 000000 A00003010581 A00003010581 Funding for P401
7101AP 130051922000001 10000.00
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 101of119
LLA : HW 97X4930 NHlE 255 77777 0 050120 2F 000000 A00003012267 Funding for PllO
7101AQ LLA :
130051598000001
HX 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002991229 Funding for P201
7101AR LLA :
130051339000001
HY 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002973718 Funding for P202
7101AS LLA :
130051338300001
HZ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002973489 Funding for P306
7101AT LLA :
130051338900001
JA 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002973714 Funding for P401
7101AU LLA :
130051338700001
42300.00
13100.00
23580.00
10000.00
4396.00
GQ 9750400 2520 XCS D09PF Y lSABll SI TFY151 671A8251HQOO 065423230400040603892 044411 Standard Number: HQ0006542323-AA Funding for P306
7101AV LLA :
13 005134 73 00001
JB 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002973720 Funding for P401
7120AD LLA :
130051693900001
HK 97-11X8242 2862 000 74622 0 065916 2D PJAH44 223380060FJW Standard Number: N0002415RX00074-AA FMS Case JA-P-FJW Funding for P302
9101AL LLA :
130050742300001
49650.00
14300.00
8000.00
GH 9750400 2520 15B M2520 4 060389 lC 00255Y MD5D27PAOP01 22520000 S12109 Standard Number: MD5D27PAOP0122-AA
9101AQ LLA :
130051598000001
HX 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002991229 ODC in support of P201
MOD 60 Funding 174626.00 Cumulative Funding 18539086.00
MOD 61
7101AW LLA :
130052273700001
1500.00
228700.00
JC 97X4930 NHlE 255 77777 0 050120 2F 000000 A00003035299 Funding for P402 ($39,700), Pl07 ($79,000) and P104 ($110,000)
MOD 61 Funding 228700.00 Cumulative Funding 18767786.00
MOD 62
700045 LLA :
130047912100001
GT 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002732031 PR # 1300479121-00001
(16000.00)
CONTRACT NO.
NOOI 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 102ofll9
FED - 9/30/16 wen - 10/31/1s RDTE
ABMD SM-3 ELK IA/IB/IBTU MISSILE COMBINED SOW: AG.15.241
700046 LLA :
130047912800001
GU 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002732436 PR # 1300479128-00001 FED - 9/30/16 wen - 10/31/1s RDTE
ABMD SM-3 ELK IIA DEVELOPMENT SUPPORT SOW: AG.15.811
700048 LLA :
130048073000001
GW 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002746019 PR # 1300480730-00001 FED - 9/30/16 WCD - 10/31/15 RDTE ABMD - D PROG OPERATIONS
700052 LLA :
130049170700001
GZ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002825274 FED 09/30/2016 WCD 10/31/2015
900002 LLA :
130043420900001
FF 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002352975 PR: 130043420900001 FED: 09/30/15 WCD: 10/30/14 SM-3 BLK IIA EFFORTS SOW: AC_l4 811
900004 LLA :
130044041300001
FM 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002397346 PR: 130044041300001 FED: 9/30/2015 WCD: 10/31/2014 ABMD AC 5.1/SM-3 BLK IIA
900013 LLA :
130046734000001
(1000. 00)
(84852.00)
(12707. 00)
(2197.00)
(5000.00)
(90. 00)
GH 9750400 2520 15B M2520 4 060389 lC 00255Y MD5D27PAOP01 22520000 812109 Standard Number: MD5D27PAOP0122-AA PR # 130046734-000001 FED/WCD - 12/11/14 RDTE ABMD SOW NAV260157019
900016 LLA :
130048073000001
GW 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002746019 PR # 1300480730-00001 FED - 9/30/16 WCD - 10/31/15 RDTE ABMD - D FROG OPERATIONS
900017 LLA :
130049680300001
(58307. 00)
(1671.00)
HA 9750100 2520 2PS 009PF Y 15AB31 3X MFY151 571AB251HQOO 065455690400004000000 044411 Standard Number: HQ0006545569-AA
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 103of119
ODCs in support of SLIN 700053 FED 09/30/2015 WCD 09/30/2015
900020 LLA :
130049170800001
HD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00002825277 FED 09/30/2016 WCD 10/31/2015
MOD 62 Funding -182809.00 Cumulative Funding 18584977.00
MOD 63
7101AX LLA :
130052559800001
JD 97X4930 NHlE 255 77777 0 050120 2F 000000 A00003055086 P107
7101AY LLA :
130052524700001
JE 97X4930 NHlE 255 77777 0 050120 2F 000000 A00003052622 P109
7101AZ LLA :
130052677600001
JF 97X4930 NHlE 255 77777 0 050120 2F 000000 A00003066547 Pl09
7101BA LLA :
130052677700001
JG 97X4930 NHlE 255 77777 0 050120 2F 000000 A00003066709 P201
MOD 63 Funding 122609.00 Cumulative Funding 18707586.00
MOD 64
7101BB LLA :
130053087900001
JH 97X4930 NHlE 255 77777 0 050120 2F 000000 A00003103285 P402
7101BC LLA :
130053173900001
JJ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00003118574 P201 $8,826 & P202 $56,775
9101BB LLA :
130053087900001
JH 97X4930 NHlE 255 77777 0 050120 2F 000000 A00003103285 P402
9101BC LLA :
130053173900001
JJ 97X4930 NHlE 255 77777 0 050120 2F 000000 A00003118574 P201 $15,000 & P202 $15,000
MOD 64 Funding 125601.00 Cumulative Funding 18833187.00
MOD 65
7101BD LLA :
130053326900001
JK 97X4930 NHlE 255 77777 0 050120 2F 000000 A00003134588 P201
(985. 00)
12000.00
52802.00
45100.00
12707.00
28000.00
65601.00
2000.00
30000.00
10529.00
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 104ofll9
7101BE LLA :
130053384700001
JL 97X4930 NHlE 255 77777 0 050120 2F 000000 A00003139932 P109
7101BF 130053358700001 LLA : JM 97X4930 NHlE 255 77777 0 050120 2F 000000 A00003137861 Pl09
7101BG LLA :
130053355400001
JN 97X4930 NHlE 255 77777 0 050120 2F 000000 A00003137059 P201
MOD 65 Funding 109974.00 Cumulative Funding 18943161.00
MOD 66
7101BH LLA :
130053782200001
JP 97X4930 NHlE 255 77777 0 050120 2F 000000 A00003178061 P104
7101BJ LLA :
130053811700001
38000.00
54100.00
7345.00
35500.00
30000.00
JQ 9760400 2520 168 M2520 4 060389 lC 0025SX MD6D27PAOP01 88620001 812109 Standard Number: MD6D27PAOP0188-AA Pl OS
7101BK LLA :
130053782400001
JR 97X4930 NHlE 255 77777 0 050120 2F 000000 A00003178135 P402
7101BL LLA :
130054052800001
JS 97X4930 NHlE 255 77777 0 050120 2F 000000 A00003200670 Pl07
7101BM LLA :
130054053100001
JT 97X4930 NHlE 255 77777 0 050120 2F 000000 A00003199399 P302
MOD 66 Funding 140500.00 Cumulative Funding 19083661.00
30000.00
20000.00
25000.00
CONTRACT NO. NOD 178-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 105ofll9
SECTION H SPECIAL CONTRACT REQUIREMENTS
TASK ORDER LABOR CATEGORY QUALIFICATIONS
To perform the requirements of the Performance Work Statement, the Government desires
personnel with the appropriate experience and professional development qualifications. Labor
categories are identified as Key and Non-Key. The experience level for each Key Personnel labor category is identified in the clause entitled PERSONNEL QUALIFICATIONS below.
Two groups of Key Personnel will support this order - Resumed Key Personnel and
Non-Resumed Personnel Performing in Key Labor Categories.
Resumed Key Personnel are the Key Personnel whose resumes were submitted with the offeror's
proposal for evaluation purposes or their replacement in accordance with the CHANGES IN RESUMED KEY PERSONNEL clause below. (Section L provision 5.2 RESUMES identifies
the number of Full-Time Equivalents for which resumes are required in the offeror's proposal.)
Key Personnel qualification levels are considered to be "Desired" for those individuals whose
resumes are submitted for evaluation with the proposal. Resumes for any replacement of these proposed resumed key personnel following award shall be equal to or better than the individuals
initially proposed, as required by the clause CHANGES IN RESUMED KEY PERSONNEL
below.
Non-Resumed Personnel Performing in Key Labor Categories are the remaining personnel
proposed to provide support in the Key Personnel labor categories.
Non-Key Personnel are the personnel proposed to provide hours in labor categories that are not
identified as Key.
Post Award : Based on the Key Labor Category Desired Qualifications listed below and the PWS,
the contractor will elect and manage the workforce supporting this contract. While government
approval is required only for the Resumed Key Personnel, the entire workforce will be evaluated based on the contractor's performance of the PWS in accordance with the QASP.
KEY LABOR CATEGORY DESIRED QUALIFICATIONS
Program Manager
The Program Manager shall be a senior technical professional with expert qualifications
recognizable by customers and/or national technical associations. Proven ability to lead and direct
technical challenging aerospace projects. Proven ability to apply advanced and comprehensive knowledge in specific scientific or technical disciplines. Demonstrated ability to provide overall
technical, schedule, and cost direction. The Program Manager shall have a proven
ability to execute assignments independently within scope of work assigned by contracts or
corporate officers. Fifteen years of related Aegis/Aegis BMD experience and appropriate
CONTRACT NO.
NOO 178-04-D-4085 DELIVERY ORDER NO.
0004
professional development.
Lead Engineer
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 106ofll9
The Lead Engineer possesses demonstrated ability to perform independent research of complicated engineering problems resulting in solutions which directly apply to customer and corporate needs. Possesses hands-on direct research experience in development and execution of major prototype or acquisition aerospace systems. Proven ability to apply specific government or industry standard engineering tools and processes in the execution of program objectives. Possesses knowledge and ability to consult with and advise government senior leadership on new technology insertion, research and development, acquisition strategy, program policy, lessons learned, and risk management in the areas of missile and weapon system development. Proven ability to lead and direct significant size projects and multiple engineering areas is required by the Lead Engineer. Applies advanced engineering skills to significant business areas. Twenty years of related Aegis/ Aegis BMD experience and appropriate professional development.
Principal Engineer
The Principal Engineer is a senior technical professional. Possesses expert qualifications recognizable by customers and/or national technical associations. Proven ability to lead and direct technical challenging aerospace projects. Applies advanced and comprehensive knowledge in specific scientific or technical disciplines. Demonstrated ability to provide overall technical, schedule, and cost direction. The Principal Engineer can execute assignments independently within scope of work assigned by contracts or corporate officers. Fifteen years of related Aegis/ Aegis BMD experience and appropriate professional development.
Senior Software Specialist
The Senior Software Specialist exhibits technical software development and testing skills at a masterful level that are recognized by customer agencies and industry. Demonstrated ability to serve as mentor and technical director of software engineers and possesses expert knowledge of application, test, and communications software. Proven ability to develop software test requirements, plans, and procedures for evaluation of prototype, research and development, and in-field service acquisition systems or test equipment. Demonstrated ability to provide configuration management, in-field training, servicing, and problem resolution of software development items. Fifteen years of related Aegis/Aegis BMD experience and appropriate professional development.
Sr. Integration & Test Specialist
The Senior Integration & Test (I&T) Specialist possesses proven expert weapon system, missile, and satellite hardware integration and test skills that are recognized by industry and government customer agencies. The Senior Integration & Test Specialist shall demonstrate an ability to serve as mentor and technical director for I&T engineers and projects and possesses expert knowledge of processes and procedures relative to system and subsystem hardware integration and test. Has
CONTRACT NO. NOOJ 78-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 107of119
demonstrated ability for requirements development, configuration management, problem
resolution, and execution of complex procedures for integration and test of multifaceted weapon
systems, missiles, and spacecraft. Possesses wide breadth ofl&T expertise which is applied at
high-level government program offices and test agencies. Fifteen years of related Aegis/Aegis
BMD experience and appropriate professional development.
Senior Telemetry Engineer
The Senior Telemetry Engineer is a senior technical professional with expert telemetry
engineering qualifications recognizable by customers and/or national technical associations.
Proven ability to lead and direct technical missile telemetry projects and working
groups. Demonstrated ability to apply advanced and comprehensive knowledge in telemetryrelated engineering disciplines. Fifteen years of related experience in missile telemetry and
Aegis/ Aegis BMD weapon systems engineering and appropriate professional development.
Analyst III
Applies developed skills and knowledge of techniques in a specific professional, scientific/
engineering, or technical area. Demonstrated ability, under general supervision, to perform a variety of assigned tasks including analysis, evaluation, troubleshooting, and preparation of
procedures and documentation. Proven ability to assist with presentations, task planning,
resource coordination, and/or budget development. Must be able to work independently or under general direction. Five years related Aegis/Aegis BMD experience and appropriate professional
development.
Integrated Master Schedule Lead
The Integrated Master Schedule lead possesses proven ability to provide detailed knowledge and proficiency in developing and using tools to integrate multiple programs into a top level IMS.
Possesses the ability to perform "what-if" analysis, generate customized reports, and analyze
engineering tasks to identify potential issues. Ten years in system engineering and/or project
management.
Additional Information
Accumulation of Qualifying Experience - Experience may be accumulated concurrently. All
experience must be clearly supported by the resume or it will be discounted during the
evaluation.
Professional Certifications and Development - Professional development includes honors, degrees,
publications, professional licenses, accreditations, and certifications that directly impact the offerors ability to perform the contract. Retention of these credentials, as required to maintain
accreditation, throughout the duration of the contract is the responsibility of the contractor. The
years of experience listed above are in addition to appropriate professional development. It is incumbent upon the offeror to demonstrate that the proposed personnel have the necessary
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 108of119
credentials and accreditations to perform the work.
5252.237-9106 Substitution of Personnel (Sep 1990)
(a) The Contractor agrees that a partial basis for award of this contract is the list of key
personnel proposed. Accordingly, the Contractor agrees to assign to this contract those key persons whose resumes were submitted with the proposal necessary to fulfill the requirements of
the contract. No substitution shall be made without prior notification to and concurrence of the
Contracting Officer in accordance with this requirement. (b) All proposed substitutes shall have
qualifications equal to or higher than the qualifications of the person to be replaced. The
Contracting Officer shall be notified in writing of any proposed substitution at least forty-five
( 45) days*, or ninety (90) days* if a security clearance is to be obtained, in advance of the proposed substitution. Such notification shall include: (I) an explanation of the circumstances
necessitating the substitution; (2) a complete resume of the proposed substitute; and (3) any
other information requested by the Contracting Officer to enable him/her to judge whether or not
the Contractor is maintaining the same high quality of personnel that provided the partial basis
for award.
Ddl-H13 POST AWARD CONTRACTOR PERSONNEL APPROVAL
(a) Requests for post award approval of additional and/or replacement Resumed Key
personnel shall be submitted via e-mail. E-mail submissions shall be made simultaneously to the
Contract Specialist and the COR, and the Alternate COR. Electronic notification via e-mail from
the Contract Specialist will serve as written approval/disapproval on behalf of the Contracting Officer. This approval is required before an individual may begin charging to the Task Order.
(b) It is desired that resumes be submitted in the format required below. However, in order to
expedite contract administration, contractor format may be used providing sufficient information is submitted for an independent comparison of the individual's qualifications with labor category
requirements.
(c) If the employee is not a current employee of the contractor (or a subcontractor), a copy of the
accepted offer letter (which identifies a projected start date and the agreed to annual salary) shall be
provided.
RESUME FORMAT AND CONTENT REQUIREMENTS
RESUME FORMAT AND CONTENT: In order to facilitate evaluation, all resumes shall be
provided in the following format:
Complete Name Task Order Labor Category I Contractor Labor Category
Percentage of time to be allocated to this effort
Current security clearance level per JP AS (identify if interim or final)
Current work location and planned work location upon award of this Task Order
Note ifthe individual is key on another contract with a period of performance that will overlap
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 109of119
this requirement. Note plans to satisfy both contracts ifthe Offeror is selected for award.
Chronological Work History I Experience - Show experience and date(s) as follows:
(a) Employer: Dates (month/year); Title(s) held
(b) Work experience shall be presented separately for each employer, clearly marked with
proper category of experience (i.e, Relevant Experience; Non-Relevant Experience.). If relevant
and non-relevant experience were obtained while at the same employer, separate time periods
shall be noted for each assignment. (This is necessary to prevent an offeror from describing
relevant experience obtained in a six month assignment for Company A as applicable to the entire
I 0-year employment with that firm and to ensure offerors' proposals are evaluated on an equal
basis). Responsibilities shall be discussed in sufficient detail for each assignment so as to permit
comparison with desired experience levels in Section H. Specific examples of work assignments,
accomplishments, and products shall be provided.
(c) Phrases such as "assisted with", "participated in'', or "supported" are UNACCEPTABLE
except as introductory to a detailed description of the actual work performed. Ifno such
description is provided, the sentence or bulleted information will NOT be considered in the
resume evaluation process. This is because evaluators would not be able to identify the specific
technical work contributions made by the individual.
( d) Resume information is encouraged to be presented in bullet format. This will allow
evaluators to focus on relevant information.
(e) Offerors shall note that the lack of specific definition in job responsibilities, services
performed or products produced may be viewed as a lack of understanding of the Government's
overall technical requirements.
(f) All relevant military experience claimed shall be described such that each relevant tour is
treated as a separate employer. Time frames/titles/responsibilities shall be provided in
accordance with the level of detail prescribed above. Military experience not documented in this
manner will not be considered.
(g) Gaps in experience shall be avoided.
(h) The cut-off date for any experience claimed shall be the closing date of the solicitation.
(i) PROFESSIONAL DEVELOPMENT - Show any honors, degrees, publications,
professional licenses, specialized certifications and other evidence of professional
accomplishments that are directly relevant and impact the offeror's ability to perform under the
Task Order. For education and training, the following format is preferred:
Academic: Degree(s); Date(s); Institution; Major/Minor
CONTRACT NO. NOOI 78-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 l!Oofll9
Non-Academic: Course title, date(s), approximate length
Professional licenses and specialized certifications. Note the date obtained for each, as
well as the
date when each license/certification requires renewal.
U) Certification of correctness of information signed and dated by both the person named and the Offeror. The employee certification shall include the following statement:
CERTIFICATION: "I certify that the experience and professional development described herein
are complete and accurate in all respects. I consent to the disclosure of my resume for NSWCDD
Solicitation N00024-l l-R-3077 by Millenium Engineering and Integration and intend to make
myself available to work under any resultant contract to the extent proposed."
Employee Signature and Date Offeror Signature and Date
Resumes without this certification will be unacceptable and will not be considered. The employee
certification shall not be dated earlier than the issue date of this solicitation.
(k) If the employee is not a current employee of the offeror (or a proposed subcontractor), a
copy of the accepted offer letter shall be provided. The letter shall identify the projected start date. The Cost Proposal shall include documentation that identifies the agreed-to salary amount.
NAVSEA 5252.242-9115 TECHNICAL INSTRUCTIONS (APR 1999)
(a) Performance of the work hereunder shall be subject to written technical instructions issued
electronically by the Contract Specialist on behalf of the Contracting Officer. As used herein,
technical instructions are defined to include the following:
(I) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift work
emphasis, fill in details or otherwise serve to accomplish the contractual SOW.
(2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications or
technical portions of work description.
(b) Technical instructions must be within the general scope of work stated in the order. Technical
instructions may not be used to: (I) assign additional work under the order; (2) direct a change as
defined in the "CHANGES" clause of the basic contract; (3) increase or decrease the
estimated order amount (including fee), as applicable, the level of effort, or the time required
for task order performance; or ( 4) change any of the terms, conditions or specifications of the order.
( c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of
the order or is inconsistent with this requirement, the Contractor shall notify the Contracting
Officer in writing within ten (I 0) working days after the receipt of any such instruction. The
Contractor shall not proceed with the work affected by the technical instruction unless and until
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 111 of119
the Contractor is notified by the Contracting Officer that the technical instruction is within the
scope of this order.
(d) Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performing
that portion of the contractual work statement which is not affected by the disputed technical
instruction.
FUNDING PROFILE
It is estimated that these incremental funds will provide for the number of hours of labor stated
below. The following details funding to date:
CLIN Total CPFF Funds this Previous
Total Funded Balance
Hours Action Fundinl! Unfunded
000 BASE YR 4,300,425.01 $ $ $ $
',953,965 2,953,965 1,346,460
4010* 881,085.0( $ $ $ $ - " - 881,085
020 80,000.01 $ $ $ $
>7.035 67,035 12.965 ' 4030 25,000.0(
$ $ $ $ 5,000 5,000 20,000
000 198,700.01 $ $ $ $
198 700 198.700
k\010* 58,692.00 $ $ $ $
" - 58,692 TOTAL BASE 5.543.902.01 0.0( 3,224, 700.0C 3,224, 700.0C 2,319,202.01 ~JOO OPT. YR.
4,398,381.0C $ $ $ $
1 11,085,458 4,085,458 312,923 ,
4110 907,311.01 $ $ $ $ , - 907,311
~120 102,178.0C $ $ $ $
97,178 97,178 5,000
6100 399,224.01 $ $ $ $
" ,93 246 393,246 5,978 . . . ··<: ...
$ $ $ $ ol 10 . _'..<-:- .:c.;,,,;."/'~-,:x:<:-'..;~ 58,692 TOTAL
5,865, 786.01 0.0( 4,575,882.00 4,575,882.00 1,289,904.0( OPTION 1 4200 OPT. YR.
4,587,101.0C $ $ $
' >,860,160 3,860,160 726,941
fl210 844,420.00 $ $ $ $
" - - 844,420
4220 85,000.0C $ $ $ $
80,000 80,000 5,000
6200 253,462.00 $ $ $
248,623 248,623 fl,839
5220 -> ·:{.:-:-:~_~ ~ ~-: '.::::~~;; $ $ $ $
· i58f692{0( 58,692 - .- - ---- ' -
Funds will last
6/29/2012
6/29/2012
6/29/2012
6/29/2012
6/3/2013
6/30/2012
6/11/2013
5/2/201~
CONTRACT NO.
NOO 178-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 112ofll9
TOTAL 5,828,675.01 0.01 4,188,783.01 4,188,783.01 1,639,892.01
OPTION2
7000 4,811,779.0 $ $ $
847,483.01 - 3 964.296 3.964.296
7010 962,356.0 $ $ $ $ - - - 962 356
7020 115,000.0 $ $ $ $ - 111 602 111602 3 398
9000 363,462.0 $ $ $ $ - 286 833 286 833 76.629
9010 ... " s~2"~~tii $ $ $ $ •'' ,' ,'· '-._-- ·,\ :-,. - - 58 692
TOTAL 6,311,289.0 0.01 4,362,731.0 4,362,731.0 1,948,558.01
OPTION3
7101 4,835,780.0< $ $ $ $ 140 500 2 358 422 2 498 922 2 336 858
7110 991,156.0 $ $ $ $ - - - 991 156
7120 120,000.01 $ $ $ $
41 600 41 600 78 400
9101 293,462.0 $ $ $ $ - 191.043 191 043 102 419
9110 '·.·· . ::<. ,.,,, $ $ $ $ ' .. 58"692.0 ' >'., - -.,·.> •.·, _.,. ' - - 58 692
TOTAL 6,299,090.01 140,500.01 2,591,065.01 2,731,565.01 3,567,525.01
OPTION 4 TOTAL 29.848 742.0 140 500.01 18 943 161.0 19 083 661.0 10 765 081.0
NAVSEA 5252.232-9104 ALLOTMENT OF FUNDS (JAN 2008)
(a) This contract is incrementally funded with respect to both cost and fee. The amount(s)
presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled "FIXED
FEE" (FAR 52.216-8) or "INCENTIVE FEE" (FAR 52.216-10), as appropriate, is specified below.
The amount(s) presently available and allotted to this contract for payment of cost for incrementally
funded CL!Ns/SL!Ns is set forth below. As provided in the clause of this contract entitled
"LIMITATION OF FUNDS" (FAR 52.232-22), the CL!Ns/SL!Ns covered thereby, and the period
of performance for which it is estimated the allotted amount(s) will cover are as follows:
CLIN IEst Cost IFixed Fee fotal Funded Estimated Funded Thru
14000 BASE YR $ ~ 953,965
14020 $
67,035
14030 $
5,000
1\000 $
198,700
6/29/201;
1141201
11/3/201
CONTRACT NO.
NOOl 78-04-D-4085
TOTAL BASE
4100 OPT. YR. 1
4120
6100
TOTAL OPTION I
4200 OPT. YR. 2
4210
4220
6200
TOTAL OPTION 2
7000
7020
9000
TOTAL OPTION 3
7101
7120
9101
TOTAL OPTION 4
TOTAL
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 ll3ofll9
$ 3 224 700 $
4 085.458 $
97 178 $
393.246 $
4 575 882 $
3 860.160 $ -$
80 000 $
248 623 $
4 188 783 $
3.964.296 $
111.602 $
286.833 $
4 '62.731 $
1/4/2011 2-498.922 $
11/3/201! 41-600 $
191.043 $
2 731.565 ,$ 19.083.661
(b) The parties contemplate that the Government will allot additional amounts to this contract from
time to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and any
such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are
expected to cover.
(c) CLINs/SLINs are fully funded and performance under these CLINs/SLINs is subject
to the clause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20).
(d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs
CONTRACT NO.
NOOJ 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 114of119
from the costs of performance of fully funded CLINs/SLINs.
5252.216-9122 LEVEL OF EFFORT-ALTERNATE 1 (MAY 2010)
(a) The Contractor agrees to provide the total level of effort specified below in performance of the
work described in Sections B and C of this task order. The total level of effort for the performance of
this task order shall be man-hours of direct labor, including subcontractor direct labor for those
subcontractors specifically identified in the Contractor's proposal as having hours included in the
proposed level of effort.
Total Labor HourslCompensatediUncompensate~ . . Base Period (CLIN 4000, 4020, &4030
Base Period Surge (CLIN 4010
Option 1 (CLIN 4100
Option 1 Surge (CLIN 4110"
Option 2 (CLIN 4200
Option 2 Surge (CLIN 4210
Option 3 (CLIN 7000
Option 3 Surge (CLIN 7010
Option 4 (CLIN 7100"
Option 4 Surge (CLIN 711 O'
(b) Of the total man-hours of direct labor set forth above, it is estimated that man-hours are uncompensated effort. Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week without additional compensation for such excess work. Total Times Accounting (TTA) efforts are included in this definition. All other effort is defined as compensated effort. If no effort is indicated in the first sentence of this paragraph, uncompensated effort performed by the Contractor shall not be counted in fulfillment of the level of effort obligations under this contract.
( c) Effort performed in fulfilling the total level of effort obligations specified above shall only
include effort performed in direct support of this contract and shall not include time and effort
expended on such things as (local travel to and from an employee's usual work location),
uncompensated effort while on travel status, truncated lunch periods, work (actual or inferred) at an
employee's residence or other non-work locations (except as provided in paragraph (i) below), or
other time and effort which does not have a specific and direct contribution to the tasks described in
Sections B and C.
( d) The level of effort for this contract shall be expended at an average rate of
approximately hours per week. It is understood and agreed that the rate of man-hours per
month may fluctuate in pursuit of the technical objective, provided such fluctuation does not result
in the use of the total man-hours of effort prior to the expiration of the term hereof, except as
provided in the following paragraph.
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 115 ofll9
( e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of
direct labor to such an extent that the total man-hours of effort specified above would be used prior
to the expiration of the term, the Contractor shall notify the Contracting Officer in writing setting
forth the acceleration required, the probable benefits which would result, and an offer to undertake
the acceleration at no increase in the estimated cost or fee together with an offer, setting forth a
proposed level of effort, cost breakdown, and proposed fee, for continuation of the work until
expiration of the term hereof. The offer shall provide that the work proposed will be subject to the
terms and conditions of this contract and any additions or changes required by then current law,
regulations, or directives, and that the offer, with a written notice of acceptance by the Contracting
Officer, shall constitute a binding contract. The Contractor shall not accelerate any effort until
receipt of such written approval by the Contracting Officer. Any agreement to accelerate will be
formalized by contract modification.
(f) The Contracting Officer may, by written order, direct the Contractor to accelerate the
expenditure of direct labor such that the total man-hours of effort specified in paragraph (a) above
would be used prior to the expiration of the term. This order shall specify the acceleration required
and the resulting revised term. The Contractor shall acknowledge this order within five days of
receipt.
(g) The Contractor shall provide and maintain an accounting system, acceptable to the
Administrative Contracting Officer and the Defense Contract Audit Agency (DCAA), which
collects costs incurred and effort (compensated and uncompensated, if any) provided in fulfillment
of the level of effort obligations of this contract. The Contractor shall indicate on each invoice the
total level of effort claimed during the period covered by the invoice, separately identifying
compensated effort and uncompensated effort, if any.
(h) Within 45 days after completion of the work under each separately identified period of
performance hereunder, the Contractor shall submit the following information in writing to the
Contracting Officer with copies to the cognizant Contract Administration Office and to the DCAA
office to which vouchers are submitted: (I) the total number of man-hours of direct labor expended
during the applicable period; (2) a breakdown of this total showing the number of man-hours
expended in each direct labor classification and associated direct and indirect costs; (3) a breakdown
of other costs incurred; and (4) the Contractor's estimate of the total allowable cost incurred under
the contract for the period. Within 45 days after completion of the work under the contract, the
Contractor shall submit, in addition, in the case of a cost underrun; (5) the amount by which the
estimated cost of this contract may be reduced to recover excess funds. All submissions shall
include subcontractor information.
(i) Unless the Contracting Officer determines that alternative worksite arrangements are detrimental
to contract performance, the Contractor may perform up to I 0% of the hours at an alternative
worksite, provided the Contractor has a company-approved alternative worksite plan. The primary
worksite is the traditional "main office" worksite. An alternative worksite means an employee's
residence or a telecommuting center. A telecommuting center is a geographically convenient office
setting as an alternative to an employee's main office. The Government reserves the right to review
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004 AMENDMENT/MODIFICATION NO. PAGE FINAL
66 ll6ofll9
the CDntractm's alternative worksite plan. In the event performance becomes unacceptable, the
Contractor will be prohibited from counting the hours performed at the alternative worksite in
fulfilling the total level of effort obligations of the contract. Regardless of work location, all contract
terms and conditions, including security requirements and labor laws, remain in effect. The
Government shall not incur any additional cost nor provide additional equipment for contract
performance as a result of the Contractor's election to implement an alternative worksite plan.
G) Notwithstanding any of the provisions in the above paragraphs and subject to the LIMITATION
OF FUNDS or LIMITATION OF COST clauses, as applicable, the period of performance may be
extended and the estimated cost may be increased in order to permit the Contractor to provide all of
the man-hours listed in paragraph (a) above. The contractor shall continue to be paid fee for each
man-hour performed in accordance with the terms of the contract.
SAVINGS INITIATIVES
The following cost savings initiatives are required under this Task Order.
The above maximum rates are applicable to the prime contractor. If subcontracting is proposed, the
prime contractor is strongly encouraged to restrict subcontractor fixed fee to the lower of(a) the
prime contractor's fee under this order or (b) the subcontractor's SeaPort-e fixed fee rate where the
subcontractor is also a prime contractor under SeaPort-e. The purpose of this is the Government's
desire to avoid having it be more financially lucrative for a firm to be a subcontractor rather than a
prime contractor under SeaPort-e. The Government strongly encourages the prime contractor to
also implement this under Time and Materials subcontracts. Subcontractors may not earn fee on
ODC's.
The Government also strongly encourages the prime contractor to eliminate "double pass-thru"
costs by (I) avoiding second tier subcontractors/consultants during performance and (2) where this
situation is unavoidable, limiting subcontractor pass-thru costs to the lower of (i) the prime
contractor's pass-thru rate under this order or(ii) the subcontractor's SeaPort-e pass-thru rate
where the subcontractor is also a prime contractor under SeaPort-e.
The monthly report (CDRL AOO I) shall include the data for monitoring compliance with the above
listed saving initiataive.
CONTRACT NO.
NOO 178-04-D-4085 DELIVERY ORDER NO.
0004
SECTION I CONTRACT CLAUSES
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 117ofll9
CLAUSES INCORPORATED BY REFERENCE
52.223-18 Contractor Contractor Policy to Ban Text Messaging While Driving (SEP 2010) 252.222-7006 Restrictions on the use of Mandatory Arbitration Agreements (DEC 2010) 252.227-7020 Rights in Special Works (Jun 1995) 252.239-7001 Information Assurance Contractor Training and Certification (Jan 2008)
CLAUSES INCORPORATED BY FULL TEXT:
52.217-9 OPTION TO EXTEND THE TERM OF THE TASK ORDER (MAR 2000) (NAVSEA VARIATION) (SEP 2009)
(a) The Government may extend the term of this contract by written notice(s) to the Contractor within the periods specified below. If more than one option exists the Government has the right to unilaterally exercise any such option whether or not it has exercised other options.
I CLINs/PURPOSE OPTION EXERCISE
DATE
14010 Base Labor Surge 6/29/2012
14100 Option 1 Labor 6/29/2012
14110 Option 1 Labor Surge 612912013
14200 Option 2 Labor 612912013
14210 Option 2 Labor Surge 6/29/2014
16010 Base ODC Surge 6/29/2012
16100 Option 1 ODC 6/29/2012
16110 Option 1 ODC Surge 6/29/2013
16200 Option 2 ODC 6/29/2013
16220 Option 2 ODC Surge 6/29/2014
11000 Option 3 Labor 6/29/2014 I 11010 Option 3 Labor Surge 6/29/2015
11100 Option 4 Labor 6/29/2015
11110 Option 4 Labor Surge 6/29/2016
19000 Option 3 ODC 6/29/2014
19010 Option 3 ODC Surge 6/29/2015
19100 Option4 ODC 6/29/2015
CONTRACT NO. NOOl 78-04-D-4085
DELIVERY ORDER NO.
0004
119110 Option 4 ODC Surge II
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 ll8ofll9
6/29/2016 II
(b) If the Government exercises this option, the extended contract shall be considered to include
this option clause.
( c) The total duration of this contract, including the exercise of any option(s) under this clause,
shall not exceed five ( 5) years, however, in accordance with paragraph (g) of the requirement of this
contract entitled "LEVEL OF EFFORT" (NAVSEA 5252.216-9122), ifthe total manhours
delineated in paragraph (a) of the LEVEL OF EFFORT requirement, have not been expended within
the period specified above, the Government may require the Contractor to continue to perform the
work until the total number ofmanhours specified in paragraph (a) of the aforementioned
requirement have been expended ..
CONTRACT NO.
NOOl 78-04-D-4085 DELIVERY ORDER NO.
0004
SECTION J LIST OF ATTACHMENTS
Exhibit A - Contract Data Requirements List
Attachment J.1.1 - DD254(Rev3) (added MOD 23)
Attachment J.1.2 - DD254(Rev4) (added MOD 23)
Attachment J.2 - COR Appointtnent Letter (Rev I)
AMENDMENT/MODIFICATION NO. PAGE FINAL
66 119of119
Attachment J.3 TI-I Program Director Program Office Support (added mod 13)
FSC: AZ! I NAJCS: 541330
DISTRIBUTION MOD 45:
Hardcopy
File
DFAS-CO/SOUTH ENTITLEMENT OPERATIONS DCMA MARYLAND NSWCDD Comptroller