SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44...

203
SOLICITAnONICONTRACT/ORDER FOR COMMERCIAL ITEMS 11. RECUISITIOH NUa.!BER PAGe1 OF 44 OFFEROR TO COMPLETE BLOCKS 12 , 17, 23, 24, AND 30 2. CONl'MCT NO . 3. AWAAOIEFFECTIIIE DATE 14. ORDER NUMBER !5. SOUCITATIOH 6. SOUCITATIOH ISSUE DATE I-Ql034-0IM-3010 01-Hlb-2009 7. FOR &OI..CITATIOH a.NN.tE b. TeiS'HONE NUMBER (NoCdl«tCrllf} 8. DUE OAT6\0CA&. Tt.IE INFCRUAT'Oof CALL: 9.1SSUI!08Y CODE I H00034 10. nil$ ACQUISITION IS 11. DI!UVERY FOR FOB 12. OISCOONT TERMS WHS ACQUISI110N & PROCUREMENT OHICE UNRESTRICTl:O DEST1NAT10N UNLESS 1700 H. STREET SET A.$101!: %FOR SLOCK IS SUilE 1425 r- 0 SEE SCHEDULE ROSSLYN VA 22209-1901 $9 r HUBZONE S9 D 1311. nilS CONTRACT IS A RATED ORDER r- UNDER DPAS (15 CFR 700) 8{A) r- 13b. RATING SVC.OISABLED VET-OWNED 58 lB.: - 14. METHOD OF SOUCITATlON EMERGINGSB DRFQ DIFB DRFP FAX; SIZESTD: NAICS: 15. DELIVER TO 060 OS'94SE RESEMCH NolO EMGfjEERIHG CODE I HQ0287 16. ADMIN ISTERED BY CODE I nlO OS'94SE PEJITAGON WIISHINGTON OC 2030'-;m) SEE ITEM 9 17a.CONTRACTOR/C#FEROR CODE 117038 Hie. PAYMENT WILL BE BY CODE I HQ0338 600Z ALLI!H HAM L 'T'tlN I HC. DFAS.CQ'SOUTH 81lT1TL.131.elT' OPERA l'ICHS KIMBERLY PARI<ER P.O. BOX 182264 8283 GREENSBORO DR loCLEAH VA 22102-4904 OOLUPJBUS OH 43218-2264 lB.. FACILITY' CODE 0 17b. OlEO< F RBATTAfa IS DtFFee1T Al'l> PUT 18b. Sl.BMT NVOICES TO ADDRESS Sf-t()IMo.IIN BLOCK 18a. LkESS BLOCK SUCH ADI:JES BaOVV IS Q-IEO(E) 0 SEE At:reiJI..I.4 19. ne.tNO. 20. SQ-EDULECJ= Sl..ffi.ESI SERVICES 21. QUANTTTY 22. UNrr 23. lHT FRK:E 24.AID.M' SEE SCHEDULE 25. ACCOUNTING AND APPROPRIA110H DATA 26. AWARD AMOUNT(ForGovt. U&eOrltj) $0.00 I D :zra. sOLICITATION INCORPORATES I!JY REFERENCE FAR 52. 212·1. !2.212-4. FAR 52.212-3. 52.212-6 ARE ATTACHED. ADDENDA DARE DARE NOT AtTACHED D 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212·51S ATTACHED. ADDENDA [Y.AeDARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN nilS DOCUMENT AND REi\JRN 1 COPIES 29. AWARD OF CONTRAC't. RI!FERENCE 0TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORni OR <mii!RW1$! IDENTIFIED ABOVE AND ON ANY AODI110NAI. SHEETS DOFFER DATED . YOUR OFFER ON SOUCITATlON (BLOCK 5), INCLUDING ANY ADD1110NS OR CHANGES WHICH ARE SUBJECT TOniE TERMS AND CONDillONS SPECIFIED HEREIN. SET FORni HEREIN, IS ACCEPTED AS TO ITEMS: SEE SCHEDULE liB' : 30a. SIGNA nrE a: OITEROR/OON"'RACTOR 3la.UNITEO STATES or AAERICA (SIGNATURE OF COHnu.cTJHG aFICER} 31c. SlGN£0 30-Jan-2009 AND TTTtE OF SIGNER 30c. CA TE SIG.ED 3l.b . IW£ Of c:x:ll't'AACT lliG OITICER (f'rPT. OA PRJ NT J (TYPE OR PRINT} I ContractinQ 0!! 1cer/Team Lead TtL: D1.111 1: ldlll. !amanded•ohs.lllil AlJ1"1-«')Rrza:> FOR LOCAL REPROOJCTX')N FREVDJS N:1T USABLE STAt-U.RDFCR.t 1449 (REV 312005) by GSA FAR (48 CFR) 53.212

Transcript of SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44...

Page 1: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SOLICITAnONICONTRACT/ORDER FOR COMMERCIAL ITEMS 11. RECUISITIOH NUa.!BER PAGe1 OF 44 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30

2. CONl'MCT NO. 3. AWAAOIEFFECTIIIE DATE 14. ORDER NUMBER !5. SOUCITATIOH NUM~ 6. SOUCITATIOH ISSUE DATE I-Ql034-0IM-3010 01-Hlb-2009 7. FOR &OI..CITATIOH a.NN.tE b. TeiS'HONE NUMBER (NoCdl«tCrllf} 8. Of~ DUE OAT6\0CA&. Tt.IE

INFCRUAT'Oof CALL:

9.1SSUI!08Y CODE I H00034 10. nil$ ACQUISITION IS 11. DI!UVERY FOR FOB 12. OISCOONT TERMS

WHS ACQUISI110N & PROCUREMENT OHICE ~ UNRESTRICTl:O DEST1NAT10N UNLESS

1700 H. ~I! STREET SET A.$101!: %FOR SLOCK IS ~RKED

SUilE 1425 r- 0 SEE SCHEDULE ROSSLYN VA 22209-1901

$9 r

HUBZONE S9 D 1311. nilS CONTRACT IS A RATED ORDER

r- UNDER DPAS (15 CFR 700) 8{A)

r- 13b. RATING SVC.OISABLED VET-OWNED 58

lB.: - 14. METHOD OF SOUCITATlON EMERGINGSB

DRFQ DIFB DRFP FAX; SIZESTD: NAICS:

15. DELIVER TO 060 OS'94SE RESEMCH NolO EMGfjEERIHG

CODE I HQ0287 16. ADMINISTERED BY CODE I nlO OS'94SE PEJITAGON WIISHINGTON OC 2030'-;m)

SEE ITEM 9

17a.CONTRACTOR/C#FEROR CODE 117038 Hie. PAYMENT WILL BE ~DE BY CODE I HQ0338

600Z ALLI!H HAM L 'T'tlN I HC. DFAS.CQ'SOUTH 81lT1TL.131.elT' OPERA l'ICHS KIMBERLY PARI<ER P.O. BOX 182264 8283 GREENSBORO DR loCLEAH VA 22102-4904

OOLUPJBUS OH 43218-2264

lB.. 70~3n-7876 FACILITY' CODE

0 17b. OlEO< F RBATTAfa IS DtFFee1T Al'l> PUT 18b. Sl.BMT NVOICES TO ADDRESS Sf-t()IMo.IIN BLOCK 18a. LkESS BLOCK SUCH ADI:JES H~ BaOVV IS Q-IEO(E) 0 SEE At:reiJI..I.4

19. ne.tNO. 20. SQ-EDULECJ= Sl..ffi.ESI SERVICES 21. QUANTTTY 22. UNrr 23. lHT FRK:E 24.AID.M'

SEE SCHEDULE

25. ACCOUNTING AND APPROPRIA110H DATA 26. TOT~ AWARD AMOUNT(ForGovt. U&eOrltj)

$0.00

I D :zra. sOLICITATION INCORPORATES I!JY REFERENCE FAR 52.212·1. !2.212-4. FAR 52.212-3. 52.212-6 ARE ATTACHED. ADDENDA DARE DARE NOT AtTACHED

D 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212·51S ATTACHED. ADDENDA [Y.AeDARE NOT ATTACHED

28. CONTRACTOR IS REQUIRED TO SIGN nilS DOCUMENT AND REi\JRN 1 COPIES 29. AWARD OF CONTRAC't. RI!FERENCE

0TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ALL ITEMS SET FORni OR <mii!RW1$! IDENTIFIED ABOVE AND ON ANY AODI110NAI. SHEETS

DOFFER DATED . YOUR OFFER ON SOUCITATlON (BLOCK 5), INCLUDING ANY ADD1110NS OR CHANGES WHICH ARE

SUBJECT TOniE TERMS AND CONDillONS SPECIFIED HEREIN. SET FORni HEREIN, IS ACCEPTED AS TO ITEMS: SEE SCHEDULE

liB':

30a. SIGNA nrE a: OITEROR/OON"'RACTOR 3la.UNITEO STATES or AAERICA (SIGNATURE OF COHnu.cTJHG aFICER} 31c. ~ SlGN£0

l~r~ 30-Jan-2009

~b. NA~ AND TTTtE OF SIGNER 30c. CA TE SIG.ED 3l.b . IW£ Of c:x:ll't'AACT lliG OITICER (f'rPT. OA PRJ NT J

(TYPE OR PRINT} ~ remand~! I ContractinQ 0!!1cer/Team Lead

TtL: 703-~88-1~76 D1.1111: ldlll. !amanded•ohs.lllil

AlJ1"1-«')Rrza:> FOR LOCAL REPROOJCTX')N

FREVDJS ~IS N:1T USABLE STAt-U.RDFCR.t 1449 (REV 312005) ~escr1bed by GSA FAR (48 CFR) 53.212

Page 2: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SOLIQTATlONICONTRACT/ORDER FOR COMMERCIAL ITEMS I PAGE20F44 (CONTINUED)

19. ITe.1 00. 20. Sc:tm..LE OF SI.PPLES/ Se:t\/ICES 21.QUANTITY 22.\.NT 23. lHT PRICE 24.AM:M..M

SEE SCHEDULE

32a. QUANTITY IN COLUMN 21 HAS BEEN

0 RECEIVED 0 INSPECTED a CCEPTt:D, AND CONFORMS TO THE CONlRACT, EXCEPT AS NOTEO:

32b. SIGNATURE OF AUTHORIZED GOVERNMENT 32<:. DATE 32d. PRINTED NAt.£ AND 11'TtE OF AUTHORIZED GOVERN lENT

REPRESENTATIVE REPRESENTATIVE

32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f . TELEPHONE NUIYBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32;. E-M.\1 L OF AUTHORIZED GOVERNMENT REPRESENTATIVE

33. SHIP NUMBER 34. IJOUCHER NUMBER 35. AMOUNT VERIFIED 36. PAYMENT 3?. CHECK NUt.eER

CORRECT FOR ocoMPLETE DPARnAL OFINAL I PARTIAL I FINAL

38. SIR ACCOUNT NUMBER 39. SIR VOUCHER NUMBER 40. PAID BY

41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAY MONT

41b. SIGNATURE AND Tll\.E OF CER11FY ING OFFICER

AUTl-lCRZBl FOR LOCAL REPROCUCOON FRE.VOJS ~IS 1'-DT USABLE

41c. DATE

42a. RECEIVED BY (l'rklt)

4.2b. RECEIVED AT (I.OCIII/ofl)

42c. DATE REC'D (YY/MMIDO) 1420. TOTAL CONTAINERS

STAN:lARD FORM 1449 (REV 312005) BAO< ~escribed by GSA FAR ( 48 a=R) 53.212

i

Page 3: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 10

Page3 of44

Section SF 1449 -CONTINUATION SHEET

BPAINFORMATION BLANKET PURCHASE AGREEMENT (BPA)

The p1Up0se of this BPA is to provide a broad range of non-personal, professional and executive-level mission support services 10 the Washington Headquarters Services (WHS), Office of the Secretary of Defense (OSD) and, potentially other Department of Defense offices supported by WHS Acquisition and Procurement Office. The objective of this BPA is to procure firm-fixed price and time and material ta8k orders, for mission support services. Tbe requirements of Task Order 0001 are provided under the Performance Work Statement (PWS) of this BPA. and specifically SectionS. Task Order 0001 i.a for mission support services for the Modeling and Simulation Coordination Office (M&S CO). The M&S CO, formerly kn.ovvn as the Defense Modeling and Simulation Office (DMSO), was established by the Undersecretary of Defense for Acquisition in June 1991, to serve as the executive secretariat for the Modeling and Simulation Steering Committee (MS SC) and to provide a full-time focaJ point for information concemiJlg DOD Modeling and Simulation (M&S) activities. M&S CO is a staff activity reporting to the Director, Defense Research and Engineering (DDR&E), Office of the Undersecretary of Defense for Acquisition and Technology (OUSD AT&L). The M&S CO, OUSD AT&L, perfoi1D8 the enterprise-level coordination functions necessary to encourage cooperation. synergy, and cos.t-effectiveness among the M&S activities of the DoD Components. Tbe M&S CO is the Executive Secretariat for DoD M&S Management in fostering the interoperability, reuse, and affordability of crosscutting M&S to provide improved capabilities for DoD operations. (See the enclosed PWS)

BPA Structure

The BPAs expire after five~. or at the end of the Fed.eraJ Supply Services (FSS) contract period, whichever is earlier. The BPAs will include one base year and four (4) one-year options. 1be Government may extend the term.s of the BP &, in accordance with FAR 52.217-9, beyond the current period of performance by exercise of the next option. This will be accomplished by written notice to the Contractor no later than the commencement date of the option period of performance provided the Government gives the Contractor a preliminary 'NI'itten notice of its intent to e:~ttend at least 60 days before the agreement expires. The preliminary notice does not commit the Govemmcnt to the extension.

The following Scbedule applie3 to this agreement:

Period of DQllar ThreshQld PerfollD81lCe Performance Capacity per Year Dates

Base Year. $20,000,000.00 February 01, 2009 through January 31, 2010

Option Period 1 : $20,000,000.00 February 01, 2010 through January 31, 2011

Option Period 2: $20,000,000.00 February 01, 2011 through January 31, 2012

Option Period 3: $20,000,000.00 February 01 2012 through January 31, 2013

Option Period 4: $20,000,000.00 February 01,2013 through January 31, 2014

The total duration of the BP As, including the exercise of options under this clause, sba.ll not exceed the GSA FSS period of performance. The dollar limit of all the BP As i.a $100,000,000.00.

The BP As shall be reviewed annually before the anniversary of their effective date and revised as necessary. The BP As may be discontinued by either party upon thirty (30) days written notice.

Page 4: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 I 0

Page4 of44

Orders will be placed by the Washington Headquarters Services Acquisition & Procurement Office. The ordering Contracting Officer shall ensure compliance with all rules and regulations. Instructions for proposals on task orders will be included in each task order. Orders shall be received and accepted via hardcopy, facsimile, or email. Proposal receipt will be via hardcopy, facsimile or email Email is the preferred method of receipt.

When a task order is required, the Contracting Officer will issue a request for proposal from the BP A Contractors. The Conlr.lctors sball then submit a proposal to the Contracting Officer, and the Contracting Officer will evaluate proposals and award a task order to the winning offeror. Each task order shall be binding when illsucd by the Government.

Failure to reach agreement on the price for any task order for any order issued before the price is eslablisbed will be considered to be a dispute under the Disputes clause.

Authom&d BPA Contract Users

The principal users of the BP As will be WHS, OSD and other Department of Defense offices as deemed appropriate by the Contracting Officer.

BPA Administrator

Tbe administrator for the contract will be:

Washington Headquarters Services Acquisition & Procurement Office 1700 N Moore Street. Suite 1425 Arlington. VA 22209

Obligation of Funds

Funds will be obligated on individual orders placed against the BP As. In accordance with FAR 16.702(c), no monetary obligation in the form of a minimum guarantee or otherwise will be made with the establishment of these BPAs.

The BP As eslablisbed as a result of this solicitation will not obligate any funds. Funds will only be obligated on individual orders against an established BP A.

Invoicing

The Contractor shall invoice monthly per task order unless otherwise directed in the specific task order.

BP A Pricing & Basis

This BPA is established based on Booz Allen Hamilton's MOBIS rates as reflected in proposal OSXM-0001 dated 12 Jamwy 2009 via GSA Contract No. GS-23F-975SH. All terms and conditions relating to this GSA schedule apply to this BPA. Orders agains the BPA shall utilize the negotiated rate pricing in the attached tables: See attached:

Page 5: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 10

Page 5 of44

MOBIS LABOR RATES

$208.55

$151.57

LabOr Cateaory J'tile 01/01/11 01101/11 Ol/01/n ";Ol/01/13 01101/IlJ

·;t ! =-=-· 01131/12 01131/13 "" 01131/13 ot1a1n4. 01/3.1/14 -Option Year l Option Year3 OptiO!J•Y ear 3 Option Yeir 4

I 1.: I {

.. - ~

Optioa Year ~:'1 -Rate Effectil'e Rate Efledive -: Rllte Effedive ,Rate Effective Rate Effectivi

J '"'l - 10/~1/11 09/30/11 .,t1o)01tll • ®130/13 10101/tJf'i.-Consultant $74.26 $74.26 $77.08 $77.08 $80.01 Analyst $95.82 $95.82 $99.46 $99.46 $103.24 Analyst 1 $128.94 $128.94 $133.84 $133.84 $138.93 Functional Specialist $169.16 $169.16 $175.59 $175.59 $182.26 Functional Specialist 1 $216.47 $216.47 $224.70 $224.70 $233.24 Management Consultant 1 $157.33 $157.33 $163.31 $163.31 $169.52 Management Consultant 1 $203.47 $203.47 $211.20 $211.20 $219.23 Project Manager $257 .79 $257.79 $267.59 $267.59 $277.76

Travel Policies and Procedures

It is anticipated that performance under the BP As may require travel. All travel will be at the request of the government via the COR under specific task orders issued.

If travel is required outside the metro area, it will be addressed separately by task order.

Reimbursement for travel in conjunction with the performance of a task order under the BP A(s) will be in accordance with FAR 52.232-25.

Page 6: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-3010

COMBINED PWS AND TO OOOllWS Performance Work Statement

For Mission Support Services

For the Office of the Under Secretary of Defense/ Acquisition, Technology and Logistics

December 08, 2008

1.0. GENERAL INFORMATION

Page 6 of44

1.1. Description ofServicesllntroduction. The contractor shall provide all pen;onnel, equipment, tools, materials, supervision, and other items and non-pen~onal services necessary to perform Mission support services as defined in this Performance Work Statement (PWS) except as Specified in Section 3.0 as government furnished property. The purpose of this BPA is to provide a broad range of non-personal, professional and executive-level mission support services to the Washington Headquarters Services (WHS), Office of the Secretary of Defense (OSD) and, po1e11tia1Jy other Department of Defense offices supported by WHS Acquisition and Procurement Ofi~ee (A&PO). The objective of this comract action is to acquire, through award of multiple award Blanket Purchase Agreements (BP As), with fum-fixed-price task orders, professioDal. and executive-level Mission support services primarily for the Office of the Under Secretuy of Defense, Acquisition, Technology and Logistics (OUSD(AT&L)). The contractor shall perform to the standards in this contract.

1.2 This PWS describes Mission Support Services for various designated offices but particularly support required by the Modeling and Simulation Coordination Office (M&S CO) reporting to the Director, Defense Researoh and Engineering (DDR&E}, Office of the Undersecretary of Defense for Acquisition and Technology. Task Order 0001 requirements are presented under Section 5.0.

1.3 Objectives. The objective of this PWS is for the procwement of Mission Support Services to include the tasks of information technology (including web page development and maintenance and graphics support}, plan.n.i.ng, preparation, execution and administrative support to executive committee meetings and conferences; policy development, interpretation, and implementation; public relatioDB and outreach; and research and analysis of modeling and simulation topics to support the M&S CO and other OUSD AT&L Offices. The contractor sbaU provide high quality technical, systems development, analytical, planning and administrative resources to support mission requirements.

1.4. Scope of Worlc.. The task areas in this PWS require the contractor to provide in-depth knowledge of mission support services. The contractor shall provide both on-site and off-site support for routine and unforeseen events and requirements as directed by the contracting authority. The number, type, and essential skills for contractor personnel sball be dictated by the nature of the ta8ks in each task order. Task requirements will primarily be in support of the missions and fimctions of the Offices of the Under Secretary of Defense for Acquisition, Technology & Logistics, but may, as needed, also include support for other offices under the Office of the Under Secretary of Defense. The Contractor shall provide personnel during normal operations and during surge or special situations to accomplish the requirements specified in this document. The contractor shall efficiently and effectively manage the performance under this contract to ensure all the necessary technical, business, and administrative plan.n.i.ng; organizing; managing; coordinating and tracking (e.g., cost, schedule, delivernbles), performance management, systems engineering management, resource management, data managea:umt, and subcontract management required to perform aU activities is accomplished, as required by this PWS. The contractor will identify a project manager as the focal point of contact for work to be performed under any resultant Task Orders. For Task Order 0001, the project manager shall keep the M&S CO leadership and the Contracting Officer's Representative (COR) informed of any poteotiaJ problems and provide any recommendations for resolution.

The contractor should be prepared to have penonnel on-site (e.g., in the Pentagon and other DC metro locations), as well as to provide extensive reach-back capability for policy development, analysis, workload surge requirements,

Page 7: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-3010

Page7 of44

and other necessary support.

l.S. Type ofConb"act/Period of Performance: 1be Government intends to award no more than five multiple award scbedule BP As. The period of performance for eacb awarded BP A sball be for one (1) Base Year consisting of 12 months and four (4) 1-year options. The Period of Performance (POP) reads as follows:

Base Year Option Year I Option Year II Option Year ill Option Year IV

1.6 General Information

1.6.1 Recognized Holidays:

New Year's Day Martin Luther King Jr.'s Birthday President's Day Memorial Day Independence Day

TBD- one (I) year afterconb"act award (ACA) 1 YearPOP 1 Year POP 1 YcarPOP 1 YearPOP

Labor Day Columbus Day Veteran's Day 'Than.bgiving Day Christmas Day

1.6.2 Houn of Operation/Place of Performance: The contractor is responsible for conducting mission support be~en the hours of 8:00am to 5:00pm Monday thru Friday except Federal holidays or when the Government facility iB closed due to local or national emergeDCies, administrative closings, or si.milar Government directed facility closings. The Conb"actor must at all times maintain an adequate work force for the uninterrupted perfollDllllCe of all requirements defined within this PWS when the Government facility is not closed for the above reasons. Contractors will be required to support mission support responsibilities at both government locations and the contractor's facilities. These locations include Government Sites within the National Capital Region; however, other off-site locations and telecommuting arrangements are allowable work.1ocations upon the Government Representative approvaL When hiring personnel, the Contractor sball keep in mind that the stability and continuity of the work force are essential.

1.6.3 Security Requirements: For certain tasb, contractor personnel require a Defense Security Service issued Secret Cleamnce with a current investigation that must be maintained during the performance of this effort. In cases where additional security clearances will be required, the COR will inform the conb"act Project Manager to arrange for qualified personnel with the necessary cleanmce(s). A DD254 will be provided. See Section 4.2 for Task. Order 000 I security requirements.

1.6.3.1 Physical Security. The Government will be responsible for safeguarding all government property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured.

1.6.3.2 Key Control. The Contractor shall foUow established Government Office policies/procedures for safeguarding issued keyslkeycards. NOTE: All references to keys iw::lude k.ey cards. No keys issued to the Contractor by the Government shall be duplicated. Sucb procedures sbaU iw::lude turu·in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. 1.6.3 .2.1 . In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-lrey or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-k.eyiog. When the replacement oflocks or re-keying is performed by the Government, the total cost of re-lc.eying or the replacement of the lock or locks shall be deducted from the monthly payment due the Conuactor. In the event a master key is lost or

Page 8: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-301 0

Page 8 of44

duplica.ted, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contiactor.

1.6.3.2.2. The Contiactor shall prohibit the use of Government issued keys/key cards by any penons other than the Contractor's employees. The contractor shall follow established Government Office policies/procedures for safeguarding issued keys/key cards. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of pe150ns other than Contractor employees engaged in the perfonns.oce of assigned work in those areas, or personnel authorized entrance by the Contracting Officer.

1.6.3 .2.3 Lock Combinations. The Contiactor 8ball establish and implement methods of ensuring that all lock combinations are not revealed to l.lllauthorized persons. The contractor sball follow established Government Office policies/procedures for safeguarding keysllcey cards.

1.6.4 Periodic Progress Meetings/Post Award Conference: The Contractor agrees to attend a post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5.

1.6.4.1 Contract Manager: The contractor sball provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contiactor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the conUBCtor on all contiact matten1 relating to daily operation of this contract.

1.6.4.2 Identification of Contractor Employees: All contract personnel attending meetings, aii8wering Government telephones, and working in other situations where their contractor .status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor producbi or that contractor participation is appropriately disclosed.

Page 9: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-3010

PART2 DE~ONS&ACRONYMS

Page9 of44

(This section includes all special terms and phrases used in the PWS. The definition must clearly establish what is metJnl. &ch definition provided should be carefolly considered, for that definition becomes binding for all requirements in the contract. Thi3 section should also contain a compleJe listing of all acroTf)'mS used, giving both the acronyms and the words represented by the acronym).

PWS - Performance Work Statement

Contracting Officer's Representative (COR): A representative from the requiring activity assigned by the Contracting Officer to perform surveillance and to act as liaison to the contractor

Defective Service. A service output that does not meet the standard of performance associated with it in the Performance Work Statement.

Quality Assurance Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance.

Quality Control. Those actions taken by a contractor to control the perfomumce of services so that they meet tbe requirements of the PWS.

Ouality Assurance. Those actions taken by the government to assure services meet the requirements of the PerfollDilDCe Work Statement.

PART3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES

3.1 GENERAL. The government will facilitate access of contractor staff to DoD offices, employees and data necessary to provide PWS deliverables. The Government will provide office space and normal office supplies and equipment for contractor pen;onnel working at Government locatioDS.

Performance of this effort may requile the contractor to acce88 and use data and information proprietary to a Government agency or Goverru:nent contractor whicb is of such a nature that its dissemination or use, other than in perfonoance of this effort, would be adverse to the iDterests of the Government and/or others.

Contractor and/or contractor personnel will not divulge or release data or information developed or obtained in performance of this effort, until made public by the Government, except to authorized Government personnel or upon written approval of the Contracting Officer (CO). The contractor will not use, disclose, or reproduce proprietary data that bears a restrictive legend, other than as required in the performance of this effort. No1hing berein will preclude the use of any data independently acquired by the contractor without such limitations or prohibit an agreement at no cost to the Government between the contractor and the data owner which provides for greater rights to the contractor.

A3 detcnn.ined by mutual agreement, the Government will provide additional property that may be required in the perfo.rmance of this effort.

At the request of the Government, or at completion of this effort, the contractor will immediately return any Government-provided property, including any equipment, specialized or off-the-shelf software, and aU other property provided by the Government for the contractor to use to complete this effort.

Upon CODlii!eilcement of this effort, unless otherwise indicated, the Government will provide the following property to the contractor;

Page 10: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 10

Page 10of44

J .1.1 Government Fwnished Information and Other Project Support

The government will provide the contractors with acceas to relevant government facilities, studies, reports, data, and key staff as required to perform the Tasks contained in this PWS. The government will provide timely feedback and comments on contractor draft deliverables within ten ( 1 0) working days of receipt, to ensure final deH~mbles are nx:eived in a timely manner.

3.2 Equipment: As stated in pam 3.1.

3 .3 Services:

3.3.1 Utilities. All utilities in the facility will be available for the contractor's use in performance of duties outlined in this PWS. The Contractor &hall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities.

3.4 Facilities: When applicable, the Government will fumisb the necessary workspace for the contractor staff to provide the support outlined in this PWS to include desk space, telephones, computenJ and other items necessary to maintain an office environment. The contractor will be allowed access to the Government's facilities, as specified below:

• Pentagon, to include issuance of building passes to qualified contractor pe1110nnel supporting these tasks. Building paswaccess requests shall identify the visit frequency requirement.

• Task Order 0001, M&S CO primary facility is in 1901 N. Beauregard St., Suite SOO, Alexandria, VA 22311

For Task Order 0001, M&S CO will initiate study or analytical support announcements and send these to appropriate service or agency points of contact to facilitate the contractor's access related to specific task requirements. These announcements will identify access and support requinmlent related to the task. M&S CO will work with the servicewagencies and the contractor to ensure timely access to facilities, documentation, data, models, etc., needed to carry out directed activities.

Page 11: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-3010

Page II of44

PART4 CONTRACTOR FURNISHED ITEMS AND SERVICES

4.1 General: In fulfillment o f this effort, the Contractor will provide the deliverables identified under Section 5.I.4, Table I., entitled ''Deliverables Schedule". All deliverables will be submitted to the COR, unless otherwise agreed upon. Unless otherwise specified, the Government will ha.ve a maximum of ten (1 0) calendar days from tb.e day the draft deliverable is received to review the document, 'provide comments back to the contractor, approve or disapprove the deliverable(s). The contractor will have a maximum often (10) calendar days from the day comments are received to incorporate all changes and submit the final deliverable to the Government All days identified below are intended to be calendar days unless otherwise specified.

The format for individual deliverables will be determined through consultation between the COR and the comractor at the orientation briefing and identified in writing then provided to the contracting office, COR, and the contractor. Products that reflect the contractor's analysis and opinion (e.g., studies or analyses) may be in contractor fonnat Products that are to be u.<;ed by the govenunent in the execution of their responsibilities (e.g., strategy documents, roadmaps, analysis and briefings) will be in a specified Government format. All documents will be provided in either hard copy or electronically as requested by the COR. Electronic documents will be provided in the appropriate Microsoft Office format (e.g., Word or PowerPoi.nt); if appropriate, the Contractor may be asked to provide in compressed or PDF format.

4.2 Secret Facility Cleanmce: For Task Order 0001, the Contractor shall possess or be eligible to receive and maintain a SECRET facility cleannce from the Defense Security Service.

POJNfS OF CONTACT (b)(6)

Government: Kim Fernandez Phone: 703-588-1576 E-mail: [email protected]

(b)(6)

Page 12: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

PARTS SPECIFIC TASKS

TASK ORDER 0001 TASK WORK STATEMENT (TWS)

5.1.0 TASK ORDER 0001 - OUSD, M&S CO Mission Support Services

5.1.1 BACKGROUND

HQ0034-09-A-3010

Page 12 of44

The M&S CO, formerly known as the Defense Modeling and Simulation Office cOM SO), was established by the Undersecretary ofDefensc for Acquisition in June 1991, to serve as the executive secrewiat for the Modeling and Simulation Steering Committee (M&S SC) and to provide a full-time focal point for information concerning OOD Modeling and Simulation (M&S) activities.

M&S CO is a staff activity reporting to the Director, Defense Research and Engineering (DDR&E), Office of the Undmecretary ofDefuose for kquisition, Technology and Logistics (OUSD AT&L).

The M&S CO, OUSD (AT&L), performs the enterprise-level coordination functiona necessary to encourage cooperation, synergy, and cost-effectiveness among the M&S activities of the DoD Components. The M&S CO is the Executive Secretariat for DoD M&S Management in fostering the interoperability, reuse, and affordability of crosscutting M&S to provide improved capabilities for DoD operations.

M&S CO is DoD's lead standardization activity for managing modeling and simulation standards and methodologies; DoD's focal point for coordinating M&S activities with NATO and Partnership for Peace (PfP) nations, and other international Allies; DoD M&S Management system's administrative and technical support

M&S CO has a requiremem for mission support to include the tasks of information technology (including web page development and maint.ena.nce and gn~phics support), planning, preparation, execution and administrative support to executive committee meetings and conferences; policy development, interpretation, and implementation; public relations and outreach; and n:search and analysis of modeling and simulation topics to support the Modeling and Simulation Coordination Office (M&S CO).

5.1.2 SPECIFIC TASKS

The contractor shall be directly responsible for enswing the accuracy, timeliness and completion of all requirements under this Task Work Statement (TWS) for Task Order 0001. The Period of Performance of Task Order 0001 is one base year and fow {4) option years. Specifically, the contractor will carry out the following five (5) functiona identified as:

a. lnformadon Technology Development and Maintenance b. Ezecudve Committee Meetings and Support c. Policy Developmentllnterpretadon Support d. PubUc: Reladons e. Research and Analysis

Within each of these five functions, the contractor shall perform specific tasks by function as foUows: (a) Information Technology Development and Maintenance:

o Provide infonnation technology support to the M&S CO staff in collaboration with the Office of the Undersecretary of Defense for Acquisition, Technology and Logistics (OUSD,AT&L) IT staff.

o Provide web page development for the M&S CO. Provide web page maintenance for information about M&S. This infonnation includes management policies, activities, and products available to the M&S Community. The DoD community ranges from DoD senior decision maken to the general public.

Page 13: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

Page 13 of44

o Develop, use, or transform data leading to accwate and effective M&S.

o Provide local area network support and website development/maintenance for the Modeling and Simulation Coordination Office (M&S CO) IT computer network infrastructure.

o Other tasks include:

o Configure/Maintain the local area network (LAN). o Run network backups. o Monitor and maintain the Symantec fuewall. o Maintain and configure Cisco routers and switches as needed. o Provide technical support for the M&S community portal on the Acquisition Technology and

Logistics {AT&L) network o Write and maintain Systems Secwity Technology Security Certification and Accreditation Process

{DITSCAP). o Develop and maintain M&S CO and affiliated web sites using .asp, .pbp, html, JavaScript o Maintain Linux blllied web and mail server. o Serve as the AT &L poe for the M&S CO. o Provide administrative support to the M&S IPT and M&S SC meetings.

(b) Exeeutive Committee Meetings and Support

o Plan, coordinate and document proceedings of executive-level COWl.Cils, working groups and conferences (e.g. Steering Committee, Integrated Process Team (IPT),IPT Working Groups, etc.). The planning would encompass creating an agenda, baving the agenda reviewed and concurred by the M&S CO management, creating a list of invitees, securing a meeting location, ensuring that appropriate audi~visual equipment is · available and taking notes of the meeting proceedings.

o Participate in and lead workgroups, conferences, and meetings and coordinate M&S CO's participation. These meetings will include IPT, IPT working group meetings, modeling and simulations (M&S) workshops and conferences. Participation in these meeting would require a person with several yean of M&S related experience. Experience in leading worlcing groups, conferences and meeting of I 0-!iO attendees is desired but not mandatory.

o Support M&S CO in national and international conferences (e.g. NATO Modeling and Simulation Group (NMSG), Inte~service/lndustry Tmining Systems and Education Conference (UITSEC), etc. Related OSD and/or NATO experience is desired but not mandatory.

o Provide advice to the United States M&S Delegations for participation in international Modeling and Simulation board and groups.

o Coordinate the successful management of day-to-day activities critical to promoting Allied technical issues.

o Provide assistance to Communities enabled by M&S

o Advise Communities, the Joint Staff and Services on M&S issues o Act as an information conduit between Communities, the Joint Staff and Services and M&S CO

management.

o Other tasks include:

o Provide technical advice and assist.a.Dce to senior executives in the Department of Defense. o Provide the Communities with expertise in Common & Crosscutting M&S tools, data, and

services.

Page 14: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30IO

Page 14 of 44

o Assist the M&S CO Director in providing a conduit to Depa.rtment of Homeland Security, Department of State, Department of Energy and other federal agencies.

o Serve as a subject matter expert in inter-agency coordination. o Provide inputs, prepare and/or present high-level briefings of an innovative business,

management, technological or strategic nature. o Work closely with representatives of the M&S IPT and SC o Represent community issues to the M&S CO and respond to other M&S IPT member questions on

behalf of the M&S CO, were required.

(c) Polley Developmea.tllnterpretatlon Support.

o Provide assistance in the development, interpretation and implementation of M&S CO and DoD policies related to M&S. A working knowledge of the OSD, Joint Staff, Services Headquarters Activity or other DoD Components is desired but not required

o Conduct review and coordinate processes for new and existing policy developed external to M&S CO

o Plan and executes M&S CO-sponsored technical meetings and working groups, such as the DoD M&S Steering CoiDIIUtt.ce (M&S SC) and its subordinate M&S Integrated Process Team (M&S IP1)

o Produce briefings, reports and executive-level correspondence for the M&S CO Director, lhe Director of Defense Research and Engineering (DDR&E), and the Under Secretary ofDeftlnse for Acquisition, Teclmology and Logistics (USD (AT&L))

o Assist in the development of DoD Policy recommendations for the management ofM&S tools, data, and services

o Assist in the preparation ofCoiDIIlunity and Corporate-level M&S Business Plans

o Support the development of Community and Corporate-ltm:l M&S Master Plans.

0 Other tasks include: o Provide support to the DoD Modeling and Simulation (M&S) Standards Program o Administer the M&S XML Namespace in the DoD Metadata Registry; o Serve as a member of the technical committee developing the standards for the Synthetic

Environmental Data Representation and Interchange Specification (SEDRIS) standards. o Assist the Community in creating and maintaining the Community's M&S Business Plan. o Provide the Community with expertise in Common & Crosscutting M&S tools, data, and services o Investigate and identify business, scientific, technology, engineering, opcxational, professional

and/or policy issues and conduct expert analysis of these issues o Provide technical advice to the Director, M&S CO in the area ofHuman Behavior Research o Provide expert advice in support of major M&S programs/projects o Assist the Director in obtaining and maintaining visibility of the human behavior aspect in M&S

data and tools o Coordinate human behavior resean:h across the Department o Provide inputs, prepare and/or present high-level briefings of an innovative business,

management, technological or strategic nature

(d) Public Reladons

o Provide support and advice to the M&S CO leadmhip in the release and publication ofM&S CO developed and/or sponsored materials which include providing the lea.derWp with information on wbat can

Page 15: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

Page 15 of 44

be released and the process of obtaining release. This task also includes requesting clearance ofM&S CO information for public release from the DoD Public Affaini office.

o Serve as the liaison between the M&S CO and the media

o Serve as the pri.nwy public affainl advisor to the M&S CO Director

o Research and distributes news items related to or impacting M&S to the M&S CO staff.

o Oversee outreach initiatives to inform DoD leaders, M&S Users and Developers, Congress and the general public about DoD M&S through a variety of vehicles-news media interviews, published articles, email lists, World Wide Web, and conference exhibits and presentation, such as the Industry and Intenervice Training, Simulation, and Education Conference, Simulation Interoperability Workshop, Military Operations/Research Society, etc.

o Plan and execute the annual DoD M&S Excellence Awanis and Recognition program, which .recognizes individual and team excellence in M&S throughout DoD.

o Plan for demonstrations, exhibits, and M&S CO participation in the (llTSEC) in December of each year which includes coordinating with the event sponsor aod other government organizations providing logistical support. It also includes coordinating what will be presented by the M&S CO at the event.

(e) Research and Analysis (Senior Tools Analyst, Senior Data Analyst, Senior Services Analyst, and Senior Services Policy Analyst 8$ identified in paragraph 5.1.3):

o Coordinate technical standards related to promoting interoperability with M&S systeiDB in the greater International Community. (Services Policy Analyst)

o Coordinate DoD international activities and the successful management of day-to-day activities critical to promoting Allied technical issues. (Services Policy Analyst)

o Provide advice to the United States M&S Delegations for participation in international M&S boards and groups. (Services Policy Analyst)

o Provide expert advice in the process for the release/transfer of defense related articles, information, technical data, and computer software, including models and simulations to foreign countries. (Services Policy Analyst)

o Assist the M&S CO leadership in obtaining and analyzing data as input into major management decisions involving all relevant technical and application areas (Senior Tools Analyst, Senior Data Analyst and Senior Services Analyst).

o Conduct analyses, technical assessments, research and other studies of modeling and simulation and related activities (Senior Tools Analyst, Senior Data Analyst and Senior Services Analyst):

o Provide technology assessments, plan development and workshop support to M&S.

o Support M&S CO in the conceptualization, draftiug and coordination ofM&S business & strategic plans, and documents.

o Provide expertise in the management of model and simulation software or simulation environments and/or analyzes results produced by M&S. (Senior Tools Analyst)

Page 16: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30JO

Page 16 of44

o Provide expertise in the development, use o.r transformation of data leading to accurate and effective M&S. (Senior Data Analyst)

o Develop strategies for managing M&S Data in the Net Centric Data Environment. (Senior Data Analyst)

o Provide expertise iD the establishment of standards for the discovery and understanding of data and other M&S resources (discovery metadata). {Senior Data Analyst)

o Provide expertise in the establishment of standards for the consistent representation of data so that it can be interchanged among M&S applications and with operational systems (structural metadata). (Senior Data Analyst)

o Develop or coordinates a variety of technical standards related to M&s standards (e.g. HLA, SEDRIS, XML, IPV6). (Senior Tools Analyst, Senior Data Analyst, Senior Services Analyst, and Senior Service Policy Analyst)

o Provide expertise in the development or coordination of educational products or services across a wide array ofM&S related disciplines such as computer science, mathematics, engineering, etc. (Senior Services Analyst)

o Provide expertise in the development or coordination of Verification, Validation and Accreditation policies related to M&S. (Senior Services Analyst)

o Provide expertise in the uses or development tools that lead to accWBte and effective models and simulation. (Senior Tools Analyst)

o Define and foster sound practices for efficient development and evolution of credible M&S tools in the Net Centric Environment. (Senior Tools Analyst)

o Participate in the development of DoD M&S policy related to M&s (Senior Services Analyst /Senior Policy Analyst)

o Investigate or identify business, scientific, technology, engineering, operational, professional and/or policy issues related to M&S. (Senior Data Analyst, Senior Tools Analyst, and Senior Services Analyst)

Additional skill requirements for all personnel are:

• Ability to communicate well orally and in writing, particularly in the preparation of technical documents and briefings.

• Ability to use, with ease, common office software, including word processors, spreadsheets, presentation and project management software {MS word, MS excel, MS PowerPoint and MS project).

• Ability to serve as an action officer for a project manager {schedule meetings. prepare meeting notes and archival documents, tracking deliverables and expenditures, and Jreep.ing active logs of technical contacts not necessarily funded by M&S CO).

5.1.3 KEY PERSONNEL

The following positions are identified as key positions, with desired levels of experience presented per position:

(a) Senior Data Analyst: minimum level of experience: 10+ years of experience in the technical discipline relevtUlt to the specific task- desired level of experience IS+ years

Page 17: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-3010

Page 17 of44

(b) Senior Tools Analyst: minimum level of experience: 1 0+ year.i of experience in the technical discipline relevant to the specific task - desired level of experience IS+ years

(c) Senior Services Analyst: minimum level of experience: l 0+ years of experience in the technical discipline relevant to the specific task- desired level of experience 1 S+ years

(d) Senior Services Policy Analyst (International Programs and Standards): desired level of experience: 8+ years of experience in the technical discipline relevant to the specific task

(e) Secretariat Analyst: desired level of experience: 10+ years of experience in the technical discipline relevant to the specific task

(t) Lead Coordinator (Project Manager): desired level of experience: 8+ yean~ of experience in the technical discipline relevant to the specific task

Substitution of Key and Non-Key Personnel:

The contractor shall eosure the availability of key persoDDel with the requisite skills to perform the wortt detailed in the SOW for this task order. Under no cin:wnstances sball the caliber of any pe~onoel delivered under this task oroer be less than that which was promised in the technical proposal. The Government shall review any/all key personnel skill levels proposed after contract award and prior to acceptance of any/all substitutions, in order to ensure there is no degradation in the quality of personnel assigned to this task order. Substitution of non-key penonnel is at the sole discretion of the contractor, however, all proposed substitutions shall meet the applicable educational and experience requirements set forth in the Statement ofWortt for the substituted position.

(a) The contractor shall notify the Contracting Officer prior to making any changes in pe~onnel as.signed to key positioos. The key personnel arc Le~ Coordinator (Project Manager), Secretariat Analyst. Senior Data Analyst, Senior Tools Analyst and Senior Services Analyst, and Senior Services Policy Analyst (International Programs and Standards).

(b) During the tint year of performance. the Contractor shall make no substitutions of key pe~onnel unless illness, death, or termination of employment necessitates the substitution. The Contractor shall notify the Contracting Officer as soon as possible after the occurrence of any of these events and provide the information required below. After the .first year. the Contractor may propose substitutions. The Contractor shall provide a detailed explanation of the circWD8tances necessitating the proposed substitutions. complete resumes for the proposed substitutes. and any additional information requested by the Contracting Officer. The Contractor shall, prior to making any substitution permanent, demonstrate to the satisfaction of the Contracting Officer that the qualifications of the proposed substitute pen10nnel ace equal to or better than the qualificatioos of the penonnel originally identified for the position. The Contracting Officer will notify the Contractor within l S calendar days after receipt of all required information of the decision on proposed subslitulioos.

The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each .requirement. These thresholds are critical to mission success. General quality measures, as set forth below, will be applied to each work product received from the contractor under this statement of work.

• Accuracy ~ W ortt Products will be accurate in presentation, technical content. and adherence to accepted elements of style. Written documents will be in formats as specified above and shall be 99% free of grammar and spelling errors.

• Appearance - All work products will be neat and attractive. reflecting the role that M&S CO fulfills and the level at which work products will be used.

• Clarity - Work Products will be clear and concise. Any/ All diagrams sball be easy to understand and be relevant to the supporting !lamltive.

• Consistency to Requirements - All work products must satisfy the requirements of this statement of work • File Editing - All text and diagrammatic files will be editable by the Government. • Format- Work Products will be submitted in hard copy{wbere applicable) and in media mutually agreed

upon prior to submission. Hard copy formats shall follow any specified Directives or Manuals.

Page 18: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-3010

Page 18 of44

TIMELINESS ·WORK PRODUCT'S WUL BE SUBMI'ITED ON OR BEFORE mE DUE DATE SPECIFlED IN ll:IIS STATEMENT OF WORK OR. SUBMI'ITED IN ACCORDANCE wmi A LATER SCHEDULED DATE MUTUALLY AGREED UPON WTTII ALL DEVIATIONS PROVIDED 1N WRITING.

5.1.4 CONTRACf MANAGEMENT

Table 1 provides a schedule of contractor deliverables, and also identifies where the contractor will assist M&S CO in meeting the deliverables resulting from the above-defined tasks.

Table l. Deliverables Schedule

Product Due Date Remarks Monthly Contract Status Report NLT 15m of each Report will show all

month accomplishments and status of deliverables, in a format approved by the COR.

Prepare and distribute minutes and action No later than five A draft should be provided to items calendar days the appropriate M&S CO

after an event manager for approval prior to final release.

Trip/Meeting Reports Five days after All trips will require a report completion of a md meeting reports will be at meeting the discretion of the M&S CO

Director, Deputy Director, and Associate Directors.

Quarterly Small Business Report 15 days after the To be negotiated upon contract start of a quarter award

NOTE: All deliverables will be prepared in accordance with and in consideration of the Quality Assurance SwveiUance Plan (QASP), provided as Exhibit "14:' hereto.

lo fulfillment of this effort, the contractor shall provide lhe deliverables identified above. All deliverables sbal1 be submitted to M&S CO, unless otherwise agreed upon.

Unless otherwise specified., the Government will have a maximwn of ten (1 0) days from the day a draft delivereble is received to review the document, provide comments back to the contractor, approve or disapprove the deliverable(s). The contractor will have a maximum of ten (10) days from the day commeoiS are received to incorporate all changes rmd submit the final deliverable to the Government. All days identified below are intended to be calendar days unleSB otherwise specified.

The format for individual detiverables will be determined through consultation between the COR, CO and the contractor. Products that reflect the contractor's analysis and opinion (e.g., studies or analyses} may be in contractor formal Products that are to be used by M&S CO in the execution responsibilities (e.g., briefings, plans or reports) will be in a specified Government format. All documents will be provided in either bard copy or electronically as requested by the COR. Electronic documents will be provided in the appropriate Microsoft Office format (e.g., Word or PowerPoint); if appropriate, the Government may be asked that they be provided in compressed or PDF formal The current format for web-based information tools will apply; new displays will use the same formatting.

The data below identifies the deliverables resulting from the tasks defmed in this TWS. All due dates are to be completed within the Task Order 000 I, period of performance. Weekends and Government holidays are non­working days.

Page 19: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 I 0

Page 19 of44

Monthly Status Re.port and Q:parterly Reviews Within 30 days after the date of awani, the contJ:actor shall provide a work plan to the COR which will present detailed info.rmation regarding the specific contractor tasks that will be performed and how the tasks will be accomplished. The contractor shall document the efforts perl'ormed in the completion of each task in a detailed monthly status report due on or before the 15th of each month. The status report shall include, at a minimum:

• Progress for the period: detailed progress report of fmdings, activities and accomplishments during the reporting period, and swnmary of work accomplished during the reporting period and percent complete.

• Problems encountered: identification of any problems, issues or delays and recommendations as to their resolution. and any corrective action that was taken to correct identified problems.

• Activities planned for the next reporting period: planned activities, as well as the status of any/all detiverables, including planned delivery date(s) and actual and/or anticipated delivery date(s).

• StJ:ategy revisions: recommended changes to include any lessons learned

"If Necessary" a quarterly review shall be conducted between the contractor representatives, technical representative, COR and CO. The meeting shall be held at either the contractor facility or Government program office location. At the meeting, the program status shall be briefed by the contractor who will identify any polential problems that may adversely impact the program cost and schedules.

Quarterly Small Business R.tmort- the contJ:actor shall prepare a report due 15 days after the start of each quarter detailing the percentage of work currently being perfonned by all socio-economic program businesses and any anticipated changes to the division of labor.

Final inspection and acceptBnce of all work performed, reports and other deliverables will be perfonned at the place of delivery by the COTR/COR.

Management and Technical Briefings

From time to time, as necessary, the contJ:actor may be required to prepare and present briefings on material prepared or utilized under each of the tasks identified in this 'IWS.

Final Results Briefing

Contractor will prepare a fmal results briefing for all requirements under this order. The briefing will be presented to the COTRJCOR 10 calendar days prior to contJ:act conclusion. Performance of this effort may require the contJ:actor to access and use data and information proprietary to a Government agency or Government contJ:actor which is of such a nature that its dissemination or use, other than in performance of this effort, would be adverse to the interests of the Government and/or others.

S.l.S PROJECT MANAGER REQUIREMENTSIRESPONSffiiLITIES SUMMARY

The contractor shall efficiently and effectively manage the performance wtder this contJ:act to ensure all the necessary technical, business, and administrative planning; organizing; managing; coordinating and tJ:aclcing (e.g., cost, schedule, deliverables), performance management, systems engineering management, resowce management, data management, and subcontract management required to perform all the activities successfully, as required by this Task Work Statement for Task Order 0001. The contractor will identify a project manager as the focal point of contact for work to be perl'ormed under this Task Order 0001. The project manager shall keep the M&S CO leadership and the COR informed of any potential problems and provide any recommendations for resolution. Additional responsibilities require the project manager to:

o Integrate the activities and functions of the community coordinators, secretariat, data, tools, and Senior Tools, Data, Services Policy Analysts.

Page 20: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 10

Page20of44

o Assist the Secretariat in executing the intent of the Modeling & Simulation Steering Committee (M&S SC) and Integrated Process Team (IPT) as directed by the Director, M&S CO.

o Assist the Director and Deputy Director in charting the strategy direction of the organization.

o Assist the Director and Deputy Director in the coordination of events and activities.

o Actively applies quality asswance measures to the management and performance of the program/effort.

PART6 OTHER CONTRACT REQUIREMENfS

6.1 ADMINISTRATIVE CONSIDERATIONS

M&S CO has overall project direction and oversight for implementing Task Order 000 I . The contractor shall be responsive to all OUSD progrmn offices for completing the tasks and deliverables defined within this PWS and all subsequent Task Orders.

Within two weeks of award, the contractor will conduct an initial orientation briefmg. The intent of the briefing is to facilitate the communication process between the Government and the contractor by introducing key task participants and explaining their roles, reviewing communication ground rules, and assuring a comm.on understanding of subtask requirements and objectives.

The orientation briefing will be held at a location and date and time mutually agreed upon by both parties. At the briefing, the contractor will outline the approach and schedule for the various subtasks as well as address the control ·and management mechanisms they will use to oversee their work.

6.2 POINTS OF CONI' ACTS

6.2.1 Contracting Officer's Representative (COR) or Contracting Officer's Technical Representative (COTR)

The COR supports the Contracting Officer (CO)/Contract Specialist (CS) during administration of this effort by:

I) Making ftnal decisions regarding any recommended rejection of deliverables; 2) Providing technical clarification relative to overall workload matters; 3) Providing advice and guidance to the Contractor in the preparation of deliverables and services; and 4) Providing acceptance of deliverable products to assure compliance with requirements.

The program office COR point of contact is: L.l(b_)_(s_) _____ ___.

The COR is the individual within the Program Management function who has overall technical responsibility for this effort. The COR provides technical direction to the Contractor, i.e., shifting work emphasis berween areas of work; fills in demils, or otherwise serves to accomplish the purposes of this effort. Technical diJiection shall be within the general PWS for this effort.

The COR DOES NOT have the authority to and may NOT issue any technical direction which:

1) Constitutes an assignment of work outside the general scope of this effort; 2) Constitutes a change as defined in the "Changes" clause; 3) 1n any way causes an increase or decrease in cost or the time required for performance; 4) Changes any of the terms, conditions, or other requirements of this effort; and S) Suspends or terminates any portion of this effort.

Page 21: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-3010

Page21 of44

All technical direction will be issued in writing by the COR or will be confirmed by the COR in writing within 10 calendar days after verbal :i.ssWl!lCe. A copy of the written direction will be furnished to the CO and the CS.

In addition to providing technical direction. the COR will:

1) Monitor the Contractor's technical progress, including surveillance and assessment of performance, and recommend to notify the CO and CS, any changes in the requirement;

2) Assist the Contractor in the resolution of technical problems encountered during performance; and 3) Perform inspection and acceptance or recommendation for rejection of Contractor deliverables and identify

deficiencies in deli~ items.

If in the opinion of the Contractor, any instJ:uction or direction issued by the COR is outside of their specific authority, the Contractor shall not proceed but shall notify the CO in writing within S working days after receipt of any instruction or direction, with an informational copy to the CS.

6.3 POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE

6.3.1 Contractor Performance Interim evaluations of contractor performaru;e will be prepared on this effort in accordance with FAR Part 42. An annual performance evaluation will be prepared, by the COR. at the time of completion of work. In addition to the annual ewluation, interim evaluations will be prepared by the COR on a quarterly basis. A linaJ evaluation will be prepared at the end of the period of perfonnance of the contract, once aU options have been exercised, of if the contract is ended prior to the exercise of some or all of the options. At a minimum the annual evaluations for this contract/task order wiU be entered into the Contractor Performance Assessment Reporting System (CP ARS). Th.e contractor will have access to CP ARS for this contract and will enter their responses and comments to the evaluations and/or concurrence electronically in the system. The Contracting Officer's Representative and the Contracting Officer will provide guidance on using CPARS. CPARS is available on line at http://www.cpars.csd.disa.mil/. The tentative schedule for interim annual and final performance evaluations is provided below, and will be finalized at the time of contract completion.

Interim and final evaluations will be provided to the Contractor as soon as practicable after completion of the evaluation but not longer than thirty (30) calendar days after the scheduled completion. The Contractor will be permitted thirty (30) calendar days to review the document and to submit additional information or a rebutting statement Any disagreement between the parties regarding an evaluation will be refem:d to an individual one level above the CO, whose decision will be final.

Copies of the evaluations, Contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions.

Contractors that have Internet capability may access evaluations through a secure Web site for review 8Ild comment by completing the registration form that can be obtained at the following address: http://www.cpars.csd.disa.mil/

6.4 INVOICING

The Contractor shall invoice no more frequently than MONTHLY against each separate order. Travel charges muat contain location and dates 8Ild items must be identified by subject {i.e. meals, rental cat, and airfare requirements are All travel expenses for this contract must comply with FAR 31.20546 "Travel costs", FAR 52.232-25 and the PWS.

6.5 TRAVEL

The Contractor will be reimbursed for travel to provide support at a Government site or other site as may be specified and approved by the COR under this effort. All travel shall be approved, by the COR. prior to commencement of travel. The contractor shall be reimbursed for actual allowable, allocable, and reasonable travel

Page 22: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034·09-A-30 10

Page22 of44

costs incurred during performance of this effort in accordance with FAR 52.232·25 . Work will be performed in government facilities located in Alexandria, VA Travel requirements include travel to and from Pentagon and other government o~ganizations' facilities within Washington DC area. Travel may also be required in support of communications and t:nmsformation activities, such as attendance at related conferences and forums both inside and outside of the DC Metro area.

6.4 PERSONNEL REQUIREMENTS

Contractor will provide personnel consistent with requirements from this PWS and the staffing plans in the contractor's technical proposal.

Page 23: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

Approved by:

Exhibit "A"'

Quality Assurance SurveWanc:e Plan

OfTtte of the Underseeretary of Defense Acquisition Tecllnology and Logistics (OUSD (AT &L)),

Mission Support Services

FOR

ModeUng and Simulation Coordination Office (M&SCO)

HQ0034-09-A-3010

Kimberly F. Fernandez, Contracting Officer

HQ0034-09-A-3010

Page23 of44

Page 24: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-3010

Page24 of44

t. OVERVIEW

1.1 PurpOH and Intent. The purpose of this plan is to identify the methods and procedwes the Government will use to ensure it receives the services under contract as identified in the Performance Work Statement (PWS). This plan will focus on the level of performance required by the PWS, not the methodology or process. Performance Objectives will be periodically monitored and the quality program evaluated, but the Contractor is left as free as possible to develop the most efficient processes to meet and exceed the required thresholds of service.

1.1 Authority. Authority for issuance of this Quality AssWllOce Surveillance Plan (QASP) is provided under the Inspection and Acceptance, which provides for inspections and acceptance of the articles, services, and documentation called for in ta&k orders to be accomplished by the Contracting Officer or his duly authorized representative. The IOJpection of Service. FAR Clauses 51.246-4 and 51.146-6 apply.

2. RESPONSmiLmES

1.1 Government officials shall have responsibility for implementation as follows:

Contracting Officer (CO) - The Contracting Officer ensures performance of all necessary actions for effective contracting ensures compliance with the terms of the contract and safeguards the interests of the United States in the contraclua1 relationship. It is the Contracting Officer that assures the Contractor receives impartia~ fair, and equitable treatment under the contract. The Contracting Officer is ultimately responsible for the final det.ennination of the adequacy of the Contractor's performance and the Contractor Performance Assessment Reporting System (CP ARS) reporting.

Contracting Officer's Representative (COR) - The COR is responsible for technical administration of the contract and 8B8ures proper Government surveillance and documentation of the Contractor's perfonnance. The COR is not empowered to make any contractual commitments or to authorize any contractual 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.

3. CONTRACT QUALITY REQUIREMENTS

3-1 Quality Program. The Quality Control Program shall enswe the go~ent receives the level of quality that is consistent with the performance standards specified in PWS.

4. PERFORMANCE ASSESSMENT

4.1 PurpOH. This section details the method(s) used to verify Contractor compliance with PWS requirements. The key elements of this process are the Contractor's quality program and Government identified Performance Objectives. The Performance Requirements of the contract dictate the suggested inspection and surveillance requirements the COR shall accomplish on a periodic basis. The procedures on how to document performance in a rorrect and effective manner are included below.

4.1 Perfonnan~ Assessment Approach. To facilitate the performance assessment of the Contractor's quality program. the COR will verify Contractor compliance with the designated Performance Objectives of PWS. 1he intent of the performance assessment approach is to gain confidence in the Contractor's ability to provide satisfactory services and then adjusting the level of Performance assessment to a point that maintains confidence. This Performa.nce assessment approach is subject to change based on the Contractor's performance. Methods of assessment or surveillance include, but are not limited to:

4.2.1 100% Review ~ This level of Review entails consideration of all pCrformance requirement3 and deliverables established by and for the Performance Objective within a given timeframe.

4.l.l Random Monitoring - Random monitoring consists of unspecified observations of some or all requirements and deliverables established by and for the Performance Objective within a given timeframe.

Page 25: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

Page2S of44

4.1.3 Passive Monitori.nj - Passive monitoring includes observations by other Government personnel to be substantiated by the COR. that relate to some or all requirements and deliverables established by and for the Performance Objective within a given timeframe. The handling of complaints is included in this method of surveillance.

4.3 Annual Review. The COR must review QASP Performance Objectives, assess their applicability and recommend the addition or subtraction of Performance Objectives as conditions wlliT1lllt at least on an annual basis.

4.4 Special Audits. The COR must be alert to conditions that would wammt a special quality audit. Any time the COR observes that a functional area is out of acceptable tolerance or that the technical expertise is not available, a request for a functional area quality audit should be addressed to the Contractor.

4.5 Performance A11eument Folden. A Performance Assessment Folder must be created and maintained by the COR. The folder will be maintained in hard copy. The Performance assessment folder must contain the following sections and may contain other sections or information that the COR finds pertinent or necessary.

4.5.1 Section 1. Approved QASP.

4.S.l SecHon 1. ACTIVTIY LOG. A chronological log of actions taken in the accomplishment of Quality Assurance by the government ba.sed on assigned Performance Requirements. The purpose of this log is to provide a brief synopsis of an inspection of Contractor provided services or of a meeting with the contractor regarding performance in a given functional area. Documentation that supports activity log entries may be maintained in the RECORDS section of the Performance assessment folder. Also see Paragraph 6.2 regarding CP ARS inpul

4.5.3 Sed:ion 3. CONTRACT.

4.S.4 Section 4. APPOINlMENT LETTERS. This section shall include the COR's appointment letter and training certificates.

4.5.5 Section 5. RECORDS. A section used for filing all documentation associated with QA (e.g., Performance Assessment Log, correspondence, letters of interpretation from the CO and ACTMTY LOG support documeots).

4.6 Performanc:e Complaints. When complaints are used as a method of performance assessment, the following should be completed by the COR:

a. Advise the person(s) initiating the complaint of the type of service(s) that arc to be provided by the Contractor per the contract.

b. Gather all customer feedback.

c. Conduct an investigation to determine the validity of any negative comments received. If the negative comment is not valid, inform the initiator(s) of the reason(s) why and canyon further correspondence if necessary. For valid negative comments, the COR will notify the Contractor to allow the opportunity for investigation and comment and/or rectification. The COR will determine appropriate documentation that may include annotations in the Activity Log, the Performance Assessment Log and/or other pertinent documentation included in the Records Section of the Performance Assessment Folder.

d. Notify the initiator(s) of the corrective action taken by the contmctor, if applicable.

e. Conduct a trend analysis of validated negative comments if appropriate.

Page 26: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

Page 26 of44

5. PERFORMANCE ASSESSMENT DOCUMENTATION

S.l Performance Assessment Log. The COR shall document performance assessment monthly. The Performance Assessment Log is an official government recQrd of inspections of the performance objectives and other inspection items contained in this QASP.

5.2.1 The Performance Assessment Log can be created locally. An example iB attached. It sball contain the fullowi.og items as a minimum:

5.2.1.1 Performance Objectives. From the Performance Requirements Summary in Section E of the Contract

5.:Z.t.l Performance Standards. From the Performance Requirements Summary in Section E of the Contract.

S.:U.J Method of Performance Assessment. If inspections were conducted in accordance with the QASP, enter "lAW QASP." If the inspection method deviated from the procedures of the QASP, indicate what methods were used.

5.2.1.4 Date Accomplished Enter date accompli.sbed to verify and track that the petformance assessment was performed within a particular timefnune.

5.l.1.S Comments. Provide qualitative comments on the performance of the contractor fur the specified period of perform.ance based on the established performance standards. Comments shall be of enough sufficiency so as to provide meaningful and constructive feedback to the contmctor, and shall, if appropriate, identify any incentives or disincentives that should be applied and the associated .rationale.

5.2.1 Completed Perform.ance Assessment Logs will be maintained in the performance assessment folder until such time as they are requested by the Contracting Officer. At the completion of the contract, the COR will contact the Contracting Officer for disposition instructions of the performance assessment records.

6. PERFORMANCE REPORTING REQUIREMENTS

6.1 COR Feedback to the Contractor. The COR sball report detailed results of perfontlaiU:e assessments to the Contractor on a monthly basis. Documentation of the feedback session, if any, shall be filed in the Records section of the Performance Assessment Folder.

6.2 Contractor PerforDWice Auessment ReportiDg System (CP ARS) Items that are surveyed lAW this QASP may and should also be used as input to the CP ARS. The COR should keep in mind that details of the inspections from the activity log can be used for this purpose. The inclusion of more detailed documentation of inspection results would be very helpful to the development of the CP ARS. CP ARS reporting shall be accomplished at the end of each contract period of performance. Interim reporting may be coo.s.idered by the Contracting Officer due to exceptionally good or exceptionally poor performance, or at the request of the contractor.

Page 27: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 I 0

Page27 of44

Task Performa•te Perform .. ee Standard Metllod Of A.setsmeat Date Aceompll•hed Comments ObJediva

PRS#I 'The conttactor, in Properly .. cleared,~ skilled and motivated lnterview clieots Every 90 days Documentation a timely fashion, shall support personnel report to wortc within 21 days collected for future consisla!tly provide, as tho of need or vacancy being idemi.ficd. CPARS evaluation. specific requirement demands, professiooa.l personnel with appropriate security clearance~ to support lhe M&S CO i.D ills missioo

PRS tfl The contractor Minimal twbuleoce and turnover in the lnterview clients Every 90 days Documentation anract5 and mainlalns a wortcfome, !hat pronJOtes a stable wortc collected for future smble worlcforcc that enviroammt witb reduced Wk Iq)Ciition and CPARS evaluation. effectively supporu !he learning CW"t'CS.

M7S CO mission requirements.

PRS #3 The contn.ctor's All deliverables and written products including Interview clients Every 90 days Documeotation woddome coJISistaJtiy but not limited to Position Papers, Wbite Papers, collected for ftlture geoen.t.es wort product of Briefings, meeting summaries and isaue papers, CPARS evaluatioJL high quality. reflect thorough rescan:h in and knowledge of

lhe topic at bAod; articulate cltar conclusiol15 andlor recommendationa, u appropriate; are written and fonnalled u din:ctcd; reflect Govemmcnr guidance oo lhe dlaft(s); IIJid are comprehensive, cohcn:nt, accwate, and timely.

Professional advice and assistance is rendered pro«tivdy; is tborough IIJid well !bought out; and is llllional. ~ecutable azu1 supportable..

PRS 114 The contractor Monthly Status Reports accumely reflect the Review reports Monthly Documenurtioo provides a moDihly ~ results of product reviews, fonnal product collected tOr N lure swnmarizi.ng lhe inspections, summaries of alternating wcddy CP ARS evaluatioo. accomplisbments IUid staiWI review meetings lllod 9Cbcdule adhcrenee activitieli cluriD& the prior metrics; and a.re c:omprehmaive a.ad timely. m.onlh.

Page 28: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ITEM NO SUPPLIES/SERVICES QUANITfY 0001

Mission Support Services FFP

UNIT Months

UNIT PRICE

The Coutraccor shall perform the requirements delineated in the attached PWS. SIGNAL CODE: A

ITEMNO SUPPLIES/SERVICES QUANTTIY 000101

Funding CLIN 0001 FFP . Funding CLIN 000 I SIGNAL CODE: A

ITEM NO SUPPLIES/SERVICES QUANTTIY 0002 1

Materials and Travel FFP

UNIT

UNIT Dollars,

u.s.

NETAMT

UNIT PRICE

NETAMT

UNIT PRICE

The Contraccor sball perform the requirements delineated in the attached PWS. SIGNAL CODE: A

NETAMT

HQ0034-09-A-3010

Page 28 of44

AMOUNf $0.00

$0.00

AMOUNf $0.00

$0.00

AMOUNf $0.00

$0.00

Page 29: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ITEM NO SUPPLIES/SERVICES QUANTITY 000201

Funding CUN 0002 FFP Funding CLIN 0002 SIGNAL CODE: A

ITEM NO SUPPLIES/SERVICES 1001 OYTION Mission Support Services

FFP

QUANfiTY

UNIT

UNIT Months

UNIT PRICE

NETAMf

UNIT PRICE

The Contractor shall perform the requirements delineated in the attached PWS. SIGNAL CODE: A

ITEM NO SUPPLIES/SERVICES QUANTITY 100101 OPTION Funding CLIN 1001

FFP Funding CLIN 1001 SIGNAL CODE: A

NETAMT

UNIT UNIT PRICE

NETAMf

HQ0034·09-A-301 0

Page29 of44

AMOUNT $0.00

$0.00

AMOUNT $0.00

$0.00

AMOUNT $0.00

$0.00

Page 30: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ITEM NO SUPPLIES/SERVICES QUANTllY UNIT Dollars, u.s.

UNIT PRICE 1002

om oN Materials and Travel FFP The Contractor shall perform the requirements delineated in the attscbed PWS. SIGNAL CODE: A

NETAMf

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 100201 omoN Funding CLIN 1002

FFP Funding CLIN 1002 SIGNAL CODE: A

NET AMf

ITEM NO SUPPLIES/SERVICES QUANTllY UNIT Month8

UNIT PRICE 2001 OPTION MisSion Support Services

FFP The Contractor shall perform the requirements delineated in the attached PWS. SIGNAL CODE: A

NETAMf

HQ0034-09-A-30 10

Page 30 of44

AMOUNT $0.00

$0.00

AMOUNT $0.00

$0.00

AMOUNT $0.00

$0.00

Page 31: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ITEM NO 200101 OPTION

SUPPLIES/SERVICES

Funding CLIN 2001 FFP Funding CUN 2001 SIGNAL CODE: A

QUANTITY

ITEM NO SUPPUES/SERVICES QUANIITY 2002

OPTION Materials and Travel FFP

UNIT

UNIT Dollan1,

u.s.

UNIT PRICE

NETAMf

UNIT PRICE

The Contractor shall perform the requirements delineated in the attached PWS. SIGNAL CODE: A

ITEM NO SUPPLIES/SERVICES QUANTITY 200201 OPTION Funding CLIN 2002

FFP FWiding CLIN 2002 SIGNAL CODE: A

NETAMf

UNIT UNIT PRICE

NETAMf

HQ0034-09-A<~O 10

Page 31 of44

AMOUNT $0.00

$0.00

AMOUNT $0.00

$0.00

AMOUNT $0.00

$0.00

Page 32: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT Months

UNIT PRICE 3001 OPTION Mission Support Services

FFP The Contractor shall perform the requirements delineated in the attached PWS. SIGNAL CODE: A

NETAMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 300101 OPTION Funding CLIN 3001

FFP Funding CLIN 3001 SIGNAL CODE: A

NETAMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT Dollars,

u.s.

UNIT PRICE 3002

OPTION Materials and Travel FFP The Contractor shall perform the requirements delineated in the attached PWS. SIGNAL CODE: A

NET AMT

HQ0034-09-A-30 10

Page 32 of44

AMOUNT $0.00

$0.00

AMOUNT $0.00

$0.00

AMOUNT $0.00

$0.00

Page 33: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ITEM NO 300201 OPTION

SUPPLIES/SERVICES

Funding CLIN 3002 FFP Funding CLIN 3002 SIGNAL CODE: A

QUANTITY

ITEM NO SUPPLIES/SERVICES QUANTITY 4001 OPTION Mission Support Services

FFP

UNIT

UNIT Months

UNIT PRICE

NETAMT

UNIT PRICE

The Contractor sball perform the requirements delineated in the attached PWS. SIGNAL CODE: A

ITEM NO SUPPLIES/SERVICES QUANTITY 400101 OPTION Funding CLIN 4001

FFP Funding CLIN 4001 SIGNAL CODE: A

UNIT

NETAMT

UNIT PRICE

NETAMf

HQ0034-09-A-3010

Page33 of44

AMOUNf $0.00

$0.00

AMOUNf $0.00

$0.00

AMOUNT $0.00

$0.00

Page 34: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ITEMNO SUPPLIES/SERVICES QUANTilY 4002

OPTION Materials and Travel FFP

UNIT Dollars,

u.s.

UNIT PRICE

The Contractor shall perform the requirements delineated in the attached PWS. SIGNAL CODE: A

ITEM NO SUPPLIES/SERVICES QUANTilY 400201 oPTION Funding CLIN 4002

FFP Funding CLIN 4002 SIGNAL CODE: A

NETAMT

UNIT UNIT PRICE

NETAMT

HQ0034-09-A-3010

Page34 of44

AMOUNT $0.00

$0.00

AMOUNT $0.00

$0.00

Page 35: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30l0

Page 35 of44

CONTRACT MINIMUM/MAXIMUM QUANTITY AND CONfRACT VALUE

The minimum quantity and contract value for all orders issued against this contract shall not be less than the minimum quantity and contract value stated in the following table. The maximum quantity and contract value for all orders issued against this contmct shall cot exceed the maximwn quantity and conttact value stated in the following table.

MINIMUM QUANI1TY $0.00

MINIMUM AMOUNT $0.00

MAXIMUM QUANfiTY 1BD

MAXIMUM AMOUNT $ 100,000,000.00

CUN DEUVERY!f ASK ORDER MINIMUMIMAXIMUM QUANfiTY AND CLIN ORDER VALUE

The minimum quantity and order value for the given Delivecy!fask Order issued for this CLIN shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for the given Deliverytrask Order issued for this CLIN shall not ex.ceed the maximum quantity and order value stated in the following table.

MINIMUM CUN QUANfiTY All CLINS $0.00

MINIMUM AMOUNT $0.00

MAXIMUM QUANTITY 1BD

MAXIMUM AMOUNT $100,000,000.00

Page 36: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-301 0

Page36 of44

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 000101 Destination Government Destination Government 0002 Destination Government Destination Government 000201 Destination Government Destination Government 1001 Destination Government Destination Government 100101 Destination Government Destination Government 1002 Destination Government Destination Government 100201 Destination Government Destination Government 2001 Destination Government Destination Government 200101 Destination Government Destination Government 2002 Destination Government Destination Government 200201 Destination Government Destination Government 3001 Destination Government Destination Government 300101 Destination Government Destination Government 3002 Destination Government Destination Government 300201 Destination Government Destination Government 4001 Destination Government Destination Government 400101 Destination Government Destination Government 4002 Destination Government Destination Government 400201 Destination Government Destination Government

DEliVERY INFORMATION

CLIN DELIVERY DATE QUANTilY SHIP TO ADDRESS UIC

0001 POP 01-FEB-2009 TO N/A OSD DEFENSE RESEARCH AND HQ0287 31-JAN-20 1 0 ENGINEERING

3030 DEFENSE PENTAGON WASHINGTON DC 20301-3030 FOB: Destination

000101 POP 01-FEB-2009 TO N/A (SAME AS PREVIOUS LOCATION) HQ0287 31-JAN-2010 FOB: Destination

0002 POP 0 1-FEB-2009 TO N/A (SAME AS PREVIOUS LOCATION) HQ0287 31-JAN-20 I 0 FOB: Destination

000201 POP 01-FEB-2009 TO N/A (SAME AS PREVIOUS LOCATION) HQ0287 31-JAN-2010 FOB: Deatination

1001 POP Ol-FEB-2010TO N/A (SAME AS PREVIOUS LOCATION) HQ0287 31-JAN-2011 FOB: Destination

100101 POP 0 1-FEB-2010 TO NIA (SAME AS PREVIOUS LOCATION) HQ0287 31-JAN-20 11 FOB: Destination

Page 37: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09~A-3010

Page37 of44

1002 POP 01-FEB-2010 TO N/A (SAME AS PREVIOUS LOCATION) HQ0287 3_1-JAN-2011 FOB: Destination

100201 POP 01-FEB-2010 TO N/A (SAME AS PREVIOUS LOCATION) HQ0287 31-JAN-20 11 FOB: Destination

2001 POPOI-FEB-2011 TO N/A (SAME AS PREVIOUS LOCATION) HQ0287 31-JAN-2012 FOB: Destination

200101 POP 01-FEB-2011 TO N/A (SAME AS PREVIOUS LOCATION) HQ0287 31-JAN-2012 FOB: Destination

2002 POP 01-FEB-2011 TO N/A (SAME AS PREVIOUS LOCATION) HQ0287 31-JAN-20 12 FOB: Destination

200201 POP 01-FEB-2011 TO N/A (SAME AS PREVIOUS LOCATION) HQ0287 31-JAN-2012 FOB: Destination

3001 POP 01-FEB-2012 TO N/A (SAME AS PREVIOUS LOCATION) HQ0287 31-JAN-2013 FOB: Destination

300101 POP 01-FEB-2012 TO N/A (SAME AS PREVIOUS LOCATION) HQ0287 31-JAN-2013 FOB: Destination

3002 POP 01-FEB-2012 TO N/A (SAME AS PREVIOUS LOCATION) HQ0287 31-JAN-2013 FOB: Destination

300201 POP 01-FEB-2012 TO N/A (SAME AS PREVIOUS LOCATION) HQ0287 31-JAN-2013 FOB: Destination

4001 POP 01-FEB-2013 TO N/A (SAME AS PREVIOUS LOCATION) HQ0287 31-JAN-2014 FOB: Destination

400101 POP 01-FEB-2013 TO N/A (SAME AS PREVIOUS LOCATION) HQ0287 31-JAN-2014 FOB: Destination

4002 POP 01-FEB-2013 TO N/A (SAME AS PREVIOUS LOCATION) HQ0287 31-JAN-2014 FOB: Destination

400201 POP 01-FEB-2013 TO N/A (SAME AS PREVIOUS LOCATION) HQ0287 31-JAN-2014 FOB: Destination

Page 38: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

CLAUSES INCORPORATED BY REFERENCE

.52.217-5 52.217-8 52.217-9 52.233-1 Alt I 52.237-3

Evaluation Of Options Option To Extend Services Option To &tend The Term Of The Contruct Disputes (Jul2002)- Alternate I Continuity Of Services

CLAUSES INCORPORATED BY FULL TEXT

CONTRACTING OFFICER'S REPRESENTATIVE (COR) (MARCH 2007)

JUL 1990 NOV 1999 MAR2000 DEC 1991 JAN 1991

HQ0034-09-A-3010

Page38 of44

The COR, (COL Miebael Sanders, OSD-ATL (703) 681...(5607) is a representative for the Government with limited authority who has been designated in 'Writing by the Contracting Officer to provide ~hnical direction, clarification, and guidance with respect to existing specifications and statement of work (SOW)/statement of objectives (SOO) as estabLished in the contract. The COR also monitors the progress and quality of the Contractor's perfonnaoce for payment purposes. The COR shall promptly report Contractor performance discrepancies and suggested corrective actions to the Contracting Officer for resolution.

The COR is NOT authorized to take any direct or indirect actions or make any commitments that will result in · changes to price, quantity, quality, schedule, place of performance, delivery or any other terms or conditions of the written contract

The Contractor is responsible for promptly providing 'Written notification to the Contracting Officer if it believes the COR bas requested or directed any change to the existing contract (or task/delivery order). No action sbaJI be taken by the Contractor for any proposed change to the contruct until the Contracting Officer bas issued a written directive or written modification to the contract (or task/delivery order). The Government will not accept and is not liable for any alleged change to the contract unless the change is included in a written contract modification or directive signed by the Contracting Officer.

If the Contracting Officer bas designated an Alternate COR (ACOR), the ACOR may act only in the absence of the COR (due to such reasons as leave, official travel, or other reasons for which the COR is expected to be gone and not readily accessible for the day).

COR authority IS NOT delegable.

INVOICING INSTRUCTIONS (WHS, A&PO Mar 2007)

In compliance with DFARS 252.232-7003, "Electronic Submission of Payment Request (March 2003)", Washington Headquarters Services, Acquisition & Procurement Office (WHS, A.&PO) utilizes WA WFRRA to electronically process vendor request for payment The web based system is located at https://wawf.eb.mil, which provides the technology for government contractoB and authorized Department of Defense (DOD) penonnel to generate, capture and process receipt and payment-related documentation in a paperless environment The contractor is required to utilize this system when submitting invoices and receiving reports UDder this contract. Submi<lsion of bard copy DD250!Invoice!Public Vouchers (SFI034) will no longer be accepted for payment

The contractor shall (i) ensure an Electronic Business Point of Contzact is designated in Central Contructor Registration at http://www.ccr.gov/ and (ii) register to use WA WF-RA at httos://wawf.eb.mil

Page 39: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 10

Page39 of44

within ten (10) days after award of the contract or modification incorporating WA WF-RA into the contract. The designated CCR EB point of contact is responsible for activating lhe company's CAGE code on WA WF by calling l-866-618-5988. Once the company CCR EB is activated, the CCR EB will self-register on the WAWF and foUow the instructions for a group administrator. Step by step instructions to register are available at httD://wawf.eb.mil.

The contraetor Is directed to &elect either "Invoice as %-ln-1" for servic:et only or "Invoice and Rec:eiv1D1 Report (Combo)" for suppUes or any combination of goods and services. Both types of invoices fulfill the requirement for submission of the Material Inspection and Receiving Report. DD Form 250.

Back up documentation may be attached to the invoice in W A WF wtder the "Mise Info" tab. Fill in all applicable information under each tab.

The following required information should automatically pre-populate in W A WF; if it does not populate, or does not populate correctly, enter the following information:

"Issue by DoDAAC" field enter HQ0034

"Admin DoDAAC" field enter HQ0034

"Payment DoDAAC" field enter HQ0338

••service Acceptor/Extension" or "Ship to/ Extension" field enter HQ0034 OSDTMS

"Inspect By DoDAAC/ EXT' fields HQO::Z87

"LPO DoDAAC/ EXT' fields - Leave blank

Contractor shall verify that the DoDAACs automatically populated by the W A WF-RA system mateh the above information. If these DoDAACs do not matcb then the contractor shall correct the field(s) and notify the contracting officer of the discrepancy (ies).

Take special care when entering Line Item information. The Line Item tab is when: you will detail your request for payment and material/services that were provided based upon the contracl Be sure to fill in the following items exactly as they appear in the contract:

0 Item Number. If the contract schedule has more than one ACRN listed as sub items under the applicable Contract Line Item Number (CLIN), use the 6 chalacte.r, separately identified Sub Line Item Number (SUN) (e.g. - 0001AA) or Informational SUN (e.g.- 000101), otherwise use the 4 character CUN (e.g.-0001).

0 ACRN: Fill~in the applicable 2 alpha character ACRN that is associated with the CLIN or SLIN.

Note- DO NOT INYOICE FOR MORE THAN IS STILL AV AlLAJJLE UNDER ANY CUNISLIN/ ACRN.

0 UnitPrice

: J Unit of Measure

Shioment numbers must be formatted as follows:

Tb.ree (3) alpha charac:ters followed by four (4) oumeric cbaracters.

For Services, enter 'SER' foUowed by the last 4 digits of the invoice number.

For Construction, enter 'CON' followed by the last 4 digits of the invoice number.

Page 40: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 10

Page 40 of44

For Supplies, enter 'SUP' followed by the last 4 digits of the invoice number.

If the invoice number is less than 4 digits, enter leading zeros.

Before closing out of an invoice session in W A WF -RA but after submitting your document or documents, the contractor will be prompted to send additional email notifications. . Contractor shall click on "Send ~ore Email No.tification" on the page tha\ !PPeaQ. Add the foJ!owipg pmail add.resst~.:.(b-::)~(6~) -:---:-:--:---:---:-:-'J [email protected], an~(~)(6 ) !in the first email address block and add any other additional email addresses destred in the following blocks. This additional notification to the government is important to ensure that all appropriate persons are aware that the invoice documents have been submitted into the W A WF-RA system.

If you have any questions regarding WAWF, please contact the WAWF Help Desk at 1-866-618-5988.

OCI ORGANIZATIONAL CONFLICT OF INTEREST COCO

a. Pwpose: The primary pmpose of this clause is to aid in ensuring that:

(1) the Contractor's objectivity and judgment are not biased because of its present, or clllTtlntly planned interests (fmancial, contractual, organizational, or otherwise) which relate to any work issued pursuant to this agreement;

(2) the Contractor does not obtain an unfair competitive advantage by virtue of its access to non-public Government information regarding the Government's program plans and actual or anticipated resources; and

(3) the Contractor does not obtain any unfair competitive advantage by virtue of its access to proprietary information belonging to others.

b. Scope: The restrictions described herein shall apply to performance or participation by the Contractor and any of its affiliates or their successors in interest (hereinafter collectively referred to as "Contractor") in the activities covered by this clause as prime contractor, subcontractor, co-sponsor, joint venture, consultant, or in any similar capacity. Tbe term "propriewy information" for the purposes of this clause is any information considered to be so valuable by its owner that it is held in secret by them and their licensees. Information furnished volunlarily by the owner without limitations on its use, or which is available without restrictions from other sources, is not considered proprietary.

(1) Access To and Use of Government Information: If the Contractor, in the performance of this contract, obtains access to information such as plans, policies, reports, studies, fmancial plans, or data which has not been released or otherwise made available to the public, the Contractor agrees that without prior written approval of the Contracting Officer, it shall not: (a) use such information for any private purpose unless the information has been released or otherwise made available to the public, (b) compete for work based on such information a.fter the completion of this contract, or until such information is released or otherwise made available to the public, which ever occurs first, (c) submit an unsolicited proposal to the Government which is based on such information after such information is released or otherwise made available to the public, or (d) release such information unless such information has previously been released or otherwise made available to the public by the Govemment.

Page 41: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 10

Page41 of44

(2) Access To and Protection of Propriety Infonnation: The Contractor agrees that. to the extent it receives or is given access to proprietary data, trade secrets, or other confidential or privileged technical, business, or financial information (hereinafter referred to as "proprietary data,.) under this contract, it shall treat such information in accordance with any restrictions imposed on such information. The Contractor :further agrees to enter into a written agreement for the protection of the proprietary data of others and to exercise diligent effort to protect such proprietary data from unauthorized use or disclosure. In addition, the Contractor shall obtain from each employee who has access to proprietary data under this contract, a written agreement that shall in substance provide that such emplo~ shall not, during his/her employment by the Conlractor or thereafter, disclose to others or use for their benefit. proprietary data received in connection with the work under this contracL The Contractor will educate its employees regarding the philosophy of Part 9.505-4 of the Federal Acquisition Regulation so that they will not use or disclose proprietary information or data generated or acquired in the performance of this contract except as provided herein.

c. Subcontracts: The Contractor shall include this or substantially the same clause, including this paragraph, in consulting agreements and subcontracts of all tiers. The terms "Contract," "Contractor," and "Contracting Officer," will be appropriately modified to preserve the Government's right8.

d. Disclosures: If the Contractor discovers an organizational conflict of interest or potential conflict of interest after award, a prompt and full disclosure shall be made in writing to the Contracting Officer. This disclosure sball be made on the OCI Analysis/ Disclosure Form provided as an Attachment to this agreement, and shall include a description of the action the Contractor has taken or proposes to take in order to avoid or mitigate such conflicts.

e. Remedies and Waiver:

(1) For breach of any of the above restrictions or for non-disclosure or misrepresentation of any relevant facts required to be disclosed concerning this contract, the Govemro.ent may terminate this conlract for default, disqualify the Contractor for subsequent related contractual efforts, and pursue such other remedies as may be permitted by law or the contract. H, however, in compliance with this clause, the Contractor discovers and promptly reports an organizational conflict of interest (or the potential thereof) subsequent to contract award, the Contracting Officer may terminate this contract for the convenience of the Government if such termination is deemed to be in the best interest of the Government.

SB P ARTICIP ATIONIREP0RTING Sod~Ecoaomlc Program BusiDeu Participatioa/Reportlng

The Government wishes to cultivate socio-economic business soun:es in support ofOUSD AT&L requirements. To that end, the Government intends to actively monitor each BPA holder's efforts to include socio-economic program participation under all awarded Task Orders. For purposes ofBPA evaluations, the offeror shall provide historical data pertaining to the DoD's socio-economic goals. Specifically, the offeror shall illuslrate its previous use of socio­economic program businesses in the form of subcontractor or teaming arrangements under previous acquisitioas with a federal agency or p~vate industry. For purposes of Task Onter 0001 evaluations, the offeror shall provide its plan for utilization of socio-economic program businesses in the perfonnance of Task Order 0001.

For Task Order 0001 and all subsequent Task Orders awarded against the multiple BPAs, and on a quarterly basis, each Contractor shall report on small business participation under awarded Task Ontem. This quarterly report must show both total task order dollars and total small business dollars in each socio-economic category for each task order. Using this data, the contractor shall also measure and calculate the afore-mentioned small business participation as a percentage of total Task Order dollars in each socio~economic category for each task order. In the event a Task Order contains little or no small business participation, the Contractor shall include an explanation regarding why small business(es) are not participating in the perfunnance of that order.

Page 42: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 10

Page42of44

Report results will be objectively revie~ against WHS Subcontracting Goals set for1h below; and the Contractors demonstrated commitment to supporting the Governments goal of cultivat:iog small business sou.n:es in support of OUSD AT &L will also be evaluated.

WHS Subcontracting Goals Small busines8 Small-disadvantaged business Woman-oWDed small business HUB Zone Service-Disabled Veteran-Owned Small Business

41% 15% 6.5% 4.5% 3%

The Contmctor's results under any awarded task orders will be included in any past performance reporting that may be requested against this BP A.

KEY PERSONNEL KEY PERSONNEL

(a) The Contractor shall notify the Contracting Officer prior to making any changes in persoDilfll assigned to key positions. The key positions fll'e defined as:

(l) Senior Data Analyst (2) Senior Tools Analyst (3) Senior Services Analyst (4) Senior Services Policy Analyst (International Programs and Standards) (5) Lead Coordinator (6) Secretariat Analyst

(b) During the fll'St ninety (90) calendar days of performance, the Contractor shall make no substitutions of key personnel unless illness, death, or tennination of employment necessitates the substitution. The Contractor shall notify the Contracting Officer as soon as possible after the occurrence of any of these events and provide the information required below. After the initial ninety (90) calendar day period, the Contractor may propose substitutions. The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. The Contractor shall, prior to making any substitution permanent, demonstrate to the satisfaction of the Contracting Officer that the qualifications of the proposed substitute persoDilfll are equal to or better lhan the qualifications of the personnel originally identified for the position. The Contracting Officer will notify the Contractor within 15 calendar days after receipt of all required information of the decision on proposed substitutions.

Page 43: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-3010

Page43 of44

NONDISCLOSURE In the course of performance pursuant to this contract, the contractor will access nonpublic information, including Planning, Programming, Budgeting and Execution (PPBE) information. Contractor agrees that it will not use or disclose any such infonnation unless authorized by the COR/CO. Contractor further agrees that it will use i1S best efforts to ensure that its employees and others performing services under this contract \\fill not use or disclose any such i.n.formation unless authorized by the COR/CO. To that end, Contractor agrees that each of its employees and other performing duties under this bridge contract will sign the Certificate of Nondisclosure set forth below.

Nondisclosure Agreement For Contract HQ0034-09-A-3010

My duties include work a.ssignmen~ and responsibilities in which I may acquire personal knowledge of or access to information concerning the development of recommendations relating to the M&S CO Mission Support Services in support of Contract HQ0034-09-A-30 10. I understand and agree that it is my duty and obligation to comply with the provisions of this Agreement respecting such information and that my violation of this Agreement may result in disciplinary action, including termination from my position.

I. I understand that the development of any information, written or oral, pursuant to this study. is an official and sensitive deliberative process. "Written'' infonnation includes all electronic and bard copy forms of communication to or from the DoD whether public, official, non-official, confidential, privileged, sensitive or classified. I further undentand that the development of such information is not limited to .finaJ document or products, but also, includes all draft and feeder documents, briefings and notes, as well as any other related oral or written communication.

2. The genem.l public and all levels of government have a right to expect and trust that the process will be conducted objectively and impartially. Any unauthorized disclosure of information undermines that expectation and trust and therefore, is prohibited. Unauthorized disclosures may also constitute a violation of law, and a violation of Department of Defense (or other agency) directives, regu1atioll8, policies or guidance. I hereby promise not to dild.ose any study related Information, except as specifically authoriud.

3. I further understand that any document or any other written communication whether draft or final, is the official property and record of the DoD and shall be retained, disseminated, released, and destroyed in accordance with requirements oflaw and applicable lavvs, directives, ~egulations, instructions, policies or guidance.

4. I undentand that the provisions of this Agreement bind me perso.nally until DoD makes public the .report. a.s may be amended, even if I am reassigned to other duties or stations, retire, or otherwise cease employment or any contract, agency, or other relationship or association with "contractor fum" ..

Signature Date

Page 44: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034~09-A-30 l 0

Page 44of44

ADR ALTERNATE DISPUIE RESOLUTION

The parties to this contract agree that swift, inexpensive and amicable resolution of disagreements is in our mutual interesL The parties further agree that Alternate Disputes Resolution (ADR) can contribute significantly to the shared goal of resolving disagreements swiftly and efficiendy. Therefore, the parties agree to the oon~binding usc of ADR in an effort to seek final disposition of disagreements within the timeframes set forth below:

Resolution Amount in Controversy Period after Receipt of Written Notice

$250K or less Not to exceed 60 days

S250,001K~$1M Not to exceed 90 days

Over$1M Not to exceed 120 days

The parties Bcgree that one or more of the following ADR methods may be utilized~ mediation. azbitration, mini-trial, establishment of an Executive Dispute Resolution Committee consisting of principals of the owner and the builder, establishment of a standing Dispute Resolution Board made up of impartial third parties ( ea.cb party shall elect one member and the third shall be elected by the two patty-designated members) at any time during contract performance. The parties fwther agree that the ue of ADR is entirely voluntary and nothing in this provision shall affect the rights of either party under the clause entided "Disputes," FAR 52.233-1 .

Page 45: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOUCITATION/MODIF1CATION OF CONTRACT I I . CONTRA~ID OODE I PAGE OF PAGES

1 1 3 2 . AMENDMEN1YMOOIFICA TION NO. 3. EFFEC'JJVE DATE 4. R.EQUISmON/PUilCHASE R.EQ. NO. I S.PROJECTNO.(Ifapplic.~ble)

RXI001 20-Feb-2009

6.1SSU£DBY 000£ 1-0)034 1. ADMINISTERED BY {lfo!hct d!111IU...6) CODE I Y1HS,o(;QU161Tl)N 6 PAOCURSIENT OFFICE

See Item 8 1 1'00 N. MClORE STREET su~te ROSlUN VA 2:2215-1901

8. NAME AND ADDRESS OF CONTRACfOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF ~LICIT AT ION NO. BOOZ ~ Hotlo!ILTON INC. l<llloti!ERI.. y FWUIEJl. 98. DATED(SEE ITEM 1 I) 8283GREENSBORO OR MCLEAHVA 221~

X I OA. MOD. OF CONTRACf /ORDER NO. t-Q0034-09-A-301 0

lOB. DATED (SEE ITEM 13)

CODE 17038 I FACILlTY CODE X 01-Feb-2009

11. TIDS ITEM ONLY APPLIES TO AMENDMENTS OF ~LICIT AT IONS

D'Thelbovenunt.eredaolititalionis a~E!ldadiii5Cl t:.Jth in luml4. lllehouriDddates~'~~~~ f>rn:ceipt oro• D is caendod. 0 is not e:neoofcd.

Oll:r uustockoowladgc rteeipt oftlliaiiiCDdmmt prior to the hour lll1d date spccifiad in !he solicitation or u IIUEnded by one of tile illlowi113 JD:tbodl:

(1) By oo""ledog !tamS IIIII IS, md n:tuming copie:~ oftbc ~~.J~~C:~~dar:nl; (b) By a:bowladglng roccipt oflhis IIIICid=nt on mch copy oflhe oa.-subniued;

or(c) By ao:pcW leUc::t'or tdcgnmwhich includCII 1 ~~ 10 thesolici131ion lll1d aDZDdra:nt nuabc:ll. FAn..UR.E OF YOURACKNOWLEOOMEHT10 BE RECEIVED AT1HE PUC£ DESIGN A TEO RlR 1HE RECEIPT OF OFFERS PRIOR 10 1HE HOUR AND OA lE SPECIFIED MAY RESULT IN

R.EEcnO'N OF YOUR OFFER. lfby virt\le ol'lllium:ndm:::nt you de:~itc 10 ch111ge Ill oa.- olrcady aubaict.ed, sucb c~e nay be !Dideby tclcp~mor letter, p10vidad cao::h tdqpunor loUcrlllllu:::lld2= 10 tbo solicil&tioa •ad chi3 ana1dnalt, •nd is ....avad prior to !he opening hour md date s~fied.

12. AOCOUNI'ING AND APPROPRIATION DATA (If required)

13. TIUS ITEM APPLIES ONLY TO MODlFlCA TJONS Of CONTRACfSQRDERS. IT MODIFlESTHECONTRACf/ORDERNO. ASDE!CRIBEDIN ITEM 14.

A. TIDS OIANGE ORDER lS I~D PURSUANT TO: (Specify authority) THE CHANGES SET FOIU H IN ITEM 14 ARE MADE IN THE CONI'RACf ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONI'RACf /ORDER IS MODIFIED TO REFLECf THE ADMINISfRA TIVB CHANGES (St£h as changes in paying office, approprilllion date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITYOFFAR43.103(B).

C. TIDS SUPPLEMENTAL AGffiEMENT IS ENTERED INTO PURSUANT TO AUfHORlTY OF:

x D. afHER(~Ify type ofmodifil:ation and authority) FAR52.243-1 Olanges -·Axed Rice

E.IMPORT ANT: Contractor [g) is not, D is requin:d to sign this cbcument and return copim to the issuing office.

14. DEOCRIPTION OF AMEND.MENI'IMODiflCATION (Organizec1by UCF section headings, including solicitation/contract S\Jiject matter where feasible.) ModifiCation Control Number: fennelc096n

SEE SlAM\Rf CF OiAt.a:s

Elf<lCPC• providod.ltaain, all cenm 111d conditio111 oftbedocum:::ot rci::n:nccd in llan9A or lOA, as boretofn"Oclwtgad, realns unehlllgad and in fill fm:c BDd clb:t.

I SA. NAME AND TITLE OF SI<NER.(Type or print) 16A. NAME AND TITLE OF CONTRACfiNG OFfiCER (Type or prillt) KIM FERNANDEZ I OONTRACTING OFfiCER/TEAM lEAD

T8..: ~1578 e.tAil; lfm.~.tril

158. CONTRACTOR/OFFEROR I SC. DATE SIGNED 168. UNITEDSfATESOF AMERICA 16C. DATE SIGNED

avl~o.'O~ 20-Feb-2009 (Sigparure of person authorized to sign) (Signature of Contracting Officer)

EXCEPTION TO SF 30 APPROVED BY OIRM 11-84

30-lOS-04 Sf ANDARD IDRM 30 (Rev. 10-83 PrtlSCribed by OSA FAR(48 CFR) S3.243

Page 46: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTIONSF30BLOCK14CONT~ATIONPAGE

SUMMARY OF CHANGES

The purpose of this modification is to hereby make the following revisions:

HQ0034·09·A-3010 POOOOl

Page2 of3

A. Revise Section 5.1.3 "Key Personnel", Sub-section entitled "Substitution of Key and Non-Key Personnel", under paragraph (b) of the Task Work Statement to read:

FROM:

(b) During the fmt year of performance, the Contractor shall make no substitutions of key personnel unless illness, death, or termination of employment necessitates the substitution. The Contractor shall notifY the Contracting Officer as soon as possible after the occwreoce of any of these events and provide the information required below. After the first year, the Contractor may propose substitutions. The Contractor shall provide a detailed explanation of the circumstances oecessitaring the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. The Contractor shall, prior to making any substitution permanent, demonstrate to the satisfaction of the Conttacting Officer that the qualifications of the proposed substitute personnel are equal to or better than the qualifications of the personnel originally identified for the position. The Contracting Officer will notifY the Contractor within 15 calendar days after receipt of aU required information of the decision on proposed substitutions.

TO:

(b) During the first year of performance, the Contractor shall make no substitutions of key personnel unless illness, death, or termination of employment necessitates the substitution. The Contractor shall notifY the Conttacting Officer as soon as possible after the occurrence of any of these events and provide the information required below. However, the Contractor may request substitutions in writing to the Procurement Contracting Officer (PCO). 'The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. The Contractor shall, priOr to making any substitution pennanent, demonstrate to the satisfaction of the Contracting Officer that the qualifications of the proposed substitute personnel are equal to or better than the qualifications of the personnel originally identified for the position. The Contracting Officer wiU notify the Contractor within 15 calendar days after receipt of all required information of the decision on proposed substitutions.

B. Revise KEY PERSONNEL Clause at paragraph (b) to read:

FROM:

(b) During the fU'St ninety (90) calendar days of performance. the Contractor shall make no substitutions of key personnel unless illness, death, or termination of employment necessitates the substitution. The Contractor shall notifY the Conttacting Officer as soon as possible after the occummce of any of these events and provide the information required below. After the initial ninety (90) calendar day period, the Contractor may propose substitutions. The Con.b:actor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. 'The Contractor shall, prior to making any substitution permanent, demonstrate to the satisfaction of the Contracting Officer that the qualifications of the proposed substitute personnel are equal to or better than the qualifications of the personnel originally identified for the position. The Contracting Officer will notifY the Contractor within 15 calendar days after receipt of all required information of the decision on proposed substitutions.

Page 47: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

TO:

HQ0034-09·A-3010 POOOOl

·Page 3 of3

(b) Durlng the first year of performance, the Contractor shall make no substitutions of key pe.rso.an.el unless illness, death. or termination of employment necessitates the substitution. The Contractor sball notify th.e Contracting Officer as soon as possible after the occurrence of any of these events and provide the information required below. Howewr. the Contractor may request substitutions in writing to the Procurement Contracting Officer (PCO). The Contractor shall provide a detailed explanation of the circumstances necessitatiDg the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. The Contractor shall, prior to making any substitution permanent, demonstrate to the satisfaction of the Contracting Officer that the qualifications of the proposed substitute personnel are equal to or better than the qualifications of the personnel originally identified for the position. The Contracting Officer will notify the Contractor within 15 calendar days after receipt of aU required information of the decision on proposed substitutions.

C. All other terms and conditions remain unchanged.

D. End of modification POOOO 1.

Page 48: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOUCITATION/MODmCATION OF CONTRACT I'· CON'JlV.~'rtD CODE I PAGE OF PAGES

1 1 2 2.AM£NDMENTIMODII'ICA TION NO. l. EFFEC'JlV.E DA TB 4. REQUJSmON/PURCHASER£Q. NO. $. PROJECTNO.{tfapplle~ble)

F00002 01-Fe~2010

6.ISSUEDBY CODE H:.l0034 7.ADMINISTER£D BY (Ifothertllan itcm6) CODE I tQX)34 WiS ACOOISI'R)N. PROCUREMENT OFFICE

WiSACQliiSillllt & f'ROCUREMEHT OFfiCE 1lOON. MOORE STREET 11~0EFEHSIE Pan' /IGOH SUifE1425 Wl!SHINGTON OC atlOI-11~ ROSSLYN VA2Z!& 1il01

8. NAME AND ADDRESS OF CONTRACTOR (No., Sreet, County, Sate and Zip Code) 9A. AMENDMENT OF SlLICIT AT ION NO. IJX)l!: AU,Soj IWo!LlUN INC. IQMBERI. y PAAIQ:R 98. DATED(SEE ITEM 11) 8:183GRE£NS'l'llf'l0 OR hiOJ:AHVAZl1~

X lOA. MOD. OF CONTRACT/ORDER NO. 1-00034-09-A-3010

lOB. DATED (SEE ITEM 13)

CODE 17038 IFACTI.ITY CODE X 01-Feb-2009

11. TfDS ITEM ONLY APPUES TO AMENDMENTS OF &)LICIT AT IONS

Olbeaboverwutcmholieitation is emended u set i>r1h in Itaul4. Thehour&ll.d. dlllcapecUied ilr&Weipt o!Uii:f 0 itQ!eMed, 0 is notexlcnded.

Oltruust aclmowlcdgc ru:eipt of\his amcndm:tlt prior to the b.our and dale spa:ified in tbo solicitation oru am:udcd by ooc ofthc illlowing m:thodl: (a) By colq1leting Ilmll8 a.rul IS, and muming copies oftbe a.r:a::ndmcnt; (b) By acknowledging receipt of this amr:nd.!mlt on each oopy oflho oltrsubnitted; or(c) By uplllllleleucrortdegt~~X~wbieh includea a rd:~mcclo tbcsolicitatioo and am:ndlm:lt nullbc:n. FAll..URE OF YOUR ACKNOWLEDGMENTlO BE RECElVED A T1H6 PLACE DESIGN A TED FOR niE R.ECEIPTOFOFFERS PRIOR 10 1HE HOUR AND DATil SPECiflED MAY RESULT IN

REJECTlON OF YOUR. OfFER. llby virtue oRbit amcndm:nt you desire 10 change an o!!r tlmtdy subxrittcd, such <:llaqc msy be ltlldc by tclegnamor le11cr, p~vided eacllldegra~~~or lc:tlerllllkes td:n:ncc to tile solicillllion aDd !his a~JZDdmcot, and is received prior 10 tbe opmingllour and date spcciied.

12. ACCOUNTING AND APPROPRIATION DATA(Ifrequired)

13. THIS ITEM APPLIES ONLY TO MODiflCATIONSOF CONTRACfS'ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DE!LRIBED IN ITEM 14.

A. THIS CHANGE ORDER IS I~D PURSUANT TO: (~ecify lllllhority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACf /ORDER IS MODIFIED TO REFLECT THE ADMINISI'RA TIVE CHANGES (~has changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO TilE AliTHORITY OF FAR 43.1 03(8).

X C. THIS &JPPLEMENT AL A~EMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR52.217-9 Option to EXtend the Term of the O:lntract D. OTHER(Specify type of modification and authority)

E. IMPORT ANT: Contractor 0 is not, IKI is ra:Pred to sign this document 81ld return 1 copies to the issuing ofTJCe.

14. D~TION OF AMENDMENT IMODIHCATION (Orpnized by UCF sectioa headin~ including solicitation!CDntra.tt suiject matter v.flere feasible.) Modifu:ation Control Number: rchardl10350

The reason for this rrodiflcatlon Is to: A) Exercise Option year one B) Add FARclause52.227-14 Rights in Dlta-General

E~~~:ept as provided herein, alltenm and conditions oftbc document reitencod io Itcm9A or lOA, as hefttoilre chansed, n:mtillll unehlnged ad io. flllll~ and okt.

IS A. NAME AND TITLE OF SIGNER(Type or print) 16A. NAME AND TITLE OF CONTRACTING OmCER (Type or print) KIM FERNN40EZ /CONTJVCTING OFfiCER/TVIM 1DD

Ta: ~241'9 BAAil lim.~ml

I SB. CONTRACfORIOFFEROR JSC. DATE SIGNED 168. UNlTED Sf ATES OF AMERICA 16C. DATE SIGNED

BY 1 ~ o.--oke-e-1 ... ( 04-Jan-2010 (Signatwe of person authorized to sign) (Signature of Contracting otfK:er)

EXCEPTION TO SF 30 APPROVED BY OLRM ll-84

30-105-04 sr ANDARD FORM 30 (R.ev. 10-83 Pracribed by <&. FAR(48 Cf'R) 53.243

Page 49: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

SOLICIT ATION/CONI'RACT FORM

HQ0034·09·A-30 10 P00002

Page2of2

The 'mail invoices to the address shown in block' field bas changed from See Item 18 to 1.

SUPPUES OR SERVICES AND PRICES

CLIN 1001 The option status bas changed from Option to Option Exercised.

SUBCLIN 100101 The option status has changed from Option to Option Exercised.

CLIN 1002 The option status bas changed from Option to Option Exercised.

SUBCLIN 100201 The option status has changed from Option to Option Exercised.

The following have been added by reference:

52.227-14 Rights in Data--General DEC2007

(End ofSummary of Changes)

Page 50: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOLICITATION/MODIFlCATION OF CONTRACT I L .CONlRA~IDCODE I PAGBOf PAGES

1 J 2 2. AMENOMENT/MODIFICA OON NO. 3. EFFEC'IlVE DATE 4. R.EQUJSmON/PURCHASE REQ. NO. I'· PROJECfNO.(lflppLicablc)

RI0003 ~Jan-2011

6.ISSUEDBY CODB I-Q0034 7. ADMINISTERED BY (lfotherthlll item6) CODE I tal034 Vtt!S ACCXJISITOI & PROCUREMB'n' OFFIC£

W-IS ACQJISITI)H & F'ROCtiREMENT 011'1C! 1?IJO N. loiOORE STREET 11!5!5 OEFB'ISE 1'8CTN:DM SUITE 14:1!5 Wltai .. Gn:lllf oc :ittl01·11515 ROSS1.'Y1'4 VA 2:221»-11Kl1

8. NAME AND ADORE~ OF CONTRACTOR (No., Slreet, Co~mty, Slate and Zip Code) 9A. AMENDMENT OF li>LIOT AT ION NO. IIXl% AU.£N HAMILTON INC. I<IMEIERLY~ 9B. DATED(SEEITEM II) 8:'.EJ GReNseoRO DR WCLEAH VA221az..8M

X lOA. MOD. OF CONTRACT/ORDER NO. KJOO~A-3010

lOB. DATED (SEE ITEM 13}

CODE 17038 IFACIT.ITYCODE X 01-Fel>2009

11. THIS ITEM ONLY APPUES TO AMENDMENTS OF li>LIOT A TIONS

0 1bc abovo nuatlered solicitati oo i•lllll:lldcd Ill set iuth in Item 14. The hoiU' 111d dele 1peahd i>r m:dpt ofOJ& D iseo~CS~dal. 0 i• not c::ldended.

Olb RUSt ocblowlcdJc receipt oftbi.s ~~prior 10 !'be hounnd d&tespeeiicd io tbuolicitlltion or u llltCldcd by one oftbl: flllowiq Jl'dhodl:

<•> By coiJI).Lttioalten 8 ad ''· ud n:Qimtna __ copies of\111: ..m2~1; (b) By ICimowlcdgiq ra:cipt ollhi• IIODidiii:IIt 011 -h copy of me oll!nub'llin..d;

or(c) By s~ leiter or tclc:gnmwhicll iocludca alri:rat"" to tbc aolici~&tion md am::ndm::nt oufti)cn. FAILURE OF YOUR ACIO'IOWLEOOMENTlO BE RECEIVED A T'UIEPUCEDESIGNATED FOR mE RECEIPTOFOFFERSPRIOR TO mE HOUR AND DATE SPECIFIED MA YRESULTIN

RE.IECUON Of YOUR OPFER. lfby virt1je oflhisiiTI:Ddm:at you del ire to cheqeu olb elmody $Ubmncd. such cb&nge 1111)' bcmwlcby ldqp11mor later, pro~ided ea:ll tc:lqp11morlc:tla' tlllkcs ...t:n:occ to tbl:toliciwion ud tbis anmdaznt..and is =civcd prior to !he opcnina hour Pd dAite•JI(Q~cd.

12. A<XX>UNTINGAND APPROPRIATION DATA(Ifrcquired)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACfS'ORDERS. IT MODiflESTHECONTRACf/ORDERNO. ASDE!OUBEDIN ITEM 14.

A. TIUS CHANGE ORDER IS I~D PUR&JANT TO: (~ecify aulhority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACf ORDERNO.IN ITEM lOA.

R THE ABOVE NUMBERED CONT RACI' /ORDER IS MODIFIED TO REFLEcr THE ADMINISfRATIYE CHANGES (m:h u changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUfHORITY OF FAR43.103(B).

X C. THIS &JPPLEMENT AL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: 52217-9 D. OTHER (f:Pecify type of modification and authority)

E. IMPORT ANT: Contn1ctor (KJ is not, D is required to si~ this OOcun.tent and return copies to the issuing offK:e.

14. DESCRlPTION OF AMENDMENTIMODIFICATlON (Organized by UCF section headinp, including solicitation/contract ~cct mattes ..Were reuil¥.) Modification Cor~trol Number: phA!1ant11420

The purpose ollhls rrndlricamn Is to axt"cise Option Year 2 In accordance with FAR 17.207.

Extq~t IS provided hal:in. •11 tenD ad cooditioiU ofthe docunznt rei:rcnccd in ltan9A or lOA, IS beretotlre ch1111gcd, remains UllChaopl Rod in illlll•c:eaod diet.

IS A. NAME AND TITLE OF SIGNER (Type or print) 16A NAME AND TITLE OF CONTRACTING OFACER(Type or print) MICH.AB. MURTHA/ CONTRACTING OFFICER

TB.; ltn-EIS6-2478 EMAI~ nic:NII.nuh@•I'U'il

158. CONTRACTOR/OFFEROR lSC. DATE SIGNED 16R UNITED STATES OF AMERICA 16C. DATE SIGNED

BY ~~~--- ~ ~Jao-2011 (Sigaature of person authorized to sign) (Signature of Contracting Officer)

EXCEPTION TO SF 30 APPROVED BY OIRM 11-84

30·105·04 Sf ANDARD FORM 30 (Rev. 10-83 Preacnbcd by C&\ FARf48 CfR) 53.243

Page 51: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

SOLICITATION/CONTRACT FORM The vendor signature required required has been added. The number of award copies required has i.ru:rea.sed by I from 1 to 2.

SUPPLIES OR SERVICES AND PRICES

CLIN 2001 The option status bas changed from Option to Option Exercised.

SUBCLIN 200101 The option status has changed from Option to Option Exercised.

CLIN2002 The option status bas changed from Option to Option Exercised.

SUBCilN 200201 The option status has changed from Option to Option Exercised.

(End of Summary of Changes)

HQ0034-09-A-3010 P00003

Page2of2

Page 52: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOUCITATIONIMODmCATION OF CONTRACT ,l. CON'IltA~lD CODE I PAGEOF PAGES

1 1 2 2. AMENDMENm.tODIFICA llON NO. 3. E.FF:EC'IlVE DAn; 4. REQUISmON/PURCHASE REQ. NO. ,5. PROJECTNO.(Ifappll~le)

F00004 01-Feb-2012

6.ISSUEDBY CODE t-00034 7. ADMINIS'Il!RED BY (lfotherth&n item6) CODE li-Ql034 1M1S ACQUI5ITION & PROCURENENT OFFICE

IM-IS· ACQJISITON DIRECTORATe 1100 N. MClOIU: STREET 11ll60EA:NSE PI!!NT loGON SUI'TC142l5 Wl\&!111~ oc 2Cml-1151! ROSSl.. YN VAZZ2!5-1Q31

8. NAME AND ADDRESS OF CONTRACTOR (No., &reet, CoUDty, &ate and Zip Code) 9A. AMENDMENT OF 9JLIOTATION NO. llOQZ AI.I.EN HNolllTON INC. MATT l<DETTER 98. DATED (SEE ITEM II) 8283~DR MCLEAN VA%Z1Q2.4DI

X ~MOD. OF CONTRACT/ORDER.NO. 34-W-A-3010

108. DATED (SBE ITEM ll)

CODE 17038 I FACII.J.TY mDF. X 01-Feb-2009 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF 9JLIClT ATIONS

Dfu above llllldlaed aolieitatioa it III!ZIIded u ld flnll i o Jtcm 14. 1bc hour aod dauupec:i fed i>r ftiCCip t oro• 0 is Clllalded, 0 u not Clllellded.

Oi!rUIISt ~eknowlcdsel'lltei.pt oftbiaam:nd~t priort.o lbeh0011rud dM&epec:iled io thesolic:IDIIioo or&!llllll:llded by oneoftbe llllowioa 11111hods: (a) By co11J1lc:tina lt01111 8 111d u, 111d reQ.IrGioc copies oftbe IUI:aldm:nt; (1:>) By anowledain.~receipt oflhislni:Ddi'DCI'It oo call copy oftbe oll:r 111bnitted: or(c) By &q:IUUO letter or celliftlllwhich illclwla~c:c ID !be soli~lltioalllld lltllmdn:mt ouabcn. FAILUREOFYOUI.ACKNOWLBOOMENTTO BE RECEIVED A T'Tlffi PI..ACEDI!SIGNA TEO FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUll AND DAn; SPBCIFtEO MAY RESULT IN

R.EJEcnON 0 F YOUR Ofl'JOIL lfby virtue o ftlt is .llllllfldiDiillt you desire 1.0 c:hanae u o !b Ill n:ady s11bnittcd. su~h ch11111e lillY be made by tdeanmor lett ... , plO"'ided eiCb tetesnrmor letter II'Ue. ....tz.:ucc 11) tbeso lic:itatioo and tit is ameod:mu, aad i a ra:eived prior to lhc opeoina ho11r aod dalespo;i ted.

12. ACX:.:OUNTING AND APPROPRIATION DATA (If required}

13. THJSITEM APPLIES ONLY TO MODIFlCA TIONS OF CONTRACTSt'ORDERS. JT MODIFIES THE CONTRACT/ORDERNO. AS DE~RIBED IN ITEM 14.

A. THJS<HAN~ ORDER IS ISJED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM lOA.

8. THE ABOVE NUMBERED (X)NTRACT /ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as chauga in paying offiCe, appropriatioo date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE Al..ITHORITY OFF AR 43.1 03(8).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AliT HORITY OF: FAR52.217-9 Optbn 1o Extsnd the Term of the Contract D. OTHER(~ify type of modification and authority)

E. IMPORT ANT: CooU.Ctor ~ i3 not, 0 i.t req.lited to sign this ck>cument and return copies to the ~g office.

14. DESCRIPTION OF AMENDMENT /MODIFICATION (Organized by UCF section headinp, including solicitation/contract subject matter Miere feasilio.) ModifJCatioo Control Number; n-crgarm12500

The purpose of this rrodificaibn is ID exercise optiOn year three (Cl.Ne 3001 and 3002) In Its entirety.

Elrl::ept., prov i dcd herei D,lll tema and oooditioo1 ofthe c!OQuun t ~ in Item 9 A or I OA, as hereto flrc ch10p!, ~ns IIDclwlaed 10d in illl tuce and e&ct.

IS A. NAME AND TITLE OF SIGNER (Type or print) 16A NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

1 SR COm' RACTORIOFFEROR

(Sgnature of person auahorized to sign)

EXCEPTION TO Sf 30 APPROVED BY OmM 11-84

JONA'T'riAN BECI<ER/ CONTlW:TINGOFACER

ra.: 7m-816-3997

lSC. DATE SIGNED 168. UNITED STATESOF AMERICA

BY ~~ = (Signatlre of Contracting Officer)

30-lOS-04

EMAil: J~~ct.ft.MI

16C. DATE SIGNED

24-Jao-2012

STANDARD FORM 30 (Rev. 10-83 Prescnbed by <EA FAR(48 CFR) 53.24.3

Page 53: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

SUPPLIES OR SERVICES AND PRICES

CLIN 3001 The option status has changed from Option to Option EJtercised.

SUBCLIN 300101 The option status has changed from Option to Option Exercised.

CLIN3002 The option status has changed from Option to Option Exercised.

SUBCLIN 300201 The option smtu.s has changed from Option to Option Exercised.

(End of Summary of Changes)

HQ0034-09-A-3010 P00004

Page2of2

Page 54: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SOLIQTAnONICONTRACT/ORDER FOR COMMERCIAL ITEMS 11. REQUISITION NUM~ HQC:z8/W2i i!J11D)

PA<E1 Of 10 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30

2. CONTAACT NO. 3. AWAAD/EfFECTNE DATE ]"' ORDER NU~BER 5. SOUCITATION NUMBER 6. SOUCITATION ISSUE DATE

t<:l0034-09-A·3010 01-Feb-2009 0001 7.1'0R SCIJCIT AT ION aNANE b. TB..EPHONE NUMBER (NoCdi«JtClils) a OFFER OOE OATetOCAI. TIME

INFORMATION CIIU.:

9.1SSUED BY CODE I H00034 10. 1liiS ACQUISI110N IS 11. DELIVERY FOR FOB 12. DISCOUNT TERMS

WHS ACQUISITION & PROCUREt.ENT OFFICE ~ UNRE$'TRICTEO DESllNATION UNLESS

1700 H. MOORE S'TREET SET ASIDE: %FOR BLOCK IS W.RKED

SUITE 1425 r- 0 SEE SCHEDULE ROSSlYN VA 2.2209-1901 se

1-HUBZONESB 0 1:M. THIS CONTRACT IS A RATED ORDER

1- UNDER DPAS (15 CFR 700) 8(A)

!- 13b. RATING SVC.OISABLED VET .OWNED SB

TB.: - 14. t.Ell100 OF SOLICITATION

FAX: _EMeRGING SB

DRFQ DIFB DRFP SIZE STO: NAICS:

15. DEUveR TO OSO OEFBISE ResEARCH AND ENGIIB:RING

CODE lHtwm 16. ADMINISTERED BY COOE I :3100 DEFENSE PENTAGON W'SHlHGTON DC ZilOI·SXJl

SEE ITEM 9

17a.CON'TRACTORIOFF EROR CODE 117038 1Ba. PAYMENT WILl. BE W.DE BY CODE I HQ0338

BOOZ Au.EN HAMILTON INC. !l=A5-<X:VSOUTli EMTTl..E=J.err OPERA T'l(N) I(JhefRLY PARI(ER P.O. BOX 182264 8263 GREENSBORO DR MCLEAN VA 22102-4904

OOI.UtvBUS OH 43218-2264

TEL. 703-377-7876 FACILITY I CODE

0 17b. Q-£0( IF REMTTAta IS l»'FER:NT AI'L> PUT SUOi A~ NOFFER

18b. SlllMT tNOICES TO ADORESS St-ONN N BLOO< 1 Ba. lH.ESS BLOO< BB.OW IS CHEO<ID 0 SEEADOEN)UM

19.1TBAOO. 20. SOEJUI..E OF SUPPLES/ SERVICES 21 . QUANTJTY 22. lMT' 23.l.NT~ 24.AM:ll.NT

SEE SCHEDULE

25. ACCOUNTING AND APPR~IA'TlON DATA 2e. TOTAL AWAFI.O AMOUNT (For Govt. Use Only)

See Sehedule $2,74&,438.34

D 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212·1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED. ADDENDA DAAEDARE NOT ATTACHED]

D 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAA 52.212-4. FAR 52.212-61S ATTACHED. ADDENDA DARE DARE HOT ATTACHED

26. CON'TRACTOR IS REQUIRED TO SIGN 1liiS DOCUt.ENT AND REllJRN 1 COPIES 29. AWAFI.D OF CON'TRAC"r. REFERENCE

~TO ISSUING OFFICE. CON'TRAClOR AGREES TO FURNISH ANO DELIVER ALL ITEMS SET FOR1li OR 01liERWISE ID!NllFIEO ABO"'E ANO ON ANY AOOillONAL SHEETS

0 OFFER DATED • YOUR OFFER ON SOLICITAnON (BLOCK 5), INCLUDING ANY ADDI110NS OR CHANGES WHICH ARE

SUBJECT TO 1liE TERMS AND CONDillONS SPECIFIED HEREIN.

RI:F: I!Fit.IIQOD34-0H.1010

308. SIGNA l\JRE Of OFFERCRic:x::lNl"AACTOR

3(1). NAf.£ AI'L> TITl...E Of SIGNR

(T't'PE OR PRJWT)

AI.JTHOFIZED ~LOCAL PSKDJCOON FR:VIOUS ~IS N)T" LSABLE

30c. CATESIGND

SET FOR1li HEREIN, IS ACCEPTED AS TO ITEMS: SE£ SCHEDULE

3la .UNITED STAIES OF l\MEJUCA (SIGNATURE Of CONTRACTING OfACER} 31c. 0\T£ SIGtiEO

~~J,g(Q.'~ 02-Feb--2009

3lb . NH!E OF camu>criNG OFfiCER /Trlt; Ofl. Pfl.lNTI

~ Fernand ez I contractinq Officer/Team ~d

TEL: 703· 588- 1516 EKIUL: ldm.femandez@~.lllil

STAI'L\ARO F<R-A 1449 (REV 312005) R'ascft)ed by GSA FAR(48 a=R) 53.212

Page 55: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SOLJCITATlONICONTRACT/ORDER FOR COMMERCIAL ITEMS I PAGE20F10 (CONTINUED)

19. IT'eJI 00. 20. Sa-EDU.E OF SUflPI..ESI S~ta:S 21. QUANTITY 22. LNIT 23. lNf PRICE 24.AtvD.NT

SEE SCHEDULE

32a. QUANllT'I" IN COlUW. 21 H..t.S BEEN

D RECEIV£0 0 INSPECTED 0 ACCEPTED, AND CONFORMS TO THE CON'IRACT, E>CEPT AS NOTED:

32b. SIGNATURE OF AU'THORIZED GOVfRNMENT 32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT

REPRESlNTAllVE REPRESENTATIVE

32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f . TELEPHONE NU!eER OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32;. E..t.WL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED 36. PAYMENT 37. CHECK NUMBER

CORRECT FOR oco~LETE DPARTIAL Df'INAL I PARTIAL I FINAL

38. SIR ACCOUNT NUMBER 39. SIR VOUCHER NUMBER 40. PAID BY

41a. I CERTIFY ni lS ACCOUNT IS CORRECT AND PROPER f'OR PAYMENT

41b. SIGNATURE AND TlllE OF CERTIFYING OFFICER

Alln()RIZB) FOR LOCAL RBlROilJCI10N PREVDJS ~IS NJT USABLE

41c. DATE

42a. RECEIVED BY (F'rlnfJ

42b. RECEIVED AT (l.cxlltlon)

42c. DATE REC'D (YYIMM/00) 142d. TOTAL CONTAINERS

STAII(lAROFORM1449 (REV312005) BAO< ~escrlbed by GSA FAR(48 a:R) 53.212

Page 56: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

Section SF 1449 - CONTINUATION SHEET

HQ0034-09-A-301 0 0001

Page 3 of 10

This order is issued under and pursuant to the provisions ofHQ0034-09-A-3010 (the "Agreement"). The terms and conditions of the Agreement are hereby incorporated by reference and, except as provided herein by this order, remain in full force and effect.

ITEM NO 0001

SUPPUES/SERVICES QUANTITY

Funding CLIN 0001 FFP Funding CLIN 0001

12 UNIT

Months

PURCHASE REQUEST NUMBER: HQ02879023000 1000 SIGNAL CODE: A

ACRNAA

ITEM NO SUPPLIES/SERVICES QUANTITY 0002 I

Materials and Travel FFP

UNIT D()Uan~, u.s.

UNIT PRICE l(b)(4)

NETAMT

UNIT PRICE $10,000.00

The Contractor shall perform the requirements delineated in the attached PWS. PURCHASE REQUEST NUMBER: HQ02879023000 1000 SIGNAL CODE: A

NETAMT

ACRNAA

A!,.fQ!fNT

l(b)(4) I

l(b)(4)

l(b)(4)

AMOUNT $10,000.00 NTE

$10,000.00

$10,000.00

Page 57: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ITEM NO SUPPLIES/SERVICES QUANTITY 1001 12 OPTION Mission Support Services

FFP

UNIT Months

UNIT PRICE l(b)(4)

The contractor shall perform ihe requirements delineated ihe attached PWS. SIGNAL CODE: A

ITEM NO SUPPLIES/SERVICES QUANTITY 1002 1

OPTION Materials and Travel FFP

UNIT Dollars, u.s.

NET AMT

UNIT PRICE $10,000.00

The contractor shall perform ihe requirements delineated the attached PWS. SIGNAL CODE: A

ITEM NO SUPPLIES/SERVICES QUANTITY 2001 12 OPTION Mission Support Services

FFP

UNIT Months

NETAMT

I lbUT pp!CP

l(b)(4 )

The contractor shall perform the requirements delineated the attached PWS. SIGNAL CODE: A

NETAMT

HQ0034-09-A-3010 0001

Page 4 oflO

AMOJJNT l(b)(4) I

l(b )(4 )

AMOUNT $10,000.00 NTE

$10,000.00

AMQI INT l(b )(4) I

l(b)(4)

Page 58: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ITEM NO SUPPLIES/SERVICES QUANTITY 2002 I

OPTION Materials and Travel FFP

UNlT Dolla~.

u.s.

UNIT PRICE $10,000.00

The contractor shall perform lbe requirements delineated the attached PWS. SIGNAL CODE: A

ITEM NO SUPPUES/SERVICES QUANTITY 3001 12 OPTION Mission Support Services

FFP

UN1T Months

NETAMT

IINJT PRICE l(b)(4) I

The contractor shall perfonn the requirements delineated the attached PWS. SIGNAJJ CODE: A

ITEM NO SUPPLIES/SERVICES QUANTITY 3002 1

OPTION Materials and Travel FFP

UNIT DollaJS,

u.s.

NETAMT

UNIT PRICE $10,000.00

The contractor shall perform the requirements delineated the attached PWS. SIGNAL CODE: A

NETAMT

HQ0034-09-A-3010 0001

Page 5 oflO

AMOUNT $10,000.00 NTE

$10,000.00

AMOI!NT l(b)(4) I

l(b)(4)

AMOUNT S 10,000.00 NfE

$10,000.00

Page 59: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ITEM NO SUPPLIES/SERVICES 4001 OPTION Mision Support Services

FFP

QUANTITY 1.2

UNIT Months

I lNJTPRICE l(b)(4) I

The contractor sbaJI perform the requirements delineated the attached PWS. SIGNAL CODE: A

ITEM NO SUPPLIES/SERVICES 4002

OVI"JON Materials and Travel FFP

QUANfiTY 1

UNIT Dollars, u.s.

NETAMT

UNIT PRICE $10,000.00

The contractor shall perform the requirements delineated the attached PWS. SIGNAL CODE: A

NETAMT

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT 0001 Destination Government Destination 0002 Destination Government Destination 1001 Destination Government Destination 1002 Destination Government Destination 2001 Destination Government Destination 2002 Destination Government Destination 3001 Destination Government Destination 3002 Destination Government Destination 4001 Destination Government Destination 4002 Destination Government Destination

HQ0034-09-A-JO I 0 0001

Page 6 of 10

AMOUNT l(b)(4) I

l(b)(4)

AMOUNT $10,000.00 NTE

$10,000.00

ACCEPT BY Government Government Government Government Government Government Government Government Government Government

Page 60: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

DELIVERY INFORMATION

CLIN DELIVERY DATE

0001 POP 0 1-FEB-2009 TO 31-JAN-2010

0002 POP 01-FEB-2009 TO 31-JAN-2010

1001 . POP 01-FEB-2010 TO 31-JAN-20 11

1002 POP 01-FEB-2010 TO 31-JAN-2011

2001 POP 01-FEB-2011 TO 31-JAN-2012

2002 POP 01-FEB-2011 TO 31-JAN-2012

3001 POP 01-FEB-2012 TO 31-JAN-2013

3002 POP 01-FEB-2012 TO 31-JAN-2013

4001 POP 01-FEB-2013 TO 31-JAN-2014

4002 POP.Ol-FEB-2013 TO 31-JAN-2014

QUANTITY

N/A

N/A

N/A

NIA

N/A

N/A

N/A

N/A

NIA

N/A

HQ0034-09-A-3010 0001

Page 7 oflO

SHIP TO ADDRESS UIC

OSD DEFENSE RESEARCH AND HQ0287 ENGINEERING 3030 DEFENSE PENTAGON WASHINGTON DC 20301-3030 FOB: Destination

(SAME AS PREVIOUS LOCATION) HQ0287 FOB: Destination

(SAME AS PREVIOUS LOCATION) HQ0287 FOB: Destination

(SAME AS PREVIOUS LOCATION) HQ0287 FOB: Destination

(SAME AS PREVIOUS LOCATION) HQ0287 FOB: Destination

(SAME AS PREVIOUS LOCATION) HQ0287 FOB: Destination

(SAME AS PREVIOUS LOCATION) HQ0287 FOB: Destination

(SAME AS PREVIOUS LOCATION) HQ0287 FOB: Destination

(SAME AS PREVIOUS LOCATION) HQ0287 FOB: Destination

(SAME AS PREVIOUS LOCATION) HQ0287 FOB: Destination

ACCOUNTING AND APPROPRIATION DATA

AA: 9790400.ll20 P9476 0401 2599 S49447 DWAC90022 AMOUNI': $2,749,438.34 C.IN HQ0287902300010000001: $2,739,438.34 CIN HQ02879023000I0000002: $10,000.00

Page 61: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

CLAUSES INCORPORATED BY FULL TEXT

INVOICING INSTRUcnONS (WHS, A&PO Mar 2007)

HQ0034-09-A-30 I 0 0001

Page 8 oflO

In compliance with DF ARS 252.232-7003, "Electronic Submission of Payment Request (March 2003)", W asbington Headquarters Services, Acquisition & Procw-ement Office (WHS, A&PO) utilizes W A WF -RA to electronically process vendor request for payment. The ~b based system is located at https://wawf.eb.mil, which provides the technology for government contractors and authorized Department of Defense (DOD) personnel to generate, capture and process receipt and payment-related documentation in a paperless environment. The contractor is required to utilize this system when submittiDg invoices and receiving reports under this contract. Submission of hard copy DD2SO/Invoice1Public Vouchers (SF1034} will no loQger be accepted for payment.

The contractor shall (i) ensure an Electronic Business Point of Contract is designated in Central Contractor Registration at http://www.ccr.gov/_and (ii) register to use W A WF-RA at https://wawf.eb.mil within ten (10) days after award of the contract or modification incorporating WAWF-RA into the contract. The designated CCR EB point of contact is responsible for activating the company's CAGE code on WA WF by calling l-866-618-5988. Once the company CCR EB is activated. the CCR EB will self-register on the WA WF and follow the instructions for a group administrator. Step by step instructions to register are available at http://wawf.eb.mil

The contractor fs directed to select either "Invoice as l-in-1~ for services only or "Invoice and Receiving Report (Combo).,. for supplies or any combination of goods and services. Both types of invoices fulfill the requirement for submission of the Material Inspection and Receiving Report. DD Fonn 250.

Back up documentation may be attached to the invoice in W A WF under the "Mise Info" tab. Fill in all applicable information under each tab.

The following required information should automatically pre-populate in W A WF; if it does not populate, or does not populate correctly, enter the following infonnation:

"Issue by DoDAAC" field enter HQ0034

"Admin DoDAAC" field enter HQ0034

"Payment DoDAAC" field enter HQ0338

"Service Acceptor/Extension" Q! "Ship tn/ Extension" field enter HQ0034 OSDTM5

"Inspect By DoDAAC/ EXT" fields HQ0287

"LPO DoDAAC/ EXT'' fields - Leave blank

Contractor shall verify that the DoDAACs automatically populated by the WA WF-RA system match the above information. If these DoDAACs do not match then the contractor shall correct the f1eld(s) and notify the contracting officer of the discrepancy (ies).

Take special care when entering Line Item information . The Line Item tab is where you will detail your request for payment and materiaJ/services that were provided based upon the contract Be sure to fill in the following items exactly as they appear in the contract:

• Item Number: If the contract schedule bas more than one ACRN listed as sub items under the applicable Contract Line Item Number (CLIN), use the 6 character, separately identified Sub Line Item Number (SLIN) (e.g.- OOOIAA) or Informational SLIN (e.g.- OOOlOl), otherwise use the 4 character CLIN (e.g.-0001).

Page 62: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 10 0001

Page 9 of 10

• ACRN: Fill-in the applicable 2 alpha character ACRN that is associated with the CLIN or SUN.

Note- DO NOT INVOICE FOR MORE THAN IS STILL AV A./LADLE UNDER ANY CL/NISLIN/ ACRN.

• Unit Price

• Unit of Measure

Shipment numbers must be formatted as follows:

Three (3) alpha characters followed by four (4) numeric characters.

For Services, enter •sER' followed by the last4 digits of the invoice munber.

For Consttuction, enter 'CON' followed by Ole last 4 digits of the invoice munber.

For Supplies, enter •SUP' followed by the last 4 digits of the invoice number.

If the invoice number is less than 4 digits, enter leading zeros.

Before closing out of an invoice session in W A WF-RA but after submitting your document or documents, the contractor will be prompted to send additional email notifications. Contractor shall click on "Send More Email Notification" on the page that appears. Add the following email address, [email protected], [email protected], and k:[email protected] 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 all appropriate pers0ll8 are aware that the invoice documents have been submitted into the W A WF-RA system.

If you have any questions regarding WAWF, please contact the WAWF Help Desk at 1-866-618-5988.

OCI ORGANIZATIONAL CONFLICT OF INTEREST COCD

a. Pwpose: The primaty pwpose of this clause is to aid in enswing that:

(1) the Contractor's objectivity and judgment are not biased because of its present. or currently planned interests (financial, contractual, organizational, or otherwise) which relate co any woB: issued pursuant to this agreement;

(2) the Contractor does not obtain an. unfair competitive advantage by virtue of its access to non-public Government information regarding the Government's program plans and actual or anticipated resources; and

(3) the Contractor does not obtain any unfair competitive advantage by virtue of its access to proprietary information belonging to others.

b. Scope: The restrictions described herein shall apply to performance or participation by the Contractor and any of its affiliates or their successors in interest (hereinafter collectively referred to as "Contractor") in the activities covered by this clause as prime contractor, subcontractor, co-sponsor, joint venture, consultant. or in any similar capacity. The term "proprietary information" for the pwposes of this clause is any infonnation considered to be

Page 63: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 10 0001

Page 10 of 10

so valuable by its owner that it is held in secret by them and their licensees. Information furnished voluntarily by the owner without limitations on its use, or which is available without restrictions from other sources, is not considered proprietary.

(1) Access To and Use of Government Information: If the Contractor, in the performance of this contract, obtains access to information such as plans, policies, repons, studies, financial plans, or data which bas not been released or otherwise made available to the public, the Contractor agrees that without prior 'Mitten approval of the Contracting Officer, it shall not: (a) use such information for any private purpose unless the information has been released or otherwise made available to the public, (b) compete for work based on such information after the completion of this contract, or until such information is released or otherwise made available to the public, which ever occurs fust, (c) submit an UDSolicited proposal to the Government which is based on such information after such information is released or otherwise made available to the public, or (d) release such information unless such information has previously been released or otherwise made available to the public by the Government.

(2) Access To ansi Protecti2n ofProprietv Information: The Contractor agrees that, to the extent it re«lives or is given access to proprietary data, trade secreta, or other confidential or privileged technical, business, or fmancial information (hereinafter refened to 88 "proprietary data'') under this contract. it shall treat such information in accordance with any restrictions imposed on such information. The Coniraetor further agrees to enter into a written agreement for the protection of the proprietary data of others and to exercise diligent effort to protect such proprietary data from unauthorized use or disclosure. In addition, the Contractor shall obtain from each employee who bas access to proprietary data under this contract, a 'Mitten agreement that shall in substance provide that such employee shall not, during his/her employment by the Contractor or thereafter, disclose to others or use for their benefit, proprietary data received in connection with the work under this contract. The Contractor will educate its employees regarding the philosophy of Part 9.505-4 of the Federal Atquisition Regulation so that they will not use or disclose proprietary information or data generated or acquired in the performance of this contract except 88 provided herein.

c. Subcontracts: The Contractor shall i.Dclude this or substantially the same clause, including this paragraph, in consulting agreements and subcontracts of all tiers. The terms "Contract," "Contractor," and "Contracting Officer," will be appropriately modified to preserve the Government's rights.

d. Disclosures: If the Contractor discovers an organizational conflict of interest or potential conflict of interest after award, a prompt and full disclosure shall be made in writing to the Contracting Officer. This disclosure shall be made on the OCI Analysis/ Disclosure Form provided as an Attachment to this agreement, and shall inc tude a description of the action the Contractor bas taken or proposes to take in order to avoid or mitigate such conflicts.

e. Remedies and Waiver:

(1) For breach of any of the above restrictions or for non-disclosure or misrepresentation of any relevant facta required to be disclosed concerning this contract, the Govemment may terminate this contract for default. disqualify the Contractor for subsequent related contractual efforts, and pursue such other remedies as may be permitted by law or the contract. If, however, in compliance with this clause, the Contractor discovers and promptly reports an organizational conflict of interest (or the potential thereof) subsequent to contract award. the Contracting Officer may terminate this contract for the con~ence of the Government if sucb tennination is deemed to be in the best interest of the Government.

Page 64: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOUCITATION/MODIFICATION OF CONTRACT li.CON'IlV.~IDCODE ~ PAGE OF PAGES

1 1 2 2.AMENDMEN'IYMOOIFICA llON NO. 3. Efl'EcnvE DATil 4. REQUISITION/PURCHASE REQ. NO. ,5. PR.OJECTNO.(lftppllcable)

01 19-Feb-2009 H<Xi'al11Jl2ll1l1(D)

6.1SSUEDBY CODE 1-00034 7. ADMINISTE!lED BV (lfolherthan item6) CODE l I.'.HSACQJISI110N 6 ~REMEHT CFFICE See Item 8 1l'OON. MOORE sma:T SUITE1e R05SI..'Itt VA22Z»-1~

8. NAME AND ADORE~ OF OONT.RACI'OR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF 9JLICIT AT ION NO. BOCIZ ~ HNoiiLTON INC. IQioU!ERL. Y PMICER 9B.DATED(f£EITEM ll} 11283 GR£EN51!(R} DR Wo..EMI VA2l1~

X lOA. MOD. OFOONTRACT/ORDERNO. t-00034-09-A-3010-0001

lOB. DATED (SEE ITEM 13}

OODE 17038 IFAOLITY CODE X 01-Feb-2009

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF 9JLiaT AT IONS

D The above ouai>emlsol ia tat.ioo is .nadecl as SC1 i>nh in Item 14. The hour and date spcciied f)r mccipl 0 ro ll:r 0 isCIIIaldcd, 0 is not c:Dcnded.

0& nushclu>owledrc ~ pt of this am=dm:ut prioriD tb& hour ond ~ spo:iied in the so \ici Lation or u mm>dcd by one o ftbe t ll owi og m:thoda:

{a) By co~letingltt:m18 ond IS, md l'l:tWniog copiee oftbe .nadm:~~t; (b) By acknowledging ~pt oftbi11111:11dracnt on ca:k copy oftb& ofb subllined;

or(c) By a~ Idler or ldcgnmwbich includes a rei=Jcc to tbe solicitation IIDd IJD:IIdlrall nullben. FAILUJlE OF YOUR ACIC.NOWLEOOMENTlO BE .RECEIVEDAT'lli£ PLACE OES'JGNAlED FOil tHE RECEIPTOFOFFERS PRlOll 10 THE HOUR AND DATE SPE.CiflED MA YltESUI..TIN

Jl.EA:CDON OF YOUR OFFEtt. lfby virtue oflhis ~J~:C~dm::nt you desire 10 cbuac 1111 otE:r already subllitted, such chanJc ttl)' be n.de by ld-.nmor len~. provided ..:h tel ..,...an or tcuer ...r<e:s re&ellce 1o tbc ao lici tlltioo aod Lhi • o~~mndt:D:il\t, 111d is received prior to the opening !Lour BDd date spo:iied.

12. ACX:OUNT ING AND APPROPRIATION OAT A (If recPred)

13. THIS ITEM APPLIES ONLY TO MODIACATIONS OF OONTRACI'S'ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. ASDEOCRIBED IN ITEM 14.

A. TIDS OIANGE ORDER IS ISSUED PUl&JANT TO: (~ecify aUI.hority) THE CHANGES SET FURTH IN ITEM 14 ARE MADE IN THE OONTRACT ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACT /ORDER IS MODiflED TO REFLECT THE ADMINISfRATIVE CHANGES (su::b as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE At.rrHORITY OF FAR 43.103(8).

C. THIS ~PLEMENT AL AGREEMENT IS ENTERED INTO PURSUANT TO AliTHORIT Y OF:

X D. OTHER (~ecify type of modification and aUI.hority) FAR52.243-1 Olanges- Axed Rice

E. IMPORT ANT: Contractor @ is not, D is ~to sign this oocumeat lliid return oopies to the ilwing office.

14. DE~PTION OF AMENOMENTIMODlflCATION (OrgBniz.edby UCF section headinfPi, inclldngsolicitationlcontract suQject matter 'hb.ere feasible.} Modification Control Number: fennello09684

SEE .sl.lo.tMRY CF a.\MES

Elaptas provided hcnio, 111 tem11 md conditiou oflhc doCU~~Dt !dreoc:ed in l!ea19A or lOA, as ~f>re cbansed, ramina unchangtd and io i&ll flrce and clkt.

I ~A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OfFlCER(Type or print) Milot FERNANDEZ I Ci()fo(TR.aCTIHG OFFI~ L!AD

Ta.: m.a!&-15111 aw..: ~.nil 158. CONTRACTOR/OFFEROR 15C DATE SIGNED 16B. UNITED Sf ATES OF AMERICA 16C. DATE SIQffiD

BYj~Q.'Q~ 20-Feb-2009 (Signatii'C of person authorized 10 sign) (Signature of Contracting Officer)

EXCEPTION TO SP 30 APPROVED BY OIRM 11-84

30-105-04 Sf ANDARD FORM 30 (Rev. I 0-83 Prescribed by c&. FAR (48 CFR) 53.243

Page 65: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECllON SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

The pwpose of this modification is to hereby make the following revisions:

HQ0034-09-A-30 10 000101

Psge2 of2

A. Revise Section 5.1.3 "Key Personnel", Sub-section entitled "Substitution of Key and Non-Key Personnel", UDder paragraph (b) of the Task Worlc Statement to read:

FROM:

(b) During the first year of perfo.rman.ce, the Contractor shall make no substitutions of key pe~oonel unless illness, death. or termination of employment necessitates the substitution. The Contractor shall notify the Contracting Officer as soon as possible after the occW'reilce of any of these events and provide the information required below. After the first year, the Contractor may propose substitutions. The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additionaJ. information requested by the Contracting Officer. The Contractor sball, prior to making any substitution pecmanen1, demonstrate to the satisfaction of the Contracting Officer that the qualifications of the proposed substitute pen10nnel are equal to or better than the qualifications of the personnel originally identified for the position. 'The Contracting Officer will notify the Contractor within IS calendar days after receipt of all required information of the decision on proposed substitutions.

TO:

(b) During the fU"St yeac ofperfo.rman.ce, the Contractor shall ma.ke no substitutions of key persormel unless illness, death. or termination of employment necessitates the substitution. 1b.e Contractor shall notify the Contracting Officer as soon as possible after the occurrence of any of these events and provide the information required below. However, tbe Contractor may requnt substitutions in writing to the Procurement Contracting Oftlcer (PCO). 'The Contractor shall provide a detailed explaoation of the circumslaDces necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. The Contractor shall, prior to malciDg any substitution perm.anent, demonstrate to the satisfaction of the Contracting Officer that the qualifications of the proposed substitute personnel are equal to or better than the qualifications of the personnel originally identified for the position. The Contracting Officer will notify the Contractor within 15 calendar days after receipt of all required information of the decision on proposed substitutions.

B. All other terms and conditions remain unchanged.

C. End of modification POOOO 1.

Page 66: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT ,l .CONlRA~IDCODE I PAGE OF PAGES

1 1 3 2. AtotaiDMENT/MODIFlCA 110N NO. 3. EFFECTlYE DA TB 4. REQUtSmONIPURCHASE REQ. NO. I $. PROJECTNO.(Ifapplicable)

02 0&-!Vw-2009 MQJ287Sl023Dl1000

6.1SSUEDBY CODE 1-00034 1. ADMINISTERED BY (If other IbiD itcm6) CODE I WiSACQUISITION a F'fU)CURaiENT OFFICE Seeltam 8 1100 N. MOOR£ STREET SUIT1:M25 ROSSLYN VA~1901

8. NAME AND ADD~ OF CONTRACTOR (No., Street, County, &ate a.od Zip Code) 9A. AMENDMENT OF SJUCITATIONNO. OOOZ.Itl£N ~'TOt INC. KIMBERLY PJIRI<ER 98. DATED (g:E ITEM 11) 821!3 GREENSBC.RO OR MC\.E.f,HV~~

X ~D. OFCONTRACf/ORDER NO. 09-A-3010-0001

lOB. DATED (SEE ITEM 13}

CODE 17038 IFAC'IT..ITY CODE X 01-~2009 11. THIS IT EM ONLY APPLIES TO AMENDMENTS OF SJLICIT ATIONS

D'Thubove ouldlered tolicillllioo is mndcd aa sea flnll in hem 14. lbe houralld dllu: sped led l>r mccipt oiO!IJr O is a1121dcd, 0 iuot al'elldcd.

Oll:r omahcknowlcd&c I'ID!ipt of \hi& ~ prior to tile hour md dllu: 1~!ed iD tbe solicill'don or IS I!Zildcd by ooe oflhc tlllowiD& atbodl: (a) By coopldin&lte~N 8 aod IS, IIId retumilljj __ ~pial oflbe am~ndnaJt; (b) By acknowlcdlioai'I'Uipt ofthis IUZndlll:nt on -h copy o~ o .. subninicd; or(c) By ••calc leiter or u:lcanmwhich includeea relmlcea> the aolicilationlllld Ull:lldtu:llt nwdJen. FAILUJlE Of YOURACICMOWLEOOMEN1'TO BE RECEIVED AT1liE PLACE DESIGNAlliD FOR lHE RECEIPTOPOFFERS PRIOR lOlHE HOUR. AND DATE SPECiflED MA YP.ESULTtN

REJEcnON OF YOUR OFF'ER. lfby virtue ofthia am::ndn=t you dcsi"' to cban&e 1111 ol:r ahady 1ubmittal, such chaoac qy be ndo by telesmnor letter, pl'I)Yidcd elld!. tdqp:'lmor letter llPciJ ld=mlee to the aollcllation alld thisiDI:Ddm:nt. and ii!!!Ceived prior to \be opcni113 hour llld d.lu: spcciled.

12. ACCOUNTING AND APPROPRIATION OAT A (If rccPred)

See Schedule

13. THIS ITEM APPLIESONL Y TO MODIFICATIONS OF OONTRACTS'ORDERS IT MODIFIES THE OONTRACf/ORDER NO. AS DE&::R!BED IN ITEM 14.

A. TIDS CHANGE ORDER IS ISSUED PURSUANT TO: (~ecify auabority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE lN THE OOI'lfltACT ORDER NO. IN ITEM I OA.

B. THE ABOVE NUMBfRED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMlNISTRATlVE CHANGES (such IU changes in paying office. appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.l03(B).

X C. THIS SUPPLE.MINT AL A~NT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR52.243-1 ~nges-Frxed Rice D. OTHER (specify type of modification and authority)

E. IMPOKI' ANT: Contractor 0 is not, [RI is required to sign this document 1111d return 1 copies to the issuiog otf~e.

14. DEDIPTION OF AMENDMENT /MODIFICATION (Orpnized by UCF section heading!. including solicitatioo!contract sul:Ject matter -Mien: feasilic.) Modification Control Number: sbngaba09747

See Narrative on Page 2.

Elli:qlt as pl'l)vidod herein, alllcmt1 and conditions oftbe docum:nt ... tm.ccd inltem9A or lOA, as heretoi>re ch.an&cd, ,.,.;ns unchanged lllld in ill\ fln:e and e§d.

I SA. NAME AND TITLE OF SICNER (Type or print) 16A. NAME AND TITLE OF CONTRAct' lNG OFFICER (Type or print) K1t.1 FERNANDE;Z I C~TING OFFICEI'IITCNII LEAD

T8.: ~15711 EMIA: Mm.lat•~l

I SB. CONTRACfORIOFFEROR lSC. DATE SIGNED 16B. UNITEDSJ'ATESOF AMERICA 16C. DATE SIGNED

(Signature of pe:n10n aut borized to sign) EXCEPTION TO SF 30 APPROVED BY OIRM 11-84

aY!~o.-'0~ 16-Mir-2009 (Signature of Contracting Officer)

. . 30 lOS 04 ARD RM . Sf AND FO 30(Jtev. 10 83 Prescribed by <EA. FAR(48 CFR) S3.243

Page 67: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONI'INUATION PAGE

SUMMARY OF CHANGES

SECTION SF 30- BLOCK 14 CONI'INUATIONPAGE

The following have been added by full text: NARRATIVE

HQ0034-09-A-3010 000102

Page 2of3

The purpose of this modification is to add funds for the Base Year and increase the value of the Option Years to reflect a substitution of labor for two non-key personnel. ·

l. The total value of the Base Year is hereby changed fro~(b)(4) ~~(b)(4) I an increase o~(b )(4) Funds in the amount ofl{b)(4) lare hereby added to reflect the substitution of labor and ·the Contrac.,.to-r"'"'s __ __. consideration for the transition month in February 2009.

2. The total value of the task order, including the Base Year and the four Option Years is hereby changed from l(b)(4> ltq (b)(4) 1

3. All other terms and cond1ttons remain unchanged.

SECTION SF 1449- CONTINUATION SHEET

SOLICITA TION/CONI'RACT FORM

The total cost of this contract was increased byj~,;,(b...;.).;...(4.;...) _ __.lfrooi(b)(4)

SUPPLIES OR SERVICES AND PRICES

CLIN2001 The unit price amount has increased b The total cost of this line item has incre·l;ase~~ik\i'~~~~~h'i7.:l~.......,~~rn:im-'-----,

Page 68: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ACCOUNTING AND APPROPRIATION

Summary for the Payment Office

HQ0034-09-A-30 I 0 000102

Page 3 of3

As a result of this modification. the total funded amount for this document was increased b~(b)(4) j&om l(b)(4) ~1(b)(4) 1

CUN 0001:

AA: 9790400.1120 P9476 0401 2599 S49447 DWAC90022 (CIN HQ0287902300010000001) was increased by $149,976.95 from $2,739,438.34 to $2,889,415.29

DELIVERIES AND PERFORMANCE

The following Delivery Schedule item for CLIN 0001 has been changed from:

DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC

POP 01-FEB-2009 TO N/A OSD DEFENSE RESEARCH AND HQ0287 31-JAN-2010 ENGINEERING

3030 DEFENSE PENfAGON WASHINGTON DC 20301-3030 FOB: Destination

To:

DELIVERY DATE QUANTIIY SHIP TO ADDRESS UIC

POP 01-FEB-2009 TO N/A OSD DEFENSE RESEARCH AND HQ0287 31-JAN-2010 ENGINEERING

3030 DEFENSE PENfAGON WASHINGTON DC 20301-3030 FOB: Destioation

(End of Summary of Changes)

Page 69: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOUCITATION/MODIFICATION OF CONTRACT li.CONTRA~IDCODB I PAGE OF PAGES

, 1 3

2.AMENDMEN"'YMMDIF1CAOON NO. J . BFFECIJVE DAlE 4. R.EQUlSfnON/PURCKASE RRQ. NO. I s. PROJECTNO.(If~pplicable) 03 27·Apr·2009 SEE SCHEOOI.f

6.ISSUEDBY CODE 1-00034 7. ADMINISTERED BY (lfotherthan itcrn6) CODE I V!HS ACQUISin)N 4 PROCUREMENT OFFICE See Item 6 1lmN. MOORE STREET SIJITE 142> ROSSI. 'm VA 22'2£5.111)1

8. NAME AND ADD~ OF CONTRACfOR (No., Slr«t, Co1111ty, Slate and Zip Cod!:) 9A. AMENDMENT OF 9JLIQT AT ION NO. IJIXJZ~ HoWL TON JoiC. IQMBSU..Y f'IIIIAICER 9a DATED (SEE ITEM 11) 112&GREEHSBORO DR t.ICI.EAH VA 22102-4804

X lOA. MOD. 9f CONTRACf/ORDERNO. 1-00034-09- -3010-0001

lOB. DATED (SEE ITEM 13)

CODE 17038 IFAMT..ITY CODE X 01-Feb-2009

II. THIS ITEM ONLY APPLIES TO AMENDMENTS OF s:lLIOT AT IONS

Oneabovcnllnilered solicilltioa is am:ruledas set l>rth ialtcm14. Tbehouu.!ld dalcspeo;ited i>rm:eipt ofOIII' Dis mended, D il DDielllmded.

Ol:r oust litbowledp noccipt ofUU.IIIll:ft.d.lrentprior to the hour and date speciied in the 1olicil8tion or u mzadal by one ofthe l>llowioglll:llbodl; (a) By co~q~letingl~ 8 111d IS, ud returning copilll of the a~~a~d!mlt; (b) By ackaowledgiiJI receipt ofthi3 am=nd~~~:~~ton etCh copy ol'tbe olll'subaitted; or(e) By tepUllte ltt1crar n:legnmwhich inelu~cell) the solici1.1tion ud IIDCI'ldmcnt nuabcn. FAILURE Of YOURACKNOWLEOOMENT10 BE RECEIVED ATlHB PLACE OESJGNAlEDfOR lHERECBJPTOFOFFEJtS PRIOR 101HE HOUR AND DAlE SPECIFIED MAY RESULT IN

R.EJECJlON OF YOUR OFFER. lfby vinve oflhis IIIJEI1dment you desire to change • ot& altUdy 1ubaitted, aueh ehmge nay be rmde by tdCfltU!Ior let! cr. provided ..ell teleanmorleltermlll re&mce to !be solicitation and this anzndl!alt,arul is received prior to the opening hour and <S.tespeciled.

12. ACCOUNTING AND APPROPRIATlON DATA (If required)

See Schedule

13. THIS ITEM APPLIES ONLY TO MODIACATIONSOF OONTRACTS'ORDERS. IT MODIFIES THE CONTRACT /ORDER NO. AS DEs:RJBED IN ITEM 14.

A. THIS CHANGE ORDER IS I~D PURSUANT TO: (~ecify authority) THE CHANGES SBT FURTH IN ITEM 14 ARE MADE IN THE CONTRACf ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED OONTRACT/ORDERIS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (u:h as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURruANT TO THE AUTHORITY OF FAR 43.1 OJ(B).

X C. THIS SUPPLEMENTAL AClUffiMENT IS ENTERED INTO PURSUANT TO AllfHORITY OF: FAR52.243-1 Olanges-Rxecl Rice D. OTHER(~ify type of modification and authority)

E.IMPORTANI': Contractor 0 isnot, ~ is required to sign this d>cwnent and returo 1 copies to the issuing office.

I 4. DE9:RIPTION OF AMENDMENT /MODIFICATION (Organized by UCF section headings. including solil:itationlcontract suqect matter 'Mlere fea5i~e.) Modification Control Nwnber: fennello09870

The purpose of this rrodification is to hereby accof'llllish the following: A. ncrease the l"«>t-to-&ceed (NTE) ceiing on Q.N0002 (MJterials and Tr~ell fcomSlP R.OO to $110 OOQ(lO, an increased $100,000.00. B. As a result total funding is increased il the arrount d S1 00,000.00, From (b)( 4) (b)( 4) C. AJ other ternli and conditions rerreil unchanged.

E.>i;qlt as prov ickd ba'ci11, all term1 ud condltioiUI ofthe dO<:WIICIIt retreaced in Item 9A or 1 OA,as lleteto fire chaaled.I'Citllins unehangod 111d ill ill I flree and e&ct.

1 SA. NAME AND TITLE OF S:GNER (Type or print) 16A. NAME AND TITLE OFCONTRACfiNGOFF1CER(TypeorpriDt) l<lM FERNANOEZ/ COW'TRACTN> OFFICERil'CAM l.fAO

Ta: ~91&-15111 B.W..:IC~

I 58. CONTRACTOR/OFFEROR I SC. DATE SlCi'IED 168. UNITED STATES OF AMERICA l6C. DATE SlGNED

BYI~o.-~ 30-Apr-2009 (Signatw-c of penon a~horized to sign) (Signature of Contracting Officer)

EXCEPTION TO s::' 30 APPROVED BY OIRM 11 -84

30-105·04 STANDARD FORM 30 (Rev. 10-83 Pres:ribed by GSA FAR(48 CFR) 53.243

Page 70: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SEGnON SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

SUPPLIES OR SERVICES AND PRICES

SUBCLIN 00020 I is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 000201 I Doll~. $100,000.00

u.s. FUNDING FOR MATERIALS AND TRAVEL CLIN FFP Additional Funding to increase Not-To-Exceed (NTE) for Travel (CUN 0002). PURCHASE REQUEST NUMBER: HQ028791100001002 SIGNAL CODE: A

NETAMT

ACRNAB

ACCOUNTING AND APPROPRIATION

SUIIliiW')' for the Payment Office

HQ0034-09-A-30 I 0 000103

Page 2 of3

AMOUNf $100,000.00 NTE

$100,000.00

$100,000.00

As a result of this modification, the total fuoded amount for this docwnent was increased by $100,000.00 from $2,899,415.29 to $2,999,415.29.

SUBCUN 000201: Funding on SUBCLIN 000201 is initiated as follows:

ACRN:AB

CIN: OF0331200909420001

A.cctng Data: 97 90400.1120 P9476 0401 2523 S49447 DWAC90022

Increase: $100,000.00

Total: $100,000.00

INSPECJ10N AND ACCEPTANCE

The foUowing Acceptance/Inspection Schedule was added for SUBCLIN 000201: INSPECT AT INSPECT BY ACCEPT AT ACCFPTBY

Page 71: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

Destination Government

(End of Summary of Changes)

Destination

HQ0034-09-A-3010 000103

Page3 of3

Government

Page 72: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOUCITATION/MODIF1CATION OF CONTRACf I I. CONnA~ID CODE I PAGE OF PAGES

1 1 5 2. AMENDMENTfMODIFICA nON NO. 3. Ef'FECllVE DA '1E 4. REQUISmONIPURCHASE REQ. NO. I $. PROJECTNO.(Iftpplicablc)

04 01-Dec-2009 SEe SCHEDULE

6.ISSUEDBY CODE H:I0034 7. ADMINISTERED BY (lfotherthm itan6) CODE l 1-00034 ¥\tiS ACQUISITION IPROCURSIENTa=FIC£

YIHS ACQJISI11QH I PAOCURB4EHT a=FICE 1700 N. MOORE STREET 11515oeFENSE PEHT..a:lN SlJIT1:1426 ~~DC3XII1·11515 ROSS..'t1ol VA 2:2.3:5-1 &01

8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, Slate and Zip Code) 9A. AMENDMENT OF 9JLIOT ATION NO. llOOZ .-uat HMIILTON tiC. Klt.U!EJU. y PARI<ER 9a DATED (SEE ITEM 1 J) ll283 GREENSBORO DR lotQ..EN.I VA zzt(l2..8)t

X ~OD. OF CONTRACT/ORDER NO. 34-09-A-3010-0001

lOB. DATED (SEE ITEM IJ)

CODE 17038 I FACILITY CODF. X 01-Feb-2009

ll. THISITEMONLY APPUESTO AMENDMENTSOFOOLIOTATIONS

ID1bcabovcn1111bered aolicht11on is IIII&Ddr:d. tt ea t>nll iD heml4. The bourand date spc:cilicd t>rracaipt o!Otl:r D is~Maulcd, 0 i& not ec«eodod.

Otll:r nushck.Dowlcdge n:occi pt o f<hia llll:lldctl:nt prior to the houund date spa:illed in the solicilati on oroa IUIC!dcd by one o 1'1111: t>llowi ng ~mthoda :

(a) By co~q~lcrinr I~ 8tnd ll, llld retumina __ copia oflhc tlllindncnt; (b) By acknowlqiDJI'IICIIipt of<his -dm::nt oa el<:h ccpy onhc oll:r nbllitled;

or(c) By 1ep1me lccteror ldcgnmwhich inel11~ 1 rdncu to the solicillltion ud .va:odaau nuntJen. FAILURJ! OF YOUR ACKNOWU!OGMENT1'0 BE RECEIVI!DATlH£ PLACE DESIGNATED FOJllHE RECElPTOPO~PPJOR 10 lHE HOUR AND DATE. SP6Clfl£0 MAY RESULT IN

llEJEcnON OF YOUl.OFFER. lfby vl.nue oflhis -d!IICIDt you ~;..,to cblllge 1111 o&riiii'CIIdy 111bDittcd. such chqe ~my be 1111cioo by !deanmorlener, providecl eKh ~lqpmnor letter lmkcs .rei:m:lc:e to !he solicilatloatnd lhis~m:~~cl:mcmt,lll<l it I'IICIItved prior to the opeoing hour and date spa:ilial

12. AOCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS ITEM APPLIES ONLY TO MODIFlCATIONS OF CONTRACTS'ORDERS. IT MODIFIES THE CONTRACT/ORDERNO. AS DE&::RIBED IN ITEM 14.

A. THISOIANGE ORDERISISSl.TEDPURSUANT TO: (~ecify a\4hority)THECHANGESSET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACT /ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such u changes in paying office, appropriation date, etc.) SET FOJUH IN ITEM 14, PURSUANT TO THE AliTHORITYOFFAR43 .103(B).

X C. THIS&JPPLEMENT AL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.212-4(c) Contract TerrT& and Conditions- Corm'ercial ltefT6, Olanges D. OT HER(~ify type of modification and a\4bority)

E. IMPORT ANT: Contractor 0 is not, ~ is required to sign this document and returu 1 oopies to the .issuing ofr~ee.

14. DE9:1U.PTlON OF AMENDMENT /MODIFICATION (Organized by UCF section headin&'lo including solicitation/contract ~c:ct matter v.n~ feasible.) Modification Conlrol Number: ITI)rganm10188

The purpose of this rmdlficatbn is ID: A) hscope ncrease lo lhe level of effort under this task order for the baSe and all optk)n years. B) Addendum one Is Incorporated ilto the Perforrrance 'Nork Stalermnt (PWS) of this tawkorder. q Delete the prici'lg inforrralbn from lhe lnforrTBtJonal SubO..N 000201, haw fNer the funding on this C1.N does not cha~.

D) ~ate the ID254.

El!Cqlt as provided hCidtt. ,Jitenm IDCI tonditions otllle doc:uiiiCIIt n:l:!au:al in ltem9A or lOA, as heretot>re clwlpi, tem~illS un~tumged md io lill f)rce aod efi!ct.

!SA. NAME AND TITLE OF SI:CNER(Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) KIM ffRNNojDEZ I CONTRACTING OFFICEfV!l!.oW l.£AD

TEL; 7'CD-6ii&-~ BoCAl.: Nm.t.o • dlz...,_.trll

ISS. OONTRACfO.RIOFFERDR 1 SC. DATE SlGNED 168. UNITED sr ATESOF AMERICA 16C. DATE SI:GNED

svl~o.-'0~ 02·Dec·2009 (Si.gnatiR of person authorized to sign) (Signature of Contracting OffiCer)

EXCEPTION TO~ 30 . -30 lOS 04 sr ANDARD FORM 30 Rev. 10-83 APPROVED BY OIRM J l-84 Prescn"bed by GSA.

FAR.(48 CPR) 53.243

Page 73: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449 - CONriNUATION SHEET

SOLICITATION/CONTRACT FORM

HQ0034-09-A-30IO 000104

Page 2 of5

The total cost of this contract was increased by $48,173.24 from $3,099,415.29 to $3,147,588.53.

SUPPLIES OR SERVICES AND PRICES

SUBCLIN 000201 The pricing detail quantity 1.00 has been deleted. The unit price amount bas decreased by $100,000.00 from $100,000.00 to $0.00. The unit of issue Dollars, U.S. has been deleted. The total cost of this line item has decreased by $100,000.00 from $100,000.00 to UNDEFINED.

CLIN 1001

CLIN2001

CLIN3001

CLIN 4001 The unit price amount has increased b The total cost of this line item has incret:a.:.s ~-fi:d~~~~ithii!i ......... ll.l.li:.l.~

SUBCLIN 000101 is added as follows:

Page 74: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ITEM NO SUPPLIES/SERVICES QUANTITY 000101

Additional funding for CLIN 000 I FFP

ACRNAC

ACCOUNTING AND APPROPRIATION

Summary for the Payment Office

UNIT UNIT PRICE

NETAMT

HQ0034-09-A-30 10 000104

Page 3 of5

AMOUNT $0.00

$0.00

l(b){4 )

As a result of this modification, the total funded amount for this document was increased by S 148,173.24 from $2,999,415.29 to $3,147,588.53.

SUBCLIN 000101: Funding on SUBCLIN 000101 is initiated as follows:

ACRN:AC

CIN: HQ028793280001000101

Acctng Data: 9790400.1120 P9476 0401 2523 S49447 DWAC90124

Increase: $148,173.24

Total: $148,173.24

DELIVERIES AND PERFORMANCE

The following Delivery Schedule item for CLIN 0002 has been changed from:

To:

DELIVERY DATE

POP 01-FEB-2009 TO 31-JAN-20 10

DELIVERY DATE

QUANTITY

N/A

QUANTITY

SHIP TO ADDRESS

OSD DEFENSE RESEARCH AND ENGINEERING 3030 DEFENSE PENTAGON WASHINGTON DC 20301-3030 FOB: Destination

SHIP TO ADDRESS

UIC

HQ0287

UIC

Page 75: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

POP 01-FEB-2009 TO 31-JAN-20 l 0

INSPECTION AND ACCEPTANCE

N/A OSD DEFENSE RESEARCH AND ENGINEERING 3030 DEFENSE PENfAGON WASHINGTON DC 20301-3030 FOB: Destination

The following Acceptance/Inspection Schedule WBS added for SUBCLIN 000101: INSPECT AT INSPECT BY ACCEPT AT Destination Government

TABLE OF CONTENTS

The below Table of Contents bas been added

Exhibit/ Attachment Table of Contents

DOCUMENI' TYPE Attachment 1 Attachment 2

DESCRIPTION DD2S4 Part 1 DD254 Part 2

The following have been added by full text: ADDENDUM ONE

PAGES 2 4

Destination

DATE Ol-DEC-2009 01-DEC-2009

HQ0034-D9-A-3010 000104

Page4 ofS

HQ0287

ACCEPT BY Government

1. Information Management (MOBIS Labor Category! Functional Specialist 1): Act as the "M&S Deliversbles Maoager" so that the key functions can be accomplished. A full-time, on-site senior data analyst with significant experience in both M&S, and the experience level associated with MOB IS category Functional Specialist 1. Reviews, analyzes, and prioritizes the queue of documents and related information products associated with all projects and tasks performed under historical DMSO deliverables and M&S CO High Level Tasks. Develop storage and disposal recommendation and procedures. Develops naming convention for information as well as supervises the conversion of analog material to digital data. Archive efforts extend to Information produc~ developed since 1996. In parallel, the senior analyst would work with the community coordinators and HL T Leads and COR to ensure that all FY09 and beyond key products are registered. summarized with appropriate meta-data, and made visible to the community. Experience & Education: Senior Information Management: minimum level of experience: 1 0+ years of experience in the technical discipline relevant to the specific task- desired level of experience 15+ years and Masten Degree

Reference b. PWS, following paragraphs apply to thi8 position: ~page 21, (d) Public Relations:

o Provide support and advice to the M&S CO leadership in the release and publication ofM&S CO developed and/or sponsored materials which include providing the leadenhip with information on what can be released and the process of obtaining release.

1. Informadon Management Support (MOBIS Labor Category: Analyst): Act as the "M&S Deliverables Maoager's Assistant" so the key functions described above are accomplished. A part-time, on~site Information Assistant with entry level experience using computers, scanners and Microsoft Office products. Performs the actual scanning, shipping, archive documents or shred orders and physically produces the digital documents. Experience & Education: Mininmm of 1 year experience and Bachelors Degree

Reference b. PWS, following paragraphs apply to this position:

Page 76: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

-page 21, (d) Public Relations:

HQ0034-09-A-3010 000104

PageS ofS

o Provide support and advice to the M&S CO leadership in the release and publication of M&S CO developed and/or sponsored materials which include providing the leadenh.ip with information on what can be released and the process of obtaining release.

3. Senior Systems Analyst (MOBIS Labor Category: Functional Specialist 1). A full-time, on-site Senior Analyst with significant analysis experience & education, DoD Analytic Agenda familiarity, strong weapons system or operational analysis and senior staff experience (Major Comm.a.od, Service or Combatant Command Headquarters, or Joint Staff/Office of Secretary of Defense). Senior Analyst would be able to assist and advise the integration of M&S tools, data, and key Systems Analysis questions in support of improved requirements & acquisition processes. Should be familiarity with the Military OperatiODS Research Society (MORS) and/or related Ops Research organizations with experience in planning, briefing and coordinating senior-level te(;hnicaJ reviews, panels, or sim.ilar meetings with diverse participates. A TS/SCI level clearance would be desirable for this sa.aff member. Experience & Edu.cadon: Senior Systems Analyst: minimum level of experience: 1 0+ years of experieoce in the technical discipline relevant to the specific tMk- desired level of experience 15+ ~ and Mastem Degree

Reference b. PWS, following paragraphs apply to this position: -page 19, (b) Executive Committee Meetings and Support

o Plan, coordinate and document proceedings of executive-level councils, working groups and conferences (e.g. Steering Committee, Integrated Process Team (IPT), IPT Working Groups, etc.). The planning would encompass creating an agenda, having the agenda reviewed and concurred by the M&S CO management, creating a list of invitees, securi.ng a meeting location, ensuring that appropriate audio-visual equipment is available and taking notes of the meeting proceedings.

o Participate in and lead workgroups, conferences, and meetings and coordinate M&S CO's participation. These meetings will include IPT, IPT working group meetings, modeliDg and simulations (M&S) workshops and conferences. Participation in these meeting would require a person with several years of M&S related experience. Experience in leading working groups, conferences and meeting of 10-SO attendees is desired but not mandatory.

-page 20, (c) Policy Development/Interpretation Support: o Conduct review and coordinate processes for new and existing policy developed external to M&S

co. o Produce briefings, reports and ex.ecutive-level correspondence for the M&S CO Director, the

Director of Defense Research and Engineering (DDR&E), and the Under Secretary of Defense for Acquisition, Technology and Logistics (USD (AT&L))

-page 21, (e) Research and Analysis: (Senior Tools Analyst, Senior Data Analyst, Senior Services Analyst, and Senior Services Policy Analyst as identified in paragraph S.L3):

o Conduct a.nalyses, technical assessments, research and other studies of modeling and simulation and related activities (Senior Tools Analyst, Senior Data Analyst and Senior Services Analyst):

(End of Summary of Changes)

Page 77: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT ,I.CON1RA~IDCODB I PA<JEOF PA<JES

1 1 10 2. AMENDM£NT/MODlFICA nON NO. 3. EFFEC11VE DA 1E 4. REQU_ISmONiPURCHASE REQ. NO. S. PROJECTN0.(1f8pplicable)

05 01-Hib-2010 SEE SCHEDULE

6.1SSUEOBY CODE tQ)()34 7. ADMINISTERED BY (lfothetthm ltern6) CODE I WH$ ACQUISI'IlON & F!tOCUREMENT OFFICE

See Item 8 11550EF~SE PENTAGON WASHINGTUN OC .:m:lt-1165

8. NAME AND ADDRE~OF CONTRACTOR (No., Street, O:lunty, State and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. a:xxz ~HM!LTOH INC. IOt.IIIERI..Y PAAI<al 98. DATED(SEE ITEM I I) 82S3GREENS80RO DR MCIJ:AN VA 22102-4904

X ~-OF CONTRACT /ORDER NO. 9-A-3010-0001

lOB. DATED (SEE ITEM 13) CODE 17038 rFACII.ITY ffiDF. X 01-Feb-2009

II. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

I QThe above ouubemholicitlltion is &m:ndcd as set firth in lt.:m 14. Tho hour md date speeifed ilr receipt ot'Ot& 0 is Clllc2ldc:d, 0 is not Cldeadcd.

Oll:r ~rust Kbnwlcdge receipt oftb.is llmtldm:nt prior 10 tbe hour aod dale speciicd in thesoliciiBiion or as .aondcd by one oflhe flllowing m=!hoda:

(a) By OOftlllctiag ltt:m1 & md Is, aod n:tumins eo pies oftheam:ndmc:nt; (b) By acltnowlcdgill8 .n:c.eipt oftbis~dlmlt on cxh copy ofthcoJI:rsulnrittat or(c) By ~ lc:tla-or tclcgnanwbich i~~eludcs a !d;:ft:ftoc to 1M soli~:innioa lAd cnr:ndlllCIIt nur:d!c:r!l. FA !LURE Of YOUR ACKNOWLEDGMDITlO BE RECEIVEDATntE PLACE DI'.SIONA l1ID FOR niERECED'TOFOFFERS PRIOR 10 niE HOUR AND DA "IE SPECil'IEO MAY RESULT IN

REIECJION OF YOUR OfFER. I !by virwe oflhis &111:1ldm:nt you dclin: to ebange an oJI:raln:ady submitted, su¢h cheii(IC oay be rqde by ldcgn~mor lettc:t, provided cech tdcgllUIIor lc:tlt:t'aakea re&tnoc 10 tbc soliciUirion and this BIII:IIdm:nt, aDd is nooeivc:d prior 10 the opc:ning hour and date spccifc:d.

12. ACCOUNTING AND APPROPRIATION DATA (lfRqUired)

See Schedule

13. TinS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACfSIORDERS. IT MODIFIESTHECONTRACT/ORDERNO. ASDEg:RJ.BEDIN ITEM 14.

A. THIS CHANGE ORDER IS IS9JED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACf ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACf/ORDER IS MOD.IFlED TO REFLECT THE ADMINISTRATIVE CHANGES (S!.k:h as changes in paying office, appropriation date. etc.) SET FORTH IN ITEM 14, PU~ANT TO THE AUTHORITY OF FAR 43.103(B).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AliTHORITY OF: FAR 52.212-4 O:mtract Term> and O>nditions- QmmMciallens- Olangss D. OTHER (Specify type of modification and authority)

E.IMPORTANT: Contractor 0 i.snot, ~ is required to sign this oocument and return 1 copies to the imlingoffice..

14. DE!DUPTION OF AMENDMENT /MODIFICATION (Or.@~Ulized by UCF section heading9, including solicitation/contract suqect matter ~ere feasillle.) Modification Control Number. rlchardl10452

The reason few this mxlllcatiDn is to: A} Exercise option year one B) Increase the scope by four positi:lns (2 key positions, 2 non-key positions) C) Attach addendum two (2} to the pelfromance work statenent 0) Deobllgate $50,000.00 from Q.N0002 and ~~at& $50,000.00 ontD Q.N 1002

EX~:q~t as provided be:rtin, all tenm and conditiona ofthe dowltlC'Dt n:&enl:cd in ltcm?A or I OA, as hemotne changed. rema!WI unchanged and in fill f>n:e md elkt.

15A. NAME AND TITLE OF SIGNER(Type or print) 16A. NAME AND TITLE OF CONTRACfiNG OFFICER (Type or print) KIM FERNANDEZ I CX>NTRACTING OFFICER/TEAM L£AO

ra.: "IQ3.9.2479 e:MM.: Wm.f«naalcillOoflUTIII

1 SB. CONTRACfORIOFFEROR lSC. DATE SIGNED 16B. UNITEDSI"ATESOFAMERICA 16C. DATE SIGNED

aYI ~-t.·• y o.-o~ 29-Jan-2010 (Sgnature of person authorized to sign) (Signature of Contracting Oftker)

EXCEPTION TO Sf 30 APPROVED BY OIRM 11-84

30-105-04 sr ANDARD FORM 30 (Rev. 10-83 Prescribed by GSA. FAR {48 CPR) 53.243

Page 78: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECfiON SF 30 - BLOCK 14 CONTINUATION PAGE

The following have been added by full text: ADDENDUM2

HQ0034-09-A-3010 000105

Page2 oflO

a. Senior Strategic Programs AnaiY8t: (MOBIS: Functional Specialist 1 ). A full-time on-site senior strategic communications specialist with significant & recent experience in both DoD M&S activities as well as understanding the needs and methods of executing a strategic communications and outreach program. This senior member would research, analyze, and prioritize the opportunities and requirements for addressing the needs of the M&S CO leadership and Strategic Programs Associate Director (AD). This function would be fully integrated with the rest of the M&S CO Mission Support Team and would work with the other AD support & community coordinators to help ensure coherence in the outreach programs and messages to be communicated. Experience & Education: Significant experience (over 10 years) within the military services and providing communications support at a high organizationalleveJ would be desired. A Bachelors degree, collateral clearance, and ability to support necessary travel would be expected. {Include as Key Position)

Reference b. PWS, following paragraphs apply to this position: -page 19, (b) Executive Committee Meetings and Support

o Plan, coordinate and document proceedings of executive-level councils, working groups and conferences (e.g. Steering Committee, Integrated Process Team (IPT), IPT Working Groups, etc.). The planning would encompass creating an agenda, having the agenda reviewed and concurred by the M&S CO management, creating a list of Invitees, securing a meeting location, ensuring that appropriate audio-visual equipment is available and taking notes of the meeting proceedings.

o Participate in and lead workgroups, conferences, and meetings and coordinate M&S CO's participation. These meetings will include I PT. IPT working group meetings, modeling and simulations (M&S) workshops and conferences. Participation in these meeting would require a person with several years of M&S related experience. Experience in leading working groups, conferences and meeting of 1 0·50 attendees is desired but not mandatory.

-page 20, (c) Policy DevelopmenVInterpretation Support: o Conduct review and coordinate processes for new and existing policy developed

external to M&S CO. o Produce briefings, reports and executive-level correspondence for the M&S CO

Director, the Director of Defense Research and Engineering (DDR&E}. and the Under Secretary of Defense for Acquisition, Technology and Logistics (USD (AT&L))

·page 21, (e) Research and Analysis: (Senior Tools Analyst, Senior Data Analyst, Senior Services Analyst, and Senior Services Polley Analyst as identified in paragraph 5.1.3): o Conduct analyses, technical assessments, research and other studies of modefing

and simulation and related activities (Senior Tools Analyst, Senior Data Analyst and Senior Services Analyst).

-page 22, Additional skill requirements for all personnel are: o Ability to communicate well orally and In writing, particularly in the preparation of

technical documents and briefings. o Ability to use, with ease, common office software, including word processors,

spreadsheets, presentation and project management software (MS word, MS excel, MS PowerPoint and MS project).

Page 79: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 10 000105

Page 3 oflO

o Ability to serve as an action officer for a project manager (schedule meetings, prepare meeting notes and archival documents, tracking deliverables and expenditures, and keeping active logs of technical contacts not necessarily funded by M&S CO).

b. Senior Intelligence Analyst: (MOB IS Functional Specialist 1 ). A full-time on-site senior analyst with significant intelligence community experience, DoD irregular warfare familiarity, and senior staff experience (Major Command, Service or Combatant Command Headquarters, or Joint Staff/Office of Secretary of Defense). Due to the nature of the work, a TS/SCIIevel clearance would be highly desirable for this staff member (and would require an updated DD254 for the contract to accommodate this need). This staff member would execute the existing community coordinator responsibilities tailored for the Intelligence Community. Experience & Education: Because of the challenges involved in supporting the creation of the Intelligence Community governance structure and the formulation of the first business plan, previous significant experience (over 10 years) and involvement with M&S-related projects, events, and supporting activities and processes in the ISR arena would be highly desirable. A Masters Degree, collateral clearance, and ability to support necessary travel would be expected.

Reference b. P\NS, following paragraphs apply to this position: -page 19, (b) Executive Committee Meetings and Support

o Plan, coordinate and document proceedings of executive-level councils, working groups and conferences (e.g. Steering Committee, Integrated Process Team (lPT), IPT Working Groups, etc.). The planning would encompass creating an agenda, having the agenda reviewed and concurred by the M&S CO management, creating a list of invitees, securing a meeting location, ensuring that appropriate audio-visual equipment is available and taking notes of the meeting proceedings.

o Participate in and lead workgroups, conferences, and meetings and coordinate M&S CO's participation. These meetings will indude IPT, IPT working group meetings, modeling and simulations (M&S) workshops and conferences. Participation in these meeting would require a person with several years of M&S related experience. Experience in leading working groups, conferences and meeting of 10-50 attendees is desired but not mandatory.

-page 20, (c) Policy Development/Interpretation Support. o Provide assistance in the development, Interpretation and implementation of M&S

CO and DoD policies related to M&S. A working knowledge of the OSD, Joint Staff, Services Headquarters Activity or other DoD Components is desired but not required

o Conduct review and coordinate processes for new and existing policy developed external to M&S CO

o Plan and executes M&S CO-sponsored technical meetings and working groups, such as the DoD M&S Steering Committee (M&S SC) and its subordinate M&S Integrated Process Team (M&S IPT)

o Produce briefings, reports and executive--level correspondence for the M&S CO Director, the Director of Defense Research and Engineering (DDR&E), and the Under Secretary of Defense for Acquisition, Technology and Logistics (USD (AT&L))

o Assist In the development of DoD Policy recommendations for the management of M&S tools, data, and services

o Assist in the preparation of Community and Corporate-level M&S Business Plans o Support the development of Community and Corporate-level M&S Master Plans.

i)age 21, (d) Public Relations: o Provide support and advice to the M&S CO leadership in the release and publication

of M&S CO developed and/or sponsored materials which include providing the leadership with Information on what can be released and the process of obtaining release.

-page 22, Additional skill requirements for all personnel are: o Ability to communicate well orally and in writing, particularly in the preparation of

technical documents and briefings.

Page 80: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-3010 000105

Page4 of tO

o Ability to use, with ease. common office software, including word processors, spreadsheets, presentation and project management software (MS word, MS excel, MS PowerPoint and MS project).

o Ability to serve as an action officer for a project manager (schedule meetings, prepare meeting notes and archival documents, tracking deliverables and expenditures, and keeping active logs of technical contacts not necessarily funded by M&SCO).

c. Senior Weapon Systems Development Analyst: (MOBIS Functional Specialist 1 ). A full­time, on-site Weapons System Developmental Analyst with significant systems engineering experience & education, DoD requirements generation and acquisition processes, strong weapons system or operational analysis and senior staff experience (Major Command, Service or Combatant Command Headquarters, or Joint Staff/Office of Secretary of Defense). Senior Analyst would be able to assist and advise by researching and understanding acquisition programs, developing recommendations, and helping implement processes and policies that would hefp address opportunities, shortfalls, and best practices in the use of M&S capabilities In support of Improved acquisition as envisioned by the WSARA 2009, previous Defense Science Boards, and the emerging 2009 M&S Business Plan for the Acquisition Community. Must demonstrate experience in planning, briefing and coordinating senior-level technical reviews, panels, or similar meetings with diverse participates. Experience & Education: Senior Systems Analyst: minimum level of experience: 8+ years of experience in the systems engineering and possess a Masters Degree in a relevant field. Collateral clearance would be required, butTS/SCI would be desirable. The ability to support necessary travel would be expected. (Include as Key Position)

Reference b. PWS, following paragraphs apply to this position: -page 19, (b) Executive Committee Meetings and Support

o Plan, coordinate and document proceedings of executive-level councils, working groups and conferences (e.g. Steering Committee, Integrated Process Team (IPT), IPT Working Groups, etc.). The planning would encompass creating an agenda, having the agenda reviewed and concurred by the M&S CO management, creating a list of Invitees, securing a meeting location, ensuring that appropriate audio-visual equipment Is available and taking notes of the meeting proceedings.

o Participate In and lead workgroups, conferences, and meetings and coordinate M&S CO's participation. These meetings will include IPT, IPT working group meetings, modeling and simulations (M&S) workshops and conferences. Participation in these meeting would require a person with several years of M&S related experience. Experience in leading working groups, conferences and meeting of 10-50 attendees is desired but not mandatory.

o Support M&S CO in national and international conferences (e.g. NATO Modeling and Simulation Group (NMSG), lnterservicellndustry Training Systems and Education Conference (1/ITSEC), etc. Related OSD and/or NATO experience is desired but not mandatory.

o Provide advice to the United States M&S Delegations for participation in international Modeling and Simulation board and groups.

o Coordinate the successful management of day-to-day activities criticel to promoting Allied technical issues.

o Provide assistance to Communities enabled by M&S o Advise Communities, the Joint Staff and Services on M&S issues o Act as an information conduit between Communities, the Joint Staff and Services and

M&S CO management. -page 21, (d) Public Relations:

o Provide support and advice to the M&S CO leadership in the release and publication of M&S CO developed and/or sponsored materials which include providing the leadership with information on what can be released and the process of obtaining release.

Page 81: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 I 0 000105

Page 5 of 10

-page 22, (e) Research and Analysis (Senior Tools Analyst, Senior Data Analyst, Senior Services Analyst, Senior Services Policy Analyst, insert and Senior Weapons Analyst as identified in paragraph 5.1.3): o Coordinate technical standards related to promoting interoperability with M&S

systems In the greater International Community. (Services Policy Analyst, insert Senior Weapons Analyst)

o Coordinate DoD International activities and the successful management of day-to~ay activities critical to promoting Allied technical issues. (Services Policy Analyst, insert Senior Weapons Analyst)

o Provide advice to the United States M&S Delegations for participation In international M&S boards and groups. (Services Policy Analyst, insert Senior Weapons Analyst)

o Provide expert advice in the process for the release/transfer of defense related articles, information, technical data, and computer software, including models and simulations to foreign countries. (Services Policy Analyst, Insert Senior Weapons Analyst)

o Assist the M&S CO leadership in obtaining and analyzing data as input into major management decisions involving all relevant technical and application areas (Senior Tools Analyst, Senior Data Analyst, Senior Services Analyst, insert and Senior Weapons Analyst).

o Conduct analyses, technical assessments, research and other studies of modeling and simulation and related activities (Senior Tools Analyst, Senior Data Analyst, Senior Services Analyst, insert and Senior Weapons Analyst).

o Provide technology assessments, plan development and workshop support to M&S. o Support M&S CO in the conceptualization, drafting and coordination of M&S business

& strategic plans, and documents. o Provide expertise in the management of model and simulation software or simulation

environments and/or analyzes results produced by M&S. (Senior Tools Analyst, insert Senior Weapons Analyst)

o Provide expertise in the development, use or transformation of data leading to accurate and effective M&S. (Senior Data Analyst, insert Senior Weapons Analyst)

o Develop strategies for managing M&S Data in the Net Centric Data Environment. (Senior Data Analyst, insert Senior Weapons Analyst)

o Provide expertise in the establishment of standards for the discovery and understanding of data and other M&S resources (d iscovery metadata). (Senior Data Analyst, insert Senior Weapons Analyst)

o Provide expertise in the establishment of standards for the consistent representation of data so that it can be interchanged among M&S applications and with operational systems (structural metadata). (Senior Data Analyst, insert Senior Weapons Analyst)

o Develop or coordinates a variety of technical standards related tn M&S standards (e.g. HLA, SEDRIS, XML, IPV6). (Senior Tools Analyst, Senior Data Analyst, Senior Services Analyst, and Senior Service Policy Analyst, insert Senior Weapons Analyst)

o Provide expertise in the development or coordination of educational products or services across a wide array of M&S related disciplines such as computer science, mathematics, engineering, etc. (Senior Services Analyst, insert Senior Weapons Analyst)

o Provide expertise in the development or coordination of Verification, Validation and Accreditation policies related to M&S. (Senior Services Analyst, insert Senior Weapons Analyst)

o Provide expertise in the uses or development tools that lead to accurate and effective models and simulation. (Senior Tools Analyst, insert Senior Weapons Analyst)

o Define and foster sound practices for efficient development and evolution of credible M&S tools in the Net Centric Environment. (Senior Tools Analyst, insert Senior Weapons Analyst)

o Participate in the development of DoD M&S policy related to M&S (Senior Services Analyst . Senior Pol icy Analyst, insert and Senior Weapons Analyst)

Page 82: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-3010 000105

Page 6 of 10

o Investigate or Identify business, scientific, technology, engineering, operational, professional and/or policy issues related to M&S. (Senior Data Analyst, Senior Tools Analyst, Senior Services Analyst, insert and Senior Weapons Analyst)

-page 22, Additional skill requirements for all personnel are: o Ability to communicate well orally and in writing, particularly in the preparation of

technical documents and briefings. o Ability to use, with ease, common office software, including word processors,

spreadsheets, presentation and project management software (MS word, MS excel, MS PowerPoint and MS project).

o Ability to serve as an action officer for a project manager (schedule meetings, prepare meeting notes and archival documents, tracking deliverables and expenditures, and keeping active logs of technical contacts not necessarily funded by M&SCO).

d. Weapons Syatems Analyst (MOBIS Functional Specialist). A full-time, on-site weapons systems analyst with the ability to understand the DoD Requirements Generation and Acquisition processes and advanca the application of M&S in this arena. Experienced in researching and understanding acquisition programs, developing recommendations, and helping implement processes and policies that would help address opportunities, shortfalls, and best practices in the use of M&S capabilities in support of improved acquisition as envisioned by the WSARA 2009, previous Defense Science Boards, and the emerging 2009 M&S Business Plan for the Acquisition Community. Experience & Education: Weapons System Analyst: (Minimum of 6 years experience and Bachelors Degree). Collateral clearance would be required, butTS/SCI would be desirable. The ability to support necessary travel would be expected.

Reference b. PoNS, following paragraphs apply to this position: -page 19, (b) Executive Committee Meetings and Support

o Plan, coordinate and document proceedings of executive-level councils, working groups and conferences (e.g. Steering Committee, Integrated Process Team (IPT), IPT Working Groups, etc.). The planning would encompass creating an agenda, having the agenda reviewed and concurred by the M&S CO management, creating a list of invitees, securing a meeting location, ensuring that appropriate audio-visual equipment is available and taking notes of the meeting proceedings.

o Participate in and lead workgroups, conferences, and meetings and coordinate M&S CO's participation. These meetings will include IPT, IPT working group meetings, modeling and simulations (M&S} workshops and conferences. Participation in these meeting 'M>uld require a person with several years of M&S related experience. Experience in leading working groups, conferences and meeting of 10-50 attendees is desired but not mandatory.

o Support M&S CO in national and international conferences (e.g. NATO Modeling and Simulation Group (NMSG}, lnterservice/fndustry Training Systems and Education Conference (1/ITSEC), etc. Related OSD and/or NATO experience is desired but not mandatory.

o Provide advice to the United States M&S Delegations for participation in international Modeling and Simulation board and groups.

o Coordinate the successful management of day-to-day activities critical to promoting Allied technical Issues.

o Provide assistance to Communities enabled by M&S o Advise Communities, the Joint Staff and Services on M&S issues o Act as an information conduit between Communities, the Joint Staff and Services and

M&S CO management. -page 21, (d) Public Relations:

o Provide support and advice to the M&S CO leadership in the release and publication of M&S CO developed and/or sponsored materials which Include providing the

Page 83: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 10 000105

Page 7 of 10

leadership 'Nith information on what can be released and the process of obtaining release.

-page 22, (e) Research and Analysis (Senior Tools Analyst, Senior Data Analyst, Senior Services Analyst, Senior Services Policy Analyst, insert and Senior Weapons Analyst as identified In paragraph 5.1.3): o Coordinate technical standards related to promoting interoperability with M&S

systems In the greater International Community. (Services Policy Analyst, insert Senior Weapons Analyst)

o Coordinate DoD international activities and the successful management of day-to-day activities critical to promoting Allied techn ical issues. (Services Policy Analyst, Insert Senior Weapons Analyst)

o Provide advica to the United States M&S Delegations for participation in international M&S boards and groups. (Services Policy Analyst, insert Senior Weapons Analyst)

o Provide expert advice in the process for the relea.se/transfer of defense related articles, information, technical data, and computer software, including models and simulations to foreign countries. (Services Policy Analyst, insert Senior Weapons Analyst)

o Assist the M&S CO leadership In obtaining and analyzing data as input into major management decisions involving all relevant technical and application areas (Senior Tools Analyst, Senior Data Analyst, Senior Services Analyst, insert and Senior Weapons Analyst).

o Conduct analyses, technical assessments, research and other studies of modeling and simulation and related activities (Senior Tools Analyst, Senior Data Analyst, Senior Services Analyst, insert and Senior Weapons Analyst):

o Provide technology assessments, plan development and workshop support to M&S. o Support M&S CO in the conceptualization, drafting and coordination of M&S business

& strategic plans, and documents. o Provide expertise In the management of model and simulation software or simulation

environments and/or analyzes results produced by M&S. (Senior Tools Analyst, Insert Senior Weapons Analyst)

o Provide expertise in the development, use or transformation of data leading to accurate and effective M&S. (Senior Data Analyst, insert Senior Weapons Analyst)

o Develop strategies for managing M&S Data in the Net Centric Data Environment. (Senior Data Analyst, insert Senior Weapons Analyst}

o Provide expertise in the establishment of standards for the discovery and understanding of data and other M&S resources (discovery metadata). (Senior Data Analyst, insert Senior Weapons Analyst)

o Provide expertise in the establishment of standards for the consistent representation of data so that it can be interchanged among M&S applications and with operational systems {structural metadata). (Senior Data Analyst, insert Senior Weapons Analyst)

o Develop or coordinates a variety of technical standards related to M&S standards {e.g. HLA, SEDRIS, XML, IPV6). (Senior Tools Analyst, Senior Data Analyst, Senior Services Analyst, Senior Service Policy Analyst, insert and Senior Weapons Analyst)

o Provide expertise In the development or coordination of educational products or services across a wide array of M&S related disciplines such as computer science, mathematics, engineering, etc. (Senior Services Analyst, insert Senior Weapons Analyst)

o Provide expertise in the development or coordination of Verification, Validation and Accreditation policies related to M&S. (Senior Services Analyst, Insert Senior Weapons Analyst)

o Provide expertise in the uses or development tools that lead to accurate and effective models and simulation. (Senior Tools Analyst, insert Senior Weapons Analyst)

o Define and foster sound practices for efficient development and evolution of credible M&S tools in the Net Centric Environment. (Sen ior Tools Analyst, Insert Senior Weapons Analyst)

Page 84: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-3010 000105

Page 8 oflO

o Participate in the development of DoD M&S policy related to M&S (Senior Services Analyst /Senior Policy Analyst)

o Investigate or identify business, scientific, technology, engineering, operational, professional and/or policy Issues related to M&S. (Senior Data Analyst, Senior Tools Analyst, Senior Services Analyst, insert and Senior Weapons Analyst)

-page 22, Additional skill requirements for all personnel are: o AbiJity to communicate well orally and in writing, particularly in the preparation of

technical documents and brie·fings. o Ability to use, with ease, common office software, including word proces.sors,

spreadsheets, presentation and project management software (MS word, MS. excel, MS PowerPoint and MS project).

o Ability to serve as an action officer for a project manager (schedule meetings, prepare meeting notes and archival documents, tracking deliverables and expenditures, and keeping active logs of technical contacts not necessarily funded by M&S CO).

SECTION SF 1449- CONTINUATION SHEET

SOLICITATION/CONTRACT FORM

The total cost of this contract was increased by $5,084,029.97 from $3,147,588.53 to $8,231,618.50. The 'mail invoices to the address shown in block' field has changed from See Item 18 to 1.

SUPPLIES OR SERVICES AND PRICES

CLIN 1001

CLIN 1002 The CLIN extended desoription has changed from The contractor shall perform the requirements

delineated the attached PWS. to The contractor shall perform there uiremeots delineated in the attached PWS .. The unit price amount bas increased b~(b)(4) I fro (b)(4) t~(b)(4 ) I The option smtus bas changed from Option to tion Exerc1se . The total cost of this line item has increased b (b)( 4) fro~r::(b~)(~4 ):----,~~ .... (b_)(_4_) _ ___,

CLIN2001

Page 85: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

CLIN 2002

HQ0034-09-A-3010 000105

Page 9 oflO

The CLIN extended description has changed from The conl.nlctor shall perform the requirements delineated the attached PWS. to The contractor shall perform the requirements delineated in the attached PWS ..

CLIN3001

CLIN3002 The CLIN extended description bas changed from The contractor shall perfonn the requirements

delineated the attached PW8. to The contractor shall perform the requirements delineated in the attached PWS ..

CLIN4001 The CLIN extended description has changed from The contractor shall perform the requirements

delin.eated the attached PWS. to The contractor sh ere uirements delineated in the attached PW8 .. The unit price amount has increased b t(b~)~( 4~)-fi'i:"\'i':~fr::gom~,~~bl.l:4t4)~iih'ii':ii.LW.I.W.II.:t.J...Hii'h"\,1'd'\..L..--, The total cost of this line item has increas (b)(4) fro (b)(4)

CUN4002 The CLIN extended description has changed from The contractor shall perform the requirements

delineated the attached PW8. to The contractor shall perform the requirements delineated in the attached PWS ..

ACCOUNTING AND APPROPRIATION

Swnmary for the Payment Office

As a result of this modification, the total funded amount for this document was increased by $5,034,029.97 from $3,147,588.53 to $8,181 ,618.50.

SUBCLIN 000201:

AB: 97 90400.1120 P9476 0401 2523 849447 DWAC90022 (CIN OF0331200909420001) was decreased by $50,000.00 from $100,000.00 to $50,000.00

CLIN 1001:

AD: 9700400.1120 P0476 0401 2523 849447 (CIN HQ0287002800011001) was increased by $5,034,029.97 from $0.00 to $5,034,029.97

The contract ACRN AD has been added. The CIN HQ0287002800011001 has been added.

CLIN 1002:

Page 86: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 I 0 000105

Page 10 oflO

AB: 97 90400.1120 P9476 0401 2523 S49447 DWAC90022 (CIN OF0331200909420001) was increased by $50,000.00 from $0.00 to $50,000.00

The contract ACRN AB bas been added. The CIN OF0331200909420001 has been added.

(End ofSumm.ary of Changes)

Page 87: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOUCITATION/MODIFICATION OF CONTRACT ,I.CON11tA~tDCODE l PAGE OF PAGES

1 I 3 2. AMENDMENTIIIotODIFICA nON NO. J. EFFECTIVE DA 1'E 4, REQUISmON/PURCHASEREQ.NO. ,5. PRO.JECTNO.(lfeppllcable)

06 08-Jun-2010 SEE SCHEDULE

6.ISSUEOBY coos t-QX)34 7.ADMINIS1E\.EDBY (lfotbertbanitem6) CODE I_I-Q)034 VIliS ACQU151T10N & PROCURa.1ENT OFACE

w-tSACQUI.Sil'Of & I'ROCURfMacT ClF'f"U 1?0QN. MOORE STREET 11!56 DEA!HS£ PENTAGON sum:. 142!1 Wll$iHGTON DC 3l:JJ1-1156 ROSSI.. '11'1 VA l23»-1&01

8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF ~LiaT ATION NO. !IXlZ AI.1..EH tw.IUOOINC. ICIMIERLY PNUCEM 9B.DATED(SEEITEM II) 82SJ GREENSBORO OR MCLEAN VA 221~

X ~D. OF CONTRACr/ORDERNO. 09-A-3010-0001

lOB. DATED (SEE ITEM 13)

CODE 17038 lFAa:LlTY ffinR X 01-~2009 II. THIS ITEM ONLY APPLIES TO AMENDMENTS OF lDUOT AT IONS

I DTheabove nvlli>emholicilmlon i1 armndad.., set 1:>1\h in Item 14. The hovr .-nd dMo IJ*iied l>r .m:cipt oi'OI& O i$ Clltcndcd.. 0 is note:aondod.

Ol:r ID&st dnowledge~ipt oftbia .IIII!OdD'alt prior to tbc bounnd dale sp:eifod in tbcsolici!Jition oru .c<:!~dcd by one oflhe I:> !lowing mcthoda:

(a) By c:ooq~lctilll lleml 8 one! 13, 111d muming c:op;ea oftbc am:n~t; (b) By acknowlodgilllll!a:iPI ofth.ia oamdiiiOilt on aocb copy ollbeolluubnilled:

or{c) By tq>A~Wle letter or telqpu~wbic:lllnclvdl:! • ~ce 10 tbc to licitation and -ndm:nt nurdlc:n. FAILURE OF YOURACIC.NOWLEDGMENTTO BE RECEIVED ATniE PLACE DESIGN A lED FOR niEREC£IPTOFOFFERS PIUOR. TOniE HOUR AND DATE SPECiflEDMA Y RESULT IN

REJECllON OF YOUR. OFFER. lfby vlm.e oNlit &IJIIII!amt you cleai.., to change an oli:r aln::ady subni.ttcd, suc:b ct..Dgeu.y be l!llde by telq .. mor letter, provided aocb tclqpamor letter !lilt..:! n:f:nooc to the solic;Letion'and tbisall"ellclm::nl, 111d is n:>OC:ived prior 1o !be opening hour 11nd da~espco.iled..

12. ACCOUNTING AND APPROPRIATION DATA (lfreqW-ed)

See Schedule

13. THIS ITEM APPLIES ONLY TO MODIFTCATIONSOFCONTRACfs-'ORDERS. IT MODIFTES THE CONTRACT /ORDER NO. AS DE~BED IN ITEM 14.

A. THIS CHANGE ORDER IS 1$UED PURSUANT TO: (~ecify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDERNO. IN ITEM lOA.

X B. THE ABOVE NUMBERED CONTRACT /ORDER IS MODIF1ED TO REFLECT THE ADMINISI'RATIVE CHANGES (su:h as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR43.103(B).

C. TlUS SUPPLEMENTAL AG{EEMENT IS ENTERED INTO P~ANT TO AlJI'HORITY OF:

D. OTHER (~IY type of modification and authority)

E. IMPORT ANT; Contractor [!] il not, D is required to sign this Wculne.nt and return copia to the imling office.

14. DE.!DUPTION OF AMENDMENT/MODIFICATION (Organized by UCF 51CCtion heading11, including solicitationlcont111Ct ~cct matter Miere feasi~e.) Modif~eation Control N~mber: n'Organm1 01075

The purpose of this nndif~:albn is to correct the line of accounllng on Cl..N 1001. As a result Q.N 1001 has been zeroed outldt ~ 100101 was added with lhe cOfTectad fund~ line. The total value of the contract and the total funded arrount of the conlrect rerrain unchanged.

Excqlt a1 ptOvidcd herein. all tenmllld co11diuons oftbe docv~~~:nt .rri.enced inltcm9A or I OA, u heretof>re changed, mm!na unchanged md In illl f>n:und eac:t.

I SA. NAME AND TITLE OF Sl(lllER(Typeor print) 16A. NAME AND T JTLE OF CONTRACTING OFFlCER (Type or print) KJ!.I FERNANDEZ/ CCNTRN:TING a:F~ L.eAO

TB..; 11J3.E96.2419 8W'IIL.: Nm.fll••~ml

l SB. CONTRACTOR/OFFEROR I SC. DATE SIGNED l6B. UNITED sr AT ES OF AMERICA 16C. DA.TE SIGNED

evj~.~...- .. aco.-o~ ~.kln-2010 (Signature of perwn authorized to sign) (Signature of Contractina Officer)

EXCEPTION TO !ii' 30 APPROVED BY OIRM ll-!4

30·105·04 Sf ANDARD FORM 30 (Rev. I 0·83 p re9Cribed hy ffi.\ FAR (48 CFR.) 53.243

Page 88: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

SUPPLIES OR SERVICES AND PRICES

SUBCLIN 100101 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY 100101

Funding for CLIN 100 I FFP

ACRNAE

ACCOUNTING AND APPROPRIATION

Summary for the Payment Office

CLIN 1001:

UNIT UNIT PRICE

NETAMT

HQ0034-09-A-30 I 0 000106

Page 2 of3

AMOUNT $0.00

$0.00

l(b)(4)

AD: 9700400.1120 P0476 0401 2523 S49447 (CIN HQ0287002800011001) was decreased by $5,034,029.97 from $5,034,029.97 to $0.00

SUBCLIN 100101: Funding on SUBCLIN 100101 is initiated as follows:

ACRN:AE

CIN: HQ028700280001

Acctng Data: 9700400.1120 P0476 0401 2523 849447 DWAC00021

Increase: $5,034,029.97

Total: $5,034,029.97

INSPECTION AND ACCEPTANCE

The following Acceptancellnspection Schedule was added for SUBCLIN 100 I 0 I : INSPECT AT INSPECT BY ACCEPT AT Destination Government Destination

ACCEPT BY Government

Page 89: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

(End of Summary of Changes)

HQ0034..09·A·3010 000106

Page 3 of3

Page 90: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOUCITATION/MODIFICATION OF CONTRACT II . CONTRA~IOCOOE t PAGE OF PAGES

1 1 3 2. AMENDMENUMODIFICA TION NO. 3. E.FFBC'JlVE DATE 4. R.EQUISmON/PURCHASE REQ. NO. I 5. PRO.IECTNO.(lfapplia~ble)

07 27-Aug-2010 SEE SCHEDULE

6.1SSUEDBY COOl! tQ)()34 7. ADMINISTERED BY (lfotherthao iton6) CODE l tQ)()34

YIHSACa.JISQlON O!RfCroAATE ~SACGJISTlON & PROCUAEM8'1T OFFICe 1~ N. a..oclAE STREET

1 15!) DEFI!NS: f'I3\IT Aa:JH SUI'TE1421 WISHINGTON OC 3l:Dt-115!) ROSSI..'\1'1 VA 22:21»-1901

8. NAME AND ADDRESS OF CONTRACTOR (No., &reet, Co\lllty, &ate and Zip Code) 9A. AMENDMENT OF 9:>LIOT ATION NO. eooz AIJ.£N HMIIL TGIINC. IOWl!ERLYPAR~ 9R DATED(SEE ITEM II) 8283GREENSBCR> OR WCI.EAN VA 22102-Gl4

X lOA. MOD. OF~CT/OR.DER NO. ~A-301 1

108. DATED (SEE ITEM 13}

CODE 17038 I FACIUTY CODE X 01-Feb-2009

11 . THIS ITEM ONLY APPLIES TO AMENDMENTS OF 9:>UCIT AT IONS

I OTheabove ounDered sollcilltion h a~ed u ac:t imh ia hem 14. The hour IUld dalespeciied l>r nllcipt oroli:r 0 ,, ocU!Ided. 0 il DOt -dod. O~IIII&Uckoow\adJc ,...pt oftbia o~t prior to tbe bour and date 1peciied in the 1olieit.11ioo cru ~UJ:Dded by one ortbe l>llowlna lll:thodl:

(•) By co !lllleting Item~ 8 .ad I S, 1nd I'UIImlna __ cop ie. oftbum::nclll=t; (b) 8y tell DOW lcdgina t'IOCCipt o!lhil aaau!IIICIIt on e.~h copy of\he oli:r aulnlirrad;

or(e) 8y sepame letter ortelearam which includiB a robmcc to tho scli~tttion llld -ndment ouabm. FAILURE Of YOUR ACKNOWLEOOMENTlO BE RECElVED ATTHiiPLACE DESIGNATED FOR THERECEIPTOFOFFERS PRIOR to THBHOURAND DATE SPEClflED MA YRESULT.IN

REJECTION OF YOUR OFF'Eil lfby vi null oflhis ~~m~drrcnt you claire to chaoge BD oli:r alr!::sly subllined,. such chaoge tmy be lllldo by telcgmnor letter, p rov idcd eaeb ~lq~amor letu:r mike. n:ift:uc411o thuolicittlion 1111d this ana dim! I, 10d is I¢Cived prior ID tbc opcnin1 hour 1111d dl10 • peci tied.

12. A<XX>lJNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS ITEM APPLIESONL Y TO MODiflCATIONS OF CONTRACfSIORDERS. IT MODiflESTHE CONTRACT/ORDER NO. AS DE!I::RlBED IN ITEM 14.

A. THIS CHANCE ORDER IS I~D PURSUANT TO: (~ecify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM lOA. ·

R THE ABOVE NUMBERED CONTRACf /ORDER IS MODiflED TO REFLECT THE ADMINISTRATIVE CHANGES (!lUCh as cbanges in paying offtee, appropriation date, etc.) SC:T FOKI'H IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR43 . l03(B).

C. THIS SUPPLEMENTAL A~EMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER(~ify type of modification and authority) FAR 52.212-4(c)

E. IMPORT ANT: Cootractor D is not, [Kl is ~eel to sign this (b:ument and return 1 copies to the iesuing office.

14. DES:lUPTION OF AMENDMENT/MODIFlCATION (Orgmiz.ed by UCF section heaengs, inclucing !IO!icitationlcootract 5\liject matter v.bere feasible.) Modficat:ion Cootrol N~mtbcr: rrort~ arm'l 01220

The purpose of this rrodlflcatbn Is to increase Q.N 1002 Clher 1:!-ect Costs (~) from a total of $50,000.00 to a total of $135,000.00. Funding in the enwnt of $12,000.00 will be transferred from Q.N 0002 to a.N 1002. Additional fundi~ in the ai'I'Q.Int of $73,000.00 w il be added as Sll!Q.N 100201.

Ex;:epus provided hc:rei.o., •lltcmo md QOndilionl of'lho docullall ret:renecd in ltem9A or I OA, u hm:toflrc cb.mged, ramin' unchanged and in (&Jl J>,., alld ctkt.

IS A. NAME AND TITLE Of SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) IClM FER~Oez I CONTR.'ICTIHG OFFICER/TEIIM l.EAO

TEL: 71n-8l&-21111l EMIII.:Nm,~Jiit

ISB. CONTRACfORIOFFEROR ISC. DATE SIGNED 16R UNITEDSTATESOF AMERICA 16C. DATE SIGIED

sv l~o.'O~ 27-Aug-2010 (Sgoature of persoa authorized to sign) (Signature of Coatracting Officer)

EXCEPTION TO Sf 30 APPROVEDBYOlRM 11-84

30-IOS-04 sr ANDARD FORM 30 (Rev. 10-83 Prescribed by <liA FAR(48 Cflt) 53.243

Page 91: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECflON SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

SUPPLIES OR SERVICES AND PRICES

CLIN 1002 The unit price amount has increased by $85,000.00 from $50,000.00 to $135,000.00.

HQ0034-09-A-30 I 0 000107

Page2 of3

The toml cost of this line item bas increased by $85,000.00 from $50,000.00 to $135,000.00.

SUBCLIN 100201 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 100201

UNIT PRICE $0.00

AMOUNT $0.00

Funding for CLIN 1002 FFP PURCHASE REQUEST NUMBER: HQ028702370001

ACRNAF

ACCOUNTING AND APPROPRIATION

Summary for the Payment Office

NETAMf

l(b)(4)

As a result of this modification, the total funded amount for this document was increased by $73,000.00 from $8,181,618 .50 to $8,254,618.50.

SUBCLIN 000201:

AB: 97 90400.1120 P9476 0401 2523 849447 DWAC90022 (ClN OF0331200909420001) was decreased by $12,000.00 from $50,000.00 to $38,000.00

CLIN 1002:

AB: 97 90400.1120 P9476 0401 2523 S49447 DWAC90022 (CIN OF0331200909420001) was increased by $12,000.00 from $50,000.00 to $62,000.00

SUBCLIN 100201: Funding on SUBCLIN 100201 is initiated as follows:

ACRN:AF

$0.00

Page 92: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

CIN: HQ0287023 70001000100201

Acctng Data: 9700400.1120 P04760401 2523 S49447 DWACOOI41

Increase: $73,000.00

Total: $73,000.00

DELfVERIES~PERFO~CE

The following Delivery Schedule item for CLIN 2001 bas been changed from:

To:

DELfVERY DATE

POP 01-FEB-2011 TO 31-JAN-2012

DELIVERY DATE

POP 01-FEB-2011 TO 31-JAN-2012

INSPECTION~ ACCEPTANCE

QUANTITY

NIA

QUANTITY

NIA

SHIP TO ADDRESS

OSD DEFENSE RESEARCH~ ENGINEERING 3030 DEFENSE PENTAGON WASHINGTON DC 20301-3030 FOB: Destinatioo

SHIP TO ADDRESS

OSD DEFENSE RESEARCH~ ENGINEERING 3030 DEFENSE PENTAGON WASHINGTON 0C 20301-3030 FOB: Destination

The following Acceptance/Inspection Schedule was added for SUBCLIN 100201: INSPECT AT INSPECf BY ACCEPT AT Destinatioo Government Destinatioo

(End of Summary of Changes)

HQ0034-09-A-3010 000107

Page3 of3

UIC

HQ0287

UIC

HQ0287

ACCEPT BY Government

Page 93: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT ti.CONTRA~IDOODB t PAGEOF PAGES

1 1 s 2.AMENDMENT/MODIFICA TION NO. l. EFFECTIVE DATE 4. REQUISOlON/PURCHASE REQ. NO. I s. PRO.IECTNO.(lf«PPii~le) 08 01-0ct-.2010 SEE SCHEDULE

6. ISSI.IEO BY CODE 1-00034 7. ADMINIS'IEREO BY tlfolherthm llcm6) CODE I tOl034 VIHS.-cQUISmON & PROCUREMEM' OFFICE

VIliS ACQUISITION DIRECTORATE 1700 N. MOORE STREET 11i515t:lEFefSE F'ENT loGON SUIT"E 1425 WISHINGTON DC 41)3)1-1155 RO$SLYNVA~1901

8. NAME AND ADDRE$0F CONTRA~OR (No., Street, County, State and Zip Code) 9A. AMEND.MENT OF SJLiaT AT ION NO. iJOOZAI.J.Dj ~TON INC. IO~YI¥RICER 98. DATED (SEE ITEM II) 8283GR£:ENS9JRO OA ~CLEAN VA 2211J2-41104

X ~OF CONTRACf/ORDERNO. A-3010-0001

lOB. DATED (SEE ITEM 13)

CODE 17038 IFAaLITYCODE X 01-Fe~2009

II. THIS ITEM ONLY APPLlES TO AMENDMENTS OF !DLlaT AT IONS

0111c above Dllrdlered sol ici lalio.D is aaasdod a Kl .brtll in ltzm 14. The hour and dele speo:i icd ll r receipt ofO Air O bazmded, 0 is not ex<mded.

Ol:r IIU5t ~ekocnvlodl!"~t ofrbis IIIIZIIC111a1t prior to the bo,.nnd datespcciicd in the solicitm.ion eras ~DEndal by oocofrhc l>llowlna cretboda:

(a) By cotq~letina II.Cml8 llld I },oDd n:o~mi"- copice oflbc aamdr!Dt; (h) By ecknowlcdgina receipt ofthi• 8naldm:ut on~ copy oflhc oll:r suba:i!Uld;

or(c) By sepame letterottc::lqpmlwhich inclu~ce to Lite •olicilation 8ftd &mendltle:nt niUlbc:n. FAILURE OP YOURAc:KHOWLEOOMEHT'IU BE RECEIVED ATlHE PlACE DESIGN A TED FOR.lHE R£CEIPTOFOFFERS PRIOR 1tl lHE HOUR AND DA 1E SP ECIF1EO MAY R£SULTIN

R.EJEC110H OP YOUR OFFER. lfby virtue o Nli um:ou!JIIellt you dee in: to cbanll" an oll:r already ! ubrri ru:d. such cbaoae .ny be ftllde by lei ep.m or J ctt«, p10vided ~ u:lc:g~a~~~or lettera:~~lr01 ~ce ID tbe•oliciatlion Cltld Ibis &O'CIIdl!mt,IDd is m:civcd prior to \be opcnilljJ houuod date tpecllied.

12. A<XX>UNTING AND APPROPRIATION OAT A (If required)

See Schedule

13. TIOS ITEM APPLIESONL Y TO MODIFICATIONS OF CONTRACTS'ORDERS. IT MODIFIES THE CONTRACf /ORDER NO. AS DE&:RIBED IN ITEM 14.

A. TIDSCHANGE ORDER IS I~D PURIDANT TO; (~ecify authority) THE CHANGES SET FO.KTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACT /ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (&~a:h as cban&f:S in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURIDANT TO THE AUTHORITY OF FAR43.103(B).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AlTI' HORITY OF: FAR52.212-4{c) D. OTHER (~ify type of modification and authority)

E.IMPOIUANT: CootTactor 0 isnot, ~ is required to sign this cbclment and return 1 copies to the ~g ofr~ee.

14. D£S:::RIPTION OF AMENDMENT/MODtFlCATJON (Organized by UCF section bcadin~ including90licitatioo/contract u,ject matter '~~<here feasible.) Modi.ficat io o Control Number. nuganm1 01482

1he purpose or lhls rrodft:ati)n is to increase the scope by one posltbn. The first option year w I be Increased f<r the rerTBining four I'Jl)lths of perfornance (a..Ns 100102 and 100103 were added to provide the additional funds). Wlle option years two, three, aoo four w HI be illCI'eased for the ful twelve fTDr1lh period or perfomance for each optk>n year. Addendumttvee is attached to the FS-forrmnce Work StalerTenl.

Elapt as provided hc:Tcin. all tcnut and coodjtioos oftbe doeu.m~t rdm!ccd in lb:m9A or lOA, as heretoiuedwlged, mmio.o unch111gcd 10d in illl flrcc IDd ella.

l!iA. NAME AND TITLE OF SIGNER (Type or print) l6A. NAME AND TITLE OF CONTRACI'lNGOFFlCER(Type or print) I(JM FB<NANDEZ I CONTRACTING OFFICER/TEAM LEAD

Ta ~2479 OUil.: Nrn.~.mn

lSB. CONTRACfORIOFFEROR lSC. DATE 51GNED l6B. UNITEDSfATESOF AMERICA I6C. DATE 51GNED

avl~o.-'0~ 24-~2010 (&gaature of peniOD authorized to sign) (&!'}laturc of Coa.tracting Officer)

EXCEPTlON TO Sf 30 APPROVED BY OIRM ll -84

30-105-04 Sf ANDARD FORM 30 (Rev. 10-83 Pre~Cn'bed by ~ FAR(48 CFR) 53.243

Page 94: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BWCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

SUPPLIES OR SERVICES AND PRICES

HQ0034~09-A-30 l 0 000108

Page 2 of5

CLIN 3001 The writ price amount has increased bfb)(4) l&ard!b)(4) l.,,l(b)(4) ~":':"":'~---'--, The total cost of this line item has increased b~(b)(4) lfroixt<b)(4) fto1L(b- )(_4_) __ _.

SUBCLIN 100102 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY 100102

Funding for CLIN 1001 FFP .

ACRNAG

SUBCLIN 100103 is added as follows:

UNIT UNIT PRICE

NETAMT

AMOUNT $0.00

$0.00

$86,808.67

Page 95: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ITEM NO SUPPLIES/SERVICES QUANTITY 100103

Funding for CLIN l 001 FFP

ACRNAG

ACCOUNTING AND APPROPRIATION

Summary for the Payment Office

UNIT UNIT PRICE

NETAMT

HQ0034-09-A-3010 000108

Page 3 of5

AMOUNT $0.00

$0.00

l(b)(4)

A3 a result of this modification, the total funded amount for this document was increased by $135,707.64 from $8,254,618.50 to $8,390,326.14.

SUBCLIN 100102: Funding on SUBCLIN 1001 02 is initiated as follows:

ACRN:AG

CIN: HQ02870252000 1000100102

AcctngData: 9700400.1I20 P0476 0401 2523 S49447 DWACOOI46

Increase: $86,808.67

Total: $86,808.67

SUBCLIN 100103: Funding on SUBCLIN I 00 I 03 is initiated as follows:

ACRN:AG

CIN: HQ028702520001001IOOI03

Acctng Data: 9700400.II20 P04 76 040 I 2 523 S4944 7 DW ACOO 146

Increase: $48,898.97

Total: $48,898.97

INSPECTION AND ACCEPTANCE

The following Acceptance/Inspection Schedule was added for SUBCLIN 100102: INSPECT AT INSPECT BY ACCEPT AT Destination Government Destination

ACCEPT BY Government

Page 96: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

The following Acceptance/Inspection Schedule was added for SUBCLIN 100103: INSPECT AT INSPECT BY ACCEPT AT Destination Government Destination

The following have been added by full text: ADDENDUM DJREE

HQ0034-09-A-301 0 000108

Page4 of5

ACCEPT BY Government

Senior Analyst: (MOBIS: Functional Specialist). A full-time on government-site senior analyst to support management and leadership services to provide coordination of daily logistics, scheduling, and planning activities, correspondence to outside organizations, coordinate CONUS/OCONUS travel for Government and non-Government personnel in accordance with the Joint Travel Regulations, facilitate communications with other DDR&E offices, provide database development and maintenance, business and other general administrative and professional office support, and research tasks as required. The Contractor shall:

• produce, edit and manage the communications strategy for the Front Office; • coordinate efforts between and among the various DDR&E groups/ offices

to accomplish or facilitate assigned tasks; • monitor progress and maintain appropriate records assist in drafting strategic

and technical plans and conducting research and risk analysis/ assessment; • perform research and information and reference gathering on assigned

topics to include information found in the public domain such as on the internet, In technical journals and professional printed material, as well as in DoD Instructions and Regulations, General Accounting Office (GAO) findings, statutory requirements, human resource files, agency infonnation systems, files and other infonnation held by DDR&E technical and administrative offices, and legal case files;

• analyze both DDR&E generated and external obtained information regarding DDR&E's rights and permission to use or quote information in a public venue or release to persons or agencies external to DDR&E; and

• advise DDR&E staff regarding the policies that govern the release and or the use of infonnation including the detennination if information may be released outside the DoD and/or DDR&E in accordance with governing statutes, policies, and directives for the public release, use, and export-control of infonnation .

• Experience & Education: To effectively accomplish the required tasks, the Contractor must be flexible, understand DDR&E business operations, organization information management systems and the program support requirements, and have excellent communication skills. Contractor will be required to have a minimum of a Secret security clearance. Contractor must have a Bachelor's Degree with over 5 years of relevant work experience; a Master's Degree is preferred.

Reference b. PNS, following paragraphs apply to this position: -page 19, (b) Executive Committee Meetings and Support

o Plan, coordinate and document proceedings of executive-level councils, working groups and conferences The planning would encompass creating an agenda, having

Page 97: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-3010 000108

PageS ofS

the agenda reviewed and concurred by management, creating a list of invitees, securing a meeting location, ensuring that appropriate audio-visual equipment is available and taking notes of the meeting proceedings.

o Participate in and lead workgroups, conferences, and meetings and coordinate participation. Participation In these meeting would require a person with several years of related experience. Experience in leading working groups, conferences and meeting of 10-50 attendees is desired but not mandatory.

-page 20, (c) Policy Development/Interpretation Support: o Conduct review and coordinate processes for new and existing policy developed

extemal to M&S CO. o Produce briefings, reports and executive-level correspondence for. the Director of

Defense Research and Engineering (DDR&E), and the Under Secretary of Defense for Acquisition, Technology and Logistics (USD (AT&L))

-page 21, (e) Research and Analysis: o Conduct analyses, technical assessments, research and other studies of related

activities -page 22, Additional skill requirements for all personnel are: o Ability to communicate well orally and in writing, particularly in the preparation of

technical documents and briefings. o Ability to use, with ease, common office software, including word processors,

spreadsheets, presentation and project management software (MS word, MS excel, MS PowerPoint )

FUNCTIONAL SPECIALIST Description: Possesses knowledge in designated field or discipline. Supports assessments of organization's challenges using specializes skills and knowledge. Contributes to the execution of project or task plan and helps assess the impact of industry trends, policy or standard methodologies. Conduct activities in support of the project team's objectives. Works closed with senior Spedalists or Task Leads.

Experience & Education: Minimum of 8 years experience and Bachelors Degree

(End of Summary of Changes)

Page 98: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOUCITA TION/MODIFICATION OF CONTRACT II. CON'IRA~ ID CODE I PAGE OF PAOES

1 1 3 2. AMENDMENTIMODIF1CA 110N NO. 3. EFI'EC1TVE DATE 4. REQUismONIPURCHASE REQ. NO. $. PROJECfNO.{JfiiJlPiie«ble)

09 31-.Jan-2011 SEE SCHB:lULE

6.1SSUED BY CODE IQ)Q34 7. ADMINimRED BY (lfotllerthl!l item6) CODE I W-ISNXIIJISIT'IJH a MOCUREMENT OFFICE

See Item 6 111!15 Da:eNSE PENTAGON WASH~GTON DC 2lmi·11&S

8. NAME AND ADDRESS Of CONTRACfOR (No., Slreet, County, Slate aud Zip Code) 9A. AMENDMENT OF OOLIOT A TION NO. I!OOl AUBt tWol.l.TON INC. t<Jio&RLY PJIRIG:R 98. DATED(SEE ITEM ll) 8283GREENSBCRO DR hiCI.SAH IIA ZltCIZ-4III)t

X lOA. MOD. OF CO~Cf/ORDERNO. t-Q)()34-09-A·301 1

lOB. DATED (SEE ITEM 13)

CODE 17038 I FACILITY r.ODF. X 01-Feb-2009

11. TIDS ITEM ONLY APPLIES TO AMENDMENTS OF 9JLIQT ATIONS

DThe above Dl.ltdlemi soliclt.otion is ~cd N set i>rth in Item 14. The hour ODd date s~icd i>r receipt oro~ O is CCJC~~ded, D is not em:odcd.

0 I& ~~~~&helm ow lcdp -"'Cdpt onhis laaldm:nt prior to the hour and liMe specified ia the aolicillllion or&! lli!I:Dda:t by one oftbe .bllow ing m:llhodl :

(a) By coapleting ltcrm 8 ond IS, ODd n:tumin& __ copies of the aaz:ndlrmt; (b) By eclulowlcdaina receipt ofthis ma~damt oo ea:b copy of !he oli:r subaittcd;

or (c) By sepe1111c Idler or tdqpe~wbieb indudes a "'iftacc to tbe ooliciu tioo aod UllC!ldlll!l!t nuabcn. FAILURE OF YOUR.ACKNOWLEOOMENT10 BE RECEIVED A TnfE PL'CE. DESIGN A TED fOR TilE RECBIPTOFOFFERS PRIOR10 mE HOUR. AND DAlE SPEClflED MAY RESULT IN

REJECllON OF YOUilOFFElt. ltby virtveoftbis ~~J~:DdD=tyou desire to chanaeao o li:raltady submttcd,tu~eha!lpny bea.dcby tdCII"""or lester, p~vida:t Cllch a:lca111mor l<~.t.,. ....U, rc&en~:e to thcsolicitaioa ond this UllC!ldltllnt, and is l'OCeivcd prior to the opmiaa houriiPd date speci&cd.

12. A<XX>UNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACfS'ORDERS.. IT MODIFIES THE CONTRACf/ORDER NO. AS DEn:IBED IN ITEM 14.

A. TIDS CHAN<E ORDER IS ISSUED PUR&JANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE OONTRACf ORDER NO. IN ITEM I OA.

B. THE ABOVE NUMBERED OONTRACf /ORDER IS MODIFIED TO REFLECI' THE ADMINISfRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH lN lTEM 14, PURSUANT TOT HE AUTHORITY OF FAR 43.103(B).

C. THIS ruppLEMENT AL AGREEMENT IS ENTERED INTO PURSUANT TO Allr HORITY OF:

X D. OTHER (SpecifY type of modification and authority) See Below .

E. IMPORT ANT: Contractor 0 is not, ~ is required to sign this ck>cument and return 1 copies to the issuing office.

14. DES:RIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headi.np, includingSIOiicitationlcontract ~ect matter ..Were feasible.) Modi.fiCiltion Control Nwnber: foxj11547

The purpose of !lis rmdificatiJn is 10: 1. E:xerctse ~n Year Two. This change Is In accotdance w lth FAR 52.217-9 Opti:Jn to Extend ttle Term of the Qll'Ttracl 2. Increase the ftlt-ID-fxceed (NTE) ceiling on aJN 2002 for Materials and Travel by $90,000.00 ftom$10,000.00 10 $100,000.00. This change is n accordance w llh FAR 52.212-4(c) Omtract Term; and Olnditi:ms - Q)rTTTel'ciBI Ilerrs - 0\anges.

3. Deobl~818 $62,000.00 from Q..N 0002. This change 15 In accordance with FAR52.212-4(c) Conlract TerrTS and Olndltions - Q)rTJT'81'clal RerTS - 0\alges.

Elol:ept &! provided herein. ~I t.CIIN lftd ronditiom ofthcdocwzaJt rdralccd in Item9A or lOA, as beretollrc changed, mmina unclumgcd llld in &Ill f>rcoa~~d e~.

UA.. NAME AND TlTLE OF SIGNER(Type or print) 16A. NAME AND TITLE OF CONTRACfiNG OffiCER (Type or print) MICHAEL .. URTHA / COHTlUCTING OFFICER

ra: ~2C78 EMAI..: rrict.l.nufwOohLrriJ

1 SB. CONTRACfORIOFFEROR lSC. DATE SlGNED l6B. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY ~ ../'~ ... __ _..:;.

31-Jan-2011 (Signatwe of person authorized to sign) (Signature of Contracting Officer)

EXCEPTION TO SF 30 APPROVED BY OIRM 11-84

30·105·04 STANDARD FORM 30 (Rev. 10-83 Pn:scn'bed by <EA FAR(48 CFR) 53.243

Page 99: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

SOLICITATION/CONTRACT FORM

HQ0034-09-A-30 10 000109

Page 2 of3

The total cost of this contract was increased by $5,592,872.37 from $8,452,326.14 to $14,045,198.51.

SUPPLIES OR SERVICES AND PRICES

CLIN2001 The option status has changed from Option to Option Exercised.

ACCOUNTING AND APPROPRIATION

Summary for the Payment Office

As a result of this modification, the total funded amount for this document was increased by $5,654,872.37 from $8,390,326.14 to $14,045,198.51.

CUN2001:

AJ: 9711 0400.1120 P1476 0401 251A S49447 DWAC10029 (ClN HQ0287102000010002001) was increased by $5,554,872.37 from $0.00 to $5,554,872.37

The contract ACRN AJ has been added. The CIN HQ0287102000010002001 has been added.

CLIN2002:

AJ: 9711 0400.1120 P1476 0401 251A S49447 DWAC10029 (CIN HQ0287102000010002002) was increased by $100,000.00 from $0.00 to $100,000.00

The contract ACRN AJ has 'been added. The CIN HQ02871 02000010002002 bas been added.

DELIVERIES AND PERFORMANCE

Page 100: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

The following Delivery Schedule item for CLIN 2002 has been changed from:

DEUVERY DAlE QUANTTIY SHIP TO ADDRESS

POPOl-FEB-2011 TO N/A OSD DEFENSE RESEARCH AND 31-JAN-2012 ENGINEERING

3030 DEFENSE PENTAGON WASHINGTON DC 20301-3030 FOB: Destination

To:

DELIVERY DATE QUANITfY SHIP TO ADDRESS

POP01-FEB-2011 TO N/A OSD DEFENSE RESEARCH AND 31-JAN-20 12 ENGINEERING

3030 DEFENSE PENTAGON WASHINGTON DC 20301-3030 FOB: Destination

(Eod of Summary of Changes)

HQ0034-09-A-30l0 000109

Page 3 of3

UIC

HQ0287

UIC

HQ0287

Page 101: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOLICITATIONI.MODIFICATION OF CONTRACT ,l.CONTR.A~IDCODE I PAGE OF PAGES

1 1 3 2. AMENOMENTIMODIFICA TION NO. 3.EFFECTIVEDATE 4. REQUISffiONIPURCHASE REQ. NO. I S. PR.OJECTNO.(lfapplicable)

10 28-Feb-2011 SEESCHE.OULE

6.1SSUEDBY CODE H:l0034 7. ADMINISTERED BY (lfolherthan item6) CODE I v.t5 /ICOIJISITION &~tiRB.lENT OFFICE

See Item 6 1156tliEF'9ISIE PENTAGON WASI11NG'Tt)N 0C :11Xl111·1156

8. NAME AND ADDR..ESSOFCONTRACTOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF S)LlCJT ATION NO. B00Z AI.J.BI HAMILTON INC. Klt.IBEJU. v PMI<8't 98. DATED (SEE ITEM 11) 828:)GRa:NS80R() OR WCI£AH VA Z21ll'l-41i104

X ~tte~~~~r-~fT/ORDERNO.

lOB. DATED (SEE lTEM 13)

CODE 17038 IFAC1UTY CODE_ X 01-Fet>2009 ll. TIDSITEM ONLY APPLIESTOAMENDMENTSOFS)LICITATIONS

Dlltc above nuat>md solicitation is 8111111ded aa set i>rth ia II= 14. 11te hour a.nd date spcc:lficd flr noeeipt ofO.Iir 0 ise:ucndcd, 0 is not c:llc:nded.

Oet nwt acknowledge noeeipt o(this a.!lll:lldmmt prior to tbe !tour and dai:D spcc:ificd in Ole solicitation or e.t e~~~n~ded by one oftbe t>llowing methods: (a) By oo~q~letiog l!r.11118 and IS, etiiS ten~roiog copit$ oflke aaz:ndramt; (b) By adtnowlcdging ro:uipt oCihit amcndrn::nt on -.b. c:cpy ofllle oi:r sub milled;

or(c) By sepe.n~~e ldtetor telepullwhiclt inclu~ce to the solicitation a.ad am::ndm:nt nwmen. FAU.UREOFYOUR. ACKNOWLEDGM£NT10 BE RECENED ATlHE PLACE DI!SIGNA TED FOR THE RECEIPT OF OFFERS PIUOR 10 THE HOUR. AND DATE SPECIFIED MA. Y RESULT IN

R.EJE.CnOH OF YOUR OfFER. l1by virtue otlhi& amc:odmcnt you ®:lire to chanll!(lllll oltr alll!edy subllitu:d, sudl cb111go 1111y bo 1111de by !d.~ot lert~. p!OVided acll tdtfnUIIC>r letter maliC$ rdn:nce 10 the aolicitation and Ibis am:adm:Dt, and is n:ceivcd prior 10 lhc opc:oing bour and dai:D spcc:iitd.

12. AOCOUNTING AND APPROPRIATION OAT A (If required)

13. THIS ITEM APPLIES ONLY TO MODIFlCATIONSOF CONTRACTSIORDERS. IT MODIFJES THE CONTRACI' /ORDER NO. AS DE!l:RJBED IN ITEM 14.

A. THIS CHANCE ORDER IS ISSUED PURSUANT TO: (~ecify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE lN THE OONTRACT ORDERNO. IN ITEM lOA.

X B. THE ABOVE NUMBERED CONTRACT /ORDER IS MODIFIED TO REFLECT THE ADMINIS!RATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORI'H IN ITEM 14, PURSUANT TO THE AtrrHORITY OF FAR 43.103(8).

C THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AtrrHORITY OF:

D. OTHER (Specify type of modification and authority)

E. IMPORT ANT: Contractor ~ is not, 0 is required to sign this cbcument and returo. copies to the issuing off'J.Ce.

14. DEs:RJPTION OF AMENDMENT /MODIFICATION (Orpnized by UCF &eetion headings, including solicitatio.a/contract suqect matter \'~here fe3Sf~e..) Modification Control Number: foxj11678

The purpose of lhls rmdlflcetkm is to change the ServIce Acceptt~t IXXlAAC from "H:Xl034 0St:m.t5~ to "1-0)287" in the WA VVF ~oiclng .-.strucOOrls.

Elr.Cq)t as provided ll«dn, a! Items and conditions ofllle doeura::nt ret:n:neccl in Jteot9A or lOA, as hereto fire tblllgtd,lelt'Bins unchaogcd and io illl f) roo and etkt.

1 SA. NAME AND TITLE OF SI'GIER (Type or print) l6A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) ~ICHAB.. MURTHAIOONTIVCT1NG OFFIC~

Ta.: Jm.al&..2ol18 9.CAII.:rri~~.rril

I SB. CONTRACfOR/OFFEROR lSC. DATE SIGNED 16B. UNITEDSI'ATESOF AMERICA 16C. DATE SIGNED

BY ~~~------==~ 28-Feb-2011 (Signature of person authorized to sign) (Signature of Contracting Officer)

EXCEPTION TO SF 30 APPROVED BY OIRM t 1-84

30-lOS-04 sr ANDARD FORM 30 (Rev. 10·83 Prescribed by GSA FAR(48 CFR) S3.243

Page 102: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449 ·CONTINUATION SHEET

The following have been modified:

:mYOICING INSTRUCTIONS (WHS, A&PO Mar 2007)

HQ0034-09·A·30IO 000110

Page2 of3

In compliance with DFARS 252.232-7003, "Elecrronic Submission of Payment Request (M~h 2003)", Washington Headquarters Services, Acquisition & Procurement Office (WHS, A&PO) utilizes WA WF-RA to electronically process vendor request for payment. The web based system is located at https://wawf.eb.mil, which provides the teclmology for government contractors and authorized Department of Defense (DOD) personnel to generate, capture and process receipt and payment-related documentation in a paperless environment. The contractor is .re.quired to utilize this system when submitting invoices and receiving reports under this contract. Submission of hard copy DD250/Invoice/Public Vouchers (SF1034) will no longer be accepted for payment.

The contractor shall (i) ensure an Eleclronic Business Point of Contract is designated in Central Contractor Rl:gistration at http://www.ccr.gov/_and (ii) register to use WA WF-RA at https://wawf.eb.mil within ten (l 0) days after award of the contract or modification incorporating W A WF-RA into the contracL The designated CCR EB point of contact is responsible fur activating the company's CAGE code on WA WF by calling 1-866-618-5988. Once the company CCR EB is activated, the CCR EB will self-register on the WAWF and foUow the instructions for a group administrator. Step by step instructions to register are available at http://wawfeb.mil.

1be contractor is directed to select either "Invoice as l-in·l" for seniees only or "Invoice and Recei"ring Report (Combo)" for supplies or any combination of goods and services. Both types of invoices fulfill the requirement for submission of the Material Inspection and Receiving Report, DD Fonn 250.

Back up documentation may be attached eo the invoice in W A WF under the "Mise Info" tab. Fill in all applicable information under each tab.

The following required information should automatically pre-populate in W A WF; if it does not populate, or does not populate correctly, enter the following information:

"Issue by DoDAAC" field enter HQ0034

"Admin DoDAAC" field enter HQ0034

"Payment DoDAAC" field enter HQ0338

"Service Acceptor/Extension" or "Ship to/ Extension" field enter RQ0%87

"Inspect By DoDAAC/ EXT"' fields~ Leave blank

"LPO DoDAAC/ EXT"' fields~ Leave blank

Contractor shall verify that the DoDAACs automatically populated by the W A WF -RA system mateh the above infonnation. If these DoDAACs do not match then the contractor shall correct the field(s) and notify the contracting officec of the discrepancy (ies).

Page 103: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-3010 000110

Page3 of3

Take special care when entering Line Item information . The Line Item tab is where you wiU detail your request for payment and material/services that were provided based upon the contract. Be sure to fill in lhe following items exactly as they appear in the contract:

• Item Number: If the contract schedule bas more than one ACRN listed as sub items under the applicable Contract Line Item Number (CLIN), use the 6 character, separately identified Sub Line Item Number (SUN) (e.g.- OOOIAA) or Informational SLIN (e.g.- 000101), otherwise use the 4 character CLIN (e.g.-0001).

• ACRN: Fill-in t.hi: applicable 2 alpha character ACRN that is associated with the CLIN or SLIN.

Note- DO NOT INVOICE FOR MORE 11fAN IS STILL AV AlLABLE UNDER ANY CLINISUN/ A CRN.

• UnitPrice

• Unit of Measure

Shipment nmnhers must be fonnatted as follows:

Three (3) alpba ebaracten foUowed. by four (4) numeric: c:h.aracters.

For Services, enter 'SER' followed by the last4 digits of the invoice number.

For Construction. enter 'CON' followed by the last 4 digits of the invoice number.

For Supplies, enter 'SUP' fullowed by the last 4 digits of the invoice number.

If the invoice number is less than 4 digits, enter leading zeros.

Befure closing out of an invoice session in WA WF-RA but after submitting your document or documents, the contractor will be prompted to send additional email notifications. Contractor shall click on "Send More Email Notification" on the page that appears. Add the following email address, [email protected], [email protected], and [email protected] in t.hi: first email address block and add any olher additional email addresses desired in the fullowing blocks. This additional notification to the government is important to ensure that all appropriate persons are aware that lhe invoice documents have been submitted into the W A WF-RA system.

If you have any questions regarding WA WF, please contact the WA WF Help Desk at 1-866-618-5988.

(End of Summary of Changes)

Page 104: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOUCITATION/MODIFICATION OF CONTRACT r-CONTRA~IDCODE I PAGE OF PAGES

1 1 4 2. AMENDMENT/MODIFICA 'nON NO. 3. EFFECIJVE DA 1E 4, R.EQUismON/PURCHASE REQ. NO. I '· PROJECTNO.(Iftpplicable)

11 02-May-2011 SEE SCHEDUlE

6.1SSUEDBY CODE t-Q0034 7.AD.MINIS1EREDBV (1Col.berthmitem6) CODE I ~-1\CaJSTOC DIRECTORAl1:.

See Item 8 1156DfiF'ENSE f'fHT IGJH 'MSHI'NGTUH OC :<1DJJ1-tt5e

8. NAME AND ADDRE~OF CONTRACTOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF s:>UaT ATION NO. I!OClllll.la. HN.tl. ~ INC. I<JMEERll' PIIIRICER 9B. DATED(SEE ITEM II) 8283GR~DR M(;LfNj VA Z111J2...Gl4

X ~OFCONTRACI'/ORDERNO. A-301~0001

lOB. DATED (SEE ITEM 13)

CODE 17038 I FACri.ITY CODE X 01-Fe~2009

11 . THIS ITEM ONLY APPLIES TO AMENDMENTS OF &>LICIT AT IONS

Dfu above nurdlercd aolieita1io.o is ol'lll:lldcd u set fnth io llmll4. The hour aod ~ specilicd t.r ftii:Cipt otok 0 il Cllmdal, Dis DOt~.

Ol::rUilst od::oowlalaercceipt oflb.is am:ncbralt prior to tbehounnd datupcciia! in tbesolicitatioo oru aazadcd by ON: oflbc f>llowina ftlhoda: (a) By co""letiag Jlenll8 Uld IS. Uld nllllming copies oflhc am:n~t; (b) By aeltnowla!ging ftii:Cipt ot'thls aDZilcbralt on c:actl copy of!hc oll:r suhllined; or(e) By llq!U.C lett,.. or td..,.mwhicb inclu~cc to the 1olici~tion Uld arrt~~dm:ftt nuubcn. FAILURE OF YOURACXNOWLEDG.MENTTO B£ R.ECElVEO A T1H£ PUCE DESIGN A 1EO FOR 1HE RECEIPT OF OFFERS PRJOR TO 1HE HOUR. AND DA 1E sPECIFIED MAY RESUl TIN

RE113C'n01\1 OF YOUR 0 I'FEJl lfby vi,...c ofthi s ~~ta~clnent you dosi n: to cbange lrt o li:r aln::ady sub IIi tted, sucb cllan11e tillY be llllde by tftcsnm or letter, provided C8Cb lelcsramorlettcr mikes n:l:n:ncc to tbe•olicit.lion aod this etrendiD::Ilt, and is n:ceivcd prior to thcopcoins hour and dlluot~fcd.

12. AOCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS ITEM APPLIES ONLY TO MODiflCA TIONS OF OONI'RACTS'ORDERS IT MODIFlESTHECONTRACT/ORDERNO. ASDE!OUBEDIN ITEM 14.

A. TIUSOIANCE ORDER IS l~D PUR&JANT TO: (~ecify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE OOI'ITRACT ORDERNO.IN ITEM lOA.

B. THE ABOVE NUMBERED OONTRACT /ORDER IS MODIFIED TO REH..Ecr THE ADMINISI'RATIVE CHANGES (such as changes in paying otT~ee, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.1 03(8).

X C. THIS &JPPLEMENT AL AGREEMEI'IT IS E!IITERED INTO PURSUANT TO AUTHORITY OF: FAR 52.212-4( c) Contract TBmB and Olnditions - Oli'TTT'Sf'clallelr6 - Olanges

D. OTHER (~ify type of modification and authority)

E. IMPORT ANT: Collln~etor D is not, ~ is ~ to sigp this OOcU!llent and rettn 1 ropies to the ~g ofrJCe.

14. DESClUPTION OF AMENDMENI' /MODIFICATION (Organized by UCF section heading9, including soli<;;tation/cont.ract ~ect maater lllt!ere feui!ie.) ModifiCation Control Number: foxj11988

The purpose of this rrodtricalion is ID ncrease the scope for an Acquisfti)n Cornrunily t.bdellng and Sirrulatbn Action Ran. The funding for lhis task is Incorporated under opti)n ye..- two (Q..IIl2003). Addendum Four i9 attached ID the Task Work st.aterrent

Ex.:cptes provided herein, .JltmD Uld coudiliont of the docuD'C!It rrirenccd in ltem9A or I OA, as beretofl!!; cbangcd, remdns uru:bangcd 1nd in illl fut:c md clli:ct.

1SA. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACI' lNG OFACER (Type or print)

158. CONTRACTOR/OFFEROR

(lignatwe of per90n authorized to sip) EXCEPTION TO 5I' 30 APPROVED BY OIRM ll-84

l.llCHAB..MURTHA/ CCHTRAC11NG CFFICER

TEl: iQ3.816.247& 64AI.:

1SC. DATE SIGNED 168. UNITED Sf ATES OF AMERICA

BY ~./"~ ... (Sijnature of Contractina Officer)

30·105-04

,.chall~.ll'il

I6C. DATE SI<NED ~ L

06-J.'ay-2011

STANDARD FORM 30 (Rev. 10·83 Presen'bed by GSA FAR(48 CD) 53.243

Page 105: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

SOLICITATION/CONTRACT FORM

HQ0034-09-A-3010 000111

Page2 of4

The total cost ofthis conlnlct was increased by $99,839.84 from $14,045,198.51 to$14,145,038.35.

SUPPLIES OR SERVICES AND PRICES

CLIN 2003 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY 2003 7

Surge Requirement FFP

UNIT Months

UNIT PRICE l(b)(4) I

The contractor shall provide an Acquisition Community M&S Action Plan. See Addendum Four to the Task Work Statement.

NETAMT

ACRN AK.

ACCOUNTING AND APPROPRIATION

Summary for the Payment Office

As a result ofthis modification, the total funded amount for this document was increased by $99,839.84 from $14,045,198.51 to $14,145,038.35.

CLIN 2003: Funding on CLIN 2003 is initiated as follows:

ACRN:AK

CCN: HQ028711 190001000

Acctng Dala: 97 11 0400.1120 P1476 0401 251A S49447 DWACI0090

Increase: $99,839.84

Total: $99,839.84

DEUVERIESAND P~ORMANCE

Page 106: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

The following Delivery Schedule item has been added to CLIN 2003:

HQ0034-09-A-3010 000111

Page 3 of4

DELIVERY DATE QUANfiTY SHIP TO ADDRESS UIC

POP02-MAY-2011 TO N/A OSD DEFENSE RESEARCH AND HQ0287 30-NOVw2011 ENGINEERING

l(b)(6) I 3030 DEFENSE PENTAGON,~ WASHINGT~N DC 20301-3030

l(b)(6) -

FOB: Destination

INSPECTION AND ACCEPTANCE

The following Acceptance/Inspection Schedule was added for CLIN 2003: INSPECT AT INSPECT BY ACCEPT AT Destination Government Destination

The following have been added by full text: ADDENDUM FOUR

Addendum Four Ref. Part 5, 5.1.2, (c) Polley Development/Interpretation Support

Acquisition Community M&S Action Plan

ACCEPT BY Government

a. Background: The contractor shall develop, :in conjunction with the OSD/ AT &L Deputy Assistant Secretary ofDefense, Systems Engineering (DASD(SE)) government lead for Acquisition Community Modeling & Simulation, an Acquisition Community M&S Action Plan (hereafter referred to as Action Plan). The Action Plan is the guiding document for the DoD acquisition community for development activities to further the use ofM&S within the System Engineering activities in support of acquisition. The Action Plan shall establish a strategic implementation and business plan for the next five years to provide technical and programmatic guidance for establishing community M&S development, process, and collaboration activities.

The Action Plan will be within the broad technical and policy guidelines established by the OSD/ AT &L Modeling & Simulation. Coordination Office (M&S CO), on behalf of the DoD M&S Steering Committee (M&S SC). The action plan will receive its primary guidance from DASD(SE) strategic planning documents, acquisition M&S working group chartering documents, and from studies and research conducted during 2009 - 2011 as part of the transfonnation of previous Acquisition Community M&S, systems engineering, systems analysis, and acquisition processes.

The Action Plan shall be developed in close coordination with M&S CO staff to insure it aligns with Corporate & Cross-Cutting Business Plans, is synchronized. with related inter-agency activities, and is coordinated with the other c-ommunities, Joint Staff, and Services representing acquisition and systems engineering M&S investments.

b. Task Description: The Action Plan shall swnmarize findings ofprevious Acquisition M&S studies and fmdings (such as the Acquisition Modeling and Simulation Master Plan, High Level

Page 107: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09·A·30 10 OOOlll

Page4of4

Task products, and the recently completed Summer Study), provide an overview of Acquisition M&S governance and processes, and chart a way forward for Acquisition M&S Community management, investment, and coordinating activities.

The developer of the Action Plan should have significant, senior-level experience in the defense acquisition and modeling & simulation communities; should have recent and CWTent experience with acquisition reform efforts {development planning, model based systems engineering, WS~ etc.); and should be knowledgeable of CWTeDt acquisition M&S management and technical focus areas. It is expected tha1 this task can be accomplished on a part time basis through full-time, over the period of performance.

The contractor shall contact, on behalf of the Acquisition M&S IPT lead, high-level staff (SES/generallflag officers, senior civilian/military, senior industry and academic managers and technical support staffs) to collect lessons learned, suggested developments, corrective actions taken. etc. The contractor shall coordinate recommendations and assist in acceptance of the Action Plan.

The contractor shall be expected to operate independently, once given direction, and expected to write the Action Plan as well as support its review and revision. The contractor shall chair Action Plan reviews, adjudicate comments, and prepare "for-staffmg" versions of the document.

c. Period and Place of Performance: The Action PLan shall be developed NL T November 30, 2011. Development of the Action Plan does not need to be accomplished on-site, but will involve frequent on-site coordinating sessions with OSD/AT&L Systems Analysis and M&S CO staff. The contractor shall participate in Acquisition M&S Working Group (AMSWG) meetings, travel to Acquisition Community sites (anticipate two 3-day trips), and interact with the Acquisition and Systems Engineering staff.

d. Deliverables: The contractor shall provide an Acquisition Community M&S Action Plan.

Draft Action Plan- Required by JW1e 30,2011 Final Draft Action Plan- Required by October 1, 2011 Final Action Plan- Required by November 30, 2011

The government will have 10 working days to provide comments on the Draft Action Plan and the Final Draft Action Plan.

e. Deliverable Format Requirements: The Action Plan will be delivered as a Word document in a format to be agreed up in conjunction with the Acquisition Community M&S Lead. It is anticipated that the document will be no more than 70 to 100 pages in length.

(End of Summary of Changes)

Page 108: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOUCITATION/MODIFICATION OF CONTRACT 11. CONTRA~ID CODE I PAOEOF PAGES

1 1 2 2. AMENDMENlYMODIFICA liON NO. 3. EFFEC11VE DA 'IE 4. REQUISfllON/PURCHASB REQ. NO. I s. PROJECfNO.(lf~plic;ablc) 12 29-.A.II-2011 SEESCHEOUl.E

6.1SSUEDBY CODE Hl0034 7. ADMINISlERED BY (If other chan itcm6) CODE I 'NiS • ACO.IISfTION DIRECTORATE See ltam 8 1195 DEFENSE Pe«AGON WI\SHINGTON DC 3Dl1·11!'6

8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) 9A AMENDMENT OF &JUClTATION NO. BOOZ AU£N tw.lllTON INC. l'OMIERLYPMI<ER 9B. DATED(SEE ITEM 11) 82113 GREEN.StiORO OR WCLEAN VA Zl'laHDI

X lOA MOf?s_OF CONTo&i1CTIORDERNO. H:l0034- A-301 o-lOB. DATED (SEE ITEM 13)

CODE 17008 IFA('JUTY CODE X 01-Feb-2009

11. TlfiSITEMONLY APPUESTOAMENDMENTSOF&JLICITATJONS

D The above Duai>cml sol ieilllti oo ia Ulllllded u let i>rtb in Item 14. lbc hour md dabe Jpccilied fl r ~pt o fO I& 0 ,,nklldod, 0 is not c:JdCDC!ed.

O.ltr muueknowlcdl" n:a:ipt ortb.is mz:ndmont prior to the hour and liMe speeiicd in the soliei1Jition or at mu:ndod by ooe oflhe bllowiog a:dhodJ;

(a) 9y CODJIIcliog ltc:m~8 and IS, IIId rct"-"!iDJ copies ol'llleanm<bmnt; (b) 9y acknowledging n:ccipt onhis ~DEndiJICI\1 on C*ll copy oflhcoll:r sul:miltcd;

or(c) By tq~antc lClterorteltamnwhicll ineludcl a ""'=cc to the aolicitation and ~U~Endm:at oultbcn. FA ILUilE OF YOURACKHOWLEDGMENT10 BE RECEIVED AT THE PLACE DESIGNATED FOR mERECE.IPTOFOFFERSPRJOR 101HEHOURAND DATE SPECIPIED MA Y'RESULTIN

RE.IECllON OF YOUR 0 I'FER.. lfby vinue o f\.his .umul mcnt you dc:l i~ to cllange ao oll:u !ready subniltcd, such ch•1111e ""'Y be ltMk by tel egJUDor len cr. provided -b tdeatamor I ene.-rnLiu:" n:in:ucc to the ao lici tati oo IUid tb.is am:ndmcnt, and is n:a:i vcd priorro the opeoi113 hour md date apeci led.

12. ACCOUNTING AND APPROPRIATION DATA(Ifrequired)

13. TIDS ITEM APPLIES ONLY TO MODIFlCA TIONS OF CONTRACU'ORDERS. IT MODIAESTHE CONTRACT/ORDERNO. AS DElDUBED IN ITEM 14.

A TIDSOIANGE ORDERISl~D PURSUANT TO: (~ecify alllhority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACf ORDER NO. IN ITEM lOA.

X a THE ABOVE NUMBERED CONTRACT /ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such all changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TOTliE AUTHORlTYOFFAR43.103(B).

C. TIDS SUPPLEMENTAL AGREEMENI' IS ENTERED INTO PURSUANT TO AUT HORlTY OF:

D. OTHER(~ify type of modification and authority)

E. IMPORT ANT: ContrBCtor ~ is not, 0 ill required to sign this dxument and return copies to the issuing office.

14. D~PTION OF AMENDMENT/MODJACATION (Org;1111ized by UCF section headi.o11:1. includng solicitatlonlcont.ract ldject matt« 'lllbae fcasil:te.) Modification Control Number: foxj111367

The purpose af this rmdllcati>n Is to lnca-porate an updated [()..254, O::mtract Security Oassificatbn Specification.

ElCICqlt as pJOvidod hcreiD, ail tr:m~~and coodilioiUI ofthodollll.lllellt 1'8tlmced In ltem9A or lOA, as berecofln: changed, n:maios unchanged and in filii> ~a> &lid etb:t.

I SA NAME AND TITLE OF SIGNER (Type or print) 16A NAME AND TITLE OF CONTRACTING OFFICER (Type or print) MICHAB.. t.lURTl-IA/comRACTJNG OFFICER

Tel.: tm-e!l&-2478 ENM.: m~ . .....,...,...ml

I Sa CONTRACTOR/OFFEROR ISC. DATE ~GNED 16B. UNITED Sf ATES OF AMERICA 16C DATE SIGNED

BY ~./'~ ·~ alii G. 29-.U-2011

(~ure of person authorized to sign) (lignature of Contracting Officer) EXCEPTION TO~ 30 APPROVED BY OIRM 11-84

30-lOS-04 Sf ANDARD FORM 30 (Rev. 10-83 Pre!Cribed by a;A FAR ( 48 CfR} 53.243

Page 109: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECriON SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

TABLE OF CONTENTS

The Table of Contents has changed from:

Exhibit/ Attachment Table of Contents

DOCUMENT 1YPE Attachment 1 Attachment 2

to:

DESCRIPTION DD254 Part 1 DD254 Part2

Exhibit/ Attachment Table of Contents

DOCUMENT 1YPE Attachment 3 Attachment 4

DESCRIPTION 00254 - Part 1 00254 - Part 2

(End of Summary of Changes)

PAGES 2 4

PAGES 2 3

DATE 01-DEC-2009 01-DEC-2009

DATE 28-flJL-2011 28-IUL-2011

HQ0034-09-A-3010 000112

Page 2 of2

Page 110: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOUCITATION/MODIFICATION OF CONTRACT I(. CONntA;rlD CODE I PAGEOF PAGES

1 1 2 2.AMENDMEN11MODIFICAllON NO. 3. EFf'EC'JlVE DA 1E 4. R£QUISffiON/PURCHASE REQ. NO. I S. PRO.IECTNO.(Ifappli«*lle)

13 09-Aug-2011 SEE SCHEDULE

6.1SSUEDSY CODE 1-00034 1. ADMINIS1ERED BY (lfotb.cr than itcra6) CODE I Wi8· ACQJISITOt DIRECTORATE

See Item 6 11!56 DEFENSE PENTAGON Wll$iltGTOM oc 210)1-11!56

8. NAME AND ADDRESS OF CONTRACTOR (No., Street, Co1111ty, State and Zip Code) 9A. AMENDMENT OF OOLICIT A TION NO. I300Z Al.1.9l HAMI. Tao~ INC. IOioii£RI.. Y FW'IIQ:R 98. DATED (SEE ITEM II) 828l GREENSBORO OR Mel.E'Nt VA 221~

X lOA. MOD. OF CONTRACT/ORDER NO. 1-0)034.09-A-3010-0001

lOB. DATED (~E ITEM 13)

CODE 17038 IFACTLITYCODE X 01-FQ~2009

11. TFDS ITEM ONLY APPUES TO AMENDMENTS OF &:>LIQT ATIONS

IDlhe above Dllahen:d solic:illllioa is loiiiCI!do:d 11!1 s et lmh ia hcml-4. llto bounnd date spo:ilio:d ilrftledpt of'OJ& D ia c:>amded, 0 is not o:xt...cled.

Oli:nmsuclmowlcdger=eipt ofd!i1 ~z=~dmmt prior to the hour and da:especifed in thuoli~itatioa or., ~~~m~ded by one ofthe l:>llowinsl!l:tllodl:

(a) By ~ftl)letina lu.. & aad Is. aad rctllming copir::~ ofthc ~AU~nt; (b) By anowlcdJing nx:cipt oflhis arm:od1m11 OD-b copy ofd!e oJ& aubllli!ta:l;

or(e) By IICpln!e h:ttcror ttlq111111wbid! iacludos a rritcau to the aolicitatioa •nd IIIJZDdm:nt nwmcn. FAILUllE OF YOUilACKNOWLEDOMENTlO BE RECEIVED ATlHEPLACE DESIONA'TED FOR 1HEREC£1PTOFOFFERSP.RIOR TO lHEHOURAND DATE SPECiflEO MAY RESULT IN

REJEcnON OF YOUR OfFER. ll'by vi !We of\hium:ndmcat you desire to chongean ol& al.rtady 3ubni!ta:l. sucb ehmgc !Ill)' be 1111de by telcgramor lc:ru:r, provided coo:ll tclegmmor lcrter...U. rritcace to tbeaolicitation and !his oa:mdamt.and is n::ccived priorto tbcopeniog nour 111d ~tc apoci,ed.

12. ACCOUNTING AND APPROPRIATION OAT A (If required)

13. TIDSITEM APPLIESONLYTO MODiflCATIONSOFCONTRACTS'ORDERS. IT MODIF1ES THE CONTRACT /ORDER NO. AS DESCRIBED IN ITEM 14.

A. TIDSCHANGEORDERISISSUED PURIDANT TO: (~ecify a14hority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE OONTRACI ORDER NO. JN ITEM lOA.

B. THE ABOVE NUMBERED OONTRACT /ORDER IS MODIFIED TO REFLECT THE ADMlNISf RA TIVE OIANGES (such as changes in paying ol'face, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR43.103(B).

X C. TillS ruPPLEMENT AL AGREEMENT IS Em'ERED INTO PURSUANT TO A1JI'HORITY OF: FAR52.212-4(c) Omtract Term; and Conditions- O>OTTBI'Cial tern;- Olanges D. OTHER (~ecify type of modification and •ulhority)

E. IMPORT ANT: Contractor 0 is not, ~ is reqWed to sign tbis document and mum 1 copies to the issuing ol'fJCe.

14. DES:RIPTION OF AMENDMENT/MODlflCATION (Orpnized by UCF section headings, iJlcludin.g solicitation/contract ~ect matte.-\Were feasible.) Modification Control Number: foxj111422

The purjXISe r:l U.S rmdlficatlon is lo add a Functional Specialist for 23 days fromAugl.l9t 9, 2011 to Auguat31, 2011. As a res~ of this addition, the perixl r:l perfomunce fOf' the Functional Spec~ist incor~XJrated under m:ldificatlon no. 08 wil be shortened by 23 days from Januaf)l 31, 2012 to January 9, 2012. The total cost of this cal Order rerreins $14,145,038.35.

EJOCCptu provided llcreiD, Ill tenre l!ld conditloDJ ofthedoc:umt:at ~in !tem9A or lOA, u bemoi>recbanged, rcmtillll uncbanged aod In 1111 flrcund eect.

l SA. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTINGOFflCER.(Type or print) MlCHAB.. MURlHA/ CONTRACTING OFFICER

TEL; ~2478 EMNl: rrichlll~.mll

158. OONI'RACTORIOFFEROR 15C. DATE SIGNED 16B. UNITED SI' ATES OF AMERICA 16C. DATE SIGNED

~~~----~ BY 11-Aug-2011 (Signatweofperson amhorized to sijll) (Signature of Contracting Officer)

EXCEPTION TO SF 30 APPROVED BY OIRM 11-&4

30..105-04 sr ANDARD FORM 30 (Rev. 10-83 Prescribed by ~ FAR (4& CFR.) 53.243

Page 111: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECfiON SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

(End of Summary of Changes)

HQ0034-09-A-30l0 000113

Page 2 of2

Page 112: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOUCITATION/MODIFICATION OF CONTRACT ,l.CONTRA~IDCODE l PAGEOF PAGES

1 1 s 2. AMENDMENUMODIFICA 110N NO. 3. EFFEC11VE DA T6 4. REQUISffiON/PUR.CHASE REQ. NO. I 3. PROJECTNO.(lfepplicablc)

14 15-Sep-2011 SEE SCHB:IUl.E

6.1SSUEDBY CODE H:I0034 7. ADMINI.Sl1::RED BY (If other tha~~ itan6) CODE I v.tiS • ACaJISmON OIR£CTORATE See Item 6 11MO~SEPBfTAGON wrt.SHINGTON DC ~1 1!!15

8. NAME AND ADDRESS Of CONTRACTOR (No., Slrcet, CoUDty, State and Zip Code) 9A. AMENDMENT OF OOLICIT ATION NO. ECOZ AUEN HN.ILTON 1\jC. I!IRUCE IQRBI' 98. DATED (SEE ITEM ll) 8283 GREENSaORO Of(

NCI.&IN VA221~~

X ~&.S.~~~CT/ORDERNO.

lOB. DATED (SEE ITEM 13)

CODE 17038 I FAor..rry cona X 01-Fe~2009 11. THIS ITEM ONLY APPUES TO AMENDMENTS OF OOLICT AT IONS

DThe al»vcouabeoaholic.iloltioo it•amdtld 11 tel ilnh in h-14. The hour and dale spcci'cd fir n:a:ipt ofOib 0 i•coc=ded, 0 is not eotCDdcd.

Oli!r !Qlst ~'blow ledge receipt ofl.bil 1111011drrt:o1t prior to the bour md datupecUied io thea o liei !Ilion or u ~n~~dtld by one olllte lbllowing DEthods: (a) By eo,...,letill!lllc:aa & .md 1,, md n:tumlna oopiea of the tlftlldramt; (b) By ack.aow lcdgi111 noccipt ofthit AIIZ2Id IIICDI on eecll copy o f'llle olk submltcd;

or (e) By sqwMC lcl\cror tdqtU~which include 1 relm1<:e to the solteilation IUid aa:cu!m:nt aurr:bcn. PAU.UilE OF YOUR ACKNOWLEDGMENTlO BE RECENEOAT1HE PLACE DESIGNATED FOR lHI!RECEIPTOFOFFERS PIUOR to 1HE HOUR AND DATE SPECIFIED MAY RESULT IN

R.EJEC110N OF YOUR Of1'£R. lfby virtue o fthil oumdDEnt you dl:sin: to cbaop 111 o !!ulre:edy sub IIi !ted, such cbanac tay be Jllldc by telqnm orlencr, provided c=-:h telqnm or I cttcr altea retteoco 10 thuolichati ound this am:rulm::at, md is n:cc:i vad prior to the Operl ina hour and delle aped Sad.

12. A<XOUNTING AND APPROPRIATION OAT A (If required)

See Schedule

t 3. TIDS ITEM APPUES ONLY TO MODIFICA TIONSOF CONTRACfSORDERS. IT MODlflES THE CONTRACT/ORDERNO. AS DEOCRIBED IN ITEM 14.

A. THIS CHANGE ORDER IS ISSUED PUR&JANT TO: (5pecify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN JT"EM lOA.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINisrRATIVE CHANGES(such as changes iD paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TOT HE AUTHORITY OFF AR 43.1 03(8).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR52.212-4(c) Qlntract and O:>ndltlons- Qlrrrrerciallems- 01anges D. OTHER (Specify type of modification and authority)

E. IMPORT ANT: Coo.tr.ctor 0 is not, ~ ia rrquired to siWl this document and return 1 copies to the issuing off'JCe.

14. DF..OC'.RIPTION OF AMENDMENT IMODIFJCA TION (Organized by UCF section headnJ1,11, including !Ill licitation/contract saqect matter \lbere feasitte.) Modification Control Number: foxj111621

The ilJrpose of this nodificaoon is to: 1. hctease the scope by ooe acidlll:lnal FTE posltkln (FiJncllonal Specialist 1) for the rem~irder of Option Year Two. ~tioll Yearl'wo wl be increased for the lastflve fTI)nlhs of perlortTB~e (SubC..Ns 200401 ard 200402 were added to provide adclitkmal funds). Addendum five is attached to the Task 'Nark &atefmnL 2. Restore the perbd of perlortTBnce for the FiJnctlonal Specialist 1 through January 31, 2012. The period of perlortTBnce for the Amctlonal Specialist 1 ui"'CC$' Option Year Two was shortened by 23 days via nodificaoon no. 13. This ITOdlficatlon reinstates theful perforrrence period. FiJrding for this 23 day period Is Incorporated nto SubQ.INs 200401 and 200402.

E~t as provided bereiD, all tm111111d coadidoDS ofthe doeui!Dlt reimleed io ltem9A or I OA, as betetolbtc changed. mrains uncbangcd and lo ~II f)J"QC and cti:ct.

15A. NAME AND TITLE OF &CNER(Type or print) 16A. NAME AND TITLE OFCONTRACTINGOFACER(Typeorprint)

158. CONTRACTOR/OFFEROR

(Signature of person ali.horizcd to sign)

EXCEPTION TO~ 30 APPROVED BY OIRM ll-84

MOIAB..MURTHA/CONTRACnNGOFACER

TEL: ~2418 IEMNL:

15C. DATE SIGNED 16B. UNITED sr ATESOF AMERICA

BY ~~..en. ~ ..... -·=--(Signature of Contracting Officer)

30.105-04

lfteNII.IIII"hiOo'B.IIil

16C DATE SIGNED -~

15-Sep-2011

STANDARD FORM 30 (Rev. 10-83 Prescn"bed by C!iA FAR(48 O'Rl 53.243

Page 113: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

SOLICIT AT! ON/CONTRACT FORM

HQ0034-09-A-301 0 000114

Page 2 of6

The total cost of this contract was increased by $167,323.22 from $14,145 ,038.35 to $14,312,361.57.

SUPPLIES OR SERVICES AND PRJCES

CLIN 2004 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANfiTY 2004 5

PWS Addendum Five Adjustment FFP

UNIT Months

TINff PRICE l(b)(4) I

The contractor shall provide one additional Functional Specialist 1 for the remai.n.ing five months of option year two. See Addendum Five to the Task Work Statement.

SUBCLIN 200401 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY 200401

Funding for CLIN 2004 FFP

ACRNAL

SUBCLIN .200402 is added as follows:

NETAMT

UNIT UNIT PRICE

NETAMT

AMOllNT l(b)(4) I

l(b)(4)

AMOUNT $0.00

$0.00

l(b)(4)

Page 114: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ITEM NO SUPPLIES/SERVICES QUANTITY 200402

Funding for CLIN 2004 FFP

ACRNAM

ACCOUNI1NG AND APPROPRIATION

Summary for the Payment Office

UNIT UNIT PRICE

NETAMT

HQ0034~09-A-30 1 0 000114

~age 3 of6

AMOUNf $0.00

$0.00

$4,S96.22

A3 a result of this modification. the total funded amount for this document was increased by S 167,323.22 from $14,145,038.35 to $14,312,361.57.

SUBCLIN 200401: Funding on SUBCLIN 200401 is initiated as follows:

ACRN:AL

CIN: HQ02 8712490001000200401

Acctng Data: 97 0 0400.1120 P0727 0401 251C S49447 DWAC00202

locrease: $162,727.00

Total: $162,727.00

SUBCLIN 200402: Funding on SUBCLIN 200402 is initiated as follows:

ACRN:AM

CIN: HQ028712490002000200402

Aoctng Data: 97 0 0400.1120 P0130 0403 25 lC S49447 DWAC00203

Inc~ase: $4,596.22

Total: $4,596.22

DEUVERJES AND PERFORMANCE

The following Delivery Schedule item bas been added to CLIN 2004:

DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC

Page 115: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 I 0 000114

Page 4 of6

POP 09-SEP-2011 TO 31-JAN-2012

N/A OSD DEFENSE RESEARCH AND HQ0287 ENQJNEFRNQ

l(b)(6) I 3030 DEFENSE PENTAGON,~ WASHINO,N .DC 20301-3030

l(b)(6) -

FOB: Destination

INSPECTION AND ACCEPTANCE

The following Acceptance/Inspection Schedule was added for CLIN 2004: INSPECf AT INSPECT BY ACCEPT AT Destination Government Destination

The following Acceptance/Jnspection Schedule was added for SUBCUN 200401: INSPECT AT INSPECT BY ACCEPT AT NIA NIA NIA

The following Acceptance/Inspection Schedule was added for SUBCLIN 200402; INSPECT AT INSPECf BY ACCEPT AT N/A NIJ\ Nil\

The following have been added by full text: ADDENDUM FIVE

Addendum Five

ACCEPT BY Government

ACCEPT BY Government

J\CCEPTBY Government

TWS Ref. Part S, S.1.2 (a) Information Technology Development and Maintenance, (b) Executive Committee Meetings and Support, (e) Research and Analysis.

a. Ba,c.kground: The Office of the Assistant Secretary of Defense for Research and Engineering (ASD (RE)) is realigning contractor support within its office by increasing the mission support services contract by one additional position. The Senior Analyst position will be increased from one to two positions.

b. Position Description: Senior Analyst: (MOBIS Labor Category- Functional Specialist 1). Two full-time government­site Senior Analysts shall support management and leadership services. The Senior Analysts shall provide coordination of daily logistics, scheduling, planning activities, correspondence to outside organizations, coordinate CONUS/OCONUS travel for Government and non-Govenunent personnel in accordance with the Joint Travel Regulations, facilitate communications with other ASD(R&E) offices, provide database development and maintenance, business and other general administrative and professional office support, and research tasks as required. The Contractor shall: • Produce, edit and manage the communications strategy for the Front Office;

Page 116: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-301 0 000114

PageS of6

• Coordinate efforts between and among the various ASD(R&E) groups/ offices to accomplish or facilitate assigned tasks;

• Monitor progress and maintain appropriate records assist in drafting strategic and technical plans and conducting research and risk analysis/ assessment;

• Perform research and information and reference gathering on assigned topics to include information found in the public domain such as on the internet, in technical journals and professional printed material, as well as in DoD Instructions and Regulations, General Accounting Office (GAO) fmdings, statutory requirements, hwnan resource flies, agency information systems, files and other information held by ASD(R&E) technical and administrative offices, and legal case files;

• Analyze both ASD(R&E) genernted and external obtained information regarding ASD(R&E)'s rights and permission to use or quote information in a public venue or release to p~om or agencies external to ASD(R&E); and

• Advise ASD(R&E) staff regarding the policies that govern the release and or the use of information including the determination if information may be released outside the DoD and/or ASD(R&E) in accordance with governing statutes, policies, and directives for the public release, use, and export-control of infonnation.

c. Experience & Education: To effectively accomplish the required tasks, the Contractor must be flexible, understand ASD(R&E) business operations, organization information management systems and the program support requirements, and have excellent communication skills. Contractor will be required to have a minimum of a Secret security clearance. Contractor must have a Bachelor's Degree with over five years of relevant work experience; a Master's Degree is preferred.

d. The Following PWS paragraphs apply to this position description:

(b) Executive Committee Meetings and Support o Plan, coordinate and document proceedings of executive-level councils, working

groups and conferences The planning would encompass cresting an agenda, having the agenda reviewed and concurred by management, creating a list of invitees, securing a meeting location, enswi.ng that appropriate audio-visual equipment" is available and taking notes of the meeting proceedings.

o Participate in and lead workgroups, conferences, and meetings and coordinate participation. Participation in these meeting would require a person with severn I years of related experience. Experience in leading working groups, conferences and meeting of 10-50 attendees is desired hut not mandatory.

(c) Policy Development/Interpretation Support: o Conduct review and coordinate processes for new and existing policy developed

external to M&S CO. o Produce briefmgs, reports and executive-level correspondence for the Director of

Defense Research and Engineering (ASD(R&E)), and the Under Secretary of Defense for Acquisition, Technology and Logistics (USD (AT&L))

(e) Research and Analysis: o Conduct anaJyses, technical assessments, research and other studies of related

activities

Additional slciU requirements for all personnel are:

Page 117: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 10 000114

Page6of6

o Ability to communicate well orally and in writing, particularly in the preparation of technical documents and briefings.

o Ability to use. with ease, conunon office software. including word processors, spreadsheets, presentation and project management software (MS word, MS excel, MS PowerPoint )

e. MODIS Labor Category Description: Functional Specialist 1 Description - Possess demonstrated knowledge in designated field or discipline. Possesses significant experience providing solutions to an organization's challenges through the application of knowledge gained through similar prior engagements. Participates in the development of solutions by leveraging knowledge of the designated field or discipline. Contributes to the implementation of strategy and helps assess the impact of industry trends, policy, and/or standard methodologies. Directs the activities of Specialists or other staff as necessary on activities related to the specified field or discipline. Experience & Education: Minimum of 8 years experience and Masters Degree.

(End of Summary of Changes)

Page 118: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOLICITATION/MODMCATION OF CONTRACT ll.CONTRA~IDCOOE I PAGE OF PAGES

1 I 3 2. AMENOMENTIMOOIFJCA llON NO. 3. EFFEC11VE DA TB 4. REQUISffiON/PURCHASE REQ. NO. I s. PROJECfNO.(IfiPPlicable)

15 01-Feb-2012 SS:SCHEDUI.£

6.1SSUEDBY CODE 1-00034 7. ADMINISTERED BY {If other Ulm item6) CODE I WiS • ACOOISITION OIRE<:T~TE

See Item 8 11~ Oa:91SE f'IENTAOON ~ING'roKOC:nDI·11~

8. NAME AND ADORE~ OF CONTRACTOR (No., Street, County, Slate and Zip Code) 9A. AMENDMENT OF l:DLICIT ATION NO. IIOOZ AU.EN HAMILTON H:. IOMIIERLY PARKER 9B. DATED(SE!E ITEM 11) 8<.83Gfla:NS80RO DR UCI.EAH VA 22102-CDI

X ~MO~~FCONWCT/ORDER NO. 34- -3010.. 01

lOB. DATED (SEE ITEM 13)

CODE 17038 IFM~UTY CODE X 01-Feb-2009

II. THIS ITEM ONLY APPLIES TO AMENDMENTS OF !DLICIT AT IONS

I Olhcebove nulli>m:d sollcllatioll isiW:DC!ed.., ict f>nh in ltt:m 14. The hour lllld d~o~~: splll:iicd t>r ra:eipt ofOth D is C!lleoadcd, 0 lsnotmeoded.

Olh nust eetnowlcd,ie r=cipt of this &~~~:ndlmlt prior 1.0 the how-and dale spee.i!cd in lhe solicitation or u anr:ndcd b)' one of the f>llowioi mr:thods: {a) By oonpletiog Item~ 8 and IS, .ad ret»ming __ topiC!! oftbe am:ndm:nt; (b) By Kkllowlcdlfioi tWCipt of this &Jmidl'll!tlt oo<!lll:b c.opy of'tbe olh cubnittcd; or(c) By tept.IIQ: Iefier or tclegramwhicb includes a rri:n:noe w tbe ~olicitatioo and ~dm:nt oullbm. FAILURE OF YOUR ACKNOWLEOOM!itiTTO BE RECEIVED AT THE PlACE DESIONATBD FOR THE RECEIPT OF OFfERS PRIOR TO THE HOUR AND DA 1E SPECIFIED MA. Y RESULT IN

.REJECDON OF YOUR OFFER. lfby "in~~~: oflhi• -dtmlt you desi~ 10 change 1£1 ol& already aubmil'lcd, sucb cbange rmy be mtdc by tclqrnmor lcttll', provided <!lll:h ldcgramor lett1:rmU:es rri:n:1lce 10 the soli~itation lllld this &~m~dr=t.llod is roeeived prior to the opening bow- lllld dll~ speci6ccl.

12. ACX::OUNTING AND APPROPRIATION DATA (If required) See Schedule

13. THIS ITEM APPLIESONL Y TO MODIFICATIONS OF CONTRACTS'ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. ASDE!OUBED IN ITEM 14.

A. TtDS CHAN<£ ORDER lS I~D PURSUANT TO: (~ecify authority) THE CHANGES SCT fORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM I OA.

B. THE ABOVE NUMBERED CONTRACT/ORDERISMODIFIEDTO REFLECT THE ADMINISI'RATIVE CHANGES(su;h aschang,es in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR43.103(B).

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

x D. OTHER(~ecify type of modification and authority) 52217-9 ~n to EXtood the Term of the Omtrac:t

E. IMPORT ANT: Contractor ~ is not, D is n:qui.red to sign this <ilcument and return copies to tbe issuing office.

14. DEDIPTlON OF AMENDMENTIMODIFlCATION (Organized by UCF section headings, i.nc1udingsoticitationlcontmct S!Jject matter v.here feasible.) Modification Control Number: IJ'ooksa12584

The purpose of tflls trodlflcatim is to exercise Optiln Year 3 on the subject contract. Rease see Surm'Bt'Y of Olanges for mote detais.

Elrl:qlt as provided herein. all tetm~ snd conditions ofUu:: doeulll!llt reirellco:d lo rtem.9A or I OA, as hen:toil~ ehallgcd, reuaios unchanscd and io illl i>n:e and ei:ct.

I SA. NAME AND TITLE OF Sl<i'ffiR (Type or print) 16A. NAME AND TITLE OF CONTRACTING OfFlCER (Type or print) MICHAB. MURll-IAfCONTRACTING OFFICER

Ta: ~1ZS3 e.IAIL: melall~l

lSD. CONTRACTOR/OFFEROR I SC. DATE SIGNED 168. UNITEDSTATESOF AMERICA 16C. DATE SIGNED

BY ~ ~~ ,.,.. - •• ;t:;., 31-Jan-2012

(Signature of person authorized to sill~!) (Signature of Contracting Officer) EXCEPTION TO gl)0

APPROVED BY OIRM 11-84 30-IOS-04 SI' ANDARD FORM 30 (Rev. W-83

Prescribed by OSA FAR(48 CFR) 53.243

Page 119: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTIONSF30BLOCK14CONTINUATIONPAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

SOLICIT All ON/CONTRACT FORM

HQ0034-09-A-3010 000115

Page 2of3

The total cost of this contract was increased by $5,776,740.17 from $14,312,361.57 to S20,089,I01.74.

SUPPLIES OR SERVICES AND PRICES

CLIN 3001 The option status bas changed from Option to Option Exercised.

CLIN 3002 1ll.e option status has changed from Option to Option Exercised.

ACCOUNTING AND APPROPRIATION

Summary for the Payment Office

Ail a result of this modification, the total funded amount for this document was increased by $5,776, 740.I7 from $14,312,361.57 to $20,089,101.74.

CLIN3001:

AN: 97 2 0400.I102 P2476 0401 251A S49447 DWAC20040 (CIN HQ02872024000I0000001) was increased by $5, 766,740.I7 from $0.00 to $5,766,740.17

The contract ACRN AN bas been added. The CIN HQ02872024000 1000000 I has been added.

CUN3002:

AN: 97 2 0400.1102 P2476 0401 251A S49447 DWAC20040 (CIN HQ0287202400010000002) was increased by$10,000.00 from$0.00 to $10,000.00

The contract ACRN AN has been added. The CIN HQ02872024000 I 0000002 has been added.

DELIVERIES AND PERFORMANCE

The following Delivery Schedule item for CLIN 3001 has been changed from:

DELIVERY DATE QUANTI1Y SHIP TO ADDRESS UIC

Page 120: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

To:

POP 01-FEB-2012 TO 31-JAN-2013

DELIVERY DATE

POP 01-FEB-2012 TO 31-JAN-2013

N/A

QUANTITY

N/A

OSD DEFENSE RESEARCH AND ENGINEERING 3030 DEFENSE PENTAGON W ASHlNGTON DC 20301-3030 FOB: Destination

HQ0034-09-A-3010 000115

Page 3 of3

HQ0287

SHIP TO ADDRESS UIC

OSD DEFENSE RESEARCH AND HQ0287 £NGJNEERING

l(b)(s) I 3030 DEFENSE PENTAGON,~ WASHINGTON DC 20301-3030

j(b)(6) 1 FOB: Destination

The following Delivery Schedule item for CLIN 3002 bas been changed from:

To:

DELIVERY DATE

POP 01-FEB-2012 TO 31-JAN-2013

DELIVERY DATE

POP 01-FEB-2012 TO 31-JAN-2013

(End of Summary of Changes)

QUANTITY

N/A

QUANTITI'

N/A

SHIP TO ADDRESS

OSD DEFENSE RESEARCH AND ENGINEERING 3030 DEFENSE PENTAGON WASHINGTON DC 20301-3030 FOB: Destination

SlflP TO ADDRESS

OSD DEFENSE RESEARCH AND

~~==PLAGON, JUli0ll61 \11 A SYNG=r DC 20301-3030

l(b)(6)

FOB: Destination

UIC

HQ0287

UIC

HQ0287

Page 121: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOUCITATION/MODIF1CATION OF CONTRACT ,I.CONTRA~IDCODE I PAGEOF PAGES

1 1 r 2. AMENDMENTIMODIPtCA nON NO. 3. EFFEcnvE DA IE 4. R£QUISmON/PURCHASE REQ. NO. I $. PROJECfNO.(Ifapplic.tble)

16 01-Feb-2012 SEESCHEOULE

6.1SSUEDBY CODE H:Xl034 7. ADMIN!SI'ERED BY (lfotherthan ilem6) CODE I v.HS· ACOJISITDH DIRECTORATE

See Item 6 11!'6 DEfeNSE Flf;NT N30H ~teroN oc :!W1·11!l6

8. NAME AND ADDRESS OF CONTRACfOR (No., Street, County, State and Zip Code) 9A. AMENDMENT OF 9:>L1CIT AT ION NO. IIOOZ ~HAMILTON INC. IOM8EI'U. y PMI<ER 98. DATED (SEE ITEM II) ll<l!3GR£BI~O DR MCUYINVA221~

X lOA. MOD. OFCONTRACf/ORDERNO. H:J0034.09.A·301 ()..()()01

lOB. DATED (SEE ITEM 13)

CODE 17038 IFAC1UTY CODE X 01-Feb-2009

11. TillS ITEM ONLY APPLIES TO AMENDMENTS OF 9)LICIT AT IONS

OThc above nut!:bered solicitation iJ ~~~e~~ded.., Bel: f>rtb inllcm I 4. The hour IUid date spcei&ed i>r m:cipt of05:r D iHI<Xcnd.ed, D is not mended.

Oli:rnust~ek.aowledge receipt ofl.his am:ndm:rlt prior r:o the !tour and dlltc spceifed in tho solicilatioD or aa mz:nded by o.ac o(l.he .Uilowlng m:d1ods:

(a) By coopleting f.lar~~8 IUid IS, and rctwning copie:1 oftheamm.chn::nt; (b) By ackoowledging tceeipt oflhis am:odm:nt on ea.clt copy of\h.o oli:r subnincd; or(c) By tq~ltllllCltttcrortelep~mwhicll includes an:b::nceto tltc solicitation an.d amcndmeot nullilml. FAILURE OFYOURACX.NOWI.EOOMENTlO BE RECEIVED AT mE PLACE DESIGN A TED FOR mE llECEIPT Of OFFERS PRlOR 10 mE HOUR AND DA 1E SPECIFIED MAY llESULTIN

REIECllON OF YOUR. OFFER. lfby virtue ofthis &IOI:D.dm:Dt you dcsi~ co chaoge an o&ulready subnitted, such change 1111)' be nde by tclcgramor ltttcr, provid.ed cac;h tdeKnuoor letter m~ln:s n:bence to the solicillllion and this am::o.dm:nt, and is rr:uived prior co the openi~~& hour a.nd date spcei§ed.

J2. ACCOUNTING AND APPROPRIATION DATA(Ifrequired)

See Schedule

13. THIS ITEM APPLIES ONLY TO MODIFlCATIONS OF CONTRACfstoRDERS. IT MODiflESTHE CONTRACT/ORDERNO. AS DE~ED IN ITEM 14.

A. TfnSCHANGE ORDER IS ISSUED PURSUANT TO: (~ecif)t authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACf /ORDER IS MODlflED TO REFLECT THE ADMINISTRATIVE CHANGES(such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TOT HE AUTHORITY OF FAR 43.1 03(8).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR52.243-1 Otanges- Rxed-R'ice D. OTHER {~ify type of modification and authority)

E. IMPORT ANT: Contractor 0 is not, ~ is required to sign this oocument and n:tum 1 copies to the issuing office.

14. DESCRIPTION OF AMENDMENT /MODIFICATION (Orpnized by UCF section heading'!, including solicitationlcontratt subject matter \llobenl feasi!R.) Modification Contml Numbet': brooksa12673

The purpose of this IJ'Ddldica11on Is to 1) add two front office FTES for rrission support, 2) shiftfroma Funtlonal Specialist Dto Functional Specialst lfromJanuasy 1, 2012 to January 31, 2012 for a credit of $19,476.58, and 3} increase funds for ()()Q; from $100,000.00 to $119,476.58.

Excq>t as pmvided herein, all !enm and conditions of the docu~~~e~~t rftlene«< ill Item9A or lOA, as bcRtoi>re c:hanpd, n:mlina unchanged and in illl iua: and eliiet.

lSA. NAME AND TITLE OFSIGNER(Typeorprint) l6A. NAME AND TITLE OF CONTRACTING OffiCER (Type or print) MICHIB..MURTHA/C~GOF'f'ICe:R

Tet.; ~1253 BAAIL: lric:I'IIS.~Jl'll

ISB. CONTRACTOR/OFFEROR ISC. DATE SIGNED J 68. UNlTED sr ATES OF AMERICA 16C. DATE SIGNED

BY ~~~-----~ 23-Feb-2012 (Sgnat\l'e of penon awhoriud to sign) (Signature of Contracting Officer)

EXCEPTION TO SF 30 APPROVED BY OJ:RM 11-84

30-IOS-04 Sf ANDARD FORM 30 (Rev. 10-83 Pns;ribcd by C&\ FAR(48 CFR) 53.243

Page 122: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

SOLICITATION/CONTRACT FORM

HQ0034-09-A-3010 000116

Page 2 of7

Th 1 fthi J..._(b)-(4) _ ___,1 fro-JL-(b-)(4-) __ ....Jito ..,...,..,..,.,...--.... ~e'""t~qta cost o · s contract was increased bYJ ~q l (b)(4) J .

SUPPLIES OR SERVICES AND PRICES

CLIN 2001 The pricing detail quantity has decreased b ~(b~)~~~.:....:.:....:...,i ·"1.:...1+.-fo~--...., ~~~----, The total cost of this line item has decreased b (b)(4) t~L(b-)(_4_) __ ......

CLIN 2010 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY 2010 1

Mission Support Services FFP See CLIN 2001 for details.

ACRN AJ

CLIN 3003 is added as follows:

UNIT Months

UNiffRICF l<b)(4) 1

NETAMT

AMOifNT l<b)(4) I

D

Page 123: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ITEM NO SUPPLIES/SERVICES QUANfiTY 3003 12

M&SCO Front Office ITEs FFP

SUBCLIN 300301 is added as follows:

UNIT Months

NETAMT

HQ0034-09-A-301 0 000116

Page 3 of7

l(b)(4)

lTEM NO SUPPLIES/SERVICES QUANTITY UNIT 300301 .

UNIT PRICE AMOUNT $0.00

M&SCO Front Office ITEs Funding FFP Funding for 90 days

ACRNAP

ACCOUNTING AND APPROPRIATION

Summary for the Payment Office

NET AMT

l(b)(4)

As a result of this modificatioj the total funded amount for this document was increased b~(b )( 4) I from l (b)(4) lu:tl-(b-)(4_) __ _,_

CLIN 2001:

AJ: 97 11 0400.1120 P1476 0401 251A S49447 DWAC10029 (CIN HQ0281102000010002001) was decreased by $462,906.03 from $5,554,872.37 to $5,091,966.34

CLIN 2002:

AJ: 97 11 0400.1120 Pl476 0401 251A S49447 DWAC10029 (CIN HQ0287102000010002002) was increased by $19,476.58 from $100,000.00 to $119,476 . .58

CLIN 2010: Funding on CLIN 2010 is initiated as follows:

ACRN: AJ

CIN: HQ0287102000010002001

$0.00

Page 124: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

Acctng Data: 97 11 0400.1120 P1476 04012S1A S49447 DWAC10029

Increase: $443,429.45

Total: $443,429.45

SUBCLIN 30030 I: Funding on SUBCLIN 300301 is initiated as follows:

ACRN:AP

CIN: HQ0287202400010010001

Acctog Data: 97 2 0400.1120 P2476 0401 2S1A S49447 DWAC20040

Increase: $117,762.87

Total: $117,762.87

DELIVERIES AND PERFORMANCE

The following Delivery Schedule item for CLIN 2001 has been changed from:

DEUVERY DATE QUANTITY SHIP TO ADDRESS

POP 01-FEB-2011 TO N/A OSD DEFENSE RESEARCH AND 31-JAN-2012 ENGINEERING

3030 DEFENSE PENTAGoN WASHINGTON DC 20301-3030 FOB: Destination

To:

DELIVERY DATE QUANTITY SHIP TO ADDRESS

POP 01-FEB-2011 TO N/A OSD DEFENSE RESEARCH AND 31-DEC-2011 ENGINEERING

3030 DEFENSE PENTAGON WASHINGTON DC 20301-3030 FOB: Destination

The following Delivery Schedule item for CLIN 2002 has been changed from:

DEUVERY DATE

POPOl-FEB-2011 TO 31-JAN-2012

QUANTITY

N/A

SHIP TO ADDRESS

OSD DEFENSE RESEARCH AND ENGINEERING 3030 DEFENSE PENTAGON WASHINGTON DC 20301-3030 FOB: Destination

HQ0034-09-A-30 10 000116

Page4 of7

UIC

HQ0287

UIC

HQ0287

UIC

HQ0287

Page 125: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

To:

DELIVERY DATE

POP 0 1-FEB-20 11 TO . 31-JAN-2012

QUANTITY

N/A

SHIP TO ADDRESS

OSD DEFENSE RESEARCH AND ENGINEERING 3030 DEFENSE PENTAGON WASHINGTON DC 20301-3030 FOB: Destination

The following Delivery Schedule item has been added to CLIN 2010:

DELIVERY DATE

POP 01 -JAN-2012 TO 31-JAN-2012

QUANTITY

N/A

SHIP TO ADDRESS

OSD DEFENSE RESEARCH AND ENGINEERING

HQ0034-09-A-3010 000116

Page 5 of7

UIC

HQ0287

UIC

HQ0287

l<b)(6) I 3030 DEFENSE PENTAGON, ~(b)(S) W gSHJl>JQTOr DC 20301 -3030

l(b)(6)

FOB: Destination

The following Delivery Schedule item bas been added to CLIN 3003:

DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC

POP 01-FEB-2012 TO 31-JAN-2013

N/A OSD DEFENSE RESEARCH AND HQ0287 ENGJNF:ERING

l<b)(6) I 3030 DEFENSE PENTAGON,~ WASWNQT9N DC 20301-3030

l(b)(6) -

FOB: Destination

INSPECTION AND ACCEPTANCE

The following Acceptancellnspection Schedule was added for CLIN 20 I 0: INSPECT AT INSPECT BY ACCEPT AT Destination Government Destination

The following Acceptancelln.'lpection Schedule was added for CLIN 3003: INSPECT AT INSPECf BY ACCEPT AT Destination Government Destination

The folJowing Acceptance/Inspection Schedule was added for SUBCLIN 300301: INSPECT AT INSPECT BY ACCEPT AT Destination Government Destination

ACCEPT BY Government

ACCEPT BY Government

ACCEPT BY Government

Page 126: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

The fuUowing have been added by full text:

252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION (MAY 2006)

HQ0034-09·A-30l0 000ll6

Page6 of7

(a) Contract line item(s) J..Q.Qlthrough 30030 I are incrementally funded. For these item.(s), the sum of $117762.87 of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (j) of this clause.

(b) For items(s) identified in pamgraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event oftetmination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Conlractor is not authorized to continue work on those item(s) beyond that point. The Government will not be obligated in any event 10 reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled "TERMINATION FOR THE CONVENIENCE OF TilE GOVERNMENT." As used in this clause, the 10tal amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit and estimated termination settlement costs fur those item(s).

(c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the Contractor will ootify the Contracting Officer in writing at least thirty days prior to the date when, in the Contractor's best judgmeot, the "WOrk will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amoqnt then allotted to the contract for perfo.rmance of the applicable item(s). The notification will state (1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (j) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that wiU be required for the timely performance of the item(s) funded pursuant to this clause, for subsequent period 88 may be specified in the allotment schedule in paragraph (j) of this clause, or othelwise agreed to by the parties. If after such notification additional funds are oot allotted by the date identified in the Contractor's ootification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pumuant to the clause of this contract entitled "TERMINATION FOR THE CONVENIENCE OF TIIE GOVERNMENT".

(d) When additional funds are allotted for continued performance of the contract line itern(s) identified in paragraph (a) of this clause, the parties wiU agree as to the period of contract performance which will be covered by the funds. The provisions of pllillgraph (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.

(e) u: solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performan.ce of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "disputes."

(f) The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in pamgraph (a) of this clause.

(g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled "DEFAULT." The provisions of this clause are limited to work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract if fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) or (e) of this clause.

Page 127: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034·09-A-30l0 000ll6

Page 7 of7

(h) Nothing in this clause affects the right of the Government to this contract pursuant to the clause of this contract entitled "TERMINATION FOR CONVENIENCE OF TiiE GOVERNMENT."

(i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. 1342.

G) The parties contemplate that the Government w:ill allot funds to this contract in accordance w:ith the following schedule:

On execution of contract $117,762.87

Apri11, 2012 $117,762.87

Balance at a date to be determined (End of clause)

{End of Summary of Changes)

Page 128: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOUCITATION/MODIF1CATION OF CONTRACT I'' CONTRA ;riD CODE t PAGE OF PAGES

1 1 3 l. AMENOM.aroMODIFICATION NO. 3. I!FFECJTVE DA 1E 4. R£QUISffiON/PUR.CHASE REQ. NO. I S. PRO.IECTNO.(Ifeppticable)

17 29-Feb-2012 SE£ SCHEOUU:

6.1SSUEOBY CODE t-Q0034 7. ADMINistERED BY (lfothertban item6) CODE I v.t-16 • /ICQJISITION DIRECl'OAATf See Item 6 1155 DeFENSE f'I9IIT K:DH Wi'.SHINGTOH DC 21W1-11515

8. NAME ANDADDRE$0FCONTRACTOR (No., Street, Co~mty, State and Zip Code) 9A. AMENDMENT OF OOLICIT AT ION NO. £IJOZ JltiB' HAMIL TON INC. IO!oleERLY f'AAI6{ 98. DATED (SEE ITEM II) a:l83GREENSB:lRO OR a.!CI.BIN VA ZliCI2-4il04

X ~D. OFCONTRACf/ORDERNO. 09-A~3010.0001

lOB. DATED (SEE ITEM 13)

CODE 17038 IFAC1l.ITYCODE X 01·Fe~2009

11. THIS ITEM ONLY APPLIES TO AME.NDMENTSOF OOUOTATIONS

I 0 The above mulben:d soli.:itatloo ia IIIIIC8dood a s<t lutb in Item 14. The boou and dltc apcci tied lor n=ceipt oro 1h 0 l$Cittended, 0 ia oot cao:nded.

0 .lb ma.st ec:t:Dowladjje l'lllldpt of this om:ndmc:Dt prior to the hour aod dille speciied in the soliei tation or u lll"elldcd by o oc o.Nic llllowi 118 lln:lhods: (•) By co~q>!etiog lk:ml B ad IS, ... d n:tumin1 __ copies oft.lu: am:n.U.Ot; {b) By acltnowlcdgiog nx:cipt oftbis arm:ndm:Dt on c:a:ll c:cpy of the oll:r nbaamo:l; or(c) By acpantc letter or tclCSIIIIIIwbic:b includes • ~ w tbe solicitation aod 11m:11dmcnt nunbcrs. PAn..tJRE OF YOU II. ACKNOWLEOOMENTlU BE REC.ETVED A TntE PLACE DESIGN A 11!0 FOil nJE RECEIPTOFOFFERS PRIOilTO 1HE HOUil A NO DA 1E SPECIFlED MAY .RESULT IN

llEJECllON OF YOUR OfFER. Ifby v irtuc of\bi s azau!mcnt you ell:! ire to c!t1113e an o li:uln:ady suboi ned, auch cban1c ~~ay be 011de by ldcgamor Jcrctr, pn>vidcd each ldqramor !dla"llllitco n:l:rmoo to the solicil1tioo and lhia amrulmcnt,aod ia n::ccivcd prior to the opcninJ hovr ud dlteapcocilicd.

12. ACCOUNTING AND APPROPRlA TION OAT A (If required)

See Schedule

13. TffiSITEM APPLIESONLYTO MODiflCATIONSOF CONTRACfS'ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DE3:RIBED IN ITEM 14.

A. THIS CHANGE ORDER IS I~D PURSUANT TO: (Specify authority) THE CHANGES SET FOKTH IN ITEM 14 ARE MADE IN THE O)NTRACf ORDERNO.IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACT /ORDER IS MODIFIED TO REFLECT THE ADMINISfRA T IVE CHANGES (Sidt as changes in paying otT~ee, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUI'HORITYOF FAR43.103(B).

X C. TIITS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUI'HORITY OF: lAW FAR43.103(b) D. OTHER (Specify type of modification and aurhority)

E. IMPORT ANT: Contractor ~ il not, D is retpAred to sign this document and return copies to the iSS\Iing off tee.

14. DES:RIPTION OF AMENDMENT /MODIFICATION (Orpnized by UCF section h~ including solicitation/contract wijecl matter v.bere feasil:ie.) Modification Control N'IIIDber: brooksa12784

The purpose of !his rTDdificatiln is ID add NlE 81mUnt $90,259.83 ID Q..J.I3002 for Weterlals and Travel.

fucept u provided hereio,llltmm and condition• oflhedocum:nt n:i:rcn<:ed in llom9A or lOA, u here1otlre cb.togcd,I'Cilllins Wlchaoa-t and In fill iln:c 111d etilct.

I SA. NAME AND TITLE OF &QffiR(Type or print) 16A. NAME AND TITLE OF CONTRACfiNG OffiCER (Type or print) MICI-IAS.. MURTHAICONTAACTlNG ClfFlCfR

TE.: 10).545-1 :llSl EMAil: rridW.nvhi@WIIn8

I SB. CONTRACTOR/OFFEROR ISC. DATE SIGNED 16B. UNlTEDSTATESOF AMERICA l6C. DATE SIGNED

BY ~./'~ . ----~ 2~Feb-2012 (Signatwe of person mhorized to sian) (Signature of Contracting Officer)

EXCEPTION TO SF 30 APPROVED BY OIRM ll-84

30-105-04 STANDARD FORM 30 (Rev. 10-83 Pre:scn'bed by GSA FAR(48 CfR) 53.243

Page 129: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

SOLICITATION/CONTRACT FORM

HQ0034-09-A~301 0 000117

Page 2 of3

The total cost of this contract was increased byj._~b-)(_4_) _ _.lrromj(b)(4)

SUPPLIES OR SERVICES AND PRICES

~ol(b)(4 )

CLIN 3002

ACCOUNTING AND APPROPRIATION

Summary for the Payment Office

As a result of this modification, the total funded amount for this document was increased by $90,259.83 from $20,206,864.61 to $20,297,124.44.

CLIN3002:

AN: 97 2 0400.1102 P2476 0401 251 A S4944 7 DW AC20040 (CIN HQ02872024000 I 0000002) was increased by $90,259.83 from $10,000.00 to $100)59.83

DELIVERIES AND PERFORMANCE

1be following Delivery Schedule item for CUN 3002 has been changed from:

DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC

POP 01 -FEB-2012 TO N/A OSD DEFENSE RESEARCH AND HQ0287 31-JAN-2013 ENGINEERING

!{b)(s) I 3030 DEFENSE PENTAGON,~ WASHINGTON DC 20301-3030

l (b)(6) I FOB: Destination

To:

DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC

Page 130: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

POP 01-FEB-2012 TO 31-JAN-.2013

(End of Summary of Changes)

N/A

HQ0034-09-A-30 10 000117

Page 3 of3

OSD DEFENSE RESEARCH AND HQ0287 ENGINEERING

l(b)(6) I 3030 DEFENSE PENTAGON,~ WASHINGTON DC 20301-3030

l(b}(6) I FOB: Destination

Page 131: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOUCITATION/MODIF1CATION OF CONTRACT II. CONTRA~ID coos I PAGE OF PA068

1 I a 2. AMENDMEN1YMODIFICA liON NO. 3. EF'FEC'JlVE DA 1E 4. REQUJSmON/PURCHASB REQ. NO. I S.PROJECTNO.(Ifapplicable)

18 15-Mir-2012 SEE SCHEDUU:

6.1SSUEDBY CODE H:l0034 7. ADMSNIST.EREDBY (lfothcrtllu itan6) CODE I WHS ·1\CCXJISITOi D~ORI\11:

See Item 6 J1:16llB'ENSE ll9IT AGON ~INGTON DC :nlD'I· 1151!1

8. NAME AND AD~ OF CONTRACTOR (No., Street, County, Slate and Zip Code) 9A. AMENDMENT OF ~LICIT AT ION NO. eoaz.AU.EH HIWl.~ INC. KIMBERLY PM~ 98. DATED(SEE ITEM 11) U3GREENS1!Cft) OR MCI.EAN VA22102-<IIIl4

X ~OF CONTRACT/ORDER NO. A-301~1

lOB. DATED (SEE ITEM 13) CODE 17038 I FACIUTY C.ODE X 01-Hm-2009

11. TfllS ITEM ONLY APPLIES TO AMENDMENTS OF ~UCIT AT IONS

OThcabove nunbm:d ~olicitation is amended., ea flrtb io Item 14. The hour 4lld date spet.ilied f1r receipt ofOtlb' 0 Is CliiCildec1, 0 is not -..led.

Ol!:t P»st ~knowl~o .-ipt of!llis tllletldDa'lt prior to the hoiU and dale specified in tbe solici1111ion or u l.tll:llded by one oftlle bllowing ~o<b; (a) By Wllple!lng rtcms 8 &lid IS, and n:wming __ copies of the etrZDdlQ:IIt; (b) By tdtnowledJing ~pt ot'lhls t111t0dmeut on eeeh copy ofllle olirsubaittcd; or(o) By sep~me leaerortdcanmwhich includes a~tmlceto 1M solicilltionud am=odaJent nulltlera. FAILURE OF YOUR ACKNOWLEDGMENTlQ BE RECEMD A TntE.P.t.ACE DESIGN A 1ED FOR ntE R£CEIPTOFOFFER.S PIUOR 1Q lHE HOUR AND DA T6 SPECIFlED MAY RESULT IN R£1ECTION OF YOUR OFFER. Uby vlnue oflhls eru:~~c1m!:!lt you desire to chanse m odi:r aln:ady subnitt.od, $11Ch chll!lio miY be l!lld& by telegramor ltncr, provided cadi tclqnunor lc:ttermllcos reiftrlco to the solicit.ttionelld !his arre~~dln!nt, and it ro::>eivcd prior to tlteopmiq II our and dllu: specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Sdledule

13. TIDSITEMAPPLIESONLYTOMODIFICATIONSOFCONTRACTS'ORDERS. IT MODIFIESTHE CONTRACT/ORDERNO. ASDE~BED IN ITEM 14.

A. THIS CHANGE ORDER lS lSSUED PURSUANT TO: (~ccify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE OONTRACT ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACT /ORDER IS MOD.IFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as dt.angcs in paying office, appropriation date., etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OFF AR 43.1 03(B).

X C. TIDS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: 52.212-4{c) O:lntract Tem; & Cbnclltbns· O>rma'clal D. OTHER (~ifY type of modification and al.ltbority)

E. IMPORT ANT: Contractor 0 is not, I:RI i9 required to sigD tbi9 <bcument and return 1 copies to the issuing otra:e.

14. DESCRIPTION Of AMENDMENTIMOD(FICA TION (Organized by UCF section headings. including solicitation/wntract subject matter v.bere feasible.) Modification Control Number: bi'OOicsa12864

The purpose of this ITDdificati>n is to add the Acqulsltbn (Q.M004} and Experlmenta!Jon(Q.N3005) O>rnrunity M8S Strategic Ran to the sut;ect Task O'det. Rease see the Task Work StatBnwtt In Addendum Six for ITD'e hforll'B1kln.

El!.Oq)t as ptovi6ed h«reill, alltenmud conditions ofthe docum::nt reb:noed In Ilem9A or I OA, u bemoiH~ cha.aiC(I, n:qins IIDchanJed and in illl f)~aod eikt.

1 SA. NAME AND TITLE OF SIGNER (Type or print) l6A. NAME AND TITLE OFCONTRACTINGOFflCER(Type or print) MJCHAS. MURTHA/ CONTRACTING OFFICER

TB.; ~1:1$ ~All: ll'iei'IM~.ml

ISB. CONTRACTOR/OFFEROR I SC. DATE SIGNED 16B. UNITEDSfATESOF AMERICA 16C. DATE SIGNED

BY ~~~----~ 22-Mir-2012 (SigJ~ature of person authorized to sign) (SigDature of Contracting Officer)

EXCEPTION TO SF 30 APPROVED BY OIRM 1 t -84

30-105-04 STANDARDFQRM 30(~.10-83 Prescribed by C&\ fAR(48 a:R) SJ.243

Page 132: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

SOLICITATION/CONTRACT FORM

HQ0034-09-A·3010 000118

Page2 of8

...,....,...,..,_ _ ___;Th=e...;t.;;;,otal cost of this contract was increased byj._<b_l<_4) __ __.lfromLI<b_)(_4l ___ __,lto l<b)(4) I

SUPPLIES OR SERVICES AND PRICES

CLIN 4001

CLIN 4002

CLIN 3004 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 3004 II Months

Acquisition Community M&S Strategic Plan

UNIT PRICE l<b)(4) I

FFP The contractor shall provide Acquisition Community M&S Strategic Plan according to Task Work Statement provided within.

NETAMT

SUBCLIN 300401 is added as follows:

AMOUNT l<b)(4) I

l(b)(4)

Page 133: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ITEM NO SUPPLIES/SERVICES QUANTITY 300401

.FWlding for CLIN 3004

.FFP

ACRNAP

CLIN 3005 is added as follows:

UNIT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 3005 ll Months

Experimentation Community M&S Strategic FFP

UNIT PRICE $0.00

NET AMT

UNIT PRICE l(b)(4) I

The contractor shall provide Experimentation Community M&S Strategic Plan according to Task Work Statement provided within.

SUBCLIN 300501 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY 300501

Funding for 3005 FFP

ACRN AP

ACCOUNTING AND APPROPRIATION

Summary for the Payment Office

NETAMT

UNIT UNIT PRICE

NETAMT

HQ0034-09-A-3010 000118

Page3 of8

AMOUNT $0.00

$0.00

l(b)(4)

AMOUNT l(b)(4) I

l(b)(4)

AMOUNT $0.00

$0.00

l(b)(4)

As a result of this modification, the total funded amount for this document was increased by $338,496.09 from $20,297,124.44 to $20.635,620.53.

Page 134: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SUBCLIN 300401: Funding on SUBCLIN 300401 is initiated as follows:

ACRN: AP

CIN: HQ02872024000 10020001

HQ0034-09-A-30 I 0 000118

Page 4 of8

Acctog Data: 97 2 0400.1120P2476 0401 2SIA 849447 DWAC20040

Increase: $96,235.50

Total: $96,235.50

SUBCLIN 300501: Funding on SUBCLIN 30050 I is initiated as follows:

ACRN: AP

CIN: HQ0287202400010020001

Acctng Data: 97 2 0400.1120 P2476 0401 251A 849447 DWAC20040

Increase: $242,260.59

Total: $242,260.59

DELIVERIES AND PERFORMANCE

The following Delivery Schedule item bas been added to CLIN 3004:

DELIVERYDATE QUANTITY

POP 19-MAR-2012 TO N/A 19-FEB-2013

SIUP TO ADDRESS UIC

OSD DEFENSE RESEARCH AND HQ0287 ENGINEERING

l(b)(6) . . I 3o3o DEFENSE PENTAGON,~ WASHINGTON DC 20301-3030

j{b)(6) 1 FOB: Destination

The following Delivery Schedule item has been added to CLIN 3005:

DELIVERYDATE QUANTITY

POP 19-MAR-2012 TO N/A 19-FEB-2013

SHIP TO ADDRESS UIC

OSD DEFENSE RESEARCH AND HQ0287 ENGINEERING

j(b)(6) I 3o3o DEFENSE PENr AGON, ~ WASHINGTON DC 20301-3030

l(b)(6) I FOB: Desbnation

Page 135: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

INSPECTION AND ACCEPTANCE

The fullowing Acceptance/Inspection Schedule was added for CLIN 3004: INSPECf AT INSPECT BY ACCEPT AT ~/A ~/A ~/A

The following Acceptance/Inspection Schedule was added for SUBCLIN 300401: INSPECT AT INSPECfBY ACCEPT AT N/A N/A NIA

The fullowing Acceptancellnspection Schedule was added for CLIN 3005: INSPECT AT INSPECT BY ACCEPT AT ~/A ~/A N/A

The following AcceptaJ:Icellnspection Schedule was added for SUBCLIN 30050 I: INSPECT AT INSPECT BY ACCEPT AT ~lA N/A ~/A

The following have been added by full text: ADDENDUM SIX

HQ0034-Q9-A-3010-000I, Mod 18

Mod 18 amends HQ0034-09-A-3010-0001, Addendum SIX

CLIN3004 Ref. Part 5, 5 .1.2, (c) Policy Development/Interpretation Support

Acquisition Community M&S Strategic Plan

HQ0034-09-A-3010 000118

PageS of8

ACCEPT BY Government

ACCEPT BY Government

ACCEPT BY Government

ACCEPT BY Government

a. Background: The contractor shall evolve, in conjunction with the OSD/ AT &L Deputy Assistant Secretary of Defense, Systems Engineering (DASD(SE)) government lead for Acquisition Community Modeling & Simulation, the Acquisition Community M&S Action Plan (hereafter referred to as Action Plan), to incorporate changes in structure and content based on reviews, community advancement, and collaboration across the M&S Enterprise The Action Plan is the guiding document for the DoD acquisition community for development activities to further the use of M&S within the System Engineering activities in support of acquisition. The Action Plan shall establish a strategic implementation and business plan for the next five years to provide technical and programmatic guidance for establishing community M&S development, process, and collaboration activities The Action Plan will be within the broad technical and policy guidelines established by the OSD/ AT &L Modeling & Simulation Coordination Office (M&S CO), on behalf of the DoD M&S Steering Committee (M&S SC). The action plan will receive its primary guidance from DASD(SE) strategic planning documents, acquisition M&S working group chartering documents, and from studies and resean::h conducted during 2009 - 2011 as part of the transformation of previous Acquisition Community M&S, systems engineering, systems analysis, and acquisition processes. The Action Plan shall be developed in close coordination with M&S CO staff to insure it aligns with Enterprise plans, is synchronized with related inter-agency activities, and is coordinated with the other communities, and Services representing acquisition and systems engineering M&S investments.

Page 136: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034~9-A-3010

000118 Page6of8

b. Task Description: The Action Plan shall summarize findings of previous Acquisition M&S studies and findings (such as the Acquisition Modeling and Simulation Master Plan, High Level Task products and the recently completed Summer Study), provide an overview of Acquisition M&S governance and processes, and chart a way forward for Acquisition M&S Community management, investment, and coordinating activities •• The Action Plan may also include descriptions of targeted interactions between the Acquisiton community, and other conununities within the Enterprise The developer of the Action Plan should have significant, senior-level experience in the defense acquisition and modeling & simulation communities; should have recent and current experience with acquisition refonn efforts (development planning, model based systems engineering, WSARA. etc.); and should be knowledgeable of current acquisition M&S management and technical focus areas. It is expected that this task can be accomplished on a part time basis through full-time, over the period of perfonnance. The contractor shall contact, on behalf of the Acquisition M&S IPT lead, bigh-level staff (SES/generaJ/flag officers, senior civilian/military, senior industry and academic managers and technical support staffs) to collect lessons learned, suggested developments, corrective actions taken, etc. The contractor shall coordinate recommendations and assist in acceptance of the Action Plan. The contractor shall be expected to operate independently, once given direction, and expected to write the Action Plan as well as support its review and revision. The contractor shall chair Action Plan reviews, adjudicate conunents, and prepare "for-staffing" versions of the document.

c. Period and Place of Performance: The Action Plan shall be developed NL T November 30, 2012. Development of the Action Plan does not need to be accomplished on-site, but will involve frequent on-site coordinating sessions with OSD/ AT &L Systems Analysis and M&S CO staff. The contractor shall participate in Acquisition M&S Working Group (AMSWG) meetings, travel to Acquisition Community sites (anticipate two 3-day trips), and interact with the Acquisition and Systems Engineering staff.

d. Deliverables: The contractor shall provide an Acquisition Community M&S Action Plan. Drnft revised Action Plan- Required by June 30, 2012 Final Draft revised Action Plan- Required by October l, 2012 Final revised Action Plan- Required by November 30, 2012 The government will have 10 working days to provide comments on the Draft Action Plan and the Final Draft Action Plan.

e. Deliverable Format Requirements: The Action Plan wilt be delivered as a Word document in a format to be agreed up in conjunction with the Acquisition Con:ununity M&S Lead. It is anticipated that the docwnent will be no more than 70 to 100 pages in length.

CLIN 3005 Experimentation Community M&S Strategic Plan

a. Period ofPenormance:

The period of performance for this contract shall be February 1, 2012, through January 31, 2013.

b. Background:

The contractor shall develop, in conjWlCtion with the Deputy Director Joint Staff 17, Joint & Coalition Warfighting (JCW) govenunent lead for Experimentation Community Modeling & Simulation, an Experimentation Community M&S Strategic Plan (hereafter referred to as Strategic Plan). The

Page 137: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-3010 000118

Page7 of8

Strategic Plan is the guiding docwnent for the DoD experimentation community for development activities to further the use ofM&S within the Joint Concept Development & Experimentation {JCD&E) community in support of experimentation. The Strategic Plan shall establish a strategic implementation and business plan for the next five years to provide technical and programmatic guidance for establishing community M&S development/integration, re-use, and collaboration activities.

The Strategic Plan will be within the broad technical and policy guidelines established by the OSD/ AT &L Modeling & Simulation Coordination Office (M&S CO), on behalf of the DoD M&S Steering Committee (M&S SC). The Strategic Plan will receive its primary guidance from JCW strategic planning documents, JCD&E working group chartering documents, and from studies and research conducted during 2010 -2011 as part of the transformation of previous Experimentation Community M&S processes as enacted by the disestablishment of United States Joint Forces Command (USJFCOM).

The Strategic Plan shall be developed in close coordination with M&S CO staff to ensure it aligns with Corporate & Cross-Cutting Business Plans, is synchronized with related inter-agency and Coalition activities, and is coordinated with the other communities, Joint Staff, and Services representing experimentation and concept development M&S investments.

c. Task Description:

The Strategic Plan shall sununarize fm.dings of previous Experimentation M&S studies and findings, provide an overview of Experimentation M&S governance and processes, and chart a way forward for Experimentation M&S Community management, investment, and coordinating activities.

The developer of the Strategic Plan should have significant, senior-level experience in the defense experimentation and modeling & simulation communities; should have recent and current experience with constructive closed-loop and hurnan-in-the·loop experimentation planning, design, execution and assessment; plus should be knowledgeable of current experimentation M&S management and technical focus areas.

The contractor shall contact, on behalf of the Experimentation M&S IPT lead, high-level staff (SES/generaVflag officers, senior civilian/military, senior industry and academic managers and teclmical support staffs) to collect lessons learned, suggested developments, corrective actions taken, etc. The contractor shaH coordinate recommendations and assist in acceptance of the Strategic Plan.

The contractor shall operate independently, once given direction, and will write the Strategic Plan as well as support its review and revision. The contractor shall chair Strategic Plan reviews, adjudicate comments, and prepare "for-staffing" versions of the document.

d. Period and Place of Performance:

The Strategic Plan shall be developed NLT November 30,2012. Development of the Strategic Plan does not need to be accomplished on-site, but will involve frequent on-site coordinating sessions with JCW, JCD&E community and M&S CO staff. The contractor shall participate in Experimentation M&S Working Group (EMSWG) meetings, and travel to M&SCO for data collection and coordination purposes (anticipate two 2-day trips).

e. Deliverables:

Page 138: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

The contmctor shall provide an Experimentation Community M&S Strategic Plan.

Dmft Stmtegic Plan - Required by June 30, 2012 Final Draft Stmtegic Plan - Required by October 1, 2012 Final Strategic Plan - Required by November 30, 2012

HQ0034-09-A-3010 000118

Page 8 of8

The government will have 10 working days to provide comments on the Draft Strategic Plan and the Final Draft Strategic Plan. In addition, the perfonner will submit a monthly status report as a deliverable for the dUilltion of the period of performance.

f. Deliverable Format Requirements:

The Strategic Plan will be delivered as a Word document in a format to be agreed up in conjunction with the Experimentation Community M&S Lead. The base document without attachments will be no more than 25 pages in length.

(End of Summary of Changes)

Page 139: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOUCITATION/MODIFICATION OF CONTRACT I I. OONlRA~IDCODE I PAGE OF PAGES

1 1 5 2. AMENDM"SNTYMOOJF1CA noN NO. 3. EF'fEC'llVE DATE 4. REQULSmON/PURCHASE REQ. NO. ,5. PROJECTNO~Ifapplicable) 19 11-Sep-2012 SEE SCHEDULE

6.1SSUEDBY OODE 1-00034 1. ADMIN.ISIElED BY (lfothertb111 item6) CODE I v.tl$-.ACQUISITI:lN OIRI!CTORA.lE See Item e 11561JEFENSE I'ENT AGON WJ.SHINGTON DC 21m1· 1156

8. NAME AND ADDRE$0F CONTRACI'OR (No., Street, Co1111ty, State and Zip Code) 9A. AMENDMEm' OF SJLIOT AT ION NO. eoaz JtJ.EN HAI4 lO'I LNC. W.TT I<OETTER 98. DATED (SEE ITEM 11) 8283GREENSBJRO M ~VAZM~

X ~D. OF OONTRACT/ORDERNO. 09-A-3010-0001

lOB. DATED (SEE ITEM 13)

CODE 17038 IFACILITYCODF. X 01-Feb-2009

11. THIS ITEM ONLY APPUES TO AMENDMENTS OF 9:>LIOT AT IONS

Olbeabovenuidlered solicitation is am:o.dcd a& se~l>nb io Item 14. Th.ebour uddlltc !pccilcd i>rnuipt ofOll:r 0 1s c:ll121dcd, 0 is DOICIIICDd.ed.

0 5::r llllSUcknowlcdie nreipt o rthi s tlllendmeot prior to tbc hour 111111 dae 9 pa:i !ed in the solici mtlon or u anzndcd by oae ollbc ill low ina IRI.bocll:

(a) By co111Jietina1C~:~M 8 md LS, md n::=nioa copi• ofthe IIIZIIcbmlt; (b) By dnowlcdaint~rc:IOcipt ofthil•nznc:hn:nt on ea:b ropy ofllle o••ubllitull; or (c) By sep~rlle ldtcr or ldcpunwbich iodudes a rdmlc:e to 1M soU ci tatioo md .IDll:lldmr:nt oii!Jt)era. FAILURE 0 F YOUR ACKNOWLEDGMENT TO BE RECEIVEDATTHEPLACE DESIONA TED FOJ. THERECEIPTOI'OFFERSPIUOR 10 THE HOUR AND DATE SPECIFIED MA V RESULT IN

"REJECUON OF YOU It OFFER. ltby vil'tl.lc oftblallJI:IIIdm::nt you deli"' 10 clta113e 1111 olli:r already submitted, such clwlac o-r bo !!ad• by telqm~~or letter, p10vldcd each tel"81Uior lett..- nates rdnru:.e to tbe &olicitation and tbis IJJIOidm::ot,aad is received prior a> tho ope..ID.J ho~rand dae spa:iled.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Sc:hedul•

13. TillS ITEM APPLIESONL Y TO MODIFICATIONS OF CONTRACTlroRDERS. IT MODlFIES THE OONTRACT/ORDERNO. AS DE&:RIBED IN ITEM 14.

A. THIS CHANGE ORDER IS I SillED PURSUANT TO: (~ccif)' aUlhority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE COm'RACT ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACT /ORDER IS MODlflED TO REFLECI' THE ADMINISTRATIVE CHANCES (such as chanses in payiog office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AlJTHORITY OF FAR43.103(B).

X C. THIS SUPPLEMENTAL A~ IS ENTERED INTO PURSUANT TO AUTHORITY OF: 52.212-4(c) Q)ntract TerrTB & Olndltions- n>rmerclal D. OTHER (~ifY type of modification and aulhority)

E. IMPORT ANT: Contractor 0 is not, ~ is n:quired to aign this cbcumeot lllld return 1 copies to the issuing office.

14. DE!DUPTION OF AMENDMENT /MODl.flCA TION (Orpnized by UCF section headiJlis, including ~li.citation/col\tract su!lject maHer llbcre feasible.) Modiru:lllion Control Number: brooksa121972

The purpose of thts rmdlfication is to add a Q,tber rr st.£ (3006) to the subject Task C.Xder. Rease see the Task Work Statemant In Addendum Seven for rrore inforrrat:on.

Elll:ept u prov idcd bc:rdn, all tern md oondi lions ofthe docum::nt rc&a!cal in lle!D 9 A or ! OA, u hereto tire cbanscd. n:u.in' ut~changecland in fill lut:e and eact.

I SA NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF OONTRACI" lNG OFFICER (Type or print)

158. CONTRACTORIOFFEU>R

(!ignatw-e of person a.uthorized to sign) EXCEPTION TO SF 30 APPROVED BY OIRM 11-84

lo!ICHJ.a. WURTHA/ <::OHTAACTlNG CFFICER

TB.; ~~1253 aiM: ntct.l~.rril

iSC. DATE SlGNED 168. UNITED STATES OF AMERICA !6C. DATE SIGNED

BY ~/-- <c ~~..~~ -----G. 12-Sep-2012

. . 30 lOS 04

(Signature of Contracting Offu:er)

STANDARD FORM 30 Rev.I0-83 ( Prescn"bed by CR6. FAR(48 CFR) 53.243

Page 140: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY O.F CHANGES

SECTION SF 1449 - CONTINUATION SHEET

SOUCITATION/CONTRACT FORM

The total cost of this contract was increased b~'-~b-)(_4_) _ __,lfro~(b)(4)

SUPPUES OR SERVICES AND PRICES

CLIN 3006 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY 3006 6

Cyber IT SME FFP

UNIT Months

UNliPRICE l<b><4> I

The contractor shall provide Cyber IT SME according to Task Work Statement provided within.

NET AMT

ACRNAQ

ACCOUNTING AND APPROPRIATION

Summary for tbe Payment Office

HQ0034-09-A-301 0 000119

Page 2 of5

AMOUNT l(b)(4) I

As a result of this modification, the total funded amount for this document was increased by $149,750.66 from $20,635,620.53 to $20,785,371.19.

CUN3006: Funding on CLIN 3006 is initiated as follows:

ACRN:AQ

CIN: HQ028722300002000

Acctng Data: 972 0400.1120 P2476 0401 251A S49447 DWAC20234

Increase: $149,750.66

Total: $149,750.66

DELIVERIES AND PERFORMANCE

Page 141: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

1be following Delivery Schedule item has been added to CLIN 3006:

DELNERY DATE

POP 11-SEP-2012 TO 11-MAR-2013

QUANfTIY

NIA

SHIP TO ADDRESS

OSD DEFENSE RESEARCH AND ENGINEERING

HQOOJ4-09-A-3010 000119

Page3 of5

UIC

HQ0287

l(b)(6) Jm, 3o3o O£P£NsE P AGON, RMI(b)(6J W ASHINGTOr DC 20301-3030

l(b)(6) FOB: Destination

INSPECTION AND ACCEPTANCE

The following Acceptance/Inspection Schedule was added for CUN 3006: INSPECT AT INSPECT BY ACCEPT AT N/A N/A NIA

The follo\\ling have been added by full text: ADDENDUM SEVEN

Provide Modeling and Simulation Cyber Lead Subject Matter Expert (SME)

1.0 BACKGROUND:

ACCEPT BY Government

The Modeling & Simulation Coordination Office (M&S CO) requires support in the development of policy, guidance and practice to enable application of advanced modeling and simulation (M&S) techniques, as well as the advocacy and promotion of such technologies across a broad range of stakeholders, including the Joint Staff, Military Services, COCOMs, senior leaders of the DoD and OUSD (AT &L), and the Congressional staff.

In a budget-constrained Defense acquisition environment, appropriate identification and application of modeling and simulation (M&S) cyber I information technology, operational test and concepts across a wide range of systems analysis and systems engineering disciplines underpins the efficient acquisition of relevant technology-based capabilities. Tightening budgets, greater demand for lower risk acquisition and the need to acquire more capability in less time at a lower cost has created a need within the Department to develop the practice of applying M&S cyber within the analytical toolkit to support acquisition activities.

M&S CO, consistent with its role as the DoD Center of Excellence for Modeling and Simulation, seeks to identify opportunities to align M&S, and cyber I information technology to needs within cl.lrTent and emerging systems analysis and systems engineering best practices.

M&S CO seeks an immediately available senior analyst with a broad range of current experience (within the past 24 months) in the development, management, and use of cyber I information technology used in creation and execution of simulated environments and the analysis ofthe simulation results. Specific qualifications will include:

A minimum of 15 years of military modeling and simulation acquisition and R&D program experience, cyber I information technology, operational test, space systems, and intelligence disciplines; Three years or more experience with an Operational Test and Evaluation organization;

• Master's Degree in business management is desired; Experience with developing, implementing and managing DoD Cyber and Information Technology like programs; Recent experience with authoring congressional reports to the House and Senate

Page 142: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

2.0 TASKS:

HQ0034-09-A-3010 000119

Page4 of5

Consistent with its role as the DoD Center of Excellence for Modeling & Simulation, the Modeling & Simulation Coordination Office (M&S CO) identifies and develops the latest policy, guidance and practice in the application of modeling and simulation as a information technology to enable best practices across the Departmeot of Defense. M&S CO requires the services of an expert senior analyst to identify opportunities to improve the implementation of DoD M&S cyber I information technology, policy and guidance through the application of modeling and simulation to advance tbe practice of systems analysis and systems engineering. Perform duties for the M&S CO as follows:

2.1 Formulate and oversee the implementation of DoD-wide M&S plans and guidelines in the areas of M&S cyber I information technology development and management.

2.2 Evaluate DoD Community and Component M&S cyber I information technology development projects and initiatives.

2.3 Recommend smategies and constructing plans for ensuring that Components and Communities M&S cyber I information technology projects and initiatives are harmonized for improved support to DoD strategic planning guidance.

2.4 Monitor industries, universities, other government agencies, and inlemational and fureiga organizations on matters pertinent to M&S cyber I information technology.

2.5 Coordinate and attend conferences, meetings, symposia, and workshops conducted or sponsored by the DoD regarding M&S cyber I information technology issues.

2.6 Work in a collaborative, consellBU.S-building environment with members of the Services, Components, DoD functional communities and with other Agencies and international partners.

2. 7 Manage projects and programs that provide DoD corporate-level M&S cyber I information technology capabilities.

3.0 PERIOD OF PERFORMANCE:

3.1 It is anticipated that this effort will begin immediately upon receipt of award. The estimated duration of this program is 180 days from date of award.

4.0 GOVERNMENT/ FURNISHED EQUIPMENT/DATA I TOOLS:

4.1 No Govemmeot office space, computer, network access, phone (voice and fax) is required.

5.0TRAVEL:

5.1 Travel is expected under this subcontract; anticipate 25%.

6.0 SECURITY:

6.1 Person must be eligible forTS/SCI clearance.

Page 143: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

(End of SWIIJDBI)' of Changes)

HQ0034-09-A-3010 000119

PageS of5

Page 144: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT II. CONTRA~ID CODE I PAGEOF PAGES

1 1 9 2. AhfENDMfN'D'hfODIFICA TION NO. 3. EFFECllVE DA 'IE 4. REQUISmON/PURCHASE REQ. NO. I S. PROJECTNO.(Ifapplicablc)

20 17-Sep-2012 SEESCHEDUL£

6.ISSUED8Y CODE 1-00034 7. ADhfiNIS'IERED BY (l(otkc:r thm itcm6) CODE I v..HS· ACOOISmON ~ecTOAATE

See Item 8 11a501!R:NS! PeNTAGON WASHINGTON OC 3DI\.11M

8. NAME AND ADDRESS OF CONTRACTOR (No., ~beet, County, ~ateandZip Code) 9A. AMENDMENT OF OOLlCIT ATION NO. tlOOl ,liLE)ol tw.IIL TON INC. MATT~ 9B. DATED (SEE ITEM II) 8283GRa:NS80RO DR MCI..ENIIVA~

X lOA. MOD. OFCONT~CT/ORDER NO. 1-0>034-09-A-3010-00 1

108. DATED (SEE ITEM 13}

CODE 17038 I FACII..lTY COD£ X 01-Fet>-2009 I I. THIS ITEM ONLY APPUES TO AMENDMENTS OF OOUClT AT IONS

I OThc above nunt>md solicl tali on ls anznded u Jet .brtlt in 1!=!14. The hour .nd date speci fed .br n:uipt oto h 0 ile~dc:d, 0 is not ..:~coded.

0 l:r lllllSt acbowl edac nx:cipt o rthia IIIIIDIIdln:ot pri orto the hounnd dale apcci lied in "!he aoli~i \lltioa or u lllmlded by ooe o flbe flllowina m:thoda: (a) By c:o~q~leting 1111111 8 ond IS. 111d ~umins __ copies ofthc •IJ.adaznt; (b) By atbowlc:dging n:ccipt oftbia ~~on each copy oflbe ollr aubcritl.c:d; or(c) By......., letter or tdeanmwblcll. iocludcs • trin::ncc to the aoJici,.tion llld &lll:odm:nt nuabcn. FAILURE OF YOUR AC.IC}IOWLEDOhfENTTO BE RECEIVED AT'DIEPLACE DESIGNATED FOR 1HERECE.IPTOFOFFERS PRIOR T01HE HOUR. AND DATE SPECIFIED hfA Y RESULT IN

IU!JECllON OF YOUll OFFER. lfby vinue oftltla811elldmmt you de5irc to change m olb elrcacly tllbaitud, sucb ch1111ge 1111)' be mode by tclegnmor letter, provided -b ldepamor letter mok.t:a rct:re..ec to the soli o.i tarionaod thi a IIZIZndlmlt, and is nx:cived prior lo the opCiliDl bouund dlta t peci &ed.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THISITEMAPPLIESONLYTOMODiflCATIONSOFOONTRACfS'ORDERS IT MODIFIES THE CONTRACT/ORDERNO. ASDE~ED IN ITEM 14.

A. THISOIANCE ORDER IS l!irul!D PURSUANT TO: (~ccify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE <X>NTRACf ORDER NO. IN ITEM I OA.

B. THE ABOVE NUMBERED <X>NTRACf /ORDER IS MODIFIED TO REFLECT THE ADMINISfRA TIVE CHANGES (~h as changes in paying offJCe, appropriation date. etc.) SET FORTH IN ITEM 14, PURSUANT TOT HE AUTHORITY OF FAR 43 .I 03(B).

X C. TtUS &JPPLEMENT AL ArnEEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.212-4 cnlTRACT TER.1S AN:> OONJrTlONS-~L ne.tS D. OTHER (~ify type of modification and authority)

E. IMPORT ANT: Contractor 0 is not, ~ is required to aigo this cbcumcnt and return 1 copies to the islluing off'JCe.

14. DES:RIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section healin~. inclucing mlicitetion/contract ~cct matter llobere f~l::ie.) Modification Control Number: brooksa122004

The purpose or this rrodlflcati>n Is to add A&£ MSEA to the subject Tak O"der. Rease see the Surmary of Olange9 and the Task 'M:Irk Stalerrent In Addendum 8ght for TTDI'e lnforiT8ti:>n.

E.lri::ept u provided herein, ail tcnm 1111d llOndhioos oftbe docurocot rd:rencc:d In ltem9A or I OA, as hc:rctoflrc cbaagecl, mmlos uacbanged and 111 1.111 flrcc and ekt.

I SA. NAME AND TITLE OF SICillER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) I•UCHAB. MURlllA/ Cc::HTRACTWG CFFICER

TB.: ~12!53 E'MAA..: ""'-i ./[email protected]

I SB. CONTRACT OR/OFFEROR 15C. DATE SI.GNED 168. UNITED sr ATESOF AMERICA 16C. DATE SI.GNED

~./"~ ... <.::;. BY L

1 &-Sep-2012 (Signature of person authorized to sign) (Signature of Contracting Officer)

EXCEPTION TO SF 30 APPROVED BY OlRM 11·84

30-105-04 sr ANDARD FORM 30 (Rev. I 0·83 Preacn'bed by CliA FAR (48 <l'R.) 53.243

Page 145: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

SOLICITATION/CONTRACT FORM

HQ0034-09-A-30 10 000120

Page2of9

................ ---=-Th.:.:.e:..t.:.::ooltal cost of Ibis contract was increased b~ .... (b-)(-4) __ __.1 frornJL.(b-)(_

4 )------'~ l(b)(4) . . .

SUPPLIES OR SERVICES AND PRICES

CLIN 3007 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT Months

UNIT PRICE l(b)(4) I 3007 4

ASNE FFP The contractor shall provide Air ans Space Natural Environment (ASNE) Modeling and Simulation Executive Agent (MSEA) according to Task Work Statement provided within.

NET AMI

SUBCLIN 300701 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 300701

Funding for ASNE FFP This action was incrementally funded by AF MIPR FlAFlH2202GOO 1 Direct Citation of funds LOA: 5723400 302 158P 831195 010000 43940 27601F 667100 F67l 00 ESP:KJ FSR:008073 PSR:H23792 DSR: 111606.

NETAMf

ACRNAR

CLIN 3008 is added as follows:

AMQQNf l(b)(4) I

l(b )(4)

AMOUNT $0.00

$0.00

l(b)(4)

Page 146: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ITEM NO SUPPLIES/SERVICES QUANTITY 3008 l

ASNE- Travel FFP

UNIT Lot

Travel for this contract must be in accordance with FAR 31.20546. Any travel outside of this regulation may be at the contractors's expense. All costs associated with this line item must be approved by the Contracting Officer before costs are incurred.

SUBCLIN 300801 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY 300801

Funding for ASNE - Travel FFP

NETAMT

UNIT UNIT PRICE

This action was funded by AF MIPR FlAFlH2202GOO 1 Direct Citation of funds LOA: 5723400 302 158P B31195 01000043940 27601F 667100 F67100 ESP:.KJ FSR:008073 PSR:H23792 DSR: It 1606.

ACRNAR

CLIN 4003 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY 4003 10 OPTION ASNE Option

FFP

CLIN 4004 is added as follows:

UNIT Mo.nths

NETAMT

UNIT PRICE l(b)(4) I

. NETAMT

HQ0034-09-A-3010 000120

Page 3 of9

~ t:::___J

l(b)(4 )

AMOUNT $0.00

$0.00

l(b )(4 )

AMOT fNT

l(b)(4) I

l(b)(4)

Page 147: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ITEM NO SUPPLIES/SERVICES QUANTITY 4004 1 OPTION ASNE • Travel Option

FFP

UNIT Lot

Travel for this contract must be in accordance with FAR 31.20546. Any travel outside of this regulation may be at the contractors's expense. All costs associated with this line item must be approved by the Contracting Officer before costs are incurred.

NETAMT

ACCOUNTING AND APPROPRIATION

Summary for the Payment Office

HQ0034-09-A-3010 000120

Page4 of9

l(b)(4)

As a result of this modification, the total funded amount for this document was increased by $80,000.00 from $20,785,371.19 to $20,865,37l.l9.

SUBCLIN 300701: Funding on SUBCLIN 300701 is initiated as follows:

ACRN:AR

CTIN:FIAF1H2202GOOI

Acctng Data: 5723400 302 158P 831195 010000 43940 2760IF 667100 F67100 ESP:K.J

Increase: $77,005.76

Total: $77,005.76

SUBCLIN 300801: Funding on SUBCLIN 300801 is initiated as follows:

ACRN:AR

CJN: FlAF1H2202GOOIOl

Acclng Data: 5723400 302 l58P 831195 010000 43940 27601F 667100 F67100 ESP:KJ

Increase: $2,994.24

Total: $2,994.24

DELIVERIES AND PERFORMANCE

The following Delivery Schedule item bas been added tt> CLIN 3007:

Page 148: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

DELIVERY DATE

POP 17-SEP-2012 TO 31-JAN-2013

QUANTITY

N/A

SHIP TO ADDRESS

OSD DEFENSE RESEARCH AND ENGINEERING

!{b)(s) I

HQ0034-09-A-3010 000120

Page 5 of9

UIC

HQ0287

3030 DEFENSE PENTAGON, RMj{b)(6) WASHINGTON DC 20301-3030 j(b)(6) l FOB: Deshna ·on

The following Delivery Schedule item has been added to CLIN 3008: ·

DELIVERY DATE

POP 17-SEP-2012 TO 31-JAN-20 13

QUANTITY

NIA

SHIP TO ADDRESS

OSD DEFENSE RESEARCH AND ENGINEERING ICb)(6) k 3o3o DEFENSE PE AGON, RMI(b)(6)

WASHINGTj NDC 20301-3030 l(b)(6)

FOB: Destination

UIC

HQ0287

The following Delivery Schedule item has been added to CLIN 4003:

DELIVERY DATE

POP 01-FEB-2013 TO 31-JAN-2014

QUANTITY

N/A

SHIP TO ADDRESS UIC

OSD DEFENSE RESEARCH AND HQ0287 ENQfNEERINQ

1Cb)(6) I 3030 DEFENSE PENTAGON,~ WASHINGTON DC 20301-3030 lcb)(s) I FOB: DeStination

The following Delivery Schedule item bas been added to CLIN 4004:

DELIVERY DATE

POP 01-FEB-2013 TO 31-JAN-2014

INSPECTION AND ACCEPTANCE

QUANTITY

NIA

SHIP TO ADDRESS UIC

OSD DEFENSE RESEARCH AND HQ0287 ENGINEERING

1Cb)(6) I 3030 DEFENSE PENTAGON,~ WASHING3N DC 20301 -3030

l (b)(6) -

FOB: Destination

The following Acceptance/Inspection Schedule was added for CLIN 3007: INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY

Page 149: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

N/A N/A NIA

The following Acceptance/Inspection Schedule was added for SUBCLIN 30070 I: INSPECT AT INSPECT BY ACCEPT AT N/A N/A N/A

The following Acceptance/Inspection Schedule was added for CUN 3008: INSPECT AT INSPECTBY ACCEPT AT N/A N/A N/A

The following AccepWlcellnspection Schedule was added for SUBCUN 30080 I: INSPECT AT INSPECT BY ACCEPT AT N/A N/A N/A

The following Acceptancell.nspection Schedule was added for CLIN 4003: INSPECT AT INSPECT BY ACCEPT AT N/A N/A N/A

The following Acceptance/Inspection Schedule was added for CUN 4004: INSPECT AT INSPECTBY ACCEPT AT N/A N/A N/A

The following have been added by full text: ADDENDUM EIGHI

Statement-of-Work

HQ0034-09-A-3010 000120

Page 6 of9

Government

ACCEPT BY Government

ACCEPT BY Government

ACCEPT BY Government

ACCEPT BY Government

ACCEPT BY Government

1.0 Description of Servicesllntroduetion. The Contractor shall provide personnel at government and contractor-site locations as specified in Section 1.6, and equipment, tools, materials, supervision, and other items and non-personal services necessary to perform the tasks defined in this Statement of Work (SOW).

The personnel provided will serve as a dedicated liaison between the Department of Defense (DoD) Air and Space Natural Environment (ASNE) Modeling and Simulation Executive Agent (MSEA) and the Office of the Under Secretary of Defense for Acquisition, Technology, and Logistics' (OUSD(AT&L)) DoD Modeling and Simulation Coordination Office (M&SCO). Duties will include but not limited to: Participation as the DoD ASNE MSEA's member of the M&SCO team. Maintain and establish contacts with the M&S community (military and civilian) who are potential users of, and/or providers of environmental data. Monitor and update DoD governing documents on M&S user requirements, provider capabilities, and integration of DoD ASNE MSEA projects, as needed. Provide assistance in DoD ASNE MSEA project management in the areas of M&S technology, integration, production, standards, and

Page 150: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 l 0 000120

Page7 of9

accessibility development. Participate in working groups, conferences, symposiums, and workshops.

1.2 Background. The ASNE MSEA is a DoD component. The Office of the Under Secretary of Defense for Acquisition, Technology, and Logistics designated the Air Force as the DoD ASNE MSEA. The Secretary of the Air Force, in twn, directed the Headquarters Air Force Director ofWeather (AF/A30-W) to carry out the DoD ASNE MSEA duties and responsibilities designated in DoDD 5000.59 and DoDI 5000.59-P. One of the key duties of the DoD ASNE MSEA is to liaise with the M&SCO (formerly Defense Modeling and Simulation Office­DMSO).

The air and space natural environment, for the purposes of the DoD ASNE MS EA, is defined as the atmospheric, near-space, and interplanetary environment that extends from the surface of the earth, through the troposphere, stratosphere, upper atmosphere, radiation belts, and interplanetary mediwn to the surface of the sun. The air and space natural environment includes impacts on hwnan activities, but does not include those activities or objects causing the impacts. The air and space natural environment domain does not include the oceans or terrain. However, since the atmosphere affects, and is affected by those environments, the DoD ASNE MSEA coordinates many of its activities with the Ocean and Terrain MSEAs.

1.3 Scope. The scope of this effort is to provide subject matter expertise, acquisition management, and advisory and technical assistance to the DoD ASNE MSEA so he/she can fulfill the duties and responsibilities designated in DoDD 5000.59 and DoD I 5000.59-P. The scope of this effort extends to program management support, including acquisition management; integration and requirements assessment with DoD Communities using M&S tools, data, and services; and assistance in the coordination for the transition of weather and space environment M&S teehnology into DoD weather support activities. The DoD M&S activities are dynamic and the DoD ASNE MSEA must stay abreast of changing focuses.

1.4 Requirements. At a minimum, the individual shall have an undergraduate degree in engineering and a postgraduate degree in mathematics, statistics, or a business or management discipline such as business administration, accounting. finance, economics, or management information technology. The contractor shall provide an individual that has, at a minimwn; four (4) years of experience in performing the duties substantially similar to the position to be filled and a minimwn often (1 0) years as a team leader or supervisor. Furthermore, the person shall have met the following:

(1) At a rninirnwn, the individual shall have experience related to military operations. 11tis may include experience in military operations, analyses, or planning, systems acquisition or testing, or military meteorology operations or numerical modeling.

(2) At a minimum, the individual shall have knowledge of DoD Modeling & Simulation programs and projects.

(3) At a minimum, the individual shall have a general knowledge of the Integrated Naturnl Environment Authoritative Representations Process (INEARP) and impact on M&S.

Page 151: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 10 000120

PageS of9

( 4) At a minimum, the individual shall have knowledge of development, services, or sustainment contract administration, and frequent interaction with Government contracting officers.

(5) At a minimum, the individual shall have a general knowledge of meteorology and M&S commwlities' common native data transmittal formats, such as GRIB, JMBL, ASCII, SEDRIS, and CSV.

(6) At a minimum, the individual shall have knowledge of with Microsoft Office products, especially Word, PowerPoint, Excel, Outlook, and proficient in giving written and oral technical presentations.

(7) At a minimum, the individual shall be able to interact professionally and successfully with other individuals (military, government, and other contractors).

(8) At a minimum, the individual shall have strong commwtications skills, strong interpersonal relationship skills.

(9) At a minimum, the individual shall have experience in modeling and simulation support activities.

1.5 Duties. Duties shall include, but are not limited to, the following: (1) Participate as the DoD ASNE MSEA's member of the M&SCO team. (2) Maintain and establish contacts with the M&S commwlity (military and civilian) who

are potential users of, and/or providers of environmental data. (3) Monitor and update DoD governing documents on M&S user requirements, provider

capabilities, and integration of DoD ASNE MSEA projects, as needed. (4) Provide assistance in DoD ASNE MSEA project management in the areas of M&S

teclmology, integration, production, standards, and accessibility development. (5) Participate in working groups, conferences, symposiums, and workshops. (6) Assist in the development of technical road maps for tools, data, and services. (7) Provide the M&SCO with expertise in DoD ASNE MSEA-specific M&S tools, data,

and services; provide DoD ASNE MSEA knowledge of M&S tools, data, and services necessary to facilitate DoD ASNE MSEA support.

(8) Assist M&SCO and M&S Comrnwt.ities leverage or plan for existing and emerging DoD Integrated Natural Environment Authoritative Representation Process (INEARP) capabilities such as the Environmental Data Cube Support System (EDCSS).

(9) Assist the M&SCO by ensuring that the responsible government leads for projects funded by the M&S Steering Committee (SC) report project status and obligation and expenditures in a timely manner.

(10) Assist in submitting Statements of Work or other applicable documents for DoD ASNE MSEA-led projects to the M&SCO.

(11) Assist in making deliverables visible and accessible to the appropriate audience, including providing information on DoD ASNE MSEA led efforts.

(12) Assist in synchronizing issues to be brought to the Integrated Process Team(IPT) and SC in accordance with the prescribed management agenda plan.

(13) Assist the M&SCO in ensuring DoD ASNE MSEA activities are addressed in DoD M&S-related policies and directives.

1.6 Deliverables.

Page 152: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

(1) Monthly Status Report

HQ0034--09-A-3010 000120

Page9of9

1.7 Period and Place of Performance. The contractor personnel shall perform the duties outlined above in office spaces provided by the Goverrunent at the M&SCO, at contractor provided spaces, and remotely as necessary.

The Period of Performance shall be as follows: Option Year# 3: 1 September 2012 through 31 January 2013 Option Year # 4: 1 February 2013 through 31 January 2014

1.8 Security Clearance Contractor personnel working under this SOW shall have at least a CWTent Secret security clearance.

(End of Summary of Changes)

Page 153: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I J. CON'JlV.~ID CODE I PAGE OF PAGES

1 1 4 2. AMENOMENTJMODIFICA noN NO. 3. EffEC'1YVE DATE 4. REQUISmON/PURCHASE REQ. NO. I$. PROJECTNO.(lfapt~licai!Je) 21 01-A~-.2012 SEE SCHEDUlE

6.1SSUEDBY CODE 1-00034 7. ADMINISTERED BY (lfolherthlll item6) CODE I VIHS· N:;OJISm()N OIR£CTORATE Seeltam 8 11l!6 OEI'ENSE PBfT 1G0H \'1111Sl114GTOH oc 2Cm1-115!1

8. NAME AND ADORE~ OF CONTRACTOR (No., ~reet, Co1111ty, S:ateandZip Code) 9A. AMENDMENT OF !DLIQT A TION NO. eoaz AUSt HN.IIL roN INC. IGMEERLY FWU<EA 98. DATED(SEE ITEM II) 821l3GREENS80RO DR MCIDH VA221112-40f

X ~D. OFCONT~/ORDERNO. 09-A-3010-000

lOB. DATED (SEE ITEM 13)

CODE 17038 IFAOUTYOODE X 01-Feb-2009

11. THIS ITEM ONLY APPUES TO AMENDMENTS OF !DUQT AT IONS

IDTheabovcnullbc:ml solicil.llion il ~ed aa set l>rth in llaD 14. Thchour111ddau: specified l!>rreeeiptoto• 0 is Cldcodcd, 0 is ootem:ndcd.

Oll:r IDJSt ..:lulowledae ftleeipt onhia IIDlCndm:nt prior tot~ houulld date specitied in 1~ solicilalon or u oamdtd by oae ofthe 1>1\owing m:~bocla :

(a) By coapleting llcl:m 8 IIDd l S,llld muming copi .. oft~ am:adozmt; (b) By ~~eknowlediJina receipt oflhis GII:Ddamt oo cadl copy oftbe oll:rsubl!itted; ot(c) By sqJU>~m Idler or ldow-whieh indud .. a1thwce to tbe ooliciuotion 104 lllll:ftd.nl!:at ounbcn. FA !LURE OP YOUlt ACKNOWLEOOMENTlO BE RECEIVED ATntE PLACE DESIGNATED fUll mE RECEIPTOFOFFERS PIUOR 10 mE HOUR AND DATE SPECifiED MAY RESULT IN

REJECOON OF YOUil OffER. Uby virt11e oflhi s amr::ndUI:llt you des i"' to chaqe "" o ll:r oln:ady s ubaJi tied, such chaqc liS)' be aaclc by tel .,.mmor 1~. pn:ovided cadl mlq;ramor 112tcrnUel rm-c:aa: 10 tbesolieibol.ion aDd lhis ~clr:a:nt, and is roceived prior to the opening hoW' and date spceieed.

12. AO:OUNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS ITEM APPLIES ONLY TO MODIACATIONS OF CONTRACTS'ORDERS. IT MODIFIES THE CONTRACT /ORDER NO. AS DES:RIBED IN ITEM 14.

A. TJDS CHANGE ORDER IS IS&JED PURSUANT T~: (~ecify autbority) THE OlANGES SET FORTH IN IT EM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACT fORDER IS MODif1ED TO REFLECT THE ADMINISTRATIVE CHANGES (N:b a! ch1111ges in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AlJfHORITY OF FAR43.103(8).

X C. TillS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO Al!fHORITY OF: lAW FAR 52.243-1 Olanges-Axed-A'Ice

D. OTHER(~ecify type of modification and authority)

E. IMPORT ANT: Contractor 0 is not, ~ is mpircd to sign this Wclmlent and return 1 copies to I be issuing ofrte.e.

14. DE~TION OF AMENDMENT/MODIFICATION (Orga.nized by UCP section headinp, includiJlgsolic:itationlcontract suiject matter wbere feast"ble.) Modification Control Nmnbcr: brooksa1 21331

The p.wpose of Ins rmdfication is 10 re!TOVe 3 FTE's off af the current opmn yea. See surmwy of changes for rrore details.

Elaccpt a provided herein,llltermalllldconditioll.! ofthcdoC\IIIZitt~ ln Item9A or lOA, 11 hcn::tcful:chanaed,renains unchanged a.o.d io ull flrceando~. IS A. NAME AND TITLE OF SIGNER(Type or print) 16A. NAME AND TITLE OF CONTRACTING OffiCER (Type or print)

1 SB. OONTRACTORIOPFEROR

(Signature of person aUihorized to sign) EXCEPTION TO Sf 30 APPROVED BY OIRM 11·84

MICHAEL MURTHA / COKTRACTING OFFICER

TE.: 71)3.~ 1253

lSC. DATE SIGNED 168. UNITEDSTATESOF AMERICA

BY ~~~ .. (Signature of Contracting Offteer)

30-IOS-04

EMM.: l!ictwlll J1llhl0oft.nil

- 16C. DATE &GlED

·~ 06-Deo-.2012

ST ANDARI> FORM 30 (Rev. 10-83 Prescribed by<:&. FAR(48 CFR) 53.243

Page 154: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHA.:~GES

S.ECTION SF 1449- CONTINUATION SHEET

SOLICITATION/CONTRACT FORM

The total cost of this contract was decreased b~'-(b-)(_4 ) __ _.lrroui(b )( 4)

SUPPLIES OR SERVICES AND PRICES

CUN3001

CLIN 3009 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTifY 3009 10

Mission Support Services FFP

UNIT Months

UNIT PRICE l(b)(4) I

This CLIN follows CLIN 300 I. The contractor shall perform the requirements delineated in the attached PWS which reflects the staffmg changes that became effective on April I, 2012.

NETAMT

ACRNAN

ACCOUNTING AND APPROPRIATION

Summary for lhe Payment Office

HQ00.34-09-A-30 10 000121

Page 2 of4

Ito j(b)(4)

AMOJTNT l(b)(4) I

D

As a result of this modification, the total funded amount for this document was decreased by $324,671.43 from $20,865,371.19 to $20,540,699.76.

CLIN 3001:

Page 155: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 10 000121

Page3 of4

AN: 97 2 0400.1102 P2476 0401 251A S49447 DWAC20040 (CIN HQ0287202400010000001) was decreased by $4,805,616.81 from $5,766,740.17 to $961,123.36

SUBCLIN 300301:

AP: 97 2 0400.1120 P2476 0401 251A S49447 DWAC20040 (CIN HQ0287202400010010001) was decreased by $39,254.29 from $117,762.87 to $78,508.58

CLIN 3009: Funding on CUN 3009 is initiated as follows:

ACRN:AN

CIN: HQ02872024000100100013006

Acclng Data: 97 2 0400.1102 P2476 0401 251A S49447 DWAC20040

Increase: $4,520,199.67

Total: $4,520,199.67

DELIVERIES AND PERFORMANCE

The following Delivery Schedule item for CLIN 3001 has been changed from:

DELIVERY DATE QUANTITY SHIP TO ADDRESS VIC

POP 01-FEB-2012 TO N/A OSD DEFENSE RESEARCH AND HQ0287 31-JAN-2013 ENGINEERIN'G

j{b)(s) 1 3030 DEFENSE PENTAGON, RMI(b)(6) I WASHINGTYN DC 20301-3030

l (b)(6)

FOB: Destination

To:

DELIVERY DATE QUANTITY SHIP TO ADDRESS VIC

POP 01-FEB-2012 TO N/A OSD DEFENSE RESEARCH AND HQ0287 31-MAR-2012 ENGINEERING

l (b)(s) I 3030 DEFENSE PENTAGON,~ WASHJNGT1N DC 20301-3030

l(b)(6)

FOB: Destination

The following Delivery Schedule item for CLIN 3003 bas been changed from:

DELIVERY DATE QUANTITY SHIP TO ADDRESS VIC

Page 156: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

To:

POP 01-FEB-2012 TO 31-JAN-2013

DELIVERY DATE

POP 01-FEB-20 12 TO 31-MAR-2012

N/A

QUANTITY

N/A

HQ0034-{)9-A-30 lO 000121

Page 4 of4

OSD DEFENSE RESEARCH AND HQ0287 ENGINEERING

Hb>(6) I 3030 DEFENSE PENTAGON,~ WASHINGTON DC 20301-3030

l (b)(6) I FOB: Destination

SHIP TO ADDRESS UIC

OSD DEFENSE RESEARCH AND HQ0287 ENGINEERING

l(b)(6) I 3030 DEFENSE PENTAGON,~ WASHINGTON DC 20301-3030

j{b)(6) 1 FOB: Destination

The following Delivery Schedule item bas been added to CLIN 3009:

DELIVERY DATE

POP 01-APR-2012 TO 31-JAN-2013

INSPECTION AND ACCEPTANCE

QUANfiTY

NIA

SHIP TO ADDRESS UIC

OSD DEFENSE RESEARCH AND HQ0287 ENGINEERING

l (b)(6) I 3030 DEFENSE PENTAGON,~ WASHINGTON DC 20301-3030

l(b)(6) I FOB: Destination

The following Acceptance/Inspection Schedule was added for CLIN 3009: INSPECT AT INSPECT BY ACCEPT AT Destination Government Destination

(End of SummBry of Changes)

ACCEPT BY Government

Page 157: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOLICITATION/MODIF1CATION OF CONTRACT ,J.CONTRA~IDCODE I PAGE OF PAGES

1 l 3 2. AMENDMENTIMOOIFICA llON NO. 3. EFFECTIVE OA 1C -4. R.EQUISfnONfPURCHASE REQ. NO. ,5. PROJECTNO.(tflpplicable)

22 01-Feb-2013 SS:SCHEOUL.E

6.1SSUEDBY CODE f-00034 1. ADMINISTERED BY (lfotbC~" cha item6) CODE l VIHS- ACQUISITION DIRECT"CJAAlE Seeltam 8 11515 DEFENSE PEHTAOON WII911NGTON DC zm1·11~

8. NAME ANDADDRE~OFCONTRACTOR (No., 9reet, County, 9ate and Zip Code) 9A. AMENDMENT OF !DLICIT AT ION NO. 8XlZ AI.J.9I H~TCit IIC. loiATT~ 98. DATED (!:EE ITEM 1 I} 82S3GREENS80R() ~ MCI.ENI VA 221~

X lOA. MOD. OF CONTRACT/ORDER NO. tQJ034...09-A..J01 0-0001

lOB. DATED (SEE ITEM 13}

CODE 17038 !FACILITY CODE X 01-Feb-2009

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF !DLICIT AT IONS

IDThe•bovenuubc:nd aolfciladon is aunded .. set i>rth in Item 1-4. The hourllld dall: lpccifcd ilrrcccipt orottr D ia cuendal, D isnot-clcd.

Oltr most .:ltoowlcd&e raceipt ofthis IIIIJ:I\dm:nt prior to tb.e bouraod dole spcciicd in the soliciiMion or u 1111011dod by one oftbe f:lllowing oztho&o: (a) By corrpletiosltCIIII 8 ond l S, lftd fUIUbiag copies oftbc •~dQI\t; (b) By ld<now l qlog rcccipt oflllilllllmdnz:nt on eech copy oflbc o ltr subuit1cd;

or (c) By"''~ h:Uctor t~whicb iaclud~to the solicimion llld am:od~~~~:atauabers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED ATlHE PLACE DESIGNA lED FOR lliE R.ECEIPTOFOFFERS PRIO.R TOlHEHOUllAND DA"IE SPECIFIED MAY RESULT IN

.R.ElECllON OF YOUR OFFER. lfby vinuc oftbis ~dment you clcllirc to clwl.gc 111 o ltr ~Y subaitll:ld, such chuge ~._y be IQIC!c by tcltamlllor ldtct, pro vi dod fach tdqramor lctur n:akcs rri:rca.cc to tbc so lici 1.1tion and thil •ra:ndm:llt, aod it rccci vcd priorto the openina: hounnd d.otc s pcci ficd.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See Scfledu1e

13. TIUS ITEM APPLIES ONLY TO MODiflCA TIONS OF CONTRACTOORDERS. IT MODIFlESTHE COI'ITRACT/ORDERNO. AS DESCRIBED IN ITEM 14.

A. THIS CHANCE ORDER IS I!&JED PURSUANT TO: (~ecify authority) THE CHANGES SET FOIITH IN ITEM 14 ARE MADE IN THE COI'ITRACT ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACT !ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (5ll:h as change!l io paying offtce, appropriation date, etc.) SET FOIITH IN ITEM 14, PUR&.JANT TO THE AlffHORJTY OF FAR 43.l03(B).

C. TIDS~PLEMENTALACREEMENT ISENfEREDINTOPURSUANT TOAlffHORJTYOF:

X D. OTHER(~ecify type of modification and authority) FAR 52.217-9 Option to &tend lhB Term of the Qmtracl

E.IMPOIITANT: Contractor 0 isnot, 0 is I"Cqliml to sign this oocument lllld return 1 C<.Jpies to the issuing omce.

14. DEOCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headinp. includingsoli.citatioo/contract sulject matta \lrbere feasible.) Modification Control Ntm~ber: t:rooksa13609

The purpose cf this rrodiricatkln Is to exercise Option Year 4 on lhe subject contract Reese see sunnary of changes for rmre delals.

Except as provided herein. Ill termolllld conditions of the clocunmt n:i:n:nccd in 1~9A or lOA, as llenlt.oi>re cbaagcd,I"Cil\Nos uncllaogcd 0111d in f&ll i>n;emd elilct.

I SA. NAME AND TITLE OF SICNER(Typeor print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

ISB. CONTRACTOR/OFFEROR

(Sipure of person authorized to sign) EXCEPTION TO~ 30 APPROVED BY OIRM ll-84

MICHAEI..MURTHAIC~GOFFICER

TB.; ~1253 6WJ..;

lSC. DATE SIGNED 168. UNI.TEDSTATESOF AMERICA

BY ~~~·· .. (Signature of Contracting Officer)

30·105-04

ITictW.nvhiO..t-.n"ll

16C. DATE SIGNED -~

01-R&2013

STANDARD FORM 30 (Rev. 10-83 Prsribed by G&\ PAR(48 C~ 53.243

Page 158: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTIONSF30BLOCK14CONTINUATIONPAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

SOLICITATION/CONTRACT FORM

The total cost of this contract was increased b~._(b-)(_4_) __ _,lfro~(b)(4)

SUPPLIES OR SERVICES AND PRICES

CLIN 4001

CLIN4002 The option status bas changed from Option to Option Exercised.

SUBCLIN 400101 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY 400101

Funding FFP The funding for increment 1. $1,645,000.

ACRNAS

ACCOUNTING AND APPROPRIATION

Summary for the Payment Office

SUBCLIN 400101: Funding on SUBCLIN 400101 is initiated as follows:

UNIT UNIT PRICE

NETAMT

HQOOJ4-09-A-3010 000122

Page 2 of3

AMOUNT $0.00

$0.00

$0.00

Page 159: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ACRN:AS

CIN: HQ018734900038000

AcctngData: 97 3 0400.1120 P3476 0401 251A 96KM97 049447 DWAC30038

Increase: $0.00

Total: $0.00

DELIVERIES AND PERFORMANCE

The following Delivery Schedule item for CLIN 400 I has been changed from:

To:

DELNERY DATE

POP 01-FEB-2013 TO 31-JAN-2014

DELIVERY DATE

POP 01 -FEB-2013 TO 31-JAN-2014

INSPECTION AND ACCEPTANCE

QUANfiTY

N/A

QUANfiTY

N/A

SHIP TO ADDRESS

OSD DEFENSE RESEARCH AND ENGINEERING 3030 DEFENSE PENTAGON WASHINGTON DC 20301-3030 FOB: Destination

SHIP TO ADDRESS

ALEXANDRIA VA22312 j{b)(s) 1 FOB: Destination

Tbe following Acceptancellnspcction Schedule was added for SUBCLIN 400101 : INSPECT AT INSPECT BY ACCEPT AT NIA N/A NIA

(End of Summary of Changes)

HQ0034-09-A-30 10 000122

Page 3 of3

UIC

HQ0287

UIC

HQ0287

ACCEPT BY Government

Page 160: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOUCITATIONIMODIF1CATION OF CONTRACT r-OONnA~IDCODE. I PAGEOF PAGES

, I 4

2. AMENDMENTIMODIFJC\ TION NO. 3. EFI'Ec-nvE DATil 4. REQUIStnONIPURCHASE R£Q. NO. ,5. P ROJECTNO.(lfappllc:able)

23 12-~-2013 SEE SCMB>ULE

6.1SSUED8Y CODE tQl034 7. ADMINISJERED BY (Ifothcrtlum item6) CODE I VltiS-~ISmON D!RECTCRAlE See Item 6 11!56 DEFENSE f'EH1'1100N W4SHIIIGroN DC ml1·11!!5

8. NAME AND ADDRE~OF CONTRACTOR (No., Street, County, State aud Zip Code) 9A. AMENDMENT OF 9:>LIOT ATION NO. I300Z AU.EH HNotiLTON INC. MATT~ 98. DATED(SEE ITEM 11) 82.1!3GR~OR

M~VA221~

X ~· OF~NTRACI'/ORDERNO. 9-A- 10..0001

lOB. DATED (SEE ITEM 13)

CODE 17038 IFAC'IT...ITY CODE X 01-Feb-2009

11. THIS ITEM ONLY APPLIES TO AMENDMENTSOF9:>LlCITATIONS

OTheabovemmbered t oliciuotioo isam:adcdas let ilnh in IIIIIDI4. 1behour.,d datespcciicd lnra::cipt otOIIIr D is CIIICZJ.dcd, 0 iJ notCIIlended.

Ol:r awt aclr::Dowlcq. receipt ofthis lll!'eDduatt prior ro the bouund da~ spcciicd in !lie soliciuotioo ona illmldcd by one ofdle flllowioglllllboc& : (a) Sy rorqtledna Ucaa a md I,, md ft:tllminJ __ copies of the aiii:Ddrmnt; (b) By ldtoowlcd&io& receipt ofd!ialtii!Odm:t~t on elc.b copy ofthc ollnubmined;

or (c) By stpantc lcncror telqruowhich illj;ludcs a relmJ<:a to lllc sollciralion and am:odmmt ounbcn. FA I LURE Of YOUR ACK.NOWLEDGMEI'ITTO BE RECEIVED A T'tlfE PLACE DESIGNATED FOR 'tlfE RECEIPT OF OFFERS PRIOR TO 'tlfE HOUR AND DATE SPECIFLED MAY RESULT IN

"REJEcnON OF YOUilOFFER. lfby vittueofthlsalll!::lldJia>tyou de~i"'lo c;lllll~.o ott:ralrea!ly nboiued,sucllcbmtrC...Y bc..Seby teteanmorlett~. p10vided e.cll ~tc:anuoorlcncz !JIIkcs ~elirenc:e to tbuollcitation and thio A~~~Ztdm::Dt, and is roccivcd prior to llloopeulna hour1111d date opcciicd.

12. A<XX>UNTINO AND APPROPRIATION DATA (If required)

See Schedule 13. TIDS ITEM APPLIES ONLY TO MODIFlCATIONS OP roNTRACTS'ORDERS.

IT MODIFIES THE CONTRACI'/ORDERNO. ASDEs::RlBED IN ITEM 14.

A. TIDS CHANGE ORDER IS I$UED PURSUANT TO: (~ecify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACI' ORDER NO. IN ITEM 1 OA.

B. THE AOOVE NUMBERED roNTRACT /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 AUfHORITYOF FAR43.103(8).

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

x D. OTHER(~ecify type of modification and authority) FAR 52.217-8 OPT10N TO EX'T9I> SERVICEi

E. IMPORT AJIIT: Contractor [R] is not, D is ~to sign this cbcument and return copies to tb.e issuing offiCe.

14. DEDIPTION OF AMENDMENT/MODIFICATION (Organized by llcrsection headings, includingso&itationlcontract suiject matter 'Altere feasible.) Modificatioo. Control Number: brooksa13878

1he purpose of this mxtfi;;ation is to add Q.lll4005 w htch extends Cyber rr S\E See surrmary of cha~es for rTOre detats.

Ex.ccptas provided lt=i.o.. all terns Uldconditioas oftbedocunr::ntl'dmlccd inltcm9A or lOA, as beretoi>reehlnacd, remains IID~lwta:cd md ialilltlreeand eect.

15A NAME AND TITLE OF &<NER (Type or print) 16A. NAME AND TITLE OF roNTRACTING omCER (Type or priDt) MDVB.IIIURTHAICONTRACTINGOFF~

lB.; ~1~ BoW..: IT1daf~JI'II

158. CONTRACI'ORIOFFEROR 15C. DATE SIGNED 16B. UNITED ST ATESOF AMERICA 16C. DATE SIGNED

BY (Signature of penon authorized to sign)

EXCEPTlON TO SF 30 . . 30 105 04 APPROVED BY OIRM 11-84

~ /~~ ... -.-..;:. 12-Mar-2013

(Signature of Contracting Officer)

STAN DARO FORM 30 Rev. 1 -0 83 prescribed by GSA. FAR(48 CFR) 53.243

Page 161: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449 - CONfiNUATION SHEET

SOLICITATION/CONTRACT FORM

The total cost of this contract was increased b~._<b_)<_4_) _ __.lfro~(b)(4 )

SUPPLIES OR SERVICES AND PRICES

CLIN 4005 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY 4005 6

Cyber IT SME Option FFP

UNIT Months

UNIT PRICE l<b)(4) I

This CLIN shall extend Cyber IT SME according to Task Work Statement provided within for an additional 6 months.

NETAMT

ACRNAT

ACCOUNTING AND APPROPRIATION

Summary for the Payment Office

HQ0034-09-A-30 10 000123

Page2 of4

A M OT TNT

l<b)(4) I

D

.As a result of this modification, the total funded amount for this document was increased by S 149,750.66 from $20,540,699.76 to $20,690,450.42.

CLJN4005: Funding on CLIN 4005 is initiated as foUows:

ACRN:AT

CIN: HQ028730380068000

Acclng Data: 97 3 0400.1120 P3476 0401 251A 96KM97 049447 DW AC 3 0068

Increase: $149,750.66

Total: $149,750.66

DELIVERIES AND PERFORMANCE

Page 162: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 l 0 000123

Page 3 of4

The following Delivery Schedule item has been added to CLIN 4005:

DELIVERY DATE

POP 12-M.AR-20 13 TO 30-SEP-2013

INSPECTION AND ACCEPTANCE

QUANTITY

N/A

SHIP TO ADDRESS

ALEXAND~ VA 22312 l(b)(6)

FOB: Destination

The following Acceptance/Inspection Schedule was added for CLIN 4005:

UIC

HQ0287

INSPECT AT INSPECT BY ACCEPT AT N/A N/A N/A

ACCEPT BY Government

The following have been added by full text: ADDENDUM SEVEN

Provide Modeling and Simulation Cyber Lead Subject Matter Expert (SME) 1.0 BACKGROUND: The Modeling & Simulation Coordination Office (M&S CO) requires support in the development of policy, guidance and practice to enable application of advanced modeling and simulation (M&S) techniques, as well as the advocacy and promotion of such technologies across a broad range of stakeholders, including the Joint Staff, Military Services, COCOMs, senior leaders of the DoD and OUSD (AT&L), and the Congressional staff. In a budget-constrained Defense acquisition environment, appropriate identification and application of modeling and simulation (M&S) cyber I infonnation technology, operational test and concepts across a wide range of systems analysis and systems engineering disciplines underpins the efficient acquisition of relevant technology-based capabilities. Tightening budgets, greater demand for lower risk acquisition and the need to acquire more capability in less time at a lower cost has created a need within the Department to develop the practice of applying M&S cyber within the analytical toolkit to support acquisition activities. M&S CO, consistent with its role as the DoD Center of Excellence for Modeling and Simulation, seeks to identify opportunities to align M&S, and cyber I infonnation technology to needs within c\J.rrent and emerging systems analysis and systems engineering best practices. M&S CO seeks an immediately available senior analyst with a broad range of current experience (within the past 24 months) in the development, management, and use of cyber I information technology used in creation and execution of simulated environments and the analysis ofthe simulation results. Specific qualifications will include: • A minimum of 15 years of military modeling and simulation acquisition and R&D program experience, cyber I infonnation technology, operational test, space systems, and intelligence disciplines; • Three years or more experience with an Operational Test and Evaluation

Page 163: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

organization; • Master's Degree in business management is desired; • Experience with developing, implementing and managing DoD Cyber and Infonnation Teclmology like programs; • Recent experience with authoring congressional reports to the House and Senate 2.0TASKS:

HQ0034-09-A-3010 000123

Page4 of4

Consistent with its role as the DoD Center of Excellence for Modeling & Simulation, the Modeling & Simulation Coordination Office (M&S CO) identifies and develops the latest policy, guidance and practice in the application of modeling and simulation as a infonnation technology to enable best practices across the Department of Defense. M&S CO requires the services of an expert senior analyst to identify opportunities to improve the implementation of DoD M&S cyber I information technology, policy and guidance through the application of modeling and simulation to advance the practice of systems analysis and systems engineering. Perfonn duties for the M&S CO as follows: 2.1 Formulate and oversee the implementation of DoD* wide M&S plans and guidelines in the areas of M&S cyber I information technology development and management. 2.2 Evaluate DoD Community and Component M&S cyber I information technology development projects and initiatives. 2.3 Recommend strategies and constructing plans for ensuring that Components and Conununities M&S cyber I information technology projects and initiatives are harmonized for improved support to DoD strategic planning guidance. 2.4 Monitor industries, universities, other government agencies, and international and foreign organizations on matters pertinent to M&S cyber I information technology. 2.5 Coordinate and attend conferences, meetings, symposia. and workshops conducted or sponsored by the DoD regarding M&S cyber I information technology issues. 2.6 Work in a collaborative, consensus-building environment with members of the Services, Components, DoD fimctional communities and with other Agencies and international partners. 2. 7 Manage projects and programs that provide DoD corporate-level M&S cyber I information technology capabilities. 3.0 PERIOD OF PERFORMANCE: 3.1 It is anticipated that this effort will begin inunediately upon receipt of award. The estimated duration of this program is 12 Mar 13 thru 30 Sep 13. 4.0 GOVERNMENT/ FURNISHED EQUIPMENTIDATA I TOOLS: 4.1 No Government Furnished Equipment required. S.OTRAVEL: 5.1 Travel is expected under this subcontract; anticipate 25%. 6.0 SECURITY: 6.1 Person must be eligible forTS/SCI clearance.

(End of Summary of Changes)

Page 164: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOLICITATION/MODIF1CATION OF CONTRACT II. CON'IllA~ ID CODE I PAGE OF PAGES

t 1 s 2. AMENDMEN1YMOOIF1CA 1lON NO. 3. EFFEC11VE DA T£ 4. REQUlsmONIPURCHASE REQ. NO. I S.PROJECTNO.(Iftpplic.blc)

24 02~Feb-2013 seE SCHEDULE

6.1SSUEOBY CODE 1-00034 7. ADMINISlERED BY (If other thmitem6) CODE I 11\HS • .ACQJISIT~ DI~!CTORATE Seeltam 8 11~00'Bt5E PENT...alN ~~GTOHOC aml·ll~

8. NAME AND ADDRESS OF CONTRACTOR (No., Sl reet, CoUDty, Slate and Zip Code) 9A.. AMENDMENT OF OOLICIT AT ION NO. oooz~ H.WLTON ~c . WATT~ 98. DATED(~ ITEM I I) 3283GREENSBCRO DR MCI.EAN "'" 221QZ.JSJ)

X ~~COmiRACT/ORDERNO. ~301 0001

lOB. DATED (SEE ITEM 13)

CODE 17038 I FACILITY CODE X 01-~b-2009

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF OOUCITATIONS

0 Thubove nuotlered tollci tatlon is mamdechs sec i>nh in 11=14. 'The hour lllld date speciled il r noccipt olO ll:r D isexJ!Nicd, 0 iS DOl caended.

OJII:r~~~~&t .:bowlcdtre .r=:ipt of'IJ\is -.di!I:Ot prior 10 the hour 111d d.~ spceiied in the aoHeianion or u eondal by one of'lhc illlowin& m:lboda:

{t) By conpletiDi llltD 8 lind I~. 111d n:tuming --copi= oftht 1111111dDDt; (h) By ac:knowledsina rc:a:ipt oflhis amendnent on each copy of !lie oll:r subnitled; or(~) By lep~ letter or telegram which inch1d= 1 rdmlca.10 the 1olicllltlon 1nd ammdm:nt nuabcn. FA !LURE OF YOUR ACKN0WLEDGMENT1tl BE RECEIVED AT'IHE PLACE DESIGNATED fOillHE RECEIPTOFOFFERS Pll!OR 'JO tHE HOUR AND DA1E SPECIFIED MAY RESULT IN

REJECTION OF YOUR OFFElt lfby virtlleoflhis eondDCIII you dC8lJ'CID Cba.n&CIIIl oanlmady IUbalta:d,rudlehangeaay be mode by !elqp11111or letter, pn>vidal each tclcaruoor lctlcr rraJa:a n:t:n:nca 10 th.e soliciwlon 111d this l.llalcbmlt,lllld i! rc:a:ivcd prior to the opening bout 1nd dlte spceiled.

I 2. ACCOUNTING AND APPROPRIA TlON OAT A (If required)

See Schedule

13. THIS ITEM APPLlESONLY TO MODIFlCATJONSOFOONTRACTS'ORDERS. IT MODIFIES THE CONTRACf/ORDERNO. ASDEs:::RIBED IN ITEM 14.

A. TtDSCHANGE ORDER IS I~D PURSUANT TO: (~ecify aurhority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED OONTRACT !ORDER IS MODIFIED TO REFLECT THE ADMINISI'RA TIVE CHANGES (u;h as chan~ in paying offi(e, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO TliE AUTHORITY OFFAR 43.103(8).

X C. THIS SUPPLEMENTAL A~ IS ENTERED INTO PURSUANT TO AUTHORITY OF: rrutual agreerYIM'lt of the parties D. OTHER(Specify type ofmodifteation and authority)

E. IMPORT ANT: Contractor 0 is not, ~ is required to sign tbis document and return 1 copies to the issuing office.

14. DE9:RJPTION OF AMENDMENT !MODIFICATION (Orgjllliud by UCF Sleet ion beadings, including solicitation/contract t!Uiject matter 'lilbefl: feasible.) Modi.ficaJion Control NIDilber: brooksa13008

Rease see 1he Sl.fTnllf'Y of chqes fot the detaHs of this rmdtflcatlon.

Ellotept as provided hem a, •lltCIIlS and coudi ti oos oflhe docum:o.t rebenoed in Item 9 A or lOA, as heretolllt: c:hll'laai, renalns uncbmgcd lllld in li II i>rce aod clkt.

I SA. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRAcriNGOfFlCER (Type or print)

1 SB. CONTRAcrORIOFFEROR

(Signaun ofpersoa attborized to sifJl) EXCEPTION TO SF' 30 APPROVEDBYOIRM 11-84

MICHAB..MURlHM CONTR.tC11NG OFFI~

TB.: ~12$1 ENAil: rrlchlll~

1 SC. DATE SIGNED 168. UNIT ED SI' AT ES OF AMERICA 16C. DATE SIGNED

BY ~~~ ... -. .-.:;;;. 22-r.tlr-2013 (Sigllature of Contracting Officer)

30-105·04 Sf ANDARD FORM 30 (Rev. t0-83 Prescribed by GSA FAR(48 CFR) 53.243

Page 165: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

SOLICITATION/CONTRACT FORM

HQ0034-09-A-30 l 0 000124

Page2 of5

Th ~'-(b-)(4-) _ _____,~l&o-1'-(b-)(4-) __ ____.Ito ,.,...,..,....,.. __ _.~eut~otal cost of this contract was increased b II1J l<b)(4) I .

SUPPLIES OR.SERVICES AND PRICES

CLIN 4002

The pricing detail quantity has increas.~'ef.~...I.I.I.IWft~.;...t!;~~~-:-----.

CLIN 4003 The option status has changed from Option to Option Exercised.

CLIN4004 The option status bas changed from Option to Option Exercised.

SUBCLJN 400 l 02 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE 400102

Funding FFP The funding for increment 2. $1,595,000.

ACRNAS

SUBCLIN 400201 is added as follows:

NETAMT

AMOUNT $0.00

$0.00

l<b)(4)

Page 166: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ITEM NO SUPPLIES/SERVICES QUANTITY 400201

Funding for Materials and Travel FFP

ACRNAS

SUBCLIN 400301 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY 400301

Funding for ASNE Option FFP Funding through 30 September 2013

ACRNAU

SUBCLIN 400401 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY 400401

Funding for ASNE Travel Option FFP

ACRNAU

ACCOUNTING AND APPROPRIATION

Summary for the Payment Office

UNIT

UNIT

UNIT

UNIT PRICE

NETAMT

UNIT PRICE

NETAMT

UNIT PRICE

NETAMT

HQ0034~09~A~3010

000124 Page3 of5

AMOUNT $0.00

$0.00

l(b)(4)

AMOUNT $0.00

$0.00

l(b)(4)

AMOUNT $0.00

$0.00

l(b)(4)

As a result of this modification, the total funded amount for this document was increased by $1,795,000.00 from $20,690,450.42 to $22,485,450.42.

Page 167: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SUBCUN 400102: Funding on SUBCUN 400102 is initiated a.s follows:

ACRN:AS

CIN: HQ0287234900380010

Acctng Data: 97 3 0400.1120 P3476 0401 251A 96KM97 049447 DWAC30038

Increase: $1,595,000.00

TotaJ: $1,595,000.00

SUBCLIN 400201: Funding on SUBCUN 400201 is initiated a.s follows:

ACRN:AS

CIN: HQ028723490038001

AcctngData: 97 3 0400.1120 P3476 0401 251A 96KM97 049447 DWAC30038

Increase: $50,000.00

Total: $50,000.00

SUBCLIN 400301: Funding on SUBCLIN 400301 is initiated a.s follows:

ACRN:AU

CIN: HQ028730390070000

Acctng Data: 97 3 0400.1120 P3476 0401 251A 96KM97 049447 DWAC 3 0070

Increase: $145,508.65

Total: $145,508.65

SUBCUN 400401: Funding on SUBCLIN 400401 is initiated as follows:

ACRN:AU

CIN: HQ028730390070000

Acctng Data: 97 3 0400.1120 P3476 0401251A 96KM97 049447 DWAC 3 0070

Increase: $4,491.35

TotaJ: $4,491.35

DELIVERIES AND PERFORMANCE

HQ0034-09-A-3010 000124

Page4 of5

Page 168: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

The following Delivery Schedule item for CLIN 4002 has been changed from:

To:

DELIVERY DATE

POP 01-FEB-2013 TO 31-JAN-2014

DELIVERY DATE

POP 01-FEB-2013 TO 31-JAN-2014

QUANTITY

N/A

QUANTITY

NIA

SHIP TO ADDRESS

OSD DEFENSE RESEARCH AND ENGINEERING 3030 DEFENSE PENTAGON WASHINGTON DC 20301-3030 FOB: Destination

SHIP TO ADDRESS

ALEXANDRIA VA 22312 j{b)(6) 1 FOB: Destination

INSPECTION AND ACCEPTANCE

The following Acceptance/lnspection Schedule was added for SUBCLIN 400 l 02: INSPECT AT INSPECT BY ACCEPT AT N/A N/A NIA

The followi.Dg Acceptance/Inspection Schedule was added for SUBCLIN 400201: INSPECT AT INSPECT BY ACCEPT AT NIA NIA NIA

The following Acceptance/Inspection Schedule was added for SUBCLIN 400301: INSPECT AT INSPECTBY ACCEPT AT N/A N/A NIA

The following Acceptaocellnspection Schedule was added for SUBCLIN 400401: INSPECT AT INSPECT BY ACCEPT AT NIA NIA N/A

(End of Summary of Changes)

HQ0034-09-A-30 10 000124

PageS of5

UIC

HQ0287

UIC

HQ0287

ACCEPT BY Government

ACCEPT BY Government

ACCEPT BY Government

ACCEPT BY Government

Page 169: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT II. CONTRA~ID CODE I PAOEOF PAOES

1 1 s 2. AMENDMEN11MODIF1CA nON NO. 3. ci'FEcnvE DA 1C 4. REQUISffiONIPURCHASE REQ. NO. I'' PRO.IECTNO.(l£applicablt)

25 25-Apr-2013 SEE SCHEOUL£

6.1SSUEDBY CODE t-ai034 7.ADMINIS'JCREO BY (lfoth«thm icem6) CODE I W4S • ACQJISITION DIRECTORATE See Item 6 11"'~SEPENTAOON ~INGTON DC .:m::11-1156

8. NAME ANDADDRE~OFCONTRACTOR (No., Street, CoUDty, Slate and Zip Code) 9A. AMENDMENT OF OOLICIT AT ION NO. OOOZ AU.£N HJIMI.T'Cl't INC. MATT mETTER 98. DATED (SEE ITEM 11} &lii3~DR MCLEAN VA22102-3Sm

X 1 OA. MOD. OF ~~RACTIORDER NO. 1-00034-09-A· 1 0001 lOB. DATED (SEE ITEM 13)

CODE 17038 I FACILITY CODE X 01-Feb-2009 11. THlSITEMONLY APPLIES TO AMENDMENTSOFOOLICITATIONS

OThe above ouab<:rod so lici wi on is aiiZDded u set fnth in Jh:m ••· The holll' 111 d da!especihd llr .e:eipt oto ~ 0 is alended, D i& DOt c:Deoded.

Olir1111st anowledae ...c>l:ipt oft hi$ am::o.clmalt prior to the hounnd dllte specl Sed in !he solicimtio n or u 11111mded by oac oftbe t.llowi ~t~IIICihDdJ :

(a) By conpletiaa "-8 111d 15, end l'etV.I'Illng copi"' otlhc IIII!CIIdm:at; (b) 8y anowledglna retdpt onhi• am:n4mcat oo each <4py ofdle oa..subnitt.ed; or (c) By scpuwte Jetter or tdeanmwhlch inelud~cc to dl•solicitation 11141l!!D0dlll:llt nwd>en. FA!LURE OF YO~ACKNOWLEOOMENTTO BE RECEIVEDAT'lliE PUCE DESIONAT.ED FOR 1HER£CEIPTOFOFFERSPIUOR TO'lliE HOU.RANO DA 1C SPECTFIED NAY RESULT IN

REJECllON Of' YOUR OFFER. Ifby virtue ofl.bis ~~you del ire to c:llmgr: an oar o!Jady subnlned,sucb cbaD.ce 1M)' be 1111dc by ldqjllllllor letter, pmv ided -h tdqraa or Idler naket n::ireaa: 11> tbe solici tari011111d l.bi1 atml<lrrent, aad is n:a:i vcd prior to l.bc opcni111 hour llld da lb speci led.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

See 8ctledule 13. THlS ITEM APPLIESONL Y TO MODlflCATIONS OF OONTRACTS'ORDERS.

IT MODIFIES THE CONTRACT/ORDERNO. ASDE!OUBED IN ITEM 14.

A. THlSCHANGE ORDER IS I~ PURWANT TO: (~ecify aU1hority) THE CHANGES SET fORTH IN ITEM 14 ARE MADE IN THE OONTRACT ORDER NO. IN ITEM lOA.

a THE ABJVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECI' THE ADMINisrRATIVE CHANGES(su::h as changes iu paying office, appropriatiou date, etc.) SET FORTH lN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR43 .103(B).

C. THlS~PLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AlJrHORITY OF:

X D. OTHER(~ify type of modification and authority) ~ W FAR 52.243-1 -- Olanges •• Axed-A-ice

E. IMPORT ANT: Contractor ~ is not, D is l'fqlired to sign this oocumcnt and reti.U:U copies to tbe issuing office.

14. DEOCRIPTION OF AMENDMENTIMODlflCATION (Organized by UCFsection headillp, including solicitation/contract 5\llject matter vdtere feasi~e.) Modification Control Number: trooksa131120

The purpose of this rmdllcatbn Is to add i'lcrem!lntal funding to Q.N 3007 arxt 4003 for AS/IE

Except as PJOVicled bemn, 111 tc:na IDd conditions ofthe do cummt rd:renced i 11Itan 9A or I OA, u hm~D f>re e"-ttaed, retllli ns unchanged a.od ill flU in~ and clli:ct.

1 SA. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OffiCER (Type or print) WICHJEi.NU~A/CONmACTlNGOf~

TB.: 7m-546-1:m e.wt.: nichiii~Jril

I SB. CONTRACTOR/OFFEROR ISC. DATE SIGNED 16B. UNITED sr ATESOF AMERICA 16C. DATE SIGNED

~~~ .... . ..:;. BY 24-Apr-2013 (Signat~R of person a111horized to sign) (Signature ofContractiDg Offteer)

EXCEPTION TOg:: 30 APPROVED BY OlRM 11-84

3()..105-04 Sf ANDARD FORM 30 (Rev. t0-83 Prescribed by C&\ FAR(48 CFR) 53.243

Page 170: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

SUPPLIES OR SERVICES AND PRICES

SUBCLIN 300702 is added as follows:

I1EM NO SUPPLIES/SERVICES QUANTITY 300702

Funding for ASNE Final FFP This action was incrementally funded.

ACRNAV

SUBCLIN 400302 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY 400302

Additional Funding FFP This action was incrementally funded.

ACRNAV

ACCOUNTING AND APPROPRIATION

Summary for the Payment Office

UNIT

UNIT

UNIT PRICE

NETAMT

UNUPRlCE

NETAMT

HQ0034-09-A-3010 000125

Page 2 of5

AMOUNT $0.00

$0.00

l(b)(4)

AMOUNT $0.00

$0.00

l(b)(4)

A!> a result of this modification, the total funded amount for this document was increased by $23 ,862.86 from $22,485,450.42 to $22,509,313.28.

SUBCLIN 300702: Funding on SUBCUN 300702 is initiated as follows:

Page 171: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ACRN:AV

CIN: F3HRA12320G0030000AA

HQ0034-09-A-3010 000125

Page 3 ofS

Acctng Data: 5733400 303 15WD 010000 57819 35111F 667100 FSR:006990 PSR:247440 DSR:340894 CIN:F3HRA12320G0030000AAF67100

lncce~~Be: $23,812.86

Total: $23,812.86

SUBCLIN 400302: Funding on SUBCLIN 400302 is initiated as follows:

ACRN: AV

CIN: F1AF1H2339GOOIOOOOAA

Acctng Data: 5733400 303 15WD 010000 57819 35111F 667100 FSR:006990 PSR:247440 DSR:340894 CIN:F3HRAI2320G0030000AA F67100

Increase: $50.00

Total: $50.00

INSPECTION AND ACCEPTANCE

The following Accepta.ocellospection Schedule was added for SUBCLIN 300702: INSPECT AT INSPECT BY ACCEPT AT N/A N/A N/A

The follo'Wiog Acceptance/Inspection Schedule was added for SUBCLIN 400302: INSPECf AT INSPECT BY ACCEPT AT N/A NIA NIA

The following have been added by full text:

52.232-37 MULTIPLE PAYMENT ARRANGEMENTS (MAY 1999)

ACCEPT BY Government

ACCEPT BY Government

This contract or agreement provides for payments to the Contractor through several alternative methods. 'The applicability of specific methods of payment and the designation of the payment office(s) are either stated-

(a} Elsewhere in this contract or agreement; or

(b) In individual orders placed under this contract or agreement.

(End of clause)

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (ruN 2012)

(a) Definitions. As used in this clause--

Page 172: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034·09·A·30 10 000125

Page4of5

Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization.

Document type means the type of payment request or receiving report available fur creation in Wide Area WorkFlow (W A WF).

Local processing office (LPO) is the office .responsible for payment ce.rtification when payment certification is dooe external to the entitlement system.

(b) Electronic invoicing. The WA WF system is the method to electronically process vendor payment requests and .receiving report&, as authorized by DF ARS 232.232· 7003, Electronic Submission of Payment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall-

(1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and

(2) Be .registered to use W A WF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site.

(d) W A WF training. The Contractor should follow the training instructions of theW A WF Web-Based Training Course and use the Practice Training Site before subminillg payment requests through W A WF. Both can be accessed by selecting the "Web Based Training"l:ink on the W A WF home page at https://wawf.eb.mill.

(e) WA WF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.

(t) W A WF payment instructions. The Contractor mUBt use the following information when submitting payment requests and receiving reports in W A WF for this contract/order:

(1) Document type. The ContraCtor shall use the following document type(s).

Combo

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in W A WF, as specified by the contracting officer.

Government

(Contracting Officer: Insert inspection and acceptance locations or "Not applicable".)

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in W A WF when creating payment requests and .receiving reports in the system.

Routing Data Tabte•

Field Name in W A WF

Pay Official DoDAAC Issue By DoDAAC

Data to be entered in W A WF

F67100 HQ0034

Page 173: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPODoDAAC DCAA Auditor DoDAAC Other DoDAAC(s)

HQ0034 HQ0287

HQ0034-09-A·3010 000125

PageS ofS

(•Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or ''Not applicable.")

(4) Payment request and supporting documentation. Th.e Contractor shall ensure a payment request indudes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DF ARS Appendix F, (e.g. timesheets) in support of each payment request.

(5) W A WF email notifications. The Contmctor shall enter the email address identified below in the "Send Additional Email Notifications" field of W A WF once a document is submitted in the system. [email protected] and [email protected]

(g) W A WF point of contact. ( 1) The Contmctor may obtain clarification regarding invoicing in W A WF from the following contmcting activity's W A WF point of contact

Not applicable

(2) For technical WA WF help, contact the WA WF helpdesk at 866-618-5988.

(End of clause)

(End of Summary of Changes)

Page 174: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOUCITATION/MODD"'CATION OF CONTRACT ll.CONlRA~IDCODE I PAGE OF PAGES

, I 2 2. AMENDMEN'l7MOOIFICA 110N NO. 3. EfJ'EC'IlVE DAlE 4 . llEQU1Sl110Ni PURCHASE REQ. NO. ,l. PRDJECTNO.(lf~p~>licable)

26 09-~-2013 SEE SCHEDULE

6.ISSUEDBY CODE H:l0034 7.ADMINIS'IERED BY (lfolhcrthan item6) CODE (

'NiS • ACCIUISITDN DIRtCTORATE See Item 6 1155oer:atSE PENT AClON WASHIN~ DC :lll30H 155

8. NAME AND ADORE~ OF CONTRACI'OR (No., Street, County, State and Zip Code) 9A.. AMENDMENT OF &>LICITATION NO. BXIZ AU.fH HAMLTCN INC. MATT~ 98. DATED (SEE ITEM 11} 821!3GReNSBORO OR WCl.EAN VA221al-3Ul

X ~D~OF C01'11'RACftORDERNO. 0 A·3010-0001

lOB. DATED (SEE ITEM 13)

CODE 17038 IFAOUTY CODE X 01-Feb-2009 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF &>LICIT AT IONS

0 1hc above nuntlered aollclllti on i.t am:adcd 11 set i>nh i D Item 14. 1be how- llld d.te s ~Bed i>r m::elpt oro !k 0 is Clllalded, Di•not~ Oltr nust eetnow ledge razipt o !'this 1111:11d1tD1t prior to the hour lllld duupeciied in !he ao lici uti on or u lll!llded by 011e o fthe I> llowiogazdlodl :

(a) By co~q~lctinglten l lftd I S,llld retumina copies ofthe at~a~dm:Bt; (b) By ect.nowledaina M:dpt of litis om:odm::nt on -a copy oru.e oltr sub nitta!;

or(c) S,. Mpmle leneror b:lcaramwhicb includl!ll 1 ret:rez.ce 10 tbe soliciuotion llld ~~m~dw:at nunt>en. FAILURE OF YOUR ACKNOWLEOOMENTTO BE RECEIVED AT tHE PUCE DESIGNAllm fOR tHE REC.eiPTO FOFFERS PJIJOR TO tHE HOUJI.ANO OA lC SPEClflED MA YRESUL TIN

R.EJECTION OFYOUROF'FEJl ltl>y virtveol'tbis omnduzllt you desir.to d!anp 111 o!k.trmdy su.bl'lir\ed, tucb ehanaeaybcii'Bdcby tdqnmor lener, provided -a eclegremor IC!Icr IDIIres re~ 10 the tolieltat.ion and this a!Qilldullt. wd !s II!Ceived prior to the openin,g hour end dlte rpeciW.

I Z. ACCOUNTING AND APPROPRIATION DATA (If ~ed) See Schedule

13. THIS ITEM APPLIESONLYTO MODIFICATJONSOFOONTRACfS'ORDERS. IT MODIFlESTHE CONTRACffORDERNO. ASDE!DUBED IN ITEM 14.

A. THIS CHANGE ORDER IS JS)UED PURSUANT TO: (Specify alllhority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 1 OA.

X B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISfRATIVE CHAN<lES (ub as cl!111ges in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AtrrHORITY OF FAR43.103(B).

C. TinS &JPPLE.MENT AL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (~ify type of modification and alllhority)

E. IMPORT ANT: ContlliCtor {!) is not, D .is nquired to sign this document and return copies 1 o the isslling office.

14. DFXRIPTION OF AMENDMENT/MODIFlCATION (Ofpnizedby UCF section headings, includingsolicitationfeontruct sutject matter v.ttere feasible.) Modification Control Number: bt00ba131230

The purpose of this rrodll'icati:ln is to correct the doler armunt on a.N 4003 AS~

EJU:q!Ut provided b=i.n, allte.m11 •nd coodi lions of the docu m:ot retftneed in Item 9 A or I 0 A, as ben:toil m d!anied, ramins uncbansed lllld in iii I illlll:and ellct.

IS A. NAME AND TlTLE OF SGffiR (Type or print) 16A. NAME AND TITLE OF CONTRACI'ING OffiCER (Type or print) WICHAEL I.IURTHA/ CCNTRACT'NG OFFI~

T6.: m.546-125J 9o(Al.: 1\"ic:twl~.l!fl

15B. CONTRACTOR/OFFEROR l5C. DATE SIGNED 168. UNITED SfATESOF AMERICA 16C. DATE SIGNED

BY (Sgnature of penon authorized to sign}

EXCEPTION TO SF 30 - -30 !OS 04 APPROVEDBYOIRM 11-84

~~~---(Signature of Contracting OffiCer)

--~ 09-~·2013

-Sf ANDARD FORM 30 (Rev. I 0 83. Preacn'bcd by <EA FAR(48 CFR) 53.243

Page 175: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

ACCOUNTING AND APPROPRIATION

Summary for the Payment Office

HQ0034-09-A-30 I 0 000126

Page 2 of2

Aa a resul' of this modification, the total funded amount for this document was increased b~(b )( 4) I .from l(b)(4) _ tcj(b)(4) 1

SUBCLIN 400302:

AV: 5733400 303 15WD 010000 57819 35111F 667100 FSR:006990 PSR:247440 DSR:340894 CIN:F3HRA12320G0030000AA F67100 (CIN FIAFIH2339GOOIOOOOAA) was increased by $49,950.00 from $50.00 to $50,000.00

(End of Summary .of Changes)

Page 176: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS f· REQUISITION NUMBER PAC£1 CF 18 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 ~101Dl

2. COHllVCT NO. 3. AWAADIB'FECTl\IE DATE 14. ORO Eft NUMBeR 5. SOUCITATION NUMBER 6. SOUCITATlOH ISSUE DATE

1-00034-09-A·3010 23-Sep-2010 0002 7. FOR SOliCITATION e. HoWE b. TELB'HOHENUI.IBER (HoCd/IJCICIII/1) 8. OFFER OUE OATEr\.OCAL TIME

INFORMATION CAU:

9.1SSUEO BY COOl! I HQ0034 10. THIS ACQUISinON IS 11. DELIVERY FOR FOB 12. DISCOUNT TERMS

~UNRESTRICTED DESllNATlON UNLESS WHS ACQUISITION DIRI!CTORATE

BLOCK IS MARKED 1n1 NORTH KENT ST SET ASIDE: %FOR SUITE4600 r- 0 S!E SCHEDULE ARLINGTON VA 22209-2133 SB

1-HUBZONESB 0 138. THIS CONTRAC T IS A RATED ORDER

1- UNDER OPAS (15 CFR 700) 8(A) - 13b. RATING

SVC..OISABLEO VET .OWNED 58

TB.: - 14. t.t!THOO OF SOLICITATION E'-ERGING SB

DRFQ DIFB DRFP FAX: -SIZE STC: NAICS:

15. DEliVER TO 0S0 OB'EHS£ RESEMCH NolO EPI~JBtloiG

cooE 1 HacaT 16. AOMINIS'T!.REO BY CODE I ~LO\IETT 3030 DIEFENSe PeiTAGON

SEEJTEM 9 ~TQij oc 2Q301-3XJ)

17a.CONTRAClOR.JOFf!ROR CODE 117038 18a. PAYMENT WILL BE MADE BY COO! I HQ0338

800Z ALLEN HAMILTON INC. DFAS..CCVSOt.ITl-i ENTTTL-..rr ~ TIONS KIMBf.RLY PARKER P.O. BOX 182264 8283 GREENSBORO OR MCLEAN VA 22102-4904

COLI.NBUS OH 43218-2264

FACIUTYI ' TB.. 703-3n-7876 CODE

D 17b. OlEO< F REMTTANCE IS DFFfHNT AN:> FUT SlX:H A toeS N OfFER

18b. SUBMT WoaB TO ADIJRBSS St-«JJI'JN N Bloa< 188. UIII..ESS BLOCK eaow IS Oia:KED D SEEA~

19. ITEM NO. 20. So-m.JLE CF Sl..m...Je:sl SERVICES 21. QUANTTTY 22. LNT 23. lHr PRICE 24.AfvDM

SEE SCHEDULE

25. ACCOUNTlNG AND APPROPRIATlON DATA 2!1. lOTAL AWARD AMOUNT (Fa Govl Use Only )

See Sch•dul• $180,2!4.88

D 27a. SOLICITAllONINCORPOfiATES BY REFERENCE FAR 52.212·1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED. ADDENDA []ARe DARE NOT ATTACHED

D 27b. CONTRACTIPURCHASE OADER JNCORPOAATES BY REFERENCE FAR 52.212-4. FAR 52.212~ IS ATTACHED. AoDENDA [}.RE DARE NOT ATTACHED

26. CONTRACTOR IS REQUIRED TO SIQN THIS DOCUMENT AND RETURN 1 COPII!S 29. AWARD Of CONTRACT: REFERENCE

~TO ISSUING OfFICE. CONTRACTOR AGREES TO FURNISH AND O!LIVER ALL ITEMS SCT FOATH OA OTHERWISE IDENllFIED ABOVE AND ON mY ADDillONAL SHEE1S

D OFFER DATED • YOUR OFFER ON SOLICITATION (BLOCK 5}. INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE

SUBJECT TO THE TERMS mD CONDITIONS SPECIFIED HEREIN. SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS: SEE SCHEDULE

IU:f: IIPAI101lOJ.&.09-M011).()002

30a. SIGNA11JRE OF OFRRORIOONTRA~ 3la.UNtTEO St:I\IES OF ~CA (SlGNATURE OF CONTRACTING OFA::ER) 3lc. OA.TE SIGNED

l~r.~ 24·Sep-201Q

3()b. NAM:Af'.DTTTLE OF SJGtER 30c. DATESIGNED Jlb. NAME: OF CCNI'IUICTDIG OFfiCER (TrPt: Oil PIII NTJ

(TYPf! OR PRJNT) Kil1l Femandez I Contractinq Offia~r/Teazn LNod

TO.: 703-696-2479 El1l\IL: ltiJn. [email protected]

STANlARD~1449 (REV 312005) A'escllled by GSA FAR(48 c:FR) 53.212

Page 177: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SOLICITAT10NICONTRACT/ORDER FOR COMMERCIAL ITEMS I PA<E20F18 {CONTINUED)

19. ITB.4 N:>. 20. SOis:u.E OF SI.JFIRESI S~CES 21 . OIJb.NTITY 22.l.NT 23.\..NTFR:E 24. AM)UIIT

SEE SCHEDULE

3211. QUAN111Y IN COLUW.. 21 HAS BEEN

D RECEIVED 0 INSPECTED u CCE~D. AND CONFORMS TO THE CONTRACT, EX:EPT AS NOTED:

32b. SIGNA lURE OF AUTHORIZED GOVERNMENT 32e. DATE 32d. PRINTED NAto£ AND llllE OF AUTHORIZED GOVERNMENT

RePRESENT A llV£ REPRESENTAllVE

328. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTAllVE 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTAllVE

32g. E~IL OF AUTHORIZ£0 GOVERNt.£NT REPRESENTAllVE

33.$HIPNU~ 34. VOUCHER NUMBER 36. AMOUNT VERIFI EO 30. PAYIENT 37. CHECK NUI.e£R

CORRECTFOA D COIIM"l.ETE 0 PARTIAL 0 FINAL I PARllAL I I FINAL

~.&RACCOUNTNUMBER 39. SIR VOUCHER NUMBER .0. PAID BY

41a. I CERllFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAY"'NT

41b. SIGNA lURE AND llllE OF CERllFYING OFFICER

A~B:>FORLOCAL~ FREVIJUS ~IS I"DT USABLE

41c. DATE

42a. RECEIVED BY (Print)

"211. RECEIVED AT (Location)

42c. DATE REC'D (YYIMMIDO) I~. TOTAL CONTAINERS

STAI'IDARDFCH.41449 (REV 312005) BAO< R'escrilled by GSA FAR ( 48 a=R) 53.212

'

Page 178: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

Section SF 30- BLOCK 14 CONTINUATION PAGE

PERFORMANCE WORK STATEMENT Section C: Perfonnance Work Statement Date

Part 1: GENERAL INFORMATION

1.1 Background

HQ0034-09-A-30 10 0002

Page 3 of 18

The Office of the Director of Defense Research and Engineering, Basic Science Office (BSO), provides technical leadership and oversight; issues guidance for plans and programs; develops policies; conducts analyses and studies; and makes recommendations for DoD basic research. It recommends approval, modification or disapproval of the DoD components basic research programs and projects. The BSO conducts a metrics program to measure and assess the quality for DoD basic research, a required element of which is an independent technical review. BSO is responsible for the Defense Grant and Agreement Regulatory System (DGARS). BSO seeks planning, programmatic, and research oversight assistance as well as technical support. The support sought encompasses a variety of activities required to analyze and monitor scientific breadth and funding of research programs implemented by the Service and Defense Agencies and to provide research oversight and technical support. This contract will complement another support contract already in force within BSO.

1.2 Objectives

The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to perfonn research oversight assistance and technical support as defined in this Perfonnance Work Statement (PWS) except as Specified in Part 3 as goverrunent furnished property and services for the Office of the Director of Defense Research and Engineering (ODDR&E). The contractor shall perform to the standards in this solicitation.

1.3 Scope

The Basic Science Office (BSO) provides technical leadership of the basic research program of all the Military Services and Defense Agencies. BSO develops research and grants policy for the entire Department of Defense and executes a limited number of programs itself, including the Historically Black Colleges and Universities/ Minority Institutions (HBCU/MI) Program. BSO provides significant management to the Minerva program, a Secretazy of Defense initiative to increase collaboration between DoD and social scientists, and to the Multidisciplinary UI;liversity Research Initiative (MURI) program. In addition, the Director, Basic Research conducts extensive liaison with research universities because they are critical to the successful execution of the DoD basic research program. BSO has an internal consultative group, the Defense Basic Research Advisory Group (DB RAG), composed of the Military Service and other research office senior managers, and is fomting a basic sciences external advisory committee.

Page 179: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 10 0002

Page4ofl8

The support sought encompasses a variety of activities required to analyze and monitor scientific breadth and funding of basic research programs implemented by the Service and Defense Agencies and to plan, coordinate, conduct and document research reviews involving university and defense laboratory researchers, defense and other goverrunent officials, and industry personnel. The contractor shall provide one FTE with: a demonstrated understanding and appreciation of the DoD basic research entequise, technical writing experience, the ability to analyze and solve problems, planning skills, Microsoft Office skills to include Excel and PowerPoint, and the ability to present information. Part 5 of this Performance Work Statement provides each specific task to be performed.

1.4 AppUcable Documents

Publications Tide

36 CFR 1194 Section 508 of the httR:/ /www .section508.gov./ Rehabilitation Act of 1973

Contractor Performance Assessment httR:I/£Qars.nayy.rnil/ Report System (CPARS)

DoD Instruction 3210.1 Administration and Support of Basic Research by the Department of Defense

Part 2: DEFINITIONS

PWS: Performance Work Statement

PPBE: Planning, Programming, Budgeting, and Execution

Contracting Officer's Representative {COR): A representative from the requiring activity assigned by the Contracting Officer to perform surveillance and to act as liaison to the contractor

Defective Service: A service output that does not meet the standard of performance associated with it in the Performance Work Statement.

Quality Assurance Surveillance Plan !OASP): An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance.

Quality Control: Those actions taken by a contractor to control the performance of services so that they meet the requirements of the PWS.

Quality Assurance: Those actions taken by the goverrunent to assure services meet the requirements of the Performance Work Statement.

Advisory and assistance services: Those services provided under contract by nongovernmental sources.

Page 180: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-3010 0002

Page 5 of18

Task Order: An individual requirement for services issued against an existing contract.

Part 3: GOVERNMENT FURNISHED

The government shall provide, the facilities, equipment, materials, and/or services listed below. Performance of this effort may require the contractor to access and use data and information proprietary to a Government agency or Government contractor which is of such a nature that its dissemination or use, other than in perfonnance of this effort, would be adverse to the interests of the Government and/or others.

A.J; determined by mutual agreement, the Government will provide additional property that may be required in the performance of this effort.

At the request of the Government, or at completion of this effort, the contractor will immediately return any Government-provided property, including any equipment, specialized or off-the-shelf software, and all other property provided by the Government for the contractor to use to complete this effort.

3.1 Information

The government will provide the contractors with access to relevant government facilities, studies, reports, data, and key staff as required to perfurm the Tasks contained in this PWS. The government will provide timely feedback and comments on contractor draft deliverables within ten (10) working days of receipt, to ensure finaJ deliverables are received in a timely manner.

3.2 Utilities

All utilities in the facility will be available for the contractor's use in performance of duties outlined in this PWS. The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities.

3.3 Facilities

When applicable, the Government will furnish the necessary workspace for the contractor staff to provide the support outlined in this PWS to include desk space, telephones, computers and other items necessary to maintain an office environment. The contractor will be allowed access to the Government's facilities, as specified below:

• Pentagon, to include issuance of building passes to qualified contractor personnel supporting these tasks. Building pass/access requests shall identify the visit frequency requirement.

Page 181: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09·A·30 10 0002

Page 6 of 18

Additionally, the Basic Science Office will initiate DD Fonn 2345 for access to Defense Technical Information Center (DTIC) and send wmouncements to appropriate service or agency points of contact to facilitate the contractor's access related to specific task requirements. These announcements will identify access and support requirements related to the task. The office will work with the services/agencies and the contractor to ensure timely support needed to carry out directed activities.

Part 4: CONTRACTOR FURNISHED

Except for those items specifically stated to be government furnished in Part 3, the contractor shall furnish everything required to pe:rfonn this PWS. In fulfillment of this effort, the Contractor will provide the deliverables identified in Section 7. All deliverables will be submitted to the COR, unless otherwise agreed upon.

Part 5: SPECIFIC REQUIREMENTS

5.1 Place(s) of Performance

The contractor is responsible for conducting analytical support between the hours of 8:00am to 5:00pm Monday tluu Friday except Federal holidays or when the Govenunent facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the work force are essential.

5.2 Recognized HoUdays

New Year's Day Martin Luther King Jr.'s Birthday President's Day Memorial Day Independence Day

5.3 Period of Performance

Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day

The period of performance shall be for one (1) base year of 12 months and four ( 4) 124 montb option years.

5.4 Specifics

5 .4.1 The contractor shall provide personnel to pe:rfonn the following: • Assist with basic research program oversight to include: gather infonnation, review

Component research portfolios, collect and assemble Services funding and budget daU4

Page 182: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30l0 0002

Page 7 of 18

analyze and compare the data to identify trends, maintain and update the data as needed, prepare viewgraphs, spreadsheets, and slides that depict the data, assist in writing and reviewing reports relating to the basic research program.

• Research reviews such as Basic Research Program Review and MUR1 program review. The support sought encompasses a variety of activities required to plan, coordinate, conduct and docwnent research reviews involving wriversity and defense labomtory researchers, defense and other govenunent officials, and industry personnel such as drafting agenda topics, developing conference materials, and documenting the proceedings.

• General analysis. The support encompasses a variety of activities required to research issues, perfonn analysis, prepare background materials, and fonnulate recommendations.

• Draft read-ahead materials. • Analyze other basic research related topics as needed. Provide analysis, develop courses

of action, analyze the advantages and disadvantages of the courses of action and formulate recommendations.

• Assist in drafting, aligning and updating the Basic Research Plan or other strategic planning documents.

• Develop and use specialized spreadsheets to analyze Basic Research Program financial and budget issues. Draft white papers and presentations to keep leadership apprised of any program financial and budget issues.

• Continuously provide decision support to leadership/management.

5.4.2 The contractor shall be prepared to be on-site within ten {1 0) days after contract award (e.g., in the Pentagon or other ODDR&E designated office locations).

5.4.3 The scope of this Performance Work Statement encompasses technical, analytical, and research program oversight support to assist in all aspects of Basic Scien~e Office activities.

5.4.4 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed.

5.5 Miscellaneous Services.

5.5.1 Orientation Briefing: Within two weeks of award, the contractor will conduct an initial orientation briefing. The intent of the briefing is to facilitate the commwrication process between the Govenunent and the contractor by introducing key task participants and explaining their roles, reviewing commwrication ground rules, and assuring a common understanding of requirements and objectives. The orientation briefing will be held at a location and date and time mutually agreed upon by both parties.

Page 183: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

Part 6: ADMINISTRATIVE REQUIREMENTS

HQ0034-09-A-30 10 0002

Page 8 of 18

The following security requirements (sections 6.1. 6.2. and 6.3) are mandatory and non­negotiable:

6.1 Clearances

Contractor personnel assigned to this task and worlcing (assigned desk space) within the ODDR&E office space shall have and maintain a Secret clearance. The Contractor should have the capability to transport classified information to and from their corporate offices and store classified materials up to "Secret" level at their off-site office spaces. Security procedures will be in accordance with DOD 5220.22-M, ''National Industrial Security Program" (NISPOM); and DOD 5220.22-M-S, "National Industrial Security Program Supplement" (NISPOMSIJP).

6.2 Facility Clearance

If Secret information is required to be retained at the contractor facility, the Contractor shall possess or be eligible to receive and maintain a SECRET facility clearance from the Defense Security Service. If the contractor is required to have access, generate or work with any classified information, any Contractor's employees perfonning work in support of this contract shall possess or be able to be granted a SECRET (or the applicable security level) clearance from the Defense Industrial Security Clearance Office.

6.3 Security Requirements

6.3.1 Physical Security: The contractor shall be responsible for safeguarding all government property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured.

6.3 .2 Disclosure of Information. Information made available to the Contractor by the Government for the performance or administration of this effort shall be used only for those purposes and shall not be used in any other way without the written consent of the Contracting Officer (CO). Contractor and/or contractor personnel will not divulge or release data or information developed or obtained in performance of this effort, until made public by the Government, except to authorized Government personnel or upon written approval of the Contracting Officer (CO). The contractor will not use, disclose, or reproduce proprietary data that bears a restrictive legend, other than as required in the performance of this effort. Nothing herein will preclude the use of any data independently acquired by the contractor without such limitations or prohibit an agreement at no cost to the Government between the contractor and the data owner which provides for greater rights to the contractor.

6.3 .2.1 The Contractor agrees to assume responsibility for protecting the confidentiality of Government records, which is not considered public information. Each Contractor or employee of the Contractor to whom information may be made available or

Page 184: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-3010 0002

Page 9 of18

disclosed shall be notified in writing by the Contractor that such information may be disclosed only for purposes and to the extent authorized herein. The Contractor shall not release any information related to this contract to the public, media or other ugauthorized persons or organizations unless tbe government has conducted the appropriate security review and granted written approval (e.g. posting information to a public website}. Performance of this effort may require the contractor to access and use data and information proprietaJ:y to a Goverrunent agency or Goverrunent contractor which is of such a nature that its dissemination or use, other than in performance of this effort, would be adverse to the interests of the Government and/or others.

6.4 Personnel.

6.4. I The contractor who works on-site shall have the following qualifications: • Bachelor's degree in a technical field or equivalent experience. • 5- I 0 years general experience. • Demonstrated understanding and appreciation of the basic research enterprise of the

Department. • ADP skills necessary to complete the tasks in this PWS. • Ability to independently, assess problems, and develop creative solutions with minimum

supervts1on. • Ability to prepare, coordinate, and present information on complex subjects in a concise

and understandable manner to personnel at any level.

6.4.2 It is desired that the contractor who works on-site have the following qualifications: • Previous employment in the Federal Government. • Experience as a technical writer. • Research program oversight. • Experience with the DoD Planning, Programming. Budget Execution System (PPBES)

6.4.3 Additional expertise: If additional expertise becomes required, the Goverrunent will be responsible for providing the training deemed necessary.

6.5 QuaHty Control (QC)

The Contractor shall institute a complete QC Program to ensure that the requirements of this contract are fulfilled as specified. The Contractor shall include the following elements in the program:

• A comprehensive inspection system of all the scheduled and unscheduled services required in this document.

• A proactive methodology to identify and correct problems before the Government identifies these problems.

6.6 Travel

Page 185: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-3010 0002

Page 10 of 18

The Contractor will be reimbursed for travel to provide support at a Government site or other site as may be specified and approved by the COR or Government Technical Representative (GTR) under this effort. All travel shall be approved, by the COR or GTR. prior to commencement of travel. The contractor shall be reimbursed for actual allowable, allocable, and reasonable travel costs incurred during performance of this effort in accordance with FAR 31.205-46, '1'ravel costs."

Work will be performed in contractor and government facilities located in Ballston and Arlington, VA. Travel requirements include travel to and from the Pentagon and other government facilities within Washington DC area.

Travel may also be required in support of other activities, such as attendance at related conferences and forums.

7.0 DELIVERABLES

All deliverables must meet professional standards and meet the requirements set forth in contractual docwnentation. The contractor will be responsible for delivering all end items specified. All deliverables developed under this task. order become the property of the US Government. Specific deliverables under this task and the dates that they must be delivered will be as mutually agreed upon between the government and the contractor.

Unless otherwise specified, the Government will have a maximwn of ten (1 0) working days from the day the draft deliverable is received to review the document, provide comments back to the contractor, approve or disapprove the deliverable(s). The contractor will have a maximum often (10) working days from the day comments are received to incorporate all changes and submit the final deliverable to the Government. All days identified below are intended to be calendar days unless otherwise specified. The format for individual deliverables will be the contractor' s standard format for written reports and client presentations. All documents will be provided in either hard copy and/or electronically as requested by the COR. Electronic docwnents will be provided in the appropriate Microsoft Office format (e.g., Word or PowerPoint); if appropriate, the Government may be asked that they be provided in compressed or PDF format.

The format for individual deliverahles will be detennined through consultation between the COR and the contractor at the orientation briefing and identified in writing then provided to the contracting office, COR, and the contractor. Products that reflect the contractor's analysis and opinion (e.g., studies or analyses) may be in contractor format. Products that are to be used by the Basic Science Office in the execution of their responsibilities (e.g., strategy docwnents, reports, plans, analysis and briefings) will be in a specified Government format. All docwnents will be provided in either hard copy or electronically as requested by the COR. Electronic docwnents will be provided in the appropriate Microsoft Office format (e.g., Word or PowerPoint); if appropriate, the Government may ask that they be provided in compressed or PDF format.

Page 186: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

Title

HQOOJ4-09-A-30l0 0002

Page ll of18

In fulfillment of this effort, the contractor shall provide the deliverables identified in this section. All deliverables shall be submitted to the Basic Science Office and selected representatives, unless otherwise agreed upon. In addition to the reports listed below, additional reports/products may be requested as deemed necessary:

Delivery Date/Description

Monthly Progress Report describing activities during The tenth work day of every month, electronically previous month, problems encountered, proposed solutions and any additional concerns or items for discussion.

Meeting materials 1 week prior to meeting

Trip Reports Five business days after completion of travel, electronically

Funds Status Report also showing man-hours billed The fifteenth work day of every month, electronically by labor category, and other cost-reimbursable categories such as travel.

7.1 Final Results Briefing

Contractor will prepare a final results briefing for all work performed under this contract. The briefing will be presented to the COR I 0 calendar days prior to contract conclusion.

8.0 PERFORMANCE OBJECTIVES

8.1 Quality Assurance Plan:

The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s).

8.2 Performance Thresholds

The contractor service requirements are sununarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. General quality measures, as set forth below, will be applied to each work product received from the contractor under this performance work statement.

Page 187: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 I 0 0002

Page 12 of 18

• Accuracy - Work Products will be accurate in presentatio~ technical content, and adherence to accepted elements of style. Written documents will be in formats as specified above and shall be 99% free of grammar and spelling errors.

• Appearance - All work products will be neat and attractive, reflecting the role that ODDR&E fulfills and the level at which work products will be used.

• Clarity- Work Products will be clear and concise. Any/All diagrams shall be easy to understand and be relevant to the supporting narrative.

• Consistency to Requirements - All work products must satisfy the requirements of this performance work statement.

• File Editing- All text and diagrammatic files will be editable by the Government. • Format- Work Products will be submitted in hard copy (where applicable) and in media

mutually agreed upon prior to submission. Hard copy formats shall follow any specified Directives or Manuals.

• Timeliness - Work Products will be submitted on or before the due date specified in this performance work statement or submitted in accordance with a later scheduled date determined by the Govenunent.

Page 188: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

Section SF 1449- CONfiNUATION SHEET

HQ0034-09-A-3010 0002

Page 13 of 18

This order is issued under and pursuant to the provisions ofHQ0034-09-A-3010 (the "Agreement"). The tenns and conditions of the Agreement are hereby incorporated by reference and., except as provided herein by this order, remain in full force and effect.

ITEM NO 0001

SUPPLIES/SERVICES QUANTITY 7

Technical Support Services- Base Year PFP

UNIT Months

UNIT PRICE l<b)(4) I

The Contractor shall provide Mission Support Services in accordance with the attached Statement of Work. 8ooz Allen Hamilton Labor Rates IA W GSA Contract Number GS-23F-9755H. Period ofPerfonnance effective 27 September 2010 through 26 April2011. PURCHASE REQUEST NUMBER: 88080420101300

NET AMT

ACRNAA

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT Dollars,

u.s.

UNIT PRICE 0002

Travel and Other Direct.Costs- Base Year

COST

Tbe contractor shall be reimbursed for miscellaneous items in support of this contract. Travel for this contract must be in accordance with FAR 31.205-46. Any travel outside of this regulation may be at the contractor's expense. All costs associated with this line item rnll.'lt be approved by the Contracting Officer before costs are incurred. Period of Performance effective 27 September 2010 through 26 April2011. Travel and ODCs NrEj(b)(4) I PURCHASE REQUEST NUMBER: B8080420 101300

ESTIMATED COST

ACRNAA

AMOJfNT l<b)(4) I

D

Page 189: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ITEM NO 1001 OPTION

SUPPLIES/SERVICES QUANTI1Y .s

Technical Support Services- Base Year FFP

UNIT Months

UNITPRIC, l(b)(4)

The Contrnctor shall provide Mission Support Services in accordance with the attached Statement of Work. Booz Allen Hamilton Labor Rates IA W GSA Contract Number GS-23F-9755H. Period of Performance effective 27 Apri120ll through 26 September 2011 .

NEIAMT

ITEM NO SUPPLIES/SERVICES QUANTI1Y UNIT Dolla.s, u.s.

UNIT PRICE 1002

OPTION Travel and Other Direct Costs- Base Year

COST

The contractor shall be reimbursed for miscellaneous items in support of this contract. Travel for this contract must be in accordance with FAR 31.20.5-46. Any travel outside of this regulation may be at the contractor's expense. All costs associated with this line item must be approved by the Contracting Officer before costs are incurred. Period of Performance eff~tive 27 Apri12011 through 26 September 2011 . Travel and ODCs NTij{b)(4) I

ESTIMATED COST

HQ0034·09-A-301 0 0002

Page 14 ofl8

AMOJJNT

l(b)(4) I

l(b)(4)

AMOUNT l<b)(4) I

l(b )(4 )

Page 190: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ITEM NO 2001 OPTION

SUPPLIES/SERVICES QUANTITY 12

Technical Support Services~ Base Year FFP

UNIT Months

UNIT PRICE l(b)(4) I

The Contractor shall provide Mission Support Services in accordance with the attached Statement of Work. Booz Allen Hamilton Labor Rates IA W GSA Contract Number GS-23F-9755H. Period of Performance effective 27 September 2011 through 26 September 2012.

NETAMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT Dollars.

u.s.

UNIT PRICE 2002

OJ7TION Travel and Other Direct Costs- Base Year

COST

The contractor shall be reimblUSed for miscellaneoWI items in support of this contract. Travel for this contrnct must be in accordance with FAR 31.205-46. Any travel outside of this regulation ma.y be at the contractor's expense. All costs associated with this line item must be approved by ·the Contracting Officer before costs arc incurred. Period of Performance effective 27 September 2011 through 26 September 2012. Travel and ODCs NTE l(b)(4) I ·

ESTIMATED COST

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLJN INSPECT AT INSPECT BY ACCEPT AT 0001 Destination Government Destination 0002 Destination Government Destination 1001 Destination Government Destination 1002 Destination Government Destination. 2001 Destination Government Destination 2002 Destination Government Destination

HQ0034-09~A-30 10 0002

Page 15 ofl8

AMOUNT l(b)(4) I

l(b)(4)

l(b)(4)

ACCEPT BY Government Government Government Governme.nt Government Government

Page 191: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

DELIVERY INFORMATION

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS

0001 POP 27-SEP-2010 TO N/A OSD DEFENSE RESEARCH AND 26-APR-2011 ENGINEERING

l(b)(6)

3030 DEFENSE PENTAGON WASHINGTON OC 20301-3030

l(b )(6) I FOB: Destination

0002 POP 27-SEP-2010 TO N/A (SAME AS PREVIOUS WCATION) 26-APR-2011 FOB: Destination

1001 POP 27-APR-2011 TO N/A (SAME AS PREVIOUS LOCATION) 26-SEP-20 11 FOB: Destination

1002 POP 27-APR-20 11 TO N/A (SAME AS PREVIOUS LOCATION) 26-SEP-2011 FOB: Destination

2001 POP 27-SEP-2011 TO NIA (SAME AS PREVIOUS LOCATION) 26-SEP-2012 FOB: Destination

2002 POP 27-SEP-2010 TO NIA (SAME AS PREVIOUS LOCATION) 26-APR-2011 FOB: Destination

ACCOUNTING AND APPROPRIATION DATA

AA: 97 9 0400.1120 P9120 0401 2523 S49447 DW AC90 13 7 AMOUNT: $190,254.88 CIN BB0804201013000001CLIN0001: $186,254.88 CIN BB0804201013000001CLIN0002: $4,000.00

A&POINV WHS A&PO W A WF INVOICING INSTRUCTIONS (Mar 2009)

HQ0034-09-A-30 10 0002

Page 16 of 18

VIC

HQ0287

HQ0287

HQ0287

HQ0287

HQ0287

HQ0287

To implement DF ARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports (March 2008)", Washington Headquarters Services, Acquisition & Procurement Office (WHS A&PO) utilizes W A WF to electronically process vendor requests for payment. The web based system is located at https://wa.wfeb.mil, and allows government contractors and authorized Department of Defense (DOD) personnel to generate, capture, process and track invoice and acceptance documentation electronically. The contractor is required to utilize this system when submitting invoices and receiving reports under this contract. Submission ofbard copy DD250/Invoice/Public Vouchers (SF1034) is no longer pennitted.

Page 192: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 10 0002

Page 17 of 18

The conftactor shall ensure an Electronic Business Point of Contract is designated in Central Contractor Registration at http://www.ccr.lov/ and register to use W A WF at https://wawf.eb.mil within ten ( 1 0) days after award of the contract or modification incorporating W A WF into the contract Step by step instructions to register are available at htt,p://wawf.eb.mil

Tbe contractor is dincted to select from the following invoice types:

2-n-1 - if invoicing for Sen:lces Only Combo - if invoicing for Supplies Only Combo - if invoicing for a combination of Supplies and Senicet Cost Voucher -If invoicing for Cost Type/Reimbursable ContracC5

**Cost Vouchers are only nsed when contracts/orders requJre invoice~~~ be sent to DCAA Cor approval. Grant and Cooperative Agreement Voucher- If requesting payment for a Grant or Cooperative Agreement

Back up documentation may be attached to the invoice in WA WF under the "Mise Info" tab. Fill in all applicable information under each mb.

The following required information should automatice.lly populate in W A WF; if it does not populate, or does not populate correctly, enter the following information:

Contract Number HQ0034-09-A-3010

Delivery Order 0002

PayDoDAAC HQ0338

Issue By DoDAAC H_Q0034

Admin By DoDAAC HQ0034

Inspect By DoDAAC/Extention HQ0157

Service Acceptor DODAAC!Extension or

Ship to DODAAC/Extension or HQ0287

Service App.rover DODAAC/Extension or

Grant Approver DODAAC/Extension

DCAA Auditor DODAAC/Extension NIA

LPODODAAC Leave Blank

The Contractor shall verify that the DoDAACs automatically populated by the W A WF system match the above information. If these DoDAACs do not match then the conttactor sba1l correct the field(s) and notify the contracting officer of the discrepancy (ies).

The Contractor will need to enter a Shipment (or Voucher) Number in a specific format. 0 The correct format for a shipment number for MOCAS invoices is AAAXNNN where

A = alpha, X = alphanumeric and N = numeric characters, followed by a "Z" suffix if it is a flll81 invoice. (e.g. SEROOOl, BVN0002Z, SERA003)

J W A WF will affix the preftx "SER" for 2-in-1 invoices and prefix "BVN'' for cost vouchers to the Shipment (or Vouc:her) Number fields. For Combo documents, the contractor may enter their own three letter prefixes.

Page 193: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-30 I 0 0002

Page 18 ofl8

Take special care when entering Line Item information . The Line Item tab is where you will detail your request for payment and material/services that were provided based upon the contract. Be sure to fill in the following items exactly a.s they appear in the contract:

u Item Number: If the contnlct schedule has more lban one ACRN listed a.s sub items under the applicable Contract Line Item Number (CLIN), use lhe 6 character, separately identified Sub Line Item Number (SLIN) (e.g.- OOOlAA) or Infonnational SUN (e.g.- 000101), otherwise use the 4 character CLIN (e.g.-0001).

:1 Unit Price

:::J Unit of Measure

n ACRN: Fill-in the applicable 2 alpha character ACRN that is associated with the CLIN or SLIN.

Note- DO NOT INVOICE FOR MORE 11/AN IS STILL AVAILABLE UNDER ANY CLINISLINIACRN.

Before closing out of an invoice session in W A WF but after submitting your document or documents, the contnlctor wi.U be prompted to send additional email notifications. Contractor shall click on "Send More Email Notification" on the page that appears. Add the following email address [email protected] and [email protected] in the fust 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 all appropriate persons are aware that the invoice documents have been submitted into the W A WF system.

If you have any questions re~ding WAWF, please contact the WAWF Help Desk at 1-866-618-5988.

Page 194: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOUCJTA TION/MODillCATION OF CONTRACT J.CONTRA~ID OODE I PAGEOf PAGES

1 1 6 2. AMENDMEN'I1MODIFJCA liON NO. 3. EF'FEC'IlVE DAlE 4. REQUlSffiON/PURaiASE REQ. NO. I S. PROJECf NO.(Ifapplicable)

01 27-Ar::--·2011 SEE SCHeDULE

6.1SSUEDBY CODE 1-00034 7.ADMINIS"IERED BY (Uotbcrthao item6) CODE I WHS· ACQJISlTION OOfCTORAlE See Item 8 1m HORlH KENT ST SUITE 121m MtlN~ VAZI:a»-ZI:!D

8. NAME AND ADDRESS OF CONTRACI'OR (No., S:reet, County, Slate aodZip Code) 9A. AMENDMENT OF s:>LICJT AT ION NO. BCXlZ IOU9 HNoiiLTONINC. LA'WIR~EERS 9B. DATED (SEE ITEM 11) 8i!ll3GREENSIIORO DR ~VA 221<l2404

X ~D. OF CONTRACf/ORDER NO. 09-A-301 0-0002

lOB. DATED (SEE ITEM 13)

CODE 17038 I FACILITY CODE X 23-Sep-2010

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF 9:>LICIT AT IONS

I Dlbe lbove nullf>eredaoltcitation io ILID:Itdcd.., nt lntb in Item 14. lbe hour 8Dd &de specified ilr receipt oro• 0 isuzmdal. 0 is 1\01 mended.

0 llr 11114hclulow ledge ,_; pt ofthis amendlii:Dt prior to the bour and lktc • peel led in th.csoli citlli on or 1a IID:Dded by one of the flllowin& azthoda:

{•) By colq)lctlna llenw 8 owl I,, md re:umina ~plea onbe ~nt; (b) By ectnowlc:dain& reQOipt ofthisiWildnatt on '*h ~PY oftbe otltr s11brlincd;

or(c) By Mplnl~ leiter ortelqrmlwbic;b ioclu.des uetnnoe 10 the ooUeitation ~n<hm:ndaiCIItlluaben. FAILURE OF YOURACKJIIOWLEOOMENT10 BE RECEIVED ATTHE PLACE DESIGNATED fOR lHERI!C£1PTOFOFFERS PRIOR 10 lHEHOURAND DATI! SPECifiED M.4 Y .RESULT IN

REJECTION OF YOUR OFFER. l.fby vil'lucofthia onmdmt:DI you dcai"' w cba!lge 1D oillrllr~~~dy aub!d111!d,tuc:b chiD&c...,.. be lllldeby telqi'IIIIOf leww, provided~ n.lqnomorlctlllf ...:akee rdn:Du to the aolieltatioo and thit ~drn:nt,IDd i1 ~ved prior to tbe openiat: hour md d.r!c spcc.ile4.

12. ACCOUNTING AND APPROPRIATION DATA (If mPred)

See Schedule 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTSIORDERS.

IT MODIFIES THE CONTRACf/ORDERNO. ASDEOCRIBED IN ITEM 14.

A. THIS CHANCE ORDER IS I~D P~ANT TO: (~ecify authority) THE CHANGES SET fORTH IN ITEM 14 ARE MADE IN THE CONTRACf ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACf /ORDER IS MODiflED TO REFLECf THE ADMINISFRA T IVE CHANGES (such as chanp in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AIJI'HORITY OF FAR43.103(B).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: ~ W FAR 52.217-9 ~ to I:Ktend the Term of the Q)ntract. D. OTHER(~ecify type ofmO<tifteation IIDdauthority)

E. IMPORT ANT: Contractor 0 is uol, ~ is required to siga this document and ret\IIU 1 copies to the issuing offu:e.

14. DESCIUPTION OF AMENDMENTIMODI.flCATION (Orpnized by UCF section heading<~, including solicitation/contract suiject matter Ytbcn: fcasi~e.) MO<tilicatiou Control Number: fatimuri211970

The purpose of thl!l rrodificatDn is to exercise ~tx>n Alrbd One (1). As a result of this rrodlflcatx>n, the period of perforrmnce has been extended fromAptll27. 2011l0 Septerrber 26, 2011.

E~t u provided bcn:i11, elltam1111d oonditiona ofthe doauu:nt rrin:occd in ltem9A or lOA, IS heteeoilre clulll&cd. n:nain• ulldlan1ed aod in fill ilrce and eact.

!SA. NAME AND TITLE OFSlCNER(Type or print) 16A. NAME AND TITLE OF CONTRACfiNG OFFICER (Type or print) UICHAEL.hiURTW./ <:OfimVICTING OFFICER

TB.; 7'03-ell&-2478 EWAl; l!'fc:NII~.nil

ISB. CONTRACfORIOFFEROR lSC. DATE SIGNED 168. UNITED Sf ATES OF AMERICA 16C. DATE SIGNED

BY (Sgnature of person al1horized to sign)

EXCEPTION TO~ 30 . . 30 105 04 APPROVED BY OIRM 11-84

~/~ .. ---~ (Signature of Contracting Officer)

26-Apr-2011

ARDFORM30 10-SfAND (Rev. 83 Pn!SCribed by GSA FAR(48 CFR.) 53.243

Page 195: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECflON SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

SOLICITATION/CONTRACT FORM

The total cost of this contract was increased b~._{b-){-4) __ .... ~~(b)(4)

SUPPLIES OR SERVICES AND PRICES

CLIN 1001 The option status bas changed from Option to Option Exercised.

CLIN 1002 The option status has changed from Option to Option Exercised.

SUBCLIN I 00201 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY 100201

Incremental funding for CLIN 1002 FFP

UNIT

PURCHASE REQUEST NUMBER: 0605798D8ZP797

ACRNAB

ACCOUNTING AND APPROPRIATION

Summary for the Payment Office

UNIT PRICE

NETAMT

HQ0034-09-A-30 10 000201

Page2 of6

AMOUNT $0.00

$0.00

l{b){4)

As a result of this modification, the total funded amount for this document was increased by $134,000.00 from $190,254.88 to $324,254.88.

CLIN 1001:

AB: 971004001120P07970401255YS49447 DWAC00186 (CIN 000000000000000000000000001001) was increased by $133,039.20 from $0.00 to $133,039.20

The contract ACRN AB has been added. The CIN 000000000000000000000000001001 has been added.

Page 196: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SUBCLIN 100201: Funding on SUBCLIN 100201 is initiated as follows:

ACRN:AB

CIN:OOOOOOOOOOOOOOOOOOOOOOOOOOOOOO

Acctng Data: 97100400 ll20P07970401255YS49447 DWAC00186

Increase: $960.80

Total: $960.80

DELIVERIES AND PERFORMANCE

The following Delivery Schedule item for CLIN 0001 has been changed from:

DELIVERY DATE QUANTITY SHIP TO ADDRESS

POP 27-SEP-2010 TO N/A OSD DEFENSE RESEARCH AND 26-APR-20 11 ~QlNEERINO

l(b)(6) I 3030 DEFENSE PENTAGON WASHINGT~N DC 20301-3030

l(b)(6)

FOB: Destination

To:

DELIVERY DATE QUANTITY SHIP TO ADDRESS

POP 27-SEP-2010 TO N/A OSD DEFENSE RESEARCH AND 26-APR-2011 . ENGINE~R[!::!Q

HQ0034-09-A-3010 000201

Page 3 of6

UlC

HQ0287

UIC

HQ0287

lfb)(6) 1 3030 DEFENSE PENTAGON,~ WASHINGTON DC 20301-3030 l(b)(6) I FOB: Destination

The following Delivery Schedule item for CLIN 0002 bas been changed from:

DELIVERY DATE

POP 27-SEP-2010 TO' 26-APR-2011

QUANfiTY

N/A

SHIP TO ADDRESS

OSD DEFENSE RESEARCH AND ENGINEERING

l(b)(6) I 3030 DEFENSE PENTAGON WASHINGTJN DC 20301-3030

l(b )(6)

FOB: Destination

UIC

HQ0287

Page 197: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

To:

DELIVERY DATE

POP 27-SEP-2010 TO 26-APR-20 11

QUANTITY

N/A

SHIP TO ADDRESS

OSD DEFENSE RESEARCH AND ENGINEERING

HQ00.34-09-A-301 0 000201

Page4 of6

VIC

HQ0287

!{b)(s) I 3030 DEFENSE PENTAGON, RM!(b)(6) WASHINGTON DC 20301-3030 Hb)(s) I FOB: Destination

The following Delivery Schedule it.em for CLIN 1001 bas been changed from:

DELIVERY DATE QUANTITY SHIP TO ADDRESS VIC

POP 27-APR-2011 TO N/A OSD DEFENSE RESEARCH AND HQ0287 26-SEP-2011 ENGINEERING

l(b)(6) I 3030 DEFENSE PENf AGON WASHINGTON DC 20301-3030

l(b)(6) I FOB: Destination

To:

DELIVERY DATE QUANTITY SHIP TO ADDRESS VIC

POP 27-APR-2011 TO N/A OSD DEFENSE RESEARCH AND HQ0287 26-SEP-201 J ENQINEER!NG

l(b)(s) I 3030 DEFENSE PENTAGON,~ WASHINGTON OC 20301-3030

l(b)(6) I FOB: Destmation

The following Delivery Schedule item for CLIN 1002 has been changed from:

DELIVERY DATE QUANTITY SHIP TO ADDRESS UJC

POP 27-APR-2011 TO N/A OSD DEFENSE RESEARCH AND HQ0287 26-SEP-201 I ENGINEERINQ

l(b )(6) I 3030 DEFENSE PENTAGON WASHINGTON DC 20301-3030

l (b)(6} I FOB: Destmation

To:

DELNERY DATE QUANTITY SHIP TO ADDRESS UlC

Page 198: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

POP 27-APR-2011 TO 26-SEP-2011

NIA OSD DEFENSE RESEARCH AND ENGINEERING

HQ0034-09-A-3010 000201

Page 5 of6

HQ0287

lfb><s> 1 3030 DEFENSE PENTAGON, RMI(b)(6) WASHINGTON DC 20301-3030 Hb><s> 1 FOB: Destination

The following Delivery Schedule item for CLIN 2001 has been changed from:

DELIVERY DATE QUANTITY SHIP TO ADDRESS

POP 27-SEP-2011 TO NIA OSD DEFENSE RESEARCH AND 26-SEP-2012 llliQTNF.E.B TNCT

l<b)(6) I 3030 DEFENSE PENTAGON WASHINGTON DC 20301-3030

l~bl~6l I FOB: Destination

To:

DELIVERY DATE QUANTITY SHIP TO ADDRESS

POP 27-SEP-2011 TO N/A OSD DEFENSE RESEARCH AND 26-SEP-2012 ENGINEERING

l<b)(s) I 3030 DEFENSE PENTAGON,~ WASHINGTON DC 20301-3030 l<b)(6) I FOB: Destination

The following Delivery Schedule item for CLIN 2002 bas been changed from:

To:

DELIVERY DATE

POP 27-SEP-2010 TO 26-APR-20 ll

DELIVERY DATE

QUANTITY

N/A

QUANTITY

SHIP TO ADDRESS

OSD DEFENSE RESEARCH AND ENGINEERING l<b><s> I 3030 DEFENSE PENTAGON WASHINGTON DC 20301-3030 l<b ><s> I FOB: Destination

SfllP TO ADDRESS

UIC

HQ0287

UIC

HQ0287

UIC

HQ0287

urc

Page 199: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

HQ0034-09-A-3010 000201

Page 6 of6

POP 27-SEP-2010 TO 26-APR-2011

NIA OSD DEFENSE RESEARCH AND HQ0287 ENGINEERING

l(b)(6) I 3030 DEFENSE PENfAGON, ~

~~SHINGIQN DC 20301-3030

~~(~)- J

INSPECTION AND ACCEPTANCE

The following Acceptance/Inspection Schedule was added for SUBCLIN I 0020 I: INSPECT AT INSPECT BY ACCEPT AT N/A N/A N/A

(End of Summary of Changes)

ACCEPT BY Government

Page 200: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT ,I.CONlRA~ID CODE I PAOEOF PAGES

1 1 4 2. AMENDMENl7MODIFlCA liON NO. 3. EFl'EcnVE DA 1li 4. R.EQU1SI110N/PURCHA8E REQ. NO. I l. PltO.IECTNO.(lfapplicable)

02 27-Sep-2011 &£SCHEDULE

6.ISSUEDBY CODE 1-00034 7.ADMINISTER.ED BY (lfoll!crthm ium6) CODE lli:l0034 v.HS·ACCIJISITIOHDIRECTORATE

v.HS • /ltCOJISITIOH DIRECTORATE 1m~t<ENTST 11&5DB'ENSEPENT~ SUilC<WD WASH14GTON DC 2113)1-11!!1!1 ARUNGTON VA 22Zl9-21D

8. NAME AND ADD~ OF CONTRACTOR (No., ~beet, County, 9:ate and Zip Code) 9A. AMENDMENT OF SOUCT ATION NO. 8CXlZ AU.£H HAUl. T'OH INC. l<llo.fSilYP~ 98. DATED(SEE ITEM II) 8283GIEHSBORO DR MCLEAN VA2:21~

X lOA. MOD. ~FCO~CT/ORDERNO. 1-00034-09- -301 0-

lOB. DATED (SEE ITEM 13)

CODE 17038 I FACILITY CODE X 2~Sep-2010

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOUCT A TIONS

0 The above nu,-d,c:red solici11tio11 is.audod u ael llrtb in Item 14. The hour and date epco:iled l>r receipt ofOB!r 0 isGC~e~~ded, 0 Is not mended.

Ofoo- 111111 eckoowlodae m:eipt oflhis am:lldmmt prior to the b011r IDd date spaciiod in tbe aoliciuotioo or11 um~ded by one oftlle ill\owing oaboda: (a) By oo..,lctlnglt..,. 8 md 15, ll!ld rea.atlliog copie~~ of the IJ!al~t; (b) By .-knowlodaJag .o::clpt ofthis am::odmmt on -.h copy of tile oar aubtrined; or (c) 0, scpamlc letter or t.elegnmwbich lneJu~wce to the solic:imtioo lllld ~~Undtmlt nwmcn. FAn.URE OF YOURACIQIOWLEDGMENT10 BE llECElYED ATlli EPLACEDESIGNAlED FOR "ffiERECEIPTOFOFFERSPRIOR lO"ffiE HOUR AND DATESI'ECIFIEDMA YRESULTIN

R.EJilCllON OF YOUR OFFER. ltby virtue of this ~~~m~dtmlt you cSisin: to t~~anac an o!l:r oln:ady subatlled, 111eb c:blqe l1'a)' be mldc b~ tdqnmor lcr~. pR>v ided ..:b tdqnm OT I ctter llllket rc:i:l'euce to the sol h;l uotioQ &lid Ill is ll!'eOdDalt, and Ia noceivcd prior ID the opcninJ hour 111d da 1e 1 peci lied.

12. AOCOUNTING AND APPROPRIATION DATA (If required)

See Schedule

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS'ORDERS IT MODIFIES THE CONTRACf/ORDERNO. AS DE~RIBED IN ITEM 14.

A. THIS CHANCE ORDER IS I~D PURSUANT TO: (Specify authority) THE CHANGES SET FOKTH IN ITEM 14 ARE MADE lN THE CONTRACf ORDER NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO RE.fl.ECT THE ADMINISTRATIVE CHANGES(sucb as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITYOFFAR43.103(B).

C. THIS SUPPLEMENTAL A~MENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER(SpecifY type of modification and authority) FAR52.217-9, ~lion tD extend the terrTB of the contract

E.IMPOKT ANT: Q)ntr~~etor [E) is not, D is required to sign this d::lcument and return copies to the issuing office.

14. DEOCRIPTION OF AMENDMENTIMODIFlCATION (Organized by UCF section headings, iucludingsolicitationlcontraet ~~matter v.t.ere feasitm) Modification Control Number. storrx111711

The p.Jrpose of !tis rrodit'lcatlcn Is tD: 1 E"xerclse OptDn Year Two 2. AI other lern and condliOns rerr'liWI unchanged.

Exapt • provided bema, all tenmllld conditions ofthcdocutnmt rdlenced In ltem9A or lOA, u hc:moilrc ctlanaed, mmio.s uachangod aad in fill fln:c •nd cllln.

I SA. NAME AND TITLE OF Sl<JNER.(Type or print) 16A. NAME AND TITLE OF CONTRACTING OffiCER (Type or print) MICHAEI..MURTMA/ CONm.IICTINGa'FICER

TS.: ~241'11 fMAA.; trlcla!l~

ISB. CONTRACTOR/OFFEROR ISC DATE SI:GNED 168. UNITED SfATESOF AMERICA 16C. DATE SIGNED

~.P""~ .... ere;. BY .....

27-Sep-2011 (Signature of person authorized to sign) (Signature of Contracting OffiCer)

EXCEPTION TO SF 30 APPROVED BYOIRM 11-84

30-lOS-04 SfANDARDFORM30{Rev.I0-83 Prescribed by <:&\ FAR{48 <J'R) 53.243

Page 201: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

SECTION SF 30 BLOCK 14 CONTINUATION PAGE

SUMMARY OF CHANGES

SECTION SF 1449- CONTINUATION SHEET

SOLICITATION/CONTRACT FORM

The total cost of this contract was increased bj'-~b-)(_4_) _ __.I ~(b)(4)

SUPPLIES OR SERVICES AND PRICES

CLIN2001 The option status bas changed from Option to Option Exen:ised.

SUBCLIN 200101 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY 200101

Funding SUBCLIN FFP

UNIT

Contractor shall invoice forCLIN 2001, using this SUBCLIN.

ACRNAC

SUBCLIN 200102 is added as follows:

ITEM NO SUPPLIES/SERVICES QUANTITY 200102

Funding SUBCLIN FFP

UNJT

Contractor shall invoice for CLIN 2001 , using this SUBCLIN.

ACRN AD

SUBCLlN 200103 is added as follows:

UNIT PRICE

NET AMT

UNIT PRICE

NET AMT

H <b)(4)

HQ0034-09-A-3010 000202

Page 2 of4

AMOUNT $0.00

$0.00

l(b)(4)

AMOUNT $0.00

$0.00

l (b)(4)

Page 202: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

ITEM NO SUPPLIES/SERVICES QUANTITY 200103

Funding SUBCLIN FFP

UNIT

Contractor shall invoice for CLIN 2001, using this SUBCLIN.

ACRNAE

ACCOUNTING AND APPROPRJATION

Summary for the Payment Office

UNIT PRICE

NETAMT

HQ0034-09-A-3010 000202

Page3 of4

AMOUNT $0.00

$0.00

l(b)(4)

As a result of this modification, the to La I funded amount for this document was increased by $324,164.00 from $324,254.88 to $648,418.88.

SUBCLIN 200101: Funding on SUBCLIN 200101 is initiated a.s follows:

ACRN:AC

CIN: HQ028712550002000000 1

AcctngData: 9710400.1120 Pl797 0401 255Y S49447 DWAC10209

Increase: $120,164.00

Total: $120,164.00

SUBCUN 200102: Funding on SUBCLIN 200102 is initiated as follows:

ACRN: AD

CIN: HQ028712520002000000l

Acctng Data: 97 0 0400.1120 P0649 0401 255Y S49447 DWAC00205

Increase: $142,000.00

Total: $142,000.00

SUBCLIN 200103: Funding on SUBCLIN 200103 is initiated as follows:

ACRN: AE

Page 203: SEE ITEM 9 - Washington Headquarters Services · 2017-05-15 · HQ0034-09-A-30 I 0 Page4 of44 Orders will be placed by the Washington Headquarters Services Acquisition & Procurement

CIN: HQ0287125200010000001

Acctng Data: 97 0 0400.1120 P0534 0401 255Y 849447 DWAC00204

Increase: $62,000.00

Total: $62,000.00

DELIVERIES AND PERFORMANCE

The following Delivery Schedule item for CLIN 1002 bas been changed from:

DELIVERY DATE QUANTITY SHIP TO ADDRESS

POP 27-APR-2011 TO N/A OSD DEFENSE RESEARCH AND

HQ0034-09-A-3010 000202

Page4 of4

VIC

HQ0287 26-SEP-2011

if!~PdrrAGON,~ WAS:GT9N DC 20301-3030

l<b)(6)

FOB: estination

To:

DELIVERY DATE QUANTITY SHIP TO ADDRESS VIC

POP 27-APR-2010 TO N/A OSD DEFENSE RESEARCH AND HQ0287 26-SEP-20 II ENGINEERING

l<b><s> I 3030 DEFENSE PENTAGON, RMI(b)(S) I WASHJNGIDI DC 20301-3030

l<b)(6)

FOB: Destination

INSPECTION AND ACCEPTANCE

The following Acceptance/Inspection Schedule was added for SUBCLIN 200101: INSPECT AT INSPECT BY ACCEPT AT Destination Government Destination

The following Acceptance/Inspection Schedule was added for SUBCLIN 200102: INSPECT AT INSPECT BY ACCEPT AT Destination Government Destination

The foJlowing Acceptancellnspection Schedule was added for SUBCLIN 200103: INSPECT AT INSPECT BY ACCEPT AT Destination Government Destination

(End of Summary of Changes)

ACCEPT BY Government

ACCEPT BY Government

ACCEPT BY Government