ORDERFORSUPPLIESORSERVICES



Similar documents
DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 04/03/2008 MOD 04/03/2008

ORDER FOR SUPPLIES OR SERVICES

The Line of Accounting information is hereby changed as follows:

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. N D-4925 EJP2 02/13/2008 N NR-55094

DFAS Charleston Vendor Pay Code FP P.O. Box Charleston, SC Director of Contrac. See the Following Pages

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

All travelers are to comply with the following travel and business expense reimbursement policies and procedural guidelines.

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

Federal Acquisition Regulations. Defense Federal Acquisition Regulations Supplement. Naval Air Systems Command

DoD Financial Management Regulation Volume 10, Chapter 11 February 1996 CHAPTER 11 PAYMENT AS REIMBURSEMENT FOR PERSONAL EXPENDITURES

TRAVEL POLICY FOR THE U.S. SCIENCE SUPPORT PROGRAM (USSSP) OFFICE

1. Delete Clause HQ G INVOICE INSTRUCTIONS and ADD the following two Clauses in full text to Section G:

UNIVERSITY TRAVEL POLICIES AND PROCEDURES

Reimbursement of Employee Expenses:

Office of Audits. Independent Auditor s Report on the Application of Agreed-Upon Procedures Related to Selected DynCorp Invoices UNCLASSIFIED

TRAVEL MANAGEMENT AND GENERAL EXPENSES PROTOCOL FN 2.0

Public Vouchers. Further information is available in the Information for Contractors Manual under Enclosure 5

Navy Construction / Facilities Management Invoice

North Dakota State University Policy Manual

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 05/13/2008 MOD 05/19/2008

SUBCONTRACTOR TASK ORDER

10. THIS ACQUISITION IS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS

TRIAL JUDGE TRAVEL REIMBURSEMENT POLICIES Revision 11/1/2013

Blanket Purchase Agreement Attachment C Ordering Guide. DLT Solutions/Autodesk. Blanket Purchase Agreement (BPA): N A-ZF30

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2

DFAS Wide-Area Workflow Issues

(FIXED PRICE SUBCONTRACTS)

Chemical Safety and Hazard Investigation Board

Travel, Business Expense, and Relocation Policy. Standard Practices and Guidelines for TJPA Consultants and Subconsultants. Effective October 2009

College Policy SUBJECT: NUMBER: Travel and Business Related Expenses Policy ORIGINAL DATE OF ISSUE: 5/19/71 REVISED: 3/21/ /16/15

University Students Council of the University of Western Ontario TRAVEL POLICY

ORDER FOR SUPPLIES OR SERVICES (FINAL)

Pre-Award Accounting Systems

ODIG-AUD (ATTN: Audit Suggestions) Department of Defense Inspector General 400 Army Navy Drive (Room 801) Arlington, VA

TRAVEL EXPENSE POLICY

CSM Guideline for Completion of TA s and TE s

How to Prepare a Travel Voucher (DD Form ) A step-by-step guide for Army Wounded Warriors

How To Pay For A Furnace With A Credit Card

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30

UNITED STATES POSTAL SERVICE. postal agreement with the department of defense

CHAPTER 5: TRAVEL 5.1 POLICY

10. THIS ACQUISITION IS SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS

STATE JOINT TRAVEL REGULATIONS JUDICIAL BRANCH TRAVEL POLICY

(G-PS-1) Subj: Washington, DC (202) COMDTINST COMMANDANT INSTRUCTION

USEITI Multi-Stakeholder Group. Invitational Travel and Reimbursement Procedures

USA Archery Travel Policies and Procedures Contents

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

General Services Administration Federal Acquisition Service Authorized Federal Supply Schedule Price List

UMBC TRAVEL POLICY AND PROCEDURES

DODIG July 18, Navy Did Not Develop Processes in the Navy Enterprise Resource Planning System to Account for Military Equipment Assets

Concur Government Edition (CGE) ETS2 Pricing

PROFESSIONAL/CONSULTING SERVICES AGREEMENT

Accounting System Requirements

[X] [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [ ] D. OTHER (Specify type of modification and authority)

Magellan MFLC Program Procedure Procedure Name: MFLC Travel Policy Page 1 of 4

July 6, (1) CHAPTER 11

10. THIS ACQUISITION IS. (!g UNRESTRICTED OR DIV OF PROCUREMENT SERVICES []SMALL BUSINESS DEMERGING SMALL BUSINESS SIZE STANDARD:

Colorado State University Quick Reference Guide to University Travel

Travel Policy. Finance and Accounting

State Travel Management Unit Board of Public Works Subtitle 02 Business Administration Standard Travel Regulations

USE OF MANAGEMENT AND OPERATING CONTRACTOR EMPLOYEES FOR SERVICES TO NNSA IN THE WASHINGTON, D.C., AREA

This slide show is presented as a job aid for military members who are transferred PCS and must submit a Travel Claim (DD ) for reimbursement.

NEW AGE FASTENING SYSTEMS, INC. NEW AGE FASTENING SYSTEMS, INC. 512 Business Travel Expenses

The purpose of this policy is to set expectations for a system for reimbursing employees for qualifying business expenses.

MSTC ADMINISTRATIVE POLICY

CTO Standard Operating Procedure (SOP) NPS Business Rules for Commercial Travel Office Interactions

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30

DELIVERY ORDER 2. DELIVERY ORDER NO. N DFAS Columbus Center,South Entitlement Operations. P.O. Box Columbus, OH 43213

576 Valley Rd, #234 Wayne, NJ Tel: (973) Fax: (973) Attention: Date:

Policy Title: Policy Number: Travel Expenses 2.1.6

Palantir Software Enterprise Software Agreement. Blanket Purchase Agreement (BPA) N A-ZF34. (Approved 5/21/15) (Approved

DCAA and the Small Business Innovative Research (SBIR) Program

LABOR PERMITS, TAXES, CERTIFICATIONS

Century Fasteners & Machine Co., INC. /CFMC PURCHASE ORDER

Memorial University of Newfoundland Travel Regents Policy

CHAPTER 5 SMALL PURCHASES

THE COOPER UNION POLICIES AND PROCEDURES TRAVEL/ BUSINESS EXPENSES

DCAA Our Role. Laura Cloyd-Hall, CPA, MBA John D. Mollohan II, CPA, CFE. Page 1. DCAA : Celebrating 50 Years of Excellence

COST PLUS AWARD FEE CONTRACT ADMINISTRATION DESKGUIDE

LIVINGSTON COUNTY COUNTY BUSINESS EXPENSE REIMBURSEMENT POLICY

Department of Defense DIRECTIVE

Department of Bioengineering

Procedure 20345: Moving and Relocation Expenses

State of Ohio Model Bid/Quote Template for General Goods & Services (Non-IT)

Evaluating time and expense systems: Choosing the right platform for your organization

Addendum 529 (5/13) Page 1 of 5

What Documents are required at Pre-award Audit of an agreement or sub-agreement. How to Avoid Common Proposal Mistakes

SECTION G CONTRACT ADMINISTRATION DATA. The person named below is designated as the Contracting Officer's Representative (COR):

Procedures for Filling Out and Submitting Your Travel Claim (DD Form )

NUMBER: BUSF Business and Finance. DATE: August 9, REVISED: December 15, 2010

Management, Budget & Accounting Department Accounting and Control Bureau Section 412.4

ADMINISTRATIVE PROCEDURE San Mateo County Community College District

GENERAL SERVICES ADMINISTRATION FEDERAL SUPPLY SERVICE AUTHORIZED FEDERAL SUPPLY SERVICE SCHEDULE PRICE LIST

Pasadena City College Foundation, Inc. Reimbursement Expense Plan

Frequently Asked Questions Travel Advances & Travel Expenses Effective 06/01/2010

Rules of Office of Administration Division 10 Commissioner of Administration Chapter 11 Travel Regulations

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION INTERSTATE TRANSPORTATION OF GOODS (FREIGHT) SERVICES PUBLICATION

Transcription:

ORDERFORSUPPLIESORSERVICES PAGE 1 OF 10 1. CONTRACT/P URCH. ORDER/ AGREEMENTNO. N68936-05-D-0039 2. DELIVERY ORDER/ CALL NO. 3.DATE OF ORDER/CALL (YYYYMMMDD) 2009 Sep 11 4.REQ./ PURCH.REQUESTNO. 1300134398 5.PRIORITY 6. ISSUED BY CODE CDR NAWCWD CODE 254300D ATTN: S. CASEY (760) 939-4115 429 E BOWEN RD - STOP 4015 CHINA LAKE CA 93555 N68936 7. ADMINIST ERED BY (if other than 6) SEE ITEM 6 CODE 8. DELIVERY FOB DESTINATION X OTHER (See Schedule if other) 9. CONTRACTOR CODE 05ZG9 FACILIT Y NAME AN D ADDRESS NEW DIRECTIONS TECHNOLOGIES, INC. IKE MATSUNAGA 137 DRUMMOND AVE STE A RIDGECREST CA 93555-3117 10.DELIVER TO FOB POINTBY (Date) (YYYYMMMDD) SEE SCHEDULE 12.DISCOUNTTERMS 11. MARK IF BUSINESS IS SMALL SMALL DISADVANTAGED WOMEN-OWNED 14. SHIP TO SEE SCHEDULE CODE 15. PAYMENT WILL BE MADE BY CODE NAVY ERP NAVAIR WD, CODE J26000D 1 ADMIN CIRCLE MAIL STOP 1318 CHINA LAKE CA 93555-5000 13. MAIL INVOICES TO THE ADDRESS IN BLOCK See herein N64141 MARK ALL PACKAGES AND PAPERS W ITH IDENTIFIC ATIO N NUMBERS IN BLO CKS 1 AND 2. 16. TYPE OF ORDER DELIVERY/ CALL PURCHASE X This delivery order/call is issued on another Government agency or in accordance with and subject to terms and conditions ofabove numbered contract. Reference your quote dated Furnish the following on terms specified herein. REF: ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME. NAME OF CONTRACTOR SIGNATURE TYPED NAME AND TITLE If this box is marked, supplier must sign Acceptance and return the following number of copies: 17. ACCOUNTING AND APPROPRIATION DATA/ LOCAL USE DATE SIGNED (YYYYMMMDD) See Schedule 18. ITEM NO. 19. SCHEDULE OF SUPPLIES/ SERVICES 20. QUANTITY ORDERED/ ACCEPT ED* 21. UNIT 22. UNIT PRICE 23. AMOUNT SEE SCHEDULE 24. UNITED STATES OF AMERICA TEL: (760) 939-2983 * If quantity accepted by the Government is same as quantity ordered,indicate by X. If different,enter actual EMAIL: martie.hicks@navy.mil quantity accepted below quantity ordered and encircle. BY: Martie A Hicks 27a. QUANTITY IN COLUMN 20 HAS BEEN INSPECT ED RECEIVED ACCEPTED, AND CONFORMS TO THE CONTRACT EXCEPT AS NOTED b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 25. TOTAL $256,911.97 26. CONTRACTING / ORDERING OFFICER DIFFERENCES c. DATE d. PRINTED NAME AND TITLE OF AUTHORIZED (YYYYMMMDD) GOVERNMENT REPRESENT AT IVE e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 28. SHIP NO. 29. DO VOUCHER NO. 30. INIT IALS f. TELEPHONE NUMBER g. E-MAIL ADDRESS PARTIAL FINAL 32. PAID BY 33. AMOUNT VERIFIED CORRECT FOR 36. I certify this account is correct and proper for paym ent. a. DATE b. SIGNATURE AND TITLE OF CERTIFYING OFFICER (YYYYMMMDD) 31. PAYMENT COMPLET E PARTIAL FINAL 34. CHECK NUMBER 35. BILL OF LADING NO. 37. RECEIVED AT 38. RECEIVED BY 39. DATE RECEIVED 40.TOTAL (YYYYMMMDD) CONTAINERS 41. S/R ACCOUNT NO. 42. S/R VOUCHER NO. DD Form 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE.

Page 2 of 10 Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0005 EXERCISED CPFF OPTION Option Year Four The contractor shall provide services in accordance with Section C, Statement of Work Comptroller Department Support. FOB: Destination PURCHASE REQUEST NUMBER: 1300134398 MAX COST FIXED FEE TOTAL MAX COST + FEE Ex (b)(4) Ex (b)(4) $256,911.97 ACRN AA $256,911.97 CIN: 130013439800001

Page 3 of 10 Section C - Descriptions and Specifications PWS Statement of Work N-ERP Financial Management Support 1.0 BACKGROUND. The Naval Air Warfare Center Weapons Division (NAWCWD) Sidewinder//Weapons Engagement Office (WEO) Business Office is responsible for all aspects of the financial administration of funds from a variety of sponsors including FMS customers. 2.0 SCOPE. The scope of this effort is to provide data information handling, auditing services, budget analysis, database management and administration, and corporate financial business services to NAWCWD s Sidewinder/Weapons Engagement Business Office. 3.0 REQUIREMENTS The contractor will be required to support receipt, tracking, reconciliation and disposition of a large volume of funding documents, procurement actions, and other data administration using ERP and local databases in support of the Sidewinder and WEO projects. 3.1 Financial Management Support The contractor shall perform financial management support using SAP/R3 reporting capabilities, review procurement documents and order reconciliation of funds from on and off station customers. The contractor will provide ongoing day-to-day advice/recommendations for managers with budget problems and respond to requests for information. Perform processing of incoming and outgoing funds documents, funds administration and return of funds to sponsor, PID/PRs, PID modifications and update of the ERP financial management databases for Sidewinder, WEO Database products will include financial reports, adjustments, reviews, PID/PR status, and other reports for technical managers, business office personnel, and sponsors. 3.2 Audit Support The contractor shall perform examination and appraisal of incoming/outgoing financial documents with emphasis on degree of compliance with financial management principles and business office policies/procedures and SAP business practice policies. The contractor will review all actions against project funding within SAP for appropriateness and provide corrective action as required. The contractor will detect problems, errors, or other defects in the financial documents and perform corrective actions. 3.3 Database Administration The contractor shall support Business Financial Management database operations within the department that includes ERP financial database, project status database, travel manager database, and ERP PID/PR database. 3.4 Administrative Support 3.4.1 The contractor shall prepare financial documentation in hardcopy, or electronic media format as required using standard Microsoft Office suite of Applications. The contractor shall attend Government meetings to gather information relevant to the Program Office financial activities and shall assist in coordination and conference arrangements as required. The contractor shall accompany Government personnel on travel to meetings, project reviews, and technical reviews as required. The contractor will be knowledgeable in the Travel Manager Database and support business office processes of government travel. 3.5 Navy ERP Transitional Financial Support The contractor shall validate the accuracy of data transitioned from the current system, SIGMA (ERP), to the new system, Navy ERP. The contractor will assist in the identification of Navy ERP reports that provide data currently found in SIGMA(ERP)reports (CJEO, CJI3, CJI5, ZAMEND, ME23N, ME53N, ZRF03, CJ31, Z2193, and VA03).

Page 4 of 10 The contractor will prepare a "crosswalk" for report data for project office personnel. The contractor shall identify errors or omissions and work with the Government and N-ERP personnel to correct these problems. 3.0 GOVERNMENT FURNISHED RESOURCES 3.1 The Government will provide adequate access to office space and appropriately configured NMCI seats. The Government will provide applicable Program Office financial information as required to satisfy contract tasking. 4.0 TRAVEL/TRAINING 4.1 Travel, training, and overtime may be required to support other Government and commercial activities. 4.2 All travel, training, and overtime by contractor personnel will be requested in writing and presented to the COR for approval at least 24 hours in advance. 4.3 Each travel/training request will include traveler(s) name(s) and shall itemize duration, airfare, cost of lodging, per diem, car rental, and miscellaneous expenses in accordance with current JTR rates. Each overtime request will include name, hours requested, purpose of overtime, and government requester. 5.0 SECURITY 5.1 Work under this contract is unclassified.

Page 5 of 10 Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0005 Destination Government Destination Government

Page 6 of 10 Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0005 POP 12-SEP-2009 TO 11-SEP-2010 N/A N/A FOB: Destination

Page 7 of 10 Section G - Contract Administration Data ACCOUNTING AND APPROPRIATION DATA AA: 97X4930 NH2C 253 77777 0 050120 2F 000000 COST CODE: A00000270632 AMOUNT: $256,911.97 CIN 130013439800001: $256,911.97 CLAUSES INCORPORATED BY FULL TEXT 5252.201-9500 GOVERNMENT POINTS OF CONTACT (NAVAIR)(OCT 2005) (a) The Government Technical Point of Contact (GTPOC) for this contract are: Ex (b)(6) (b) The GTPOC will provide technical direction and discussion, as relating, but not limited to the specification and/or statement of work, and will monitor the progress and quality of contractor performance. (c) The GTPOC is not an Administrative Contracting Officer and does not have authority to take any action, either directly or indirectly, that would change the pricing, quantity, quality, place of performance, delivery schedule, or any other terms and conditions of the contract (or delivery/task order), or to direct the accomplishment of effort which goes beyond the scope of the statement of work in the contract (or delivery/task order). When, in the opinion of the contractor, the GTPOC requests any of the aforementioned changes, the contractor shall promptly notify the Contracting Officer (or ordering officer, for delivery/task orders) in writing. If the contractor believes or interprets any action by the TPOC to be a change to the contract, the contractor will promptly notify the Contracting Officer in writing. No action shall be taken by the contractor under such direction until the Contracting Officer (or ordering officer) has issued a modification to the contract (or delivery/task order) concerning the subject change(s) or has otherwise resolved the issue. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. 5252.232-9513 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (MAR 2009) (a) The following information is provided to assist the contractor in submitting invoices and receiving reports electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF) in accordance with DFARS 252.232-7003: (1) Registration instructions, on-line training, user guides, quick reference guides, and other support documents and information can be found at the following website: WAWF Overview (2) Vendors should contact the following POCs for additional support with registration or other WAWF issues, based on the administration of their contract: (i) DCMA-administered contracts: Contact the ACO at the cognizant Defense Contract Management Agency (DCMA) office found in the contract. (ii) Locally-administered contracts: Contact your local NAVAIR/NAWC Pay Office (Commercial Accounts) at 760-939-2651 or DFAS via the numbers listed at www.dfas.mil (3) Information on the electronic forms the contractor shall utilize to comply with DFARS 252.232-7003 is available on the WAWF Functional Information and WAWF Training websites.

Page 8 of 10 (4) Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for the size of files per invoice is 5 megabytes. (b) The following information, regarding invoice routing DODAACs, must be entered for completion of the invoice in WAWF: DoDAAC LOCATION TABLE -Select Combo for Fixed Price Supplies and Services -Select Cost Voucher for all Cost or T&M or CLINs. -The 2-in-1 invoice is not authorized for use by NAVAIR -Questions? Call 1-866-618-5988 LocatedinBlock DoDAAC Description DD1155 (Destination Acceptance) DD1155 (Source/Origin Acceptance) SF26 SF33 SF1449 SF1449 (Destination Acceptance) Issuing Office DoDAAC 6 6 5 7 7 9 Administrating Office DoDAAC 7 7 6 24 26 16 Inspector's See See See See See 11 DoDAAC Schedule Schedule Schedule Schedule Schedule Service Acceptor See See See 14 11 DoDAAC Schedule Schedule Schedule 15 Pay Office DoDAAC 15 16 12 25 27 18a (c) Cost Vouchers also require the cognizant DCAA DoDAAC, which can be found by entering the contractor s zip code in the Audit Office Locator at http://www.dcaa.mil. Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Final voucher submission will be approved by the ACO. (d) For each invoice / cost voucher submitted for payment, the contractor shall also email the WAWF automated invoice notice directly to the following additional points of contact: Name (or Clause w/name) Email Phone Role See: 5252.201-9500 or 5252.201-9501 Ex (b)(6) Ex (b)(6) Technical Point of Contact or Contracting Officer's Representative Ex (b)(6) @navy.mil (760)939- Ex (b)(6) Acceptor/reviewer Ex (b)(6) @navy.mil (760)939 Ex (b)(6) Alternate acceptor/reviewer

Page 9 of 10 Section H - Special Contract Requirements CLAUSES INCORPORATED BY FULL TEXT 5252.232-9509 REIMBURSEMENT OF TRAVEL, PER DIEM, AND SPECIAL MATERIAL COSTS (NAVAIR)(OCT 2006) (a) Area of Travel. Performance under this contract may require travel by contractor personnel. If travel, domestic or overseas, is required, the contractor is responsible for making all necessary arrangements for its personnel. These include but are not limited to: medical examinations, immunizations, passports/visas/etc., and security clearances. All contractor personnel required to perform work on any U.S. Navy vessel shall obtain boarding authorization from the Commanding Officer of the vessel before boarding (b) Travel Policy. The Government will reimburse the contractor for allowable travel costs incurred by the contractor in performance of the contract in accordance with FAR Subpart 31.2. Travel required for tasks assigned under this contract shall be governed in accordance with: Federal Travel Regulations, prescribed by the General Services Administration for travel in the conterminous 48 United States, (hereinafter the FTR); Joint Travel Regulation, Volume 2, DoD Civilian Personnel, Appendix A, prescribed by the Department of Defense, for travel in Alaska, Hawaii, The Commonwealth of Puerto Rico, and territories and possessions of the United States (hereinafter JTR); and Standardized Regulations (Government Civilians, Foreign Areas), Section 925, "Maximum Travel Per Diem Allowances for Foreign Areas," prescribed by the Department of State, for travel in areas not covered in the FTR or JTR (hereinafter the SR). (c) Travel. Travel and subsistence are authorized for travel beyond a fifty-mile radius of the contractor s office whenever a task assignment requires work to be accomplished at a temporary alternate worksite. No travel or subsistence shall be charged for work performed within a fifty-mile radius of the contractor s office. The contractor shall not be paid for travel or subsistence for contractor personnel who reside in the metropolitan area in which the tasks are being performed. Travel performed for personal convenience, in conjunction with personal recreation, or daily travel to and from work at the contractor s facility will not be reimbursed. (1) For travel costs other than described in paragraph (c) above, the contractor shall be paid on the basis of actual amount paid to the extent that such travel is necessary for the performance of services under the contract and is authorized by the COR in writing. (2) When transportation by privately owned conveyance is authorized, the contractor shall be paid on a mileage basis not to exceed the applicable Government transportation rate as contained in the FTR, JTR or SR. Authorization for the use of privately owned conveyance shall be indicated in the basic contract. Distances traveled between points shall be shown on invoices as listed in standard highway mileage guides. Reimbursement will not exceed the mileage shown in the standard highway mileage guides. (3) The contractor agrees, in the performance of necessary travel, to use the lowest cost mode commensurate with the requirements of the mission as set forth in the basic contract and in accordance with good traffic management principles. When it is necessary to use air or rail travel, the contractor agrees to use coach, tourist class, or similar accommodations to the extent consistent with the successful and economical accomplishment of the mission for which the travel is being performed. (4) The contractor s invoices shall include receipts or other evidence substantiating actual costs incurred for authorized travel. In no event will such payments exceed the rates of common carriers. (d) Vehicle and/or Truck Rentals. The contractor shall be reimbursed for actual rental/lease of special vehicles and/or trucks (i.e., of a type not normally used by the contractor in the conduct of its business) only if authorized in the basic contract or upon approval by the COR. Reimbursement of such rental shall be made based on actual amounts paid by the contractor. Use of rental/lease costs of vehicles and/or trucks that are of a type normally used by the contractor in the conduct of its business are not subject to reimbursement (e) Car Rental. The contractor shall be reimbursed for car rental, exclusive of mileage charges, as authorized in the basic contract or upon approval by the COR, when the services are required to be performed beyond the normal commuting distance from the contractor s facilities. Car rental for a team on TDY at one site will be allowed for a minimum of four (4) persons per car, provided that such number or greater comprise the TDY team. (f) Per Diem. The contractor shall not be paid for per diem for contractor personnel who reside in the metropolitan areas in which the tasks are being performed. Per Diem shall not be paid on services performed within a fifty-mile radius of the contractor s home office or the contractor s local office. Per Diem is authorized for

Page 10 of 10 contractor personnel beyond a fifty-mile radius of the contractor s home or local offices whenever a task assigned requires work to be done at a temporary alternate worksite. Per Diem shall be paid to the contractor only to the extent that overnight stay is necessary and authorized under this contract. The authorized per diem rate shall be the same as the prevailing per diem in the worksite locality. These rates will be based on rates contained in the FTR, JTR or SR. The applicable rate is authorized at a flat seventy-five (75%) percent on the day of departure from contractor s home or local office, and on the day of return. Reimbursement to the contractor for per diem shall be limited to actual payments to per diem defined herein. The contractor shall provide actual payments of per diem defined herein. The contractor shall provide supporting documentation for per diem expenses as evidence of actual payment. (g) Shipboard Stays. Whenever work assignments require temporary duty aboard a Government ship, the contractor will be reimbursed at the per diem rates identified in paragraph C8101.2C or C81181.3B(6) of the Department of Defense Joint Travel Regulations, Volume II. (h) Special Material. Special material includes only the costs of material, supplies, or services which is peculiar to the ordered data and which is not suitable for use in the course of the contractor s normal business. It shall be furnished pursuant to specific authorization approved by the COR. The contractor will be required to support all material costs claimed by its costs less any applicable discounts. Special materials include, but are not limited to, graphic reproduction expenses, or technical illustrative or design requirements needing special processing.