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



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

The Line of Accounting information is hereby changed as follows:

See Block 16C Idaho Operations. Idaho Operations Fremont Avenue. Idaho Falls ID x DE-AC07-05ID /09/2004

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

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

SUBCONTRACTOR TASK ORDER

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

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

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

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

STOC II Draft RFP (W900KK-08-R-0001) Questions & Answers

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO.

Schedule 871 GSA Professional Engineering Services (PES)

Software Quality Subcontractor Survey Questionnaire INSTRUCTIONS FOR PURCHASE ORDER ATTACHMENT Q-201

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 3

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

Primal Innovation, LLC 201 Tech Drive Sanford, FL Small, Veteran Owned, Service-Disabled Business (407)

GENERAL SERVICES ADMINISTRATION Federal Supply Schedule Authorized Federal Supply Schedule

ORDER FOR SUPPLIES OR SERVICES

TOOLING DEFINITIONS, COST AND AUDIT GUIDELINES

Solicitation Web Hosting Services for the Disaster Volunteer Network. State of California

Construction Management Standards of Practice

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

DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION. Small Business Process

Exhibit F. VA CAI - Staff Aug Job Titles and Descriptions Effective 2015

How To Work For T-Solutions

DEPARTMENT OF DEFENSE HANDBOOK PARTS MANAGEMENT. This handbook is for guidance only. Do not cite this document as a requirement.

AP1000 European 18. Human Factors Engineering Design Control Document

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

CHAPTER 23. Contract Management and Administration

Contract Compliance and the Federal Acquisition Regulation (FAR)

CQR-1 CONTRACTOR QUALITY REQUIREMENTS for CONSTRUCTION SERVICES

ADMINISTRATIVE SUPPORT AND CLERICAL OCCUPATIONS SIN 736 1

REQUEST FOR PROPOSALS (RFP) - Construction Management Services. Germantown School District Office

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

Request for Proposal Permitting Software

CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS

8.OFFER DUE DATE: 2:00pm September 18, PAYMENT DISCOUNT TERMS

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

Navy and Marine Corps Have Weak Procurement Processes for Cost reimbursement Contract Issuance and Management

Quality System Manual

Federal Supply Service Authorized Federal Supply Schedule Pricelist

Enterprise Scheduler Rev. 0 Bid # Scope of Work

Audit Management Software Solution

DGS (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) /15/2016 NM

CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP)

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

Quality Assurance QUALITY ASSURANCE PLAN

Position Classification Standard for Traffic Management Series, GS Table of Contents

Advanced Integrated Technologies, LLC

Rail Network Configuration Management

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

Designer Quality Control Plan Guidelines

DEPARTMENT OF THE ARMY ARMY CONTRACTING COMMAND REDSTONE BUILDING 5303 MARTIN ROAD REDSTONE ARSENAL, ALABAMA

SEAPORTE SUBCONTRACTOR DATA SHEET

informing technology decisions

Superconducting Magnet Division

Project Management Procedures

SPAWAR HQ ARCHITECTURE AND HUMAN SYSTEMS GROUP Human-Systems Integration/Systems Engineering Support Performance Work Statement

Decision. Sygnetics, Inc. Matter of: B File: Date: August 25, 2011

MEDFORD FABRICATION CSC, INC. Quality System Manual. Date of issue: 03/25/2010 Revision : F

Page 1 of 7 Effective Date: 12/18/03 Software Supplier Process Requirements

GSA SCHEDULE: PROFESSIONAL ENGINEERING SERVICES (PES) - FSC GROUP 871 CONTRACT # - GS-10F-0254U

GENERAL SERVICES ADMINISTRATION Federal Acquisition Service Mission Oriented Business Integrated Services (MOBIS) SCHEDULE PRICE LIST

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

Request for Proposal Environmental Management Software

Transcription:

1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) -Dec-2015 1300540900 & 1300541098 N/A 6. ISSUED BY CODE N64498 7. ADMINISTERED BY (If other than Item 6) CODE S3915A NAVAL SURFACE WARFARE CENTER PHILA NSWCPD Philadelphia PA 19112-1403 Karen.Johnson2@navy.mil 215-897-7062 DCMA PHILADELPHIA 700 ROBBINS AVENUE, BLDG. 4-A, P.O. BOX 11427 PHILADELPHIA PA 19111-0427 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. NDI Engineering 100 Grove Rd. Thorofare NJ 08086-0518 9B. DATED (SEE ITEM 11) CAGE CODE [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. - 10B. DATED (SEE ITEM 13) 4X596 FACILITY CODE 04-Jun-2013 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [ ]The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers [ ] is extended, [ ] is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SEE SECTION G 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. [ ] [ ] B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.)set FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) IAW FAR Clause 52.2-22 Limitation of Funds E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) John L Striano, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/john L Striano -Dec-2015 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

2 of 2 GENERAL INFORMATION 1. The purpose of this modification is to (1) exercise option Year Two CLIN 4200; (2) provide incremental funding; (3) revise section G clause; and (4) note changes to section G. (1) Year Two CLIN 4200 is hereby exercised. As a result, the total value of the order is hereby increased from $9,712,293.39 by $3,759,578.26 to $13,471,871.65. (2) Provide incremental funding in the amount of $69,400.00 as follows: CLIN/SLIN Type of Fund From ($) By ($) To ($) 420001 OMN 0.00 8,100.00 8,100.00 (Labor associated with TI 41) 420002 OMN 0.00 3,300.00 3,300.00 (Labor associated with TI 41) 420003 OMN 0.00 2,600.00 2,600.00 (Labor associated with TI 41) 420004 OMN 0.00 1,200.00 1,200.00 (Labor associated with TI 41) 420005 OMN 0.00 24,300.00 24,300.00 (Labor associated with TI 41) 420006 OMN 0.00 4,100.00 4,100.00 (Labor associated with TI 41) 420007 OMN 0.00 5,400.00 5,400.00 (Labor associated with TI 41) 420008 OMN 0.00 1,200.00 1,200.00 (Labor associated with TI 41) 420009 OMN 0.00 3,500.00 3,500.00 (Labor associated with TI 41) 420010 OMN 0.00 2,000.00 2,000.00 (Labor associated with TI 41) 420011 OMN 0.00 2,400.00 2,400.00 (Labor associated with TI 41) 420012 OMN 0.00 500.00 500.00 (Labor associated with TI 41) 420013 OMN 0.00 2,000.00 2,000.00 (Labor associated with TI 41) 420014 OMN 0.00 4,000.00 4,000.00 (Labor associated with TI 41) 420015 OMN 0.00 3,800.00 3,800.00 (Labor associated with TI 41) 420016 OMN 0.00 1,000.00 1,000.00 (Labor associated with TI 41) As a result, the total amount of funds obligated to the task is hereby increased from $7,842,193.46 by $69,400.00 to $7,911,593.46. It is estimated the funding under this order will cover the cost of performance associated with TI 41 through 03 June 2016. The total amount of funding obligated and available for payment under this task order is $7,911,593.46. In accordance with contract clause 52.2-22, the Government is not obligated to reimburse the contractor for any costs incurred in excess of $7,911,593.46 unless additional funds are made available and obligated under this order in a subsequent modification. (3) Revise Section G clause entitled "SEA clause 5252.2-9014 Allotment of Funds - Alternate 1 (Jan 2008)" to read as follows: ITEMS(S) ALLOTTED TO COST ($) ALLOTTED TO FEE ($) 420001 7,570.09 529.91 420002 3,084.11 215.89 420003 2,429.91 170.09 420004 1,121.50 78.50 420005 22,710.28 1,589.72 420006 3,831.78 268.22 420007 5,046.73 353.27 420008 1,121.50 78.50 420009 3,271.03 228.97 420010 1,869.16 130.84 420011 2,243.00 157.00 420012 467.29 32.71 420013 1,869.16 130.84 420014 3,738.32 261.68 420015 3,551.40 248.60 420016 934.58 65.42 (4) SUMMARY OF CHANGES to the accounting and Appropriation Data added to Section G as follows: MOD 420001 130054090000001 8100.00 ED 1761804 60BA 257 50054 R 068732 2D CX0003 500546D0640P IAW TI 41 420002 130054090000002 3300.00 EE 1761804 60BA 257 50054 R 068732 2D CX0012 500546D0801P IAW TI 41. 420003 130054090000003 2600.00 EF 1761804 60BA 257 50054 R 068732 2D CX0016 500546D0578P IAW TI 41. 420004 130054090000004 1200.00 EG 1761804 60BA 257 50054 R 068732 2D CX0022 500546D0507P IAW TI 41. 420005 130054090000006 24300.00 EH 1761804 60BA 257 4002A R 068732 2D C859PL 4002A6BCMRSP IAW TI 420006 130054090000007 4100.00 EJ 1761804 60BA 257 50054 R 068732 2D CX0039 500546D0024P IAW TI 41. 420007 130054090000008 5400.00 EK 1761804 60BA 257 50054 R 068732 2D CX0047 500546D0871P IAW TI 41. 420008 130054090000009 1200.00 EL 1761804 60BA 257 50054 R 068732 2D CX0029 500546D0087P IAW TI 41. 420009 130054109800001 3500.00 EM 97X4930 NH1Q 253 77777 0 050120 2F 000000 A00003205700 IAW TI 41. 420010 130054109800002 2000.00 EN 97X4930 NH1Q 253 77777 0 050120 2F 000000 A10003205700 IAW TI 41. 420011 130054109800003 2400.00 EP 97X4930 NH1Q 253 77777 0 050120 2F 000000 A20003205700 IAW TI 41. 420012 130054109800004 500.00 EQ 97X4930 NH1Q 253 77777 0 050120 2F 000000 A30003205700 IAW TI 41. 420013 130054109800005 2000.00 ER 97X4930 NH1Q 253 77777 0 050120 2F 000000 A40003205700 IAW TI 41. 420014 130054109800006 4000.00 ES 97X4930 NH1Q 253 77777 0 050120 2F 000000 A50003205700 IAW TI 41. 420015 130054109800007 3800.00 ET 97X4930 NH1Q 253 77777 0 050120 2F 000000 A60003205700 IAW TI 41. 420016 130054109800008 1000.00 EU 97X4930 NH1Q 253 77777 0 050120 2F 000000 C60003205700 IAW TI 41. MOD Funding 69400.00 Cumulative Funding 7911593.46 2. The contractor is not authorized to start performance associated with the funding cited in TI (Technical Instruction) until the TI is signed by the Contracting Officer, the Contracting Officer's Representative and the Contractor. 3. The end of task order performance is 03 June 2016, assuming all options are exercised. 4. All other terms and conditions of this task order remain unchanged. **A conformed copy of this task order is attached to this modification for informational purposes only.

1 of 53 SECTION B SUPPLIES OR SERVICES AND PRICES CLIN - SUPPLIES OR SERVICES For Cost Type Items: Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 4000 R425 Provide engineering, technical, logistics, maintenance, installation/ alterations and program support in support of HM&E ship systems maintenance and performance (Fund Type - TBD) 1.0 LO $3,346,205.49 $4,4.38 $3,580,439.87 400001 R425 Incremental Funding under CLIN 4000 in the amount of $180,000.00. See TI# 01 (O&MN,N) 400002 R425 Incremental Funding under CLIN 4000 in the amount of $108,220.89. See TI# 04 (Fund Type - OTHER) 400003 R425 Incremental Funding under CLIN 4000 in the amount of $9,000.00 See TI# 03 (SCN) 400004 R425 Incremental Funding under CLIN 4000 in the amount of $47,203.57. See TI# 04 (Fund Type - OTHER) 400005 R425 Incremental Funding under CLIN 4000 in the amount of $130,000.00. See TI# 05 (O&MN,N) 400006 R425 Incremental Funding under CLIN 4000 in the amount of $880,000.00. See TI# 06 (O&MN,N) 400007 R425 Incremental Funding under CLIN 4000 in the amount of $16,000.00. See TI# 06 (O&MN,N) 400008 R425 Incremental Funding under CLIN 4000 in the amount of $220,000.00. See TI# 06, Rev. 1 (O&MN,N) 400009 R425 Incremental Funding under CLIN 4000 in the amount of $65,500.00. See TI# 7. (RDT&E) 400010 R425 Incremental Funding under CLIN 4000 in the amount of $34,000.00. See TI# 9. (O&MN,N) 400011 R425 Incremental Funding under CLIN 4000 in the amount of $40,000.00. See TI# 9. (O&MN,N)

2 of 53 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 400012 R425 Incremental Funding under CLIN 4000 in the amount of $50,500.00. See TI# 9. (O&MN,N) 400013 R425 Incremental Funding under CLIN 4000 in the amount of $55,000.00. See TI# 8. (SCN) 400014 R425 Incremental Funding under CLIN 4000 in the amount of $36,900.00. See TI# 8 rev 1. (SCN) 400015 R425 Incremental Funding under CLIN 4000 in the amount of $202,500.00. See TI# 10. (RDT&E) 400016 R425 Incremental Funding under CLIN 4000 in the amount of $2,900.00. See TI# 11. (SCN) 400017 R425 Incremental Funding under CLIN 4000 in the amount of $34,648.00. See TI# 12. (RDT&E) 400018 R425 Incremental Funding under CLIN 4000 in the amount of $62,000.00. See TI# 13. (O&MN,N) 400019 R425 Incremental Funding under CLIN 4000 in the amount of $98,000.00. See TI# 14. (SCN) 400020 R425 Incremental Funding under CLIN 4000 in the amount of $450,000.00. See TI# 15. (OPN) 400021 R425 Incremental Funding under CLIN 4000 in the amount of $475,400.00. See TI# 15. (OPN) 400022 R425 Incremental Funding under CLIN 4000 in the amount of $287,500.00. See TI# 16. (O&MN,N) 4000 R425 Incremental Funding under CLIN 4000 in the amount of $30,000.00. See TI# 16. (O&MN,N) 400024 R425 Incremental Funding under CLIN 4000 in the amount of $65,167.41. See TI# 17. (OPN) 4100 R425 Same as CLIN 4000 - Option 1. (Fund Type - TBD) 1.0 LO $3,427,283.66 $9,909.86 $3,667,193.52 410001 R425 Incremental Funding under CLIN 4100 in the amount of $294,832.59. See TI# 17. (OPN)

3 of 53 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 410002 R425 Incremental Funding under CLIN 4100 in the amount of $37,020.00. See TI# 18. (O&MN,N) 410003 R425 Incremental Funding under CLIN 4100 in the amount of $12,400. See TI# 18. (O&MN,N) 410004 R425 Incremental Funding under CLIN 4100 in the amount of $24,000.00. See TI# 18. (O&MN,N) 410005 R425 Incremental Funding under CLIN 4100 in the amount of $16,800.00. See TI# 19. (SCN) 410006 R425 Incremental Funding under CLIN 4100 in the amount of $8,300.00. See TI# 19. (SCN) 410007 R425 De-obligate from $4,300.00 to $0.00 due to WBS error. See TI# 19. (SCN) 410008 R425 Incremental Funding under CLIN 4100 in the amount of $5,600.00. See TI# 19. (SCN) 410009 R425 Incremental Funding under CLIN 4100 in the amount of $75,000.00. See TI# 20. (RDT&E) 410010 R425 Incremental Funding under CLIN 4100 in the amount of $45,766.00. See TI# 21. (O&MN,N) 410011 R425 Incremental Funding under CLIN 4100 in the amount of $5,400.00. See TI# 21. (O&MN,N) 410012 R425 Incremental Funding under CLIN 4100 in the amount of $3,700.00. See TI# 22. (SCN) 410013 R425 Incremental Funding under CLIN 4100 in the amount of $1,000.00. See TI#. (SCN) 410014 R425 Incremental Funding under CLIN 4100 in the amount of $107,975.00. See TI# 22. (SCN) 410015 R425 Incremental Funding under CLIN 4100 in the amount of $2,000.00. See TI# 24. (O&MN,N) 410016 R425 Incremental Funding under CLIN 4100 in the amount of $4,000.00. See TI# 24. (O&MN,N)

4 of 53 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 410017 R425 Incremental Funding under CLIN 4100 in the amount of $20,000.00. See TI# 24. (O&MN,N) 410018 R425 Incremental Funding under CLIN 4100 in the amount of $3,500.00. See TI# 24. (O&MN,N) 410019 R425 Incremental Funding under CLIN 4100 in the amount of $6,500.00. See TI# 24. (O&MN,N) 410020 R425 Incremental Funding under CLIN 4100 in the amount of $10,800.00. See TI# 24. (O&MN,N) 410021 R425 Incremental Funding under CLIN 4100 in the amount of $200,000.00. See TI# 25. (OPN) 410022 R425 Incremental Funding under CLIN 4100 in the amount of $29,737.00. See TI# 22. (SCN) 4100 R425 Incremental Funding under CLIN 4100 in the amount of $2,000.00. See TI# 24. (O&MN,N) 410024 R425 Incremental Funding under CLIN 4100 in the amount of $20,000.00. See TI# 24 rev 1. (O&MN,N) 410025 R425 Incremental Funding under CLIN 4100 in the amount of $3,200.00. See TI# 24 rev 1. (O&MN,N) 410026 R425 Incremental Funding under CLIN 4100 in the amount of $9,700.00. See TI# 24 rev 1. (O&MN,N) 410027 R425 Incremental Funding under CLIN 4100 in the amount of $22,400.00. See TI# 24 rev 1. (O&MN,N) 410028 R425 Incremental Funding under CLIN 4100 in the amount of $3,300.00. See TI# 24 rev 1. (O&MN,N) 410029 R425 Incremental Funding under CLIN 4100 in the amount of $14,300.00. See TI# 24 rev 1. (O&MN,N) 410030 R425 Incremental Funding under CLIN 4100 in the amount of $11,900.00. See TI# 24 rev 1. (O&MN,N) 410031 R425 Incremental Funding under CLIN 4100 in the amount of $19,500.00. See TI# 24 rev 1. (O&MN,N)

5 of 53 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 410032 R425 Incremental Funding under CLIN 4100 in the amount of $16,200.00. See TI# 24 rev 1. (O&MN,N) 410033 R425 Incremental Funding under CLIN 4100 in the amount of $2,400.00. See TI# 24 rev 1. (O&MN,N) 410034 R425 Incremental Funding under CLIN 4100 in the amount of $11,600.00. See TI# 24 rev 1. (O&MN,N) 410035 R425 Incremental Funding under CLIN 4100 in the amount of $5,000.00. See TI# 24 rev 1. (O&MN,N) 410036 R425 Incremental Funding under CLIN 4100 in the amount of $25,600.00. See TI# 24 rev 1. (O&MN,N) 410037 R425 Incremental Funding under CLIN 4100 in the amount of $4,900.00. See TI# 24 rev 1. (O&MN,N) 410038 R425 Incremental Funding under CLIN 4100 in the amount of $300,000.00. See TI# 26. (O&MN,N) 410039 R425 Incremental Funding under CLIN 4100 in the amount of $70,400.00. See TI# 27. (SCN) 410040 R425 Incremental Funding under CLIN 4100 in the amount of $70,400.00. See TI# 27. (SCN) 410041 R425 Incremental Funding under CLIN 4100 in the amount of $88,000.00. See TI# 28. (Fund Type - OTHER) 410042 R425 Incremental Funding under CLIN 4100 in the amount of $111,000.00. See TI# 29. (RDT&E) 410043 R425 Incremental Funding under CLIN 4100 in the amount of $212,000.00. See TI# 29. (RDT&E) 410044 R425 Incremental Funding under CLIN 4100 in the amount of $26,800.00. See TI# 30. (O&MN,N) 410045 R425 Funds in the amount of $4,300.00 realign from SLIN 410007. See TI 19 rev 1. (SCN) 410046 R425 Incremental Funding under CLIN 4100 in the amount of $1,000.00. See TI# 32. (O&MN,N)

6 of 53 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 410047 R425 Incremental Funding under CLIN 4100 in the amount of $8,100.00. See TI# 32. (O&MN,N) 410048 R425 Incremental Funding under CLIN 4100 in the amount of $4,000.00. See TI# 32. (O&MN,N) 410049 R425 Incremental Funding under CLIN 4100 in the amount of $16,100.00. See TI# 32. (O&MN,N) 410050 R425 Incremental Funding under CLIN 4100 in the amount of $21,900.00. See TI# 32. (O&MN,N) 410051 R425 Incremental Funding under CLIN 4100 in the amount of $13,000.00. See TI# 32. (O&MN,N) 410052 R425 Incremental Funding under CLIN 4100 in the amount of $14,000.00. See TI# 32. (O&MN,N) 410053 R425 Incremental Funding under CLIN 4100 in the amount of $5,500.00. See TI# 32. (O&MN,N) 410054 R425 Incremental Funding under CLIN 4100 in the amount of $5,000.00. See TI# 32. (O&MN,N) 410055 R425 Incremental Funding under CLIN 4100 in the amount of $1,300.00. See TI# 32. (O&MN,N) 410056 R425 Incremental Funding under CLIN 4100 in the amount of $2,800.00. See TI# 32. (O&MN,N) 410057 R425 Incremental Funding under CLIN 4100 in the amount of $7,300.00. See TI# 32. (O&MN,N) 410058 R425 Incremental Funding under CLIN 4100 in the amount of $50,000.00. See TI# 33. (O&MN,N) 410059 R425 Incremental Funding under CLIN 4100 in the amount of $46,000.00. See TI# 34. (RDT&E) 410060 R425 Incremental Funding under CLIN 4100 in the amount of $147,000.00. See TI# 35. (O&MN,N) 410061 R425 Incremental Funding under CLIN 4100 in the amount of $427,860.00. See TI# 35. (O&MN,N)

7 of 53 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 410062 R425 Incremental Funding under CLIN 4100 in the amount of $57,542.00. See TI# 36. (O&MN,N) 410063 R425 Incremental Funding under CLIN 4100 in the amount of $59,500.00. See TI# 31. (O&MN,N) 410064 R425 Incremental Funding under CLIN 4100 in the amount of $7,500.00. See TI# 32 rev 1. (O&MN,N) 410065 R425 Incremental Funding under CLIN 4100 in the amount of $17,300.00. See TI# 38. (O&MN,N) 410066 R425 Incremental Funding under CLIN 4100 in the amount of $29,602.00. See TI# 39. (O&MN,N) 410067 R425 Incremental Funding under CLIN 4100 in the amount of $50,800.00. See TI# 37. (OPN) 410068 R425 Incremental Funding under CLIN 4100 in the amount of $227,500.00. See TI# 40. (O&MN,N) 4200 R425 Same as CLIN 4000 - Option 2. (Fund Type - TBD) 1.0 LO $3,513,624.54 $245,953.72 $3,759,578.26 420001 R425 Incremental Funding under CLIN 4200 in the amount of $8,100.00. See TI# 41. (O&MN,N) 420002 R425 Incremental Funding under CLIN 4200 in the amount of $3,300.00. See TI# 41. (O&MN,N) 420003 R425 Incremental Funding under CLIN 4200 in the amount of $2,600.00. See TI# 41. (O&MN,N) 420004 R425 Incremental Funding under CLIN 4200 in the amount of $1,200.00. See TI# 41. (O&MN,N) 420005 R425 Incremental Funding under CLIN 4200 in the amount of $24,300.00. See TI# 41. (O&MN,N) 420006 R425 Incremental Funding under CLIN 4200 in the amount of $4,100.00. See TI# 41. (O&MN,N) 420007 R425 Incremental Funding under CLIN 4200 in the amount of $5,400.00. See TI# 41. (O&MN,N)

8 of 53 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 420008 R425 Incremental Funding under CLIN 4200 in the amount of $1,200.00. See TI# 41. (O&MN,N) 420009 R425 Incremental Funding under CLIN 4200 in the amount of $3,500.00. See TI# 41. (O&MN,N) 420010 R425 Incremental Funding under CLIN 4200 in the amount of $2,000.00. See TI# 41. (O&MN,N) 420011 R425 Incremental Funding under CLIN 4200 in the amount of $2,400.00. See TI# 41. (O&MN,N) 420012 R425 Incremental Funding under CLIN 4200 in the amount of $500.00. See TI# 41. (O&MN,N) 420013 R425 Incremental Funding under CLIN 4200 in the amount of $2,000.00. See TI# 41. (O&MN,N) 420014 R425 Incremental Funding under CLIN 4200 in the amount of $4,000.00. See TI# 41. (O&MN,N) 420015 R425 Incremental Funding under CLIN 4200 in the amount of $3,800.00. See TI# 41. (O&MN,N) 420016 R425 Incremental Funding under CLIN 4200 in the amount of $1,000.00. See TI# 41. (O&MN,N) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000 R425 Support Costs for CLIN 4000, NTE $1,2,330.00 for Travel, Other Direct Costs and Materials During the Period From Date of Award Through 12 Months After Date of Award. (Fund Type - TBD) 1.0 LO $1,2,330.00 600001 R425 Incremental Funding under CLIN 6000 in the amount of $20,000.00. See TI# 01 (O&MN,N) 600002 R425 Incremental Funding under CLIN 6000 in the amount of $811,362.00. See TI# 02 (OPN) 600003 R425 Incremental Funding under CLIN 6000 in the amount of $20,000.00. See TI# 05 (O&MN,N) 600004 R425 Incremental Funding under CLIN 6000 in the amount of $30,000.00. See TI# 06 (O&MN,N) 600005 R425 Incremental Funding under CLIN 6000 in the amount of $30,000.00. See TI# 06, Rev. 1 (O&MN,N)

9 of 53 Item PSC Supplies/Services Qty Unit Est. Cost 600006 R425 Incremental Funding under CLIN 6000 in the amount of $4,200.00. See TI# 7. (RDT&E) 600007 R425 Incremental Funding under CLIN 6000 in the amount of $1,000.00. See TI# 8 rev 1. (SCN) 600008 R425 Incremental Funding under CLIN 6000 in the amount of $3,400.00. See TI# 8 rev 1. (SCN) 600009 R425 Incremental Funding under CLIN 6000 in the amount of $26,400.00. See TI# 10. (RDT&E) 600010 R425 Incremental Funding under CLIN 6000 in the amount of $900.00. See TI# 11. (SCN) 600011 R425 Incremental Funding under CLIN 6000 in the amount of $3,800.00. See TI# 12. (RDT&E) 600012 R425 Incremental Funding under CLIN 6000 in the amount of $20,000.00. See TI# 13. (O&MN,N) 600013 R425 Incremental Funding under CLIN 6000 in the amount of $261,268.00. See TI# 15. (OPN) 6100 R425 Same as CLIN 6000- Support Costs for CLIN 4000, NTE $1,2,330.00 for Travel, Other Direct Costs and Materials. - Option 1. (Fund Type - TBD) 1.0 LO $1,2,330.00 610001 R425 Incremental Funding under CLIN 6100 in the amount of $67,249.00. See TI# 15. (OPN) 610002 R425 Incremental Funding under CLIN 6100 in the amount of $40,000.00. See TI# 17. (OPN) 610003 R425 Incremental Funding under CLIN 6100 in the amount of $16,500.00. See TI# 18. (O&MN,N) 610004 R425 Incremental Funding under CLIN 6100 in the amount of $4,600.00. See TI# 19. (SCN) 610005 R425 Incremental Funding under CLIN 6100 in the amount of $100,000.00. See TI# 26. (O&MN,N) 610006 R425 Incremental Funding under CLIN 6100 in the amount of $10,000.00. See TI# 29. (RDT&E) 610007 R425 Incremental Funding under CLIN 6100 in the amount of $2,000.00. See TI# 34. (RDT&E) 610008 R425 Incremental Funding under CLIN 6100 in the amount of $47,540.00. See TI# 35. (O&MN,N) 610009 R425 Incremental Funding under CLIN 6100 in the amount of $500.00. See TI# 31. (O&MN,N) 610010 R425 Incremental Funding under CLIN 6100 in the amount of $900.00. See TI# 38. (O&MN,N) 610011 R425 Incremental Funding under CLIN 6100 in the amount of $3,200.00. See TI# 37. (OPN) 610012 R425 Incremental Funding under CLIN 6100 in the amount of $22,500.00. See TI# 40. (O&MN,N)

10 of 53 Item PSC Supplies/Services Qty Unit Est. Cost 6200 R425 Same as CLIN 6000- Support Costs for CLIN 4000, NTE $1,2,330.00 for Travel, Other Direct Costs and Materials. - Option 2. (Fund Type - TBD) 1.0 LO $1,2,330.00 Option "This is a competitive procurement. If the solicitation should result in a single offer, the Government reserves the right to re-solicit this procurement in order to enhance competition. "Note: If fee is included in the pass through rate for subcontractor labor costs, the prime contractor is requested to identify what percentage of the pass through costs is considered fee in their cost proposal. The maximum labor pass through rate ( which includes all adders and any prime contractor fee applied to subcontractor labor costs) shall not exceed 8%. LEVEL OF EFFORT: The level of effort for the performance of this contract is based upon an anticipated total estimated level of effort of 64,200 man-hours, of direct labor. The estimated composition of man-hours of direct labor can be found in the chart below. On Site Labor refers to labor performed at NSWCCD in Philadelphia, PA and Off Site Labor refers to labor performed at the Norfolk and San Diego Shipyards. YEAR 1 YEAR 2 YEAR 3 Labor Category Reg. Hrs. OT Reg. Hrs. OT Reg. Hrs. OT Program Manager* 1,000 0 1,000 0 1,000 0 Senior Mech. Engr.* 3,000 300 3,000 300 3,000 300 Senior Elec. Engr.* 3,000 300 3,000 300 3,000 300 Senior Structural Engr. Quality Assurance Sp. 1,500 0 1,500 0 1,500 0 1,000 300 1,000 300 1,000 300 Project Engineer 3,000 0 3,000 0 3,000 0 Senior Designer/CADD Senior Designer/Modeler 4,000 0 4,000 0 4,000 0 1,000 0 1,000 0 1,000 0 Mechanical Engr. Tech. 3,000 400 3,000 400 3,000 400 Elec. Engr. Tech. 4,000 400 4,000 400 4,000 400 Junior Engineer 2,000 400 2,000 400 2,000 400 CAD/CAM Operator 4,000 0 4,000 0 4,000 0 Technical Writer 1,000 0 1,000 0 1,000 0

11 of 53 Logistician 4,000 0 4,000 0 4,000 0 Program Support Asst. 4,000 0 4,000 0 4,000 0 Site Foreman 3,000 400 3,000 400 3,000 400 Electrician 3,000 400 3,000 400 3,000 400 Marine Machinist 2,000 300 2,000 300 2,000 300 Welder/Brazier 3,000 400 3,000 400 3,000 400 Pipe Fitter 3,000 400 3,000 400 3,000 400 Sheet Metal Worker 3,000 400 3,000 400 3,000 400 Clerk 3,000 300 3,000 300 3,000 300 Total Hours (each yr.) *Denotes Key Personnel Bold denotes off-site personnel 59,500 4,700 59,500 4,700 59,500 4,700 It is noted that your proposal submission shall include a completed "Direct Labor Rate Substantiation" Table with attached supporting documentation as applicable. A sample table has been included as an attachment to the RFP. Offerors are to propose on the labor categories and hour estimates provided as the Level of Effort. Offerors who propose other than what is specified may be considered nonresponsive. Payment of Fee (a) The Government shall make payments to the Contractor, subject to and in accordance with the clause contained in the base IDIDq contract entitled "Limitaiton of Funds", FAR 52.216-8. Such payments shall be equal to the allowable cost of each invoice submitted by the payable to the Contractor pursuant to the clause of the base IDIQ entitled "Allowable Cost and Payment", FAR 52.216-7. Total fees paid to the Contractor for performance of work under this task order shall not exceed the fee amount set forth in the task order. (b) In the event of discontinuance of the work under this task order in accordance with the clause of the IDIQ contract wntitled "Limitation of Funds", FAR 52.2-22 or "Limitation of Cost", FAR 52.2-20, as applicable, the fee shall be equitably adjusted by mutual agreement to reflect the diminution of work. If the adjusted fee is less than the sum of all fee payments made to the contractor under this task order, the Contractor shall repay the excess amount to the Government. If the adjusted fee exceeds all payments made to the Contractor under this task order, the Government shall be required to pay the Contractor any amount in excess of hte funds obligated.

12 of 53 SECTION C DESCRIPTIONS AND SPECIFICATIONS STATEMENT OF WORK Provide engineering, technical, logistics, maintenance, installation/alterations and program support services to the Naval Surface Warfare Center, Carderock Division, in support of HM&E ship systems maintenance and performance. This task order will include but not limited to ShipAlts, TempAlts, AER s, system repairs, system operability testing, drawings and technical manuals development, material fabrication and support for surface ship, watercraft and submarine systems. Tasks will include but not limited to SSNs, SSBNs, and SSGN s, USN, Foreign Military, Coast Guard, MSC, FMS and Army ships, new, legacy and in-service ships, and will include acquisition support and conduct ship checks to develop drawings for installing controls related equipment, sensing, testing and system repairs and up-grades. Functions include engineering, technical and logistics support for propulsion and power systems and in-service systems and equipment, refurbishment and testing of electrical and electrical control equipment, program management, engineering, technical and implementation coordination support for equipment upgrades and ship modernization initiatives, and Direct Fleet Support for afloat units at the waterfront. Services will be rendered as required in Philadelphia and ports and facilities on the East Coast, West Coast, and Far East. The contractor shall develop and revise technical engineering drawings, sketches, layouts, charts, and graphic materials in support of HM&E ship system design and test facilities. Drawings will include but not be limited to system diagrams, machinery/equipment arrangements, piping arrangements and details, structural and foundation drawings, electrical diagrams, and details of utilities connections. BACKGROUND The Naval Surface Warfare Center, Carderock Division (NSWCCD), Code 937 is the In Service Engineering Agent (ISEA) for surface ship and submarine steam and diesel driven electrical power generation systems. The purpose of this task order is to provide NSWCCD Code 937 with the requisite engineering and technical services to perform the functions under their cognizance for surface ships and submarines. To accomplish this mission, NSWCCD-SSES utilizes extensive resources to conduct its business to the best advantage of the Navy, Fleet and other Federal Agency maritime assets. The engineering and technical support services are accomplished in all areas where U.S. Navy ships operate and are home-ported. These services are accomplished in whole or in phases that minimize interruption in ship operating schedules while maximizing the capacity of Type Commander and NAVSEA agencies to upgrade and modernize systems. 1.1 APPLICABLE DOCUMENTS: a. Work performed under this Task Order shall be in accordance with the requirements set forward in the following references: b. c. d. e. f. g. h. i. j. k. l. m. n. o. Military Standards Military Specifications Ship Alterations Records (SAR) General Specifications for Overhaul of Surface Ships (GSO) - NAVSEA S9AA0-AB-GOS-010 Fleet Modernization Program (FMP) Management & Operations Manual - NAVSEA SL720- AA-MAN_010/FMP Ship Alterations Accomplished by AIT NAVSEA Technical Specification 9090-310B/C NSWCCD Code 915 Quality Assurance (QA) Manual date March 99 NSWCCD Code 915 Alteration/Industrial work Instruction 4720.2C Dated 09 April 99 Requirements for Welding Brazing Procedures & Performance Qualifications NAVSEA S9074-AQ-G1B- 010/248 Ship Installations Drawings (SIDs): As Required Manuals, Technical: General Style And Format Of (Work Package Concept) - MIL-DTL-81927C, dated 26 Nov 1997 Standard Practice for Manuals, Technical: General Style and Format - MIL-STD-38784(1), dated 1 Dec 2000 Interactive Electronic Technical Manuals - MIL-PRF-87269A dated 15 Aug 2000, Data Base, Revisable Manuals, Technical: General Acquisition and Development Requirements - MIL-DTL-24784

13 of 53 p. q. r. s. Guide for User Maintenance of NAVSEA Technical Manuals - S0005-AA-GYD-030 Guide for Quality Assurance of NAVSEA Technical Manuals - S0005-AA-GYD-070 NSTM 700 and 772 NVR 2.0 ENGINEERING SUPPORT a. Develop/revise Test Procedures using Microsoft Word 2003 or compatible software on PC or compatible system using Microsoft Windows XP 2002 or higher. b. Convert scanned drawings to editable AutoCad files using Raster Design 2005 or higher. c. Provide engineering support for ongoing modifications and upgrades to Code 937 cognizant systems and equipment. d. Provide engineering support for resolving emergent technical issues associated with Code 937 cognizant systems and equipment. e. Provide engineering support for material, equipment and systems evaluation and assist in the solicitation and procurement of new and replacement equipment and parts. f. Provide engineering, design and technical support to commercial and NSWCCD-SSES land base and test facilities. The designs may be applicable to either new or existing installations. g. Provide on-site engineering and technical personnel to provide program support and to perform Direct Fleet Support and Distance Support functions and to support equipment and systems assessment and testing at commercial facilities, land base and test site facilities, and aboard ships as required. h. Provide configuration, assessment, testing, training and logistics support of HM&E systems aboard SSNs, SSBNs, and SSGN s, USN, Foreign Military, Coast Guard, MSC, FMS and Army ships, new, legacy and in-service ships as required. 2.1 DRAWING DEVELOPMENT AND REVISION SUPPORT A. General Requirements a. Develop/revise engineering drawings using the latest version of AutoCad software in conjunction with ship-works programs to integrate and utilize shipyard drawing standards and ship s parts database. b. Create functional prototype 3-D assemblies and details on a computer system using Inventor R9 or higher. c. Develop layouts and charts on a computer system using Visio 2003 or higher. d. Provide engineering and technical drawing support for HM&E ship system conversions, overhauls, alterations, modifications, installations, repairs and removal of shipboard systems installed on SSNs, SSBNs, and SSGN s, USN, Foreign Military, Coast Guard, MSC, FMS and Army ships, new, legacy and in-service ships. Conceptual Design a. b. c. Perform, as required, investigations of Ship Systems and support utilities to determine adequacy of existing resources relative to the proposed T&E program/project. Develop, as required, engineering sketches and/or layout drawings of proposed equipment and systems. Perform structural engineering studies, analysis, calculations and assessments for development of conceptual, preliminary or detailed designs for replicating actual shipboard systems and equipments to be installed at commercial facilities, land base and test site facilities. The designs may be applicable to new or existing installations.

14 of 53 Preliminary Design a. Conduct surveys of the proposed Ship Systems to identify required modifications to existing equipment and utilities. Surveys include spatial, utilities and structural implications relative to material, weight, handling, stowage, installation, repair and operation of equipment. b. Provide technical personnel to perform pre-installation design ship checks on designated ships to verify current configuration of spaces, equipment, utilities and power interfaces. c. Prepare design ship check report and provide copies of ship check notes, sketches and drawing redlines. d. Develop machinery arrangement concepts and drawings, utilities interface requirements, and preliminary drawings of mechanical, electrical, fluid, and structural/foundation systems. Computer based models in AutoCAD of the systems shall be created, as required, to evaluate piping, structural and rigging concepts and interface requirements. e. Develop ShipAlt installation drawings consisting of equipment, structural and electrical rip-out drawings, and fabrication and installation drawings for equipment and systems, signal and power cabling isometrics, block diagrams and schematic diagrams as appropriate for the installation. f. Prepare detailed specifications, suitable for competitive procurement, of all mechanical, electrical, fluid and structural components and equipments. Material specifications shall meet military, commercial and industrial standards as applicable. g. Develop a preliminary construction schedule (PERT diagram) for ship systems and equipment utilizing the latest software available and compatible with NSWCCD-SSES. h. Develop rigging concepts for installation and removal of major equipment and structures. i. Conduct Electromagnetic Interference (EMI) surveys as required. j. Deliver preliminary drawings for NSWCCD-SSES and Planning Yard review. Incorporate drawing review comments as required. k. Incorporate post-installation and/or as-built drawing red-lines to reflect ship conditions as required. Detailed Design a. Develop a complete drawing package which provides sufficient assembly, manufacturing details and associated information to permit fabrication, installation and operation of the systems and equipment. The drawing package will include but not be limited to, system diagrams, machinery/equipment arrangements, piping arrangements and details, structural and foundation drawings, electrical diagrams and details of utilities connections. All drawings must be generated in AutoCAD Version 200i or later. b. Prepare drawing schedule which will control and direct an orderly development of detailed design to support material ordering and the construction schedule. c. Update the preliminary list of material and equipment, identifying land base/test site components, cost and source information. Prepare new specifications for competitive procurement if not developed during preliminary design. d. Prepare technical reports on commercial, land base and test site fluid, mechanical, electrical and structural systems as required. These reports shall provide descriptions, diagrams, assumptions, design rationale, analyses and supporting calculations. e. Develop, as required, functional checkout, test, operating and maintenance procedures for systems and equipment. f. Ensure reliability of the design by providing qualified personnel, as required, to support the fabrication, installation and operation of the system and equipment. Support for fabrication, installation and operation of the system and equipment may be required on-site at NSWCCD-SSES. Additional on-site support may be required for preventative and corrective maintenance, and test and evaluation support. g. Conduct Finite Element Analysis (FEA) as required. h. Provide computational analysis for dynamic and static environmental operating conditions for complete stress analysis. i. Modify existing designs to accommodate the inclusion of new or modified equipment as

15 of 53 j. required. Provide Mission Readiness Panel (MRP) support such as EOSS diagrams, egress routes and other documentation that may be needed. B. Graphics a. b. Prepare graphic materials, as required, in support of NSWCCD-SSES test facilities and Ship Systems design. Develop orientation/presentation materials in support of NSWCCD-SSES land base/test facilities and Ship System designs as required. 2.2 TECHNICAL MANUAL DEVELOPMENT AND REVISION REQUIREMENTS SUPPORT a. Provide technical manual development and revision support for HM&E systems conversions, overhauls, alterations, modifications, installations, repairs and removal of associated equipment installed on SSNs, SSBNs, and SSGN s, USN, Foreign Military, Coast Guard, MSC, FMS and Army ships, new, legacy and in-service ships. b. Revise and change Interactive Electronic Tech Manual (IETMs) and hardcopy Technical Manuals (TMs) to reflect TM feedbacks NAVSEA/NSWCCD advisories and trip reports, hardware configuration changes resulting from alteration installations, and improvement and standardization programs via paper or electronically. Develop and prepare correspondence to Technical Manual Deficiency Evaluation Report originators as required by individual task instructions. c. Convert paper copies of TMs to Standard Generalized Markup Language (SGML) files, as required, using the latest or required version of the NAVSEA C2 DTD. The Contractor shall use the latest version of ArborText to edit the Standard Generalized Markup Language files if required, publish using NAVSEA Publishing System and provide a linked PDF file. d. Update Standard Generalize Markup Language files using the latest version of ArborText editor to reflect issued TM changes. All updates shall be performed using the NSWCCD-SSES JCALS server and modifying the instance or instances of the Standard Generalize Markup Language file required. e. Perform and track data collection efforts for items such as TMs and logistic support technical documentation. Duplication of data items is required. f. Develop drawings and illustrations on Computer Aided Design (CAD) networks that are compatible with Navy computer aided logistic support (CALS) requirements. 2.3 TECHNICAL SUPPORT a. The contractor shall provide shipboard technical support for 937 cognizant systems and equipment. This shall include HM&E systems condition assessments and equipment grooming, shipboard testing, and equipment upgrades. b. The contractor shall provide on-site support at the Code 937 land base/test facility at NSWCCD Philadelphia to build/refurbish electrical and electrical control equipment and to assist in maintaining the facility s testing infrastructure. c. The contractor shall coordinate the identification, procurement, staging and delivery of GFM associated with Code 937 cognizant equipment upgrades. d. The contractor shall conduct ship visits to inspect and test shipboard systems and equipments to support efforts as directed by the COR via Technical Instructions (TIs). e. The contractor shall provide on-site technical personnel to perform Code 937 Direct Fleet Support and Distant Support functions, and to support ongoing equipment assessment and grooms, and shipboard testing. f. Provide support to update system components and assist in the solicitation and procurement of new and

16 of 53 replacement equipment and parts. g. Provide technical and repair support to accomplish assignments in support of HM&E systems conversions, overhauls, alterations, modifications, installations, repairs and removal of surface ship and submarine steam and diesel driven electrical power generation systems and associated equipment installed on SSNs, SSBNs, and SSGN s, USN, Foreign Military, Coast Guard, MSC, FMS and Army ships, new, legacy and in-service ships. h. Provide teams of knowledgeable people familiar with overall fleet maintenance philosophies, as well as logistical specialists familiar with Integrated Logistic Support (ILS) procedures and functions of the ship's Logistics Support Center (LSC)/Maintenance Support Center (MSC), and CAD familiar with fleet database management systems. i. Provide POA&M for all Alterations Installations upon assignment of task. j. Analyze and assess shipboard cargo/weapons handling system readiness data. k. Provide all contractor-furnished material, pre-fabrication, and consumables in order to meet installation milestones. l. Provide required qualified QA personnel to accomplish quality assurance verification of all material, prefabrication and on board installation. m. Provide required skilled trade personnel and schedule to accomplish prefabrication of parts. n. Perform shipboard installations in accordance with instructions and procedure as set forth by NSWCCD-SSES, Code 937. o. Perform equipment/system level testing and light-off, and assist as directed by on-site In-Service Engineering Agents. p. Develop Quality Assurance (QA) Plans, which outline the in-process control procedures (IPCP) that specify the critical elements and requirements of NAVSEA Standard Items (NSI). q. Review and sign the Industrial/Alteration Pre-Start Checklist prior to the start of each installation. r. The Government oversight representative will provide the document, will also sign, and will incorporate into the alteration Completion Report Record. s. Provide (1) set of red-lined drawings to the ship and (1) set of red-lined drawings to NSWCCD -SSES, Code 937 at the completion of all alterations. t. Provide all Installation and Condition Reports to NSWCCD-SSES, Code 937 at completion of each installation. u. Provide engineering, technical and logistical support in identification and correction of faults and material condition discrepancies to assure that propulsion and power systems and associated equipment is in safe and proper operating condition. v. Provide technical in-process review of work progress identifying specific deficiencies and recommending corrective action for items identified. w. Develop recommendations for effective test and quality assurance practices in the performance of propulsion and power systems equipment and associated systems maintenance. x. Provide and maintain engineering evaluations and recommended changes or improvements to ship propulsion and power systems equipment and associated systems, continuing status of failures, visit reports and changes on equipment material condition. y. Provide information to update Current Ships Maintenance Projects (CSMP) to respective ships and NSWCCD-SSES, Code 937 in automated data transfer format compatible with existing shipboard systems. Develop

17 of 53 Automated Work Requests (AWRs) for all outstanding discrepancies as part of the currently used maintenance management system. z. Review logistical documentation and assist Ship's Force to prepare appropriate feedback forms (e.g., 4790/CK, Technical Manual Deficiency Report (TMDER)) to document deficiencies. This includes Consolidated Shipboard Allowance List (COSAL) support for proper Allowance Parts List (APL) coverage, identification material requisitions for items that are required to correct discrepancies, preparation of Planned Maintenance System (PMS) feedback reports to correct inadequate or erroneous PMS documentation and preparation of Technical Manual Deficiency Evaluation Reports (TMDERs) to correct technical manual deficiencies. Assist in the update of the CSMP with deferrals and validated completed action items in accordance with specified uploading procedures as identified by the Navy Management System Support Office. Report errors found in existing drawings, system operating procedures, and maintenance requirements. aa. Develop and provide qualified ship propulsion and power systems, and associated equipment personnel and training teams, as requested. Location and Level of Effort In addition to supporting Philadelphia site, the contractor supports ships in locations as specified in section 5, and in other locations as required by the COR via TI. 2.4 LOGISTICS MAINTENANCE AND DEVELOPMENT REQUIREMENTS SUPPORT a. Provide logistics support for HM&E systems conversions, overhauls, alterations, modifications, installations, repairs and removal of steam and diesel driven electrical power generation systems equipment and associated systems installed on SSNs, SSBNs, and SSGN s, USN, Foreign Military, Coast Guard, MSC, FMS and Army ships, new, legacy and in-service ships. Tasks will encompass all aspects of the data management discipline and will be done within the processes established by the Government to manage the configuration of data. The workflow will encompass four progressive status categories of digital data files. (1) Working data, where the data is under the originator's control only. (2) Released data, where the working data has been approved by the Government and has been released for its intended use, and is now subject to configuration control procedures. (3) Submitted data, where released data has been formally submitted to the Government for approval. (4) Approved data, where submitted data has been approved for its intended use by the Government. b. c. Data Identification: As specified and requested, an analysis of each assignment conducted to identify and Document potential data requirements. Data requirements shall be requested from all program participants via data call, shall compile received data requirements, shall participate in data requirements reviews, and shall prepare final data requirements lists Data Acquisition. (1) Review delivered data items for form, content, adherence to schedule, correct distribution. Provide analyses and written recommendations, with supporting evidence for the recommendations. Provide technical services necessary to transition master documentation. All documentation shall be prepared in accordance with specifications identified in the individual task instructions. (2) Participate in actions required to define digital data for delivery to or access by the Government in general, and for configuration management data in particular. With interactive access, the emphasis is on Government access to contractor maintained databases. (3) Apply configuration management principles to ensure the integrity of digital representations of product information and other data and enhance good data management practice. The concepts are described, as follows, based on elements and principles expressed in EIA Standard 649: (a) Document identification

18 of 53 (b) Data status level management (c) Data and product configuration relationships (d) Data version control & management of review, comment, annotation, & disposition (e) (f) Digital data transmittal Data access control (g) Data Tracking: Obtain and record data on management and engineering documents for the maintenance of the data management tracking system as specified in the individual task instructions. (h) Technical Data Maintenance. Maintain data status changes in configuration and data management systems such as, but not limited to, Configuration and Data Management Support System (CADMSS), Configuration and Data Satellite (CADSAT), AUTOSERD, or SERMIS as specified by individual task instructions. Receive, record, and input GF documents, verify the data inputs, and return the documents for Government disposition. For existing systems, written operating instructions or desk book procedures may be provided with the individual task instructions. Attend working sessions to resolve problems in the areas of maintenance and operation of data management systems. (i) Provide support to ensure that technical data access is provided in a timely manner and to ensure that it is accurate data for the customers. This support includes the evaluation and status of current technical data, and assistance in the identification, evaluation and purification of the master technical data. (j) Assess life cycle logistics, technical, and production data pertinent to US Navy shipboard engineering systems, subsystems, components, and equipment and support equipment. Prepare recommendations for incorporation into Management Information Systems that will accommodate on-line access and cross referencing of related information. Recommendations shall be consistent and compatible with approved NAVSEA hardware/software applications. (k) Provide detailed information that adequately defines the proposed acquisition strategy and establishes a basis for an effective Technical Data Package management program. (l) Conduct logistics review group audits focused upon the technical data process. 2.5 TECHNICAL AND FINANCIAL REPORTS a. Progress and Financial Reports: A monthly progress and financial report will be submitted to Contracting Officer Representative (COR) with a copy to the Contracting Officer. In addition, a separate report of the number of man-hours charged to the task order will be submitted monthly to the COR. b. Technical Reports: Technical reports and conclusions reflecting the work will be prepared and delivered to the Government when and in the form required by the Contracting Officer Representative. c. Final Delivery: The delivery date of the last of the Progress, Technical and Financial Reports shall not be later than one month after the end date of the task order. d.other Reports: There may be a need for other specific reports, test plans, evaluation reports or documentation created as an integral part of a task order under this contract. Report format, contents and delivery requirements will be specified at the time of technical instruction issuance. e.travel Reports: For any remote travel required, the contractor will report the destination, number of travelers, duration of stay, task milestones completed, site points of contact, ship, and hull number visited. 3.0 DELIVERABLES: The contractor shall provide the following deliverables associated with this tasking effort: A. The Burn Rate Analysis Report is a summary report that captures the rate at which the money is expended.

19 of 53 This report shall be attached in Wide Area Workflow Receipts and Acceptance (WAWF-RA), beginning 30 days after award and every 30 days thereafter. A template of this report is provided as Attachment 1. B. The Incurred Costs Report is a report that captures a summary of all costs incurred to date. This report shall be attached in Wide Area Workflow Receipts and Acceptance (WAWF-RA), beginning 30 days after award and every 30 days thereafter. A template of this report is provided as Attachment 2. C. Deliverables All drawings shall be delivered to the compatible NMCI version of AutoCad. a. Drawings b. Ships check sketches and associated photo albums (labeled), as required. c. Calculations, as required. d. Specifications, as required. e. Procedures, as required. f. MRP Documentation, as required. g. Graphics, as required. h. Reports, as required. i. Schedules, as required. j. Finite Element Analysis. k. CDRL A001: Contractor Installation POA&M(s) l. CDRL A002: Shipboard Alterations teams names, SSN, and clearance information m. CDRL A003: Monthly Progress and Status Report submissions n. CDRL A004: Provision of Red-lined Drawings to Ships and NSWCCD (2-sets) as required o. CDRL A005: Provision of Installation and Condition Reports p. Technical Documentation Revisions as assigned by the COR via TI. q. Technical Draft submittals as assigned by the COR via TI. 4.0 TRAVEL The engineering and technical support services sought through this solicitation requires the contractor to perform at various Regional Maintenance Centers, shipyards and homeports in the U.S. and at foreign Naval Support Activities. Contractor personnel are required to travel to attend meetings, conduct ship checks, testing, repairs, and/or installations. Installation/repairs and testing will take place in ports and facilities on the East Coast, West Coast and Ports in the Far East. Detailed annual travel estimates for all CLIN s under this contract are as following: Average Travel No. Of Trips Days/Trip No. Of Trips and Locations ------------------------------------------------------------------------------------------------ 69 5 18 trips to San Diego, CA

20 of 53 5 trips to Pearl Harbor, HI 5 trips to Sasebo, Japan 18 trips to Norfolk, VA 5 trips to Guam 5 trip to Yokosuka, Japan 2 trips to Diego Garcia, United Kingdom 4 trips to Gaeta, Italy 4 trips to Bath, ME 3 trips to Portland, OR Additional travel may be required to sub-contractor facilities throughout CONUS. 5.0 CLASSIFIED MATERIAL All work performed under this Task Order may be classified up to the secret level. 6.0 PLACE OF PERFORMANCE All work performed under this Task Order may be accomplished at the contractor s facility, local vendors and on-site at NSWCCD, Philadelphia. On-site services can be provided to satisfy program requirements and shall be specified by the COR in the Technical Instructions (TI s). 7.0 Government Furnished Information/Materials/Equipment (GFI/GFM) a. The government shall furnish the contractor with the applicable documents and available information (i.e. Drawings and procedures). A listing of GFM/GFI will be identified under technical instructions issued herein. b. NSWCCD will provide contractor personnel with office spaces and standard office equipment for personnel working on-site at NSWCCD-Philadelphia. 8.0 OVERTIME Overtime may be required to support emergent ship schedules, timely completion of onboard assessment and grooming evolutions, troubleshooting events, and equipment upgrades and testing. Overtime hours must be authorized by the COR. 9.0 PERIOD OF PERFORMANCE Date of Award through one (1) year after date of award with two (2) one year options. 10.0 KEY PERSONNEL The following labor categories employed under are designated as Key Personnel: - Program Manager - Senior Mechanical Engineer - Senior Electrical Engineer 11.0 CONTRACTING OFFICER REPRESENTATIVE

21 of 53 Anika Dixon NSWCCD-SSES Philadelphia, Code 937 Telephone Number: (215) 897-7112 12.0 PERSONNEL QUALIFICATIONS PERSONNEL REQUIREMENTS The contractor shall be responsible for employing personnel in conjunction with performance of the tasks outlined under the statement of work herein. The Contractor shall have the personnel, organization, and administrative control necessary to ensure that contractor performance will meet the requirement set forth in the task order. If the Contracting Officer questions that the Contractor, during the performance of the contract is using personnel with other than the qualifications submitted under their resumes, this contractor shall have the burden of proof to produce evidence that their personnel do possess said qualifications. The work history of each employee must contain experience directly related to the task and functions he/she intends to perform under this task order. The Government reserves the right, during the term of this task order, to request work histories on any contractor employee for purposes of verifying compliance with this requirement. Certain skilled experienced professional and /or technical personnel are essential for successful contractor accomplishment of the work to be performed under this contract. Contractor Personnel Identification In the performance of this contract, contractor employees shall identify themselves as contractor personnel by introducing themselves or being introduced as contractor personnel and by displaying distinguishing badges or other visible identification for meetings with Government personnel. Contractor personnel shall appropriately identify themselves and contractor employees in telephone conversations and formal and informal written correspondence PERSONNEL QUALIFICATIONS The labor categories and qualifications for these categories to be used for performance under this Task Order are as follows: KEY PERSONNEL TARGET QUALIFICATIONS: The following labor categories are designated Key Personnel for this Task Order. Multi-trades tasking has been identified as a methodology of reducing manpower requirements. Resumes will be submitted for each category as indicated by the key category description. The category descriptions include: Program Manager (1 resume) TARGET EXPERIENCE: Ten (10) years experience in the operation, maintenance, design or testing of the Hull, Mechanical and Electrical (HM&E) Machinery Systems in the area of design and modifications. Five (5) years of combined program management or equivalent experience as to demonstrate working capabilities and requisites for the Program Manager position of ship Systems. Working knowledge of Naval Sea Systems Command, NSWCCD-SSES, and their functions and responsibilities. Experience in government contracts management. Engineering experience aboard US Naval Ships, which may include operation, maintenance and testing. TARGET EDUCATION: BS Degree in Engineering, Naval Architecture or Business Administration from an accredited college or university, or Professional Engineer License. Senior Mechanical Engineer (2 resumes) TARGET EXPERIENCE: Ten (10) years experience with Ship Systems in the area of design and modifications steam and diesel driven electrical power generation systems and equipment. Five (5) years working experience as a senior Mechanical Engineer providing Direct Fleet Support for U.S. Navy systems. Work experience with ships, drawing standards, specifications, configuration changes, documentation and procurements, and Planning Yard

22 of 53 drawing procedures and requirements. TARGET EDUCATION: BS Degree from an accredited college or university in Mechanical Engineering. Senior Electrical Engineer (2 resumes) TARGET EXPERIENCE: Ten (10) years experience with Ship Systems in the area of design and modifications of steam and diesel driven electrical power generation systems and equipment. Five (5) years working experience as a Senior Electrical Engineer providing Direct Fleet Support for U.S. Navy electrical generation and distribution systems (including assessments/grooms, testing, and support for equipment upgrades). Work experience with ships, drawing standards and specifications, configuration changes, documentation and procurements, and Planning Yard drawing procedures and requirements. TARGET EDUCATION: Require BS Degree from an accredited college or university in Electrical or Electronics Engineering. Required Qualifications for Non- Key Personnel: NON-KEY PERSONNEL LABOR CATEGORIES AND THE GOVERNMENT'S MINIMUM EDUCATION AND EXPERIENCE REQUIREMENTS The following represents the Government's minimum education and technical experience for non-key personnel required to support the Statement of Work. The offeror shall certify that all employees proposed for non-key personnel labor categories meet or exceed the minimum education and technical requirements specified for each non-key category. Resumes are not required for the non-key personnel categories listed below: Project Engineer EXPERIENCE: Five (5) years relevant experience with Ship Systems in the area of design and modifications of steam and diesel driven electrical power generation systems and equipment. Five (5) or more years of combined project management or equivalent experience that would demonstrate capabilities as an acceptable Project Manager for Ship Systems. Work experience with ships drawing standards and specifications, configuration changes, documentation and procurements, and Planning Yard drawing procedures and requirements. Work experience with test facilities design requirements, structural and power configuration, documentation and procurements. EDUCATION: Require BS Degree from an accredited college or university in Computer Science, Management Information Systems, Physical Science, Engineering or Mathematics. Senior Structural Engineer EXPERIENCE: Five (5) years working experience designing steel structures in accordance with AISC Manual of Steel Construction and experience with ASCE 7-02, Design Loads for Buildings and Other Steel Structures as well as American Concrete Institute (ACI) Standards. Extensive work experience with engineering, analysis, and design background in Concrete, Steel and Piles Structural practices and procedures. Proficiency using Finite Element Structural Analysis Programs including I-DEAS and NASTRAN. Work experience with test facilities design requirements, structural configuration, documentation and procurements. EDUCATION: Require a BS and MS Degree from accredited college or university in Civil Engineering and must be a licensed PE. Quality Assurance Specialist EXPERIENCE: Five (5) years working experience in Navy Material Control Programs and skilled in reviewing drawings and specifications and determining manufacturing sequence. Five (5) years working experience in developing and implementing Quality requirements for Navy LEVEL I material control programs. Work experience with ships drawing standards and specifications, configuration changes, documentation and procurements. Work experience with test facilities design requirements, structural and power configuration, documentation and procurements.

of 53 EDUCATION: Require High School diploma and specialized military or civilian Government QA training. Senior Designer/CADD EXPERIENCE: Five (5) years experience developing CADD drawings using AUTOCAD. Five (5) years experience working with Ship Systems. Work experience with ships drawing standards and specifications, and Planning Yard drawing procedures and requirements. EDUCATION: Require an Associate Degree from an accredited College or University. Senior Designer/Modeler EXPERIENCE: Five (5) years working experience with project development using Microsoft Inventor and/or SolidWorks from conceptual studies thru detailed design and including as-built documentation. Five (5) years experience working with Ship Systems. Capable of creating interactive multimedia presentation materials used to support client requirements including color graphics, schedules and process flow charting including web based products. EDUCATION: Require High School diploma or Drafting Certificate from an accredited College or Technical Institute. Mechanical Engineer Technician EXPERIENCE: Five (5) years experience in Mechanical Engineering systems as related to Ship Systems. Five (5) years experience with Ship Systems in the area of design and modifications of steam and diesel driven electrical power generation systems and equipment. Work experience with ships drawing standards and specifications, configuration changes, documentation and procurements. EDUCATION: Require High School diploma. Electrical Engineer Technician EXPERIENCE: Five (5) years experience in Electrical Engineering systems as related to Ship Systems. Five (5) years experience working with Ship Systems in the area of design and modifications of steam and diesel driven electrical power generation systems and equipment. Work experience with ships drawing standards and specifications, configuration changes, documentation and procurements. EDUCATION: Require High School diploma. Junior Engineer EXPERIENCE: Two (2) years experience in engineering systems as related to the area of design and modifications of steam and diesel driven electrical power generation systems and equipment. EDUCATION: Require BS Degree from an accredited college or university in Engineering. CAD/CAM Operator EXPERIENCE: One (1) year technical experience in CAD drawing involving technical systems EDUCATION: Require High School or technical/vocational school diploma, or equivalent Technical Writer EXPERIENCE: Two (2) years experience in writing and editing technical documentation. EDUCATION: Require High School or technical/vocational school diploma, or equivalent Logistician

24 of 53 EXPERIENCE: Two (2) years experience in inventory management, procurement, receipt, storage, and issuance of material and repair components EDUCATION: Require High school Diploma or equivalent. Program Support Assistant EXPERIENCE: Two (2) years experience in the use of spreadsheet and word processing software. EDUCATION: Require High school Diploma or equivalent. Site Foreman EXPERIENCE: Five (5) years experience in the supervision and coordination of site personnel of naval ship Hull, Mechanical, Electrical, or Electronic equipment and systems. EDUCATION: Require High school or trade school or industrial school or GED equivalent or other supplemental vocational training after high school. Electrician EXPERIENCE: Five (5) years practical electrical experience which should include the operation, test, maintenance or repair of naval ship Hull, Mechanical, Electrical, or Electronic equipment and systems. EDUCATION: Require High school or trade school or industrial school or GED equivalent or other supplemental vocational training after high school. Marine Machinist EXPERIENCE: Five (5) years experience in installing, adjusting, and maintaining naval ship Hull, Mechanical, Electrical, or Electronic equipment and systems. EDUCATION: Require High school or trade school or industrial school or GED equivalent or other supplemental vocational training after high school. Welder/Brazier EXPERIENCE: Five (5) years experience in installing, repairing, and fabricating materials out of metal. EDUCATION: Require High school or trade school or industrial school or GED equivalent or other supplemental vocational training after high school. Pipe Fitter EXPERIENCE: Five (5) years experience in installing, assembly, and maintenance of pipe systems, supports and related hydraulic and pneumatic equipment. EDUCATION: Require High school or trade school or industrial school or GED equivalent or other supplemental vocational training after high school. Sheet metal Worker EXPERIENCE: Five (5) years experience in fabricating, assembling, installing, and repairing sheet metal products and equipment. EDUCATION: Require High school or trade school or industrial school or GED equivalent or other supplemental vocational training after high school. Clerk

25 of 53 EXPERIENCE: Two (2) years experience in conducting research, preparing statistical reports, handling information requests and performing functions such as preparing reports, correspondence, etc. EDUCATION: Require High School Diploma. Enterprise-wide Contractor Manpower Reporting Application (ECMRA) The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil. CAR-C02 ON-SITE ENVIRONMENTAL AWARENESS (AUG 2009) (a) The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA) Regulations, Environmental Protection Agency (EPA) Regulations, and all applicable state and local requirements. (b) The contractor shall ensure that each contractor employee reads the document entitled, Carderock Division Environmental Policy and Commitment within 30 days of commencing performance at NSWCCD-SSES. This document is available at https://crbewebappdev.dt.navy.mil/intranet/documents/policy/environmental Policy.pdf (c) The contractor shall ensure that each contractor employee who will be resident at NSWCCD-SSES completes the Environmental Management System (EMS) Awareness training within 30 days of commencing performance at NSWCCD-SSES. This document is available at https://crbewebappdev.dt.navy.mil/intranet/esh/documents/contractor EMS Awareness Training.doc (d) The Contractor shall certify by e-mail to Paul Breeden/Code 0 (paul.breeden@navy.mil) that on-site employees have read the Carderock Division Environmental Policy and Commitment and taken the Environmental Management System (EMS) Awareness training within 30 days of commencing performance at NSWCCD-SSES. The e-mail shall include the employee name, work site, and contract number. CAR-C03 ON-SITE SAFETY AWARENESS (AUG 2009) (a) The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA) Regulations, Environmental Protection Agency (EPA) Regulations, and all applicable state and local requirements. (b) The contractor shall ensure that each contractor employee reads the document entitled, Carderock Division Occupational Safety and Health Policy Statement within 30 days of commencing performance at NSWCCD-SSES. This document is available at: https://crbewebappdev.dt.navy.mil/intranet/documents/policy/occupationalsafety.pdf (c) The contractor shall ensure that each contractor employee who will be resident at

26 of 53 NSWCCD-SSES completes the Voluntary Protection Program (VPP) Awareness Training within 30 days of commencing performance at NSWCCD-SSES. This document is available at: https://crbewebappdev.dt.navy.mil/intranet/esh/documents/vpp Awareness Training for Contractors.doc (d) The Contractor shall certify by e-mail to Thomas Egan/Code 022 (thomas.egan@navy.mil) that employees have read the Carderock Division Occupational Safety and Health Policy Statement and taken the Voluntary Protection Program (VPP) awareness training within 30 days of commencing performance at NSWCCD-SSES. The e-mail shall include the employees name, work site, and contract number. (e) The contractor shall submit their OSHA 300 Logs (injury/illness rates) within 30 days of commencing performance at NSWCCD-SSES for review by the Safety Office (Code 022). If a contractor s injury/illness rates are above the Bureau of Labor Statistics industry standards, a safety assessment will be performed by Code 022 to determine if any administrative or engineering controls can be utilized to prevent further injuries/illnesses, or if any additional PPE or training will be required. (f) The contractor shall post their OSHA 300 Logs in a conspicuous place where employee notices are customarily posted immediately upon commencing performance at NSWCCD-SSES. (g) Applicable contractors shall submit Total Case Incident Rate (TCIR) and Days Away, Restricted and Transfer (DART) rates for the past three years within 30 days of commencing performance at NSWCCD-SSES for review by the Safety Office (Code 022). A contractor meets the definition of applicable if its employees worked 1,000 hours or more in any calendar quarter on site and were not directly supervised in day-to-day activities by the command. (h) The contractor shall report all work-related injuries/illnesses that occurred while working at NSWCCD-SSES to the Safety Office (Code 022). (i) The contractor shall ensure that all contractor work at NSWCCD-SSES is in accordance with the Occupational Safety and Health (OSH) Program Manual (NAVSSESINST 5100.14). The OSH Program Manual is available at: https://crbewebappdev.dt.navy.mil/intranet/instr/s5100-14g.htm

27 of 53 SECTION D PACKAGING AND MARKING HQ D-2-0008 MARKING OF REPORTS (NAVSEA) (SEP 1990) All reports delivered by the Contractor to the Government under this contract shall prominently show on the cover of the report: (1) name and business address of the Contractor (2) contract number (3) task order number (4) sponsor: (Name of Individual Sponsor) (Name of Requiring Activity) (City and State) Ship all Report/Data to the following address: Contracting Officer Representative Attn: Anika Dixon 4850 South 15th Street Philadelphia, PA 19112 All Deliverables shall be packaged and marked IAW Best Commercial Practices. All Deliverables shall be packaged and marked IAW Best Commercial Practice.

28 of 53 SECTION E INSPECTION AND ACCEPTANCE Inspection and Acceptance will be performed by the Contracting Officer Representative, Anika Dixon, Code 937, NSWCCD.

29 of 53 SECTION F DELIVERABLES OR PERFORMANCE The periods of performance for the following Items are as follows: 4000 6/4/2013-6/3/2014 4100 6/4/2014-6/3/2015 4200 6/4/2015-6/3/2016 6000 6/4/2013-6/3/2014 6100 6/4/2014-6/3/2015 CLIN - DELIVERIES OR PERFORMANCE BASIC CLINS 4000, 6000- DATE OF TASK ORDER AWARD THRU 12 MONTHS OPT 1 CLINS 4100, 6100- DATE OF EXCERCISE OF OPTION THRU 24 MONTHS OPT 2 CLINS 4200, 6200- DATE OF EXCERCISE OF AN OPTION THRU 36 MONTHS ESTIMATED PERIOD OF PERFORMANCE FOR THE BASIC PERIOD AND OPTION PERIOD IS 36 MONTHS FROM TASK ORDER AWARD. SHIP TO ADDRESS: ANIKA DIXON NAVAL SURFACE WARFARE CENTER CARDEROCK DIVISION PHILADELPHIA PA 19112-1403 CODE 937 COR

30 of 53 SECTION G CONTRACT ADMINISTRATION DATA Contracting Officer Representative ANIKA DIXON, 937 1000 KITTY HAWK AVE PHILADELPHIA, PA 19112 ANIKA.DIXON@NAVY.MIL 215-897-7035 Approved Subcontractors B&L Machine Fabrication CACI Enterprise Solutions, Inc. Cosmic Software Curtiss-Wright Flow Control Epsilon E-Solutions Gibbs & Cox L-3 Unidyne QED Renk AG Schweitzer Engineering Laboratories Tognum America MTU Woodward Inc. 5252.2-9104 ALLOTMENT OF FUNDS (JAN 2008) (a) This contract is incrementally funded with respect to both cost and fee. The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE" (FAR 52.216-10), as appropriate, is specified below. As provided in the clause of this contract entitled "LIMITATION OF FUNDS" (FAR 52.2-22), the CLINs/SLINs covered thereby (b) The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover. (c) CLINs/SLINs are fully funded and performance under these CLINs/SLINs is subject to the clause of this contract entitled "LIMITATION OF COST" (FAR 52.2-20). (d)the Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs. (End of Text) 252.2-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (a) Definitions. As used in this clause 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 for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system.

31 of 53 (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.2-7003, 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 WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Cost Voucher (Cost Reimbursable, T&M, LH, or FPI) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Destination (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC HQ0337 Issue By DoDAAC N65540 Admin DoDAAC S3915A Inspect By DoDAAC N65540 Ship To Code N65540 Ship From Code N/A Mark For Code N65540 Service Approver (DoDAAC) N65540 Service Acceptor (DoDAAC) N65540 Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies

32 of 53 delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the Send Additional Email Notifications field of WAWF once a document is submitted in the system. Anika.Dixon@navy.mil (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity s WAWF point of contact. Joshua Daubert; email: WAWF_GAM.NSWCCD@Navy.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) HQ G-2-0009, Supplemental Instructions Regarding Electronic Invoicing (NAVSEA) (SEP 2012) (a) The Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the technical instruction (TI), sub line item number (SLIN), or contract line item number (CLIN) level, rather than on a total contract/to basis, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by TI, SLIN, or CLIN level. For other than firm fixed price subcontractors, subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may email encryption code information directly to the Contracting Officer (CO) and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the CO and COR; or other method as agreed to by the CO. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and CO on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and CO email notification as required herein. SEA 5252.216-9122 LEVEL OF EFFORT ALTERNATE 1 (MAY 2010) (a) The Contractor agrees to provide the total level of effort specified in the next sentence in performance of the work described in Sections B and C of this contract. The total level of effort for the performance of this contract shall be 192,600 total man-hours of direct labor, including subcontractor direct labor for those subcontractors specifically identified in the Contractor's proposal as having hours included in the proposed level of effort. (b) Of the total man-hours of direct labor set forth above, it is estimated that 0 man-hours are uncompensated effort. Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week without additional compensation for such excess work. All other effort is defined as compensated effort. If no effort is indicated in the first sentence of this paragraph, uncompensated effort performed by the Contractor shall not be counted in fulfillment of the level of effort obligations under this contract. (c) Effort performed in fulfilling the total level of effort obligations specified above shall only include effort performed in direct support of this contract and shall not include time and effort expended on such things as (local travel to and from an employee's usual work location), uncompensated effort while on travel status, truncated lunch periods, work (actual or inferred) at an employee's residence or other non-work locations (except as provided in paragraph (i) below), or other time and effort which does not have a specific and direct contribution to the tasks described in Sections B and C. (d) The level of effort for this contract shall be expended at an average rate of approximately 1,5 hours per week. It

33 of 53 is understood and agreed that the rate of man hours per month may fluctuate in pursuit of the technical objective, provided such fluctuation does not result in the use of the total man-hours of effort prior to the expiration of the term hereof, except as provided in the following paragraph. (e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of direct labor to such an extent that the total man-hours of effort specified above would be used prior to the expiration of the term, the Contractor shall notify the Contracting Officer in writing setting forth the acceleration required, the probable benefits which would result, and an offer to undertake the acceleration at no increase in the estimated cost or fee together with an offer, setting forth a proposed level of effort, cost breakdown, and proposed fee, for continuation of the work until expiration of the term hereof. The offer shall provide that the work proposed will be subject to the terms and conditions of this contract and any additions or changes required by then current law, regulations, or directives, and that the offer, with a written notice of acceptance by the Contracting Officer, shall constitute a binding contract. The Contractor shall not accelerate any effort until receipt of such written approval by the Contracting Officer. Any agreement to accelerate will be formalized by contract modification. (f) The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure of direct labor such that the total man-hours of effort specified in paragraph (a) above would be used prior to the expiration of the term. This order shall specify the acceleration required and the resulting revised term. The Contractor shall acknowledge this order within five days of receipt. (g) The Contractor shall provide and maintain an accounting system, acceptable to the Administrative Contracting Officer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort (compensated and uncompensated, if any) provided in fulfillment of the level of effort obligations of this contract. The Contractor shall indicate on each invoice the total level of effort claimed during the period covered by the invoice, separately identifying compensated effort and uncompensated effort, if any. (h) Within 45 days after completion of the work under each separately identified period of performance hereunder, the Contractor shall submit the following information in writing to the Contracting Officer with copies to the cognizant Contract Administration Office and to the DCAA office to which vouchers are submitted: (1) the total number of man-hours of direct labor expended during the applicable period; (2) a breakdown of this total showing the number of man-hours expended in each direct labor classification and associated direct and indirect costs; (3) a breakdown of other costs incurred; and (4) the Contractor's estimate of the total allowable cost incurred under the contract for the period. Within 45 days after completion of the work under the contract, the Contractor shall submit, in addition, in the case of a cost underrun; (5) the amount by which the estimated cost of this contract may be reduced to recover excess funds. All submissions shall include subcontractor information. (i) Unless the Contracting Officer determines that alternative worksite arrangements are detrimental to contract performance, the Contractor may perform up to 10% of the hours at an alternative worksite, provided the Contractor has a company-approved alternative worksite plan. The primary worksite is the traditional main office worksite. An alternative worksite means an employee s residence or a telecommuting center. A telecommuting center is a geographically convenient office setting as an alternative to an employee s main office. The Government reserves the right to review the Contractor s alternative worksite plan. In the event performance becomes unacceptable, the Contractor will be prohibited from counting the hours performed at the alternative worksite in fulfilling the total level of effort obligations of the contract. Regardless of work location, all contract terms and conditions, including security requirements and labor laws, remain in effect. The Government shall not incur any additional cost nor provide additional equipment for contract performance as a result of the Contractor s election to implement an alternative worksite plan. (j) Notwithstanding any of the provisions in the above paragraphs and subject to the

34 of 53 LIMITATION OF FUNDS or LIMITATION OF COST clauses, as applicable, the period of performance may be extended and the estimated cost may be increased in order to permit the Contractor to provide all of the man-hours listed in paragraph (a) above. The contractor shall continue to be paid fee for each man-hour performed in accordance with the terms of the contract. (End of Text) DFARS PGI 204.7108(d)(12) PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS (a) This requirement includes support for multiple programs with independent budgets and funding lines. These funding lines are NOT interchangeable and it is critical that the Paying Office pay in accordance with the accounting classification reference numbers (ACRNs) noted on the contractor's invoices. To do otherwise could result in a misappropriation of funds. (b) The Payment Office shall ensure that each payment under this contract is made in accordance with the specific ACRNs shown on each individual invoice, including attached data. Accounting Data SLINID PR Number Amount -------- -------------------------------------------------- --------------------- 400001 1300336306 180000.00 AA 1731804 8B5B 252 VU021 0 050120 2D 000000 A00001626461 POP: 06/04/2013-06/03/2014 2410(a) Authority is hereby invoked See TI# 1 600001 1300336306 20000.00 AA 1731804 8B5B 252 VU021 0 050120 2D 000000 A00001626461 POP: 06/04/2013-06/03/2014 2410(a) Authority is hereby invoked See TI# 1 600002 1300339665 811362.00 AB 1731810 81ST 310 VU021 0 050120 2D 000000 A000016507 POP: 06/04/2013-06/03/2016 2410(a) Authority is hereby invoked See TI# 2 BASE Funding 1011362.00 Cumulative Funding 1011362.00 MOD 01 Funding 0.00 Cumulative Funding 1011362.00 MOD 02 400002 1300369583 108220.89 AC 97X4930 NH1C 253 77777 0 050120 2F 000000 A00001844984 See TI# 04 2410(a) Authority is hereby invoked 400003 1300363968 9000.00 AD 97X4930 NH1C 252 77777 0 050120 2F 000000 A00001815199 See TI# 03 2410(a) Authority is hereby invoked 400004 1300369584 47203.57

35 of 53 AE 97X4930 NH1C 253 77777 0 050120 2F 000000 A00001844986 See TI# 04 2410(a) Authority is hereby invoked MOD 02 Funding 164424.46 Cumulative Funding 1175786.46 MOD 03 400005 1300371401 130000.00 AF 1731804 60CA 253 09577 068566 2D C001CD 095773HGMANQ Standard Number: N0957713RC001CD/AA See TI# 5 2410(a) Authority is hereby invoked 400006 1300376461 880000.00 AG 1731804 8B5B 252 VU021 0 050120 2D 000000 A00001890846 Standard Number: N0002413VVX01857/AA See TI# 6 2410(a) Authority is hereby invoked 400007 1300371981 16000.00 AH 97X4930 NH1C 253 77777 0 050120 2F 000000 A00001859153 See TI# 06 2410(a) Authority is hereby invoked 600003 1300371401 20000.00 AF 1731804 60CA 253 09577 068566 2D C001CD 095773HGMANQ Standard Number: N0957713RC001CD/AA See TI# 05 2410(a) Authority is hereby invoked 600004 1300376461 30000.00 AG 1731804 8B5B 252 VU021 0 050120 2D 000000 A00001890846 Standard Number: N0002413WX01857/AA See TI# 06 2410(a) Authority is hereby invoked MOD 03 Funding 1076000.00 Cumulative Funding 2251786.46 MOD 04 400008 1300377283 220000.00 AJ 1731804 8B5B 251 VU021 0 050120 2D 000000 A00001898543 See TI# 6, Rev. 1 2410(a) Authority is hereby invoked 600005 1300377283 30000.00 AJ 1731804 8B5B 251 VU021 0 050120 2D 000000 A00001898543 See TI# 6, Rev. 1 2410(a) Authority is hereby invoked MOD 04 Funding 250000.00 Cumulative Funding 2501786.46 MOD 05 400009 130039975400001 65500.00 AK 9740400 2520 XW SD68P FY14 A B ADX01 FY1415 71AB 251 04000 40604880C00 044411

36 of 53 IAW TI 7. 600006 130039975500001 4200.00 AK 9740400 2520 XW SD68P FY14 A B ADX01 FY1415 71AB 210 04000 40604880C00 044411 IAW TI 7. MOD 05 Funding 69700.00 Cumulative Funding 2571486.46 MOD 06 400010 130040438000001 34000.00 AL 1741804 70BA 252 55262 R 068688 2D CD0024 552624002RAQ IAW TI 9. 2410 (a) authority is hereby invoked. 400011 130040440900001 40000.00 BL 1741804 70BA 257 00070 R 045924 2D XK9029 0007049029KD IAW TI 9. 2410 (a) authority is hereby invoked. 400012 130040421700001 50500.00 BM 1741804 60BA 257 50054 R 068732 2D CX0107 500544D0157P IAW TI 9. 2410 (a) authority is hereby invoked. MOD 06 Funding 124500.00 Cumulative Funding 2695986.46 MOD 07 400013 130040268400001 55000.00 AM 1701811 1224 252 X8WMH 0 068342 2D 000000 20010500201A Standard Number: N0002414WX20310/AA IAW TI #8 2410(a) authority is hereby invoked. MOD 07 Funding 55000.00 Cumulative Funding 2750986.46 MOD 08 400014 130041509900001 36900.00 AN 1701811 1224 252 WAWMC 0 068342 2D 000000 200108000000 IAW TI 8 rev 1 400015 130041612400001 202500.00 AR 9740400 2520 XW SD68P FY14 A B ADX01 FY1415 71AB 251 04000 40604880C00 044411 IAW TI 10. 600007 130041510000001 1000.00 AP 1701811 1224 252 X8WMH 0 068342 2D 000000 20010500101K IAW TI 8 rev 1 600008 130041759700001 3400.00 AQ 1701811 1224 252 WAWMC 0 068342 2D 000000 200108000000 IAW TI 8 rev 1 600009 130041612500001 26400.00 AS 9740400 2520 XW SD68P FY14 A B ADX01 FY1415 71AB 210 04000 40604880C00 044411 IAW TI 10.

37 of 53 MOD 08 Funding 270200.00 Cumulative Funding 3021186.46 MOD 09 400016 130042433700001 2900.00 AT 1711611 1224 251 SH400 0 050120 2D 000000 A00002286303 IAW TI 11. 2410(a) authority is hereby invoked. 400017 1300439700002 34648.00 AW 1741319 14RM 251 SH400 0 050120 2D 000000 A10002279959 IAW TI 12. 2410(a) authority is hereby invoked. 400018 130044276900001 62000.00 AX 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002414046 IAW TI 13. 2410(a) authority is hereby invoked. 400019 130044304000001 98000.00 AY 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002415966 IAW TI 14. 2410(a) authority is hereby invoked. 600010 130042433800001 900.00 AV 1711611 1224 251 SH400 0 050120 2D 000000 A00002286305 IAW TI 11. 2410(a) authority is hereby invoked. 600011 1300439700003 3800.00 AW 1741319 14RM 251 SH400 0 050120 2D 000000 A10002279959 IAW TI 12. 2410(a) authority is hereby invoked. 600012 130044276900002 20000.00 AX 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002414046 IAW TI 13. 2410(a) authority is hereby invoked. MOD 09 Funding 222248.00 Cumulative Funding 3243434.46 MOD 10 400020 130044467100003 450000.00 AZ 1741810 81LD 251 VU021 0 050120 2D 000000 A10002424814 IAW TI 15. 2410(a) authority is hereby invoked. 400021 130044467300002 475400.00 BB 1741810 81LH 251 VU021 0 050120 2D 000000 A10002424817 IAW TI 15. 2410(a) authority is hereby invoked. 400022 130044467600001 287500.00 BC 1741804 8B5B 251 VU021 0 050120 2D 000000 A00002424818 IAW TI 16. 2410(a) authority is hereby invoked. 4000 130044467700001 30000.00 BD 1741804 60CA 253 00060 W 068732 2D C0017G 465794N7571Q IAW TI 16. 2410(a) authority is hereby invoked. 600013 130044467100004 261268.00 BE 1741810 81LD 251 VU021 0 050120 2D 000000 A10002424814 IAW TI 15. 2410(a)authority is hereby invoked.

38 of 53 610001 130044467100004 67249.00 BE 1741810 81LD 251 VU021 0 050120 2D 000000 A10002424814 IAW TI 15. 2410(a) authority is hereby invoked. MOD 10 Funding 1571417.00 Cumulative Funding 4814851.46 MOD 11 400024 130045289400001 65167.41 BF 1721810 81ST 251 VU021 0 050120 2D 000000 A00002489701 IAW TI 17. 2410(a) authority is hereby invoked. 410001 130045289400001 294832.59 BF 1721810 81ST 251 VU021 0 050120 2D 000000 A00002489701 IAW TI 17. 2410(a) authority is hereby invoked. 410002 130045373600001 37020.00 BG 1741804 60BA 257 50054 R 068732 2D CX0428 500544D0052P IAW TI 18. 2410(a) authority is hereby invoked. 410003 130045373800001 12400.00 BH 1741804 60BA 257 50054 R 068732 2D CX0431 500544D0731P IAW TI 18. 2410(a) authority is hereby invoked. 410004 130045383000001 24000.00 BJ 1741804 60BA 257 50054 R 068732 2D CX0439 500544D1318P IAW TI 18. 2410(a) authority is hereby invoked. 610002 130045289400002 40000.00 BF 1721810 81ST 251 VU021 0 050120 2D 000000 A00002489701 IAW TI 17. 2410(a) authority is hereby invoked. 610003 130045390200001 16500.00 BK 1741804 60BA 257 50054 R 068732 2D CX0440 500544D0731P IAW TI 18. 2410(a) authority is hereby invoked. MOD 11 Funding 489920.00 Cumulative Funding 5304771.46 MOD 12 Funding 0.00 Cumulative Funding 5304771.46 MOD 13 410005 130047240000001 16800.00 BN 1711611 1224 251 SH400 0 050120 2D 000000 A00002681184 IAW TI 19. 410006 130047265100001 8300.00 BP 1711611 1224 251 SH400 0 050120 2D 000000 A00002681186 IAW TI 19. 410007 130047265200001 4300.00 BQ 1711611 1224 251 SH400 0 050120 2D 000000 A00002681189 IAW TI 19. 410008 130047265400001 5600.00

39 of 53 BR 1711611 1224 251 SH400 0 050120 2D 000000 A00002681312 IAW TI 19. 610004 130047240000002 4600.00 BN 1711611 1224 251 SH400 0 050120 2D 000000 A00002681184 IAW TI 19. MOD 13 Funding 39600.00 Cumulative Funding 5344371.46 MOD 14 410009 130047966900010 75000.00 BS 9750400 2520 XW SD68P FY15 A A 421AA FY1516 71AB 251 04000 40604880C00 044411 IAW TI 20. 410010 130048261800010 45766.00 AY 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002761363 IAW TI 21. 410011 130048261900010 5400.00 BT 1751804 60BA 257 50054 R 068732 2D CX0195 500545D0878P IAW TI 21. MOD 14 Funding 126166.00 Cumulative Funding 5470537.46 MOD 15 410012 130048712900001 3700.00 BU 1711611 1224 251 SH400 0 050120 2D 000000 A00002791140 IAW TI 22 410013 130047265300002 1000.00 BV 1711611 1224 251 SH400 0 050120 2D 000000 A10002681191 IAW TI 410014 130048716200001 107975.00 BW 1721611 1224 251 SH400 0 050120 2D 000000 A00002791309 IAW TI 22 410015 130049458900001 2000.00 BX 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002846141 IAW TI 24 410016 130049468100001 4000.00 BY 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002846499 IAW TI 24 410017 130049468200001 20000.00 BZ 1751804 60BA 257 50054 R 068732 2D CX0115 500545D0766P IAW TI 24 410018 130049468400001 3500.00 CA 1751804 60BA 257 50054 R 068732 2D CX0152 500545D0640P IAW TI 24 410019 130049468700001 6500.00

40 of 53 CB 1751804 60BA 257 50054 R 068732 2D CX0193 500545D0878P IAW TI 24 410020 130049468800001 10800.00 CC 1751804 60BA 257 50054 R 068732 2D CX0264 500545D0640P IAW TI 24 410021 130049369400001 200000.00 CD 1741810 81ST 251 VU021 0 050120 2D 000000 A00002840103 IAW TI 25 410022 130048716400001 29737.00 CE 1711611 1224 251 SH400 0 050120 2D 000000 A00002791443 IAW TI 22 4100 130049460300001 2000.00 CF 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002846285 IAW TI 24 MOD 15 Funding 391212.00 Cumulative Funding 5861749.46 MOD 16 400021 130044467300002 (475400.00) BB 1741810 81LH 251 VU021 0 050120 2D 000000 A10002424817 IAW TI 15. 2410(a) authority is hereby invoked. MOD 16 Funding -475400.00 Cumulative Funding 5386349.46 MOD 17 410024 130049453300001 20000.00 CG 97X4930 NH1C 251 77777 0 050120 2F 000000 A00002845436 IAW TI 24 rev 1. 410025 130050537900001 3200.00 CH 1751804 60BA 257 50054 R 068732 2D CX02 500545D0780P IAW TI 24 rev 1. 410026 130050537900002 9700.00 CJ 1751804 60BA 257 50054 R 068732 2D CX09 500545D0899P IAW TI 24 rev 1. 410027 130050537900003 22400.00 CK 1751804 60BA 257 4002A R 068732 2D C827NP 4002A5BCNGTP IAW TI 24 rev 1. 410028 130050537900004 3300.00 CL 1751804 60BA 257 50054 R 068732 2D CX0285 500545D1571P IAW TI 24 rev 1. 410029 130050537900005 14300.00 CM 1751804 60BA 257 50054 R 068732 2D CX0301 500545D0731P IAW TI 24 rev 1. 410030 130050537900006 11900.00

41 of 53 CN 1751804 60BA 257 50054 R 068732 2D CX0303 500545D0731P IAW TI 24 rev 1. 410031 130050537900007 19500.00 CP 1751804 60BA 257 50054 R 068732 2D CX0304 500545D0731P IAW TI 24 rev 1. 410032 130050537900008 16200.00 CQ 1751804 60BA 257 50054 R 068732 2D CX0306 500545D0731P IAW TI 24 rev 1. 410033 130050537900009 2400.00 CR 1751804 60BA 257 50054 R 068732 2D CX0312 500545D0507P IAW TI 24 rev 1. 410034 130050537900010 11600.00 CS 1751804 60BA 257 50054 R 068732 2D CX0313 500545D0801P IAW TI 24 rev 1. 410035 130050537900011 5000.00 CT 1751804 60BA 257 50054 R 068732 2D CX0314 500545D0801P IAW TI 24 rev 1. 410036 130050537900012 25600.00 CU 1751804 60BA 257 50054 R 068732 2D CX0324 500545D0038P IAW TI 24 rev 1. 410037 130050537900013 4900.00 CV 1751804 60BA 257 50054 R 068732 2D CX0327 500545D0869P IAW TI 24 rev 1. 410038 130050385900001 300000.00 EA 1751804 8B5B 251 VU021 0 050120 2D 000000 A00002910660 IAW TI 26. 2410a authority is hereby invoked. 410039 130050510100001 70400.00 EB 1741611 C281 251 24VCS 0 050120 2D 000000 A00002918250 IAW TI 27 410040 130050510100002 70400.00 EC 1741611 C281 251 24VCS 0 050120 2D 000000 A10002918250 IAW TI 27. 410041 130050690600001 88000.00 CW 2132035 A5X DQ MA 4 501ARJ M5 3101 0010661545 A 0010494 1 2 1 3 021001 IAW TI 28. 410042 130051212000010 111000.00 CX 9750400 2520 XW SD68P FY15 A A 411AA FY1516 71AB 251 04000 40604880C00 044411 IAW TI 29. 410043 130051212000030 212000.00 CY 9750400 2520 XW SD68P FY15 A A 421AA FY1516 71AB 251 04 000 40604880C0 044411 IAW TI 29 410044 130051258700001 26800.00 CZ 1751804 8B5B 251 VU021 0 050120 2D 000000 A00002969073 IAW TI 30. 2410a authority is hereby invoked.

42 of 53 610005 130050385900002 100000.00 EA 1751804 8B5B 251 VU021 0 050120 2D 000000 A00002910660 IAW TI 26. 2410a authority is hereby invoked. 610006 130051212000020 10000.00 CX 9750400 2520 XW SD68P FY15 A A 411AA FY1516 71AB 251 04000 40604880C00 044411 IAW TI 29 MOD 17 Funding 1158600.00 Cumulative Funding 6544949.46 MOD 18 410007 130047265200001 (4300.00) BQ 1711611 1224 251 SH400 0 050120 2D 000000 A00002681189 IAW TI 19. 410045 130047265200003 4300.00 DA 1711611 1224 251 SH400 0 050120 2D 000000 A10002681189 IAW TI 19 rev 1. 410046 130051670500001 1000.00 DB 1751804 60BA 257 50054 R 068732 2D CX0349 500545D0885P IAW TI 32. 2410a authority is hereby invoked. 410047 130051670500002 8100.00 DC 1751804 60BA 257 50054 R 068732 2D CX0359 500545D0715P IAW TI 32. 2410a authority is hereby invoked. 410048 130051670500003 4000.00 DD 1751804 60BA 257 50054 R 068732 2D CX0379 500545D0358P IAW TI 32. 2410a authority is hereby invoked. 410049 130051670500004 16100.00 DE 1751804 60BA 257 50054 R 068732 2D CX0381 500545D1571P IAW TI 32. 2410a authority is hereby invoked. 410050 130051670500005 21900.00 DF 1751804 60BA 257 50054 R 068732 2D CX0398 500545D0766P IAW TI 32. 2410a authority is hereby invoked. 410051 130051670500006 13000.00 DG 1751804 60BA 257 50054 R 068732 2D CX0399 500545D0766P IAW TI 32. 2410a authority is hereby invoked. 410052 130051670500007 14000.00 DH 1751804 60BA 257 50054 R 068732 2D CX0394 500545D0393P IAW TI 32. 2410a authority is hereby invoked. 410053 130051670500008 5500.00 DJ 1751804 60BA 257 50054 R 068732 2D CX0404 500545D0640P IAW TI 32. 2010a authority is hereby invoked. 410054 130051670500009 5000.00 DK 1751804 60BA 257 50054 R 068732 2D CX0405 500545D0640P IAW TI 32. 2410a authority is hereby invoked.

43 of 53 410055 130051670200001 1300.00 DL 97X4930 NH1C 257 77777 0 050120 2F 000000 A00002995707 IAW TI 32. 2410a authority is hereby invoked. 410056 130051670200002 2800.00 DM 97X4930 NH1C 257 77777 0 050120 2F 000000 A10002995707 IAW TI 32. 2410a authority is hereby invoked. 410057 130051670200003 7300.00 DN 97X4930 NH1C 257 77777 0 050120 2F 000000 A20002995707 IAW TI 32. 2410a authority is hereby invoked. 410058 130051789100001 50000.00 DP 1751804 8B5B 251 V5Z00 0 050120 2D 000000 A00003003400 IAW TI 33. 2410a authority is hereby invoked. 410059 130051278000001 46000.00 DQ 2142040 A5X DQ 64 3 804526 RJ M5 255 0 0010712727 A 0015537 2 1 3 021001 IAW TI 34. 410060 130051870100001 147000.00 DR 97X4930 NH1C 251 77777 0 050120 2F 000000 A00003008042 IAW TI 35. 2410a authority is hereby invoked. 410061 130051863000001 427860.00 DS 1751804 8B5B 251 VU021 0 050120 2D 000000 A00003007911 IAW TI 35. 2410a authority is hereby invoked. 410062 130052026300001 57542.00 DT 97X4930 ND2A 252 00033 0 000033 2F 118865 070000025B IAW TI 36. 2410a authority is hereby invoked. 610007 130051278000001 2000.00 DQ 2142040 A5X DQ 64 3 804526 RJ M5 255 0 0010712727 A 0015537 2 1 3 021001 IAW TI 34. 610008 130051863000002 47540.00 DS 1751804 8B5B 251 VU021 0 050120 2D 000000 A00003007911 IAW TI 35. 2410a authority is hereby invoked. MOD 18 Funding 877942.00 Cumulative Funding 7422891.46 MOD 19 410063 130051574100001 59500.00 DU 1751804 8B5B 252 CV312 0 050120 2D 000000 A00002988927 IAW TI 31. 2410a authority is hereby invoked. 410064 1300534700001 7500.00 DV 1751804 60BA 257 50054 R 068732 2D CX0394 500545D0393P IAW TI 32 rev 1. 2410a authority is hereby invoked. 410065 1300568600001 17300.00 DW 1751804 8U5N 251 VUS00 0 050120 2D 000000 A00003041879 IAW TI 38. 2410a authority is hereby invoked. 410066 130052446300001 29602.00

44 of 53 DX 1751804 8B5B 251 VUS00 0 050120 2D 000000 A00003047066 IAW TI 39. 2410a authority is hereby invoked. 610009 130051574100002 500.00 DU 1751804 8B5B 252 CV312 0 050120 2D 000000 A00002988927 IAW TT 31. 2410a authority is hereby invoked. 610010 1300568600002 900.00 DW 1751804 8U5N 251 VUS00 0 050120 2D 000000 A00003041879 IAW TI 38. 2410a authority is hereby invoked. MOD 19 Funding 115302.00 Cumulative Funding 7538193.46 MOD 20 410067 130052186100001 50800.00 DY 1751810 81DM 251 VU021 0 050120 2D 000000 A00003028684 IAW TI 37. 410068 130052936600001 227500.00 DZ 1751804 8B5B 251 VU021 0 050120 2D 000000 A00003089763 IAW TI 40. 610011 130052186100002 3200.00 DY 1751810 81DM 251 VU021 0 050120 2D 000000 A00003028684 IAW TI 37. 610012 130052936600002 22500.00 DZ 1751804 8B5B 251 VU021 0 050120 2D 000000 A00003089763 IAW TI 40. MOD 20 Funding 304000.00 Cumulative Funding 7842193.46 MOD 21 Funding 0.00 Cumulative Funding 7842193.46 MOD 22 Funding 0.00 Cumulative Funding 7842193.46 MOD 420001 130054090000001 8100.00 ED 1761804 60BA 257 50054 R 068732 2D CX0003 500546D0640P IAW TI 41 420002 130054090000002 3300.00 EE 1761804 60BA 257 50054 R 068732 2D CX0012 500546D0801P IAW TI 41. 420003 130054090000003 2600.00 EF 1761804 60BA 257 50054 R 068732 2D CX0016 500546D0578P IAW TI 41. 420004 130054090000004 1200.00 EG 1761804 60BA 257 50054 R 068732 2D CX0022 500546D0507P IAW TI 41.

45 of 53 420005 130054090000006 24300.00 EH 1761804 60BA 257 4002A R 068732 2D C859PL 4002A6BCMRSP IAW TI 420006 130054090000007 4100.00 EJ 1761804 60BA 257 50054 R 068732 2D CX0039 500546D0024P IAW TI 41. 420007 130054090000008 5400.00 EK 1761804 60BA 257 50054 R 068732 2D CX0047 500546D0871P IAW TI 41. 420008 130054090000009 1200.00 EL 1761804 60BA 257 50054 R 068732 2D CX0029 500546D0087P IAW TI 41. 420009 130054109800001 3500.00 EM 97X4930 NH1Q 253 77777 0 050120 2F 000000 A00003205700 IAW TI 41. 420010 130054109800002 2000.00 EN 97X4930 NH1Q 253 77777 0 050120 2F 000000 A10003205700 IAW TI 41. 420011 130054109800003 2400.00 EP 97X4930 NH1Q 253 77777 0 050120 2F 000000 A20003205700 IAW TI 41. 420012 130054109800004 500.00 EQ 97X4930 NH1Q 253 77777 0 050120 2F 000000 A30003205700 IAW TI 41. 420013 130054109800005 2000.00 ER 97X4930 NH1Q 253 77777 0 050120 2F 000000 A40003205700 IAW TI 41. 420014 130054109800006 4000.00 ES 97X4930 NH1Q 253 77777 0 050120 2F 000000 A50003205700 IAW TI 41. 420015 130054109800007 3800.00 ET 97X4930 NH1Q 253 77777 0 050120 2F 000000 A60003205700 IAW TI 41. 420016 130054109800008 1000.00 EU 97X4930 NH1Q 253 77777 0 050120 2F 000000 C60003205700 IAW TI 41. MOD Funding 69400.00 Cumulative Funding 7911593.46

46 of 53 SECTION H SPECIAL CONTRACT REQUIREMENTS H-5 Task Order Process. Ombudsman Description. In accordance with FAR 16.505(a)(9), no protest under FAR Subpart 33.1 is authorized in connection with PCO decisions regarding fair opportunity or the issuance of a TO under this contract, except for a protest on the grounds that a TO increases the scope, period, or maximum value of the contract. The Local Warfare Center Site Deputy for Small Business has been designated as the NAVSEA and related Program Executive Offices Ombudsman for this contract. The NSWCCD Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. Complaints to the NSWCCD Ombudsman must be forwarded to: Ms. Irene Katacinski Email: irene.katacinski@navy.mil Telephone: 215-897-7596 CAR-H09 Performance-Based Acquisition Evaluation Procedures for a SeaPort e Task Order (MAR 2006) (NSWCCD) (a) Introduction: The contractor s performance on this task order will be evaluated by the Government, in accordance with this task order clause. The first evaluation will cover the period ending twelve months after the date of task order award with successive evaluations being performed for each twelve-month period thereafter until the contractor completes performance under the task order. Based on the evaluation results, the PCO will assign an overall performance rating in accordance with paragraph (b) of this clause. The purpose of the evaluation is to determine remedies that may be invoked due to Unsatisfactory performance. If the PCO assigns an "Unsatisfactory" performance rating for the period evaluated, the PCO may take unilateral action, in accordance with clause 52.246-5 entitled Inspection of Services-Cost Reimbursement, dated Apr 1984, in Section E of the base contract, to provide for a fee reduction covering the performance period evaluated. This clause provides the basis for evaluation of the contractor s performance and for determining if the fee amount should be reduced due to Unsatisfactory performance. (b) Performance Ratings: The Government will evaluate the contractor s performance of the Statement of Work under the task order for each twelve month period of performance, using the measurable performance standards set forth in the Performance Requirements Summary Table in the SOW, or elsewhere in the task order, and the PCO will assign one of the following ratings: (1) Excellent (2) Very Good (3) Satisfactory (4) Unsatisfactory The standards associated with these ratings are given in the following Table 1. Table 1: Overall Performance Ratings For The Evaluation Period Overall Performance Rating Excellent Standard Excellent ratings for all performance evaluation criteria.

47 of 53 Very Good Satisfactory Unsatisfactory A combination of Excellent and Satisfactory ratings determined by the PCO to exceed Satisfactory overall. A minimum of Satisfactory ratings for all performance evaluation criteria. A rating of Unsatisfactory for one or more performance evaluation criteria. (c) Evaluation Objective: The purpose of the evaluation and the inclusion of a remedy to the Government for unsatisfactory contractor performance under this task order is to ensure that the Government receives at least Satisfactory overall performance. (d) Performance Evaluation Criteria: The contractor s performance will be evaluated on an annual basis using the criteria and standards provided for each task objective in the Performance Requirements Summary Table, and considering the criterion in Tables 2 through 4 of this task order clause. (e) Organization: The performance evaluation organization consists of the Procuring Contracting Officer (PCO), who will serve as the Evaluation Official, and the Contracting Officer Reprensentative (COR). (1) COR: The COR will provide ongoing performance monitoring, evaluate task performance based on the task order Performance Requirements Summary, prepare the evaluation report, including a recommended overall performance rating, and submit the report to the PCO for final decision within thirty days after the end of the evaluation period. The COR will maintain the written records of the contractor s performance so that a fair and accurate evaluation is made. (2) Procuring Contracting Officer (PCO): The PCO is responsible for properly administering the performance evaluation process, maintaining the official performance evaluation file, and making the decision about the overall performance rating and whether to reduce the fee if performance is rated as unsatisfactory. (f) Evaluation Schedule: Each performance evaluation will cover the previous twelve months of performance. The Government will evaluate all work under the task order performed by the contractor during the twelve-month period. Following each evaluation period, the PCO (or Contract Specialist if so designated by the PCO) and the COR will hold a meeting with the contractor s Senior Technical Representative to review performance under the task order during the previous twelve months, including overall trends, specific problem areas, if any, and their resolution. Other Government and contractor personnel may also participate as deemed appropriate. (g) Contractor s Self-Evaluation: The contractor may also submit a Self-Evaluation Report for consideration. The report must include an overall performance rating for the task order, covering the evaluation period, and may include whatever information the contractor deems relevant to support that rating. The report shall not exceed two (2) pages in length. (h) Performance Evaluation: The PCO will make the decision on the overall performance rating for the work performed under the task order within thirty days after receipt of the evaluation report from the COR. The decision will be based upon the COR s recommendations, the contractor s comments, including any Self-Evaluation Report, and any other information deemed relevant by the PCO. The PCO shall resolve disagreements between the COR s recommendations and the contractor s comments/report regarding the evaluation. The PCO will provide a copy of the evaluation report, including the overall rating, to the contractor within five working days after completion of the evaluation. (i) Contractor s Review of the Evaluation Report: Contractors shall be given a minimum of 15 calendar days to submit comments, rebut statements, or provide additional information. The PCO shall consider the contractor s submission and respond as appropriate. Although the PCO will consider the contractor s comments, rebuttals, or additional information, the PCO may, or may not, change the overall rating. The decision to change the rating based on contractor input at this stage is solely at the discretion of the PCO. (j) This performance evaluation does not replace any other requirement for evaluating contractor performance that may be required by the base contract, such as a Contractor Performance Assessment Reporting System (CPARS) report, or a Task Order Performance Evaluation (TOPE).

48 of 53 TABLE 2: TASK PERFORMANCE EVALUATION CRITERIA AND STANDARDS Criterion UNSATISFACTORY SATISFACTORY EXCELLENT Task Performance Staffing Timeliness Customer Satisfaction Work product fails to meet Acceptable Quality Levels (AQLs) defined in Perfor-mance Requirements Summary Table (see SOW or elsewhere in the Task Order). Contractor provides marginally qualified or unqualified personnel. Lapses in coverage occur regularly. Contractor frequently misses deadlines, schedules, or is slow to respond to government requests or is non-responsive to government requests. Fails to meet customer expectations Work product routinely meets Acceptable Quality Levels (AQLs) defined in Performance Require-ments Summary Table(see SOW or elsewhere in the Task Order). Work product frequently exceeds Acceptable Quality Levels (AQLs) defined in Performance Requirements Summary Table (see SOW or elsewhere in the Task Order). Contractor provides highly qualified personnel. Contractor Contractor provides reassigns personnel to qualified personnel. ensure proper coverage. Lapses in coverage may Actual lapsesin coverage occasionally occur and are occur very rarely, if ever, managed per individual and are managed per task order policy. individual task order policy. Contractor ensures staff training remains current. Contractor routinely meets deadlines, schedules, and responds quickly to government requests. Meets customer expectations. Contractor always meetsdeadlines, schedules, and responds immediately to government requests. Exceeds customer expectations. TABLE 3: CONTRACT MANAGEMENT PERFORMANCE EVALUATION CRITERIA AND STANDARDS CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT Problem Resolution Responsiveness Communications Problems are unresolved, repetitive, or take excessive government effort to resolve. Contractor s management is unresponsive to government requests and concerns. Contractor often fails to communicate with government in an effective and timely manner. Problems are resolved quickly with minimal government involvement. Contractor s management is responsive to government requests and concerns. Contractor routinely communicates with government in an effective and timely manner. Problems are non-existent or the contractor takes corrective action without government involvement. Contractor s management takes proactive approach in dealing with government representatives and anticipates Government concerns. Contractor takes a proactive approach such that communications are almost always clear, effective, and timely.

49 of 53 TABLE 4: COST EFFICIENCY PERFORMANCE EVALUATION CRITERIA AND STANDARDS CRITERION UNSATISFACTORY SATISFACTORY EXCELLENT CostManagement CostReporting Contractor routinely fails to complete the effort within the originally agreed to estimated cost, i.e. cost overruns frequently occur. Reports are generally late, inaccurate incomplete or unclear. Contractor routinely completes the effort within the originally agreed to estimated cost. Contractor provides measures for controlling all costs at estimated costs. Funds and resources are generally used in a cost-effective manner. No major resource management problems are apparent. Reductions in direct costs to the Government below contract estimated costs are noteworthy. Contractor provides detailed cost analysis and recommendations to Government for resolution of problems identified. Funds and resources are optimally used to provide the maximum benefit for the funds and resources available. Documented savings are apparent. Reports are clear, accurate, and pro-active. Reports are timely, Problems and/or trends accurate, complete and are addressed clearly written. Problems thoroughly, and the and/or trends are contractor s addressed, and an recommendations and/or analysis is also corrective plans are submitted. implemented and effective. See Attachment CAR-H10 PERFORMANCE REQUIREMENTS SUMMARY TABLE CAR H11 CONTRACTOR PERSONNEL SECURITY REQUIREMENTS (JAN 2010) a. In accordance with SECNAV M-5510.30 Chapters 5 and 6, all Contractor personnel that require access to Department of Navy (DON) information systems and/or work on-site are designated Non-Critical Sensitive/IT-II positions, which require an open investigation or favorable adjudicated National Agency Check (NACLC) by the Industrial Security Clearance Office (DISCO). Investigations should be completed using the SF- 85 Form and the SF-87 finger print card. An interim clearance can be granted by the company Security Officer and recorded in the Joint Personnel Adjudication System (JPAS). An open investigation or favorable adjudication is required prior to issuance of a Common Access Card (CAC) card or a badge providing access to NSWCCD sites and buildings. If an unfavorable adjudication is determined by DISCO all access will terminated. b. Within 30 days after contract award, the Contractor shall submit a list of all Contractor personnel, including subcontractor employees, who will have access to DON information systems and/or work on-site at one of the NSWCCD sites. The Contractor shall e-mail acquisition.nswccd.fct@navy.mil to obtain the excel file that outlines the required format and content of the list. The Contractor will provide each employee's first name, last name, contract number, the NSWCCD technical code, work location, whether or not the employee has a CAC card and/or swipe card, the systems the employee can access (i.e., NMCI, RDT&E), and the name of the Contractor's local point of contact, phone number and email address. The excel file shall be submitted via email to acquisition.nswccd.fct@navy.mil and the Contracting Officer's Representative (COR). Throughout the period of performance of the contract, the Contractor shall immediately provide an updated spreadsheet to acquisition.nswccd.fct@navy.mil and the COR when any Contractor personnel changes occur. Option to Extend the Term of the Task Order (a) The Government may extend the term of this task order under option CLINs/SUBCLINs by written notice to the

50 of 53 Contractor on or before 4 Apr 2009; provided, that the Government gives the Contractor a preliminary written notice of its intent to exercise the option(s)at least thirty days before the task order expires. The preliminary notice does not commit the Government to an extension. (b) The total duration of this task order, including the exercise of any options under this clause, shall not exceed three (3) years.

51 of 53 SECTION I CONTRACT CLAUSES CAR-I18 TECHNICAL INSTRUCTIONS (DEC 2001) (a) Performance of the work hereunder may be subject to written technical instructions signed by the Task Order Manager. As used herein, technical instructions are defined to include the following: (1) Directions to the Contractor that suggest pursuit of certain lines of inquiry, shift work emphasis, fill in details or otherwise serve to accomplish the statement of work. (2) Guidelines to the Contractor that assist in the interpretation of drawings, specifications or technical portions of work description. (b) Technical instructions must be within the general scope of work stated in the task order. Technical instructions may not be used to : (1) assign additional work under the task order; (2) direct a change as defined in the Changes clause of the base contract; (3) increase or decrease the contract price or estimated amount (including fee), as applicable, the level of effort, or the time required for task order performance; or (4) change any of the terms, conditions or specifications of the task order. (c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the task order or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer in writing within ten (10) working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by the technical instruction unless and until the Contracting Officer notifies the Contractor that the technical instruction is within the scope of this task order. (d) Nothing in the paragraph (c) of this clause shall be construed to excuse the Contractor from performing that portion of the task order statement of work which is not affected by the disputed technical instruction. (End of Clause) 52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990) (a) The use of overtime is authorized under this contract if the overtime premium cost does not exceed $ 0 or the overtime premium is paid for work -- 1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns of production equipment, or occasional production bottlenecks of a sporadic nature; (2) By indirect-labor employees such as those performing duties in connection with administration, protection, transportation, maintenance, standby plant protection, operation of utilities, or accounting; (3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportation conveyances, and operations in flight or afloat that are continuous in nature and cannot reasonably be interrupted or completed otherwise; or (4) That will result in lower overall costs to the Government. (b) Any request for estimated overtime premiums that exceeds the amount specified above shall include all estimated overtime for contract completion and shall (1) Identify the work unit; e.g., department or section in which the requested overtime will be used, together with present workload, staffing, and other data of the affected unit sufficient to permit the Contracting Officer to evaluate the necessity for the overtime;

52 of 53 (2) Demonstrate the effect that denial of the request will have on the contract delivery or performance schedule; (3) Identify the extent to which approval of overtime would affect the performance or payments in connection with other Government contracts, together with identification of each affected contract; and (4) Provide reasons why the required work cannot be performed by using multishift operations or by employing additional personnel. * Insert either zero or the dollar amount agreed to during negotiations. The inserted figure does not apply to the exceptions in paragraph (a)(1) through (a)(4) of the clause.(end of Clause)

53 of 53 SECTION J LIST OF ATTACHMENTS Burn Rate Analysis Report Incurred Cost Report Performance Requirements Table Direct Labor Rate Substantiation Table Cost Summary Format DD254 DD254- Revised