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



Similar documents
The Line of Accounting information is hereby changed as follows:

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

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

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

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

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

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

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

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

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

Services Provided: Unarmed detention services in support of the Buffalo Detention Facility (BFDF), 4250 Federal Drive, Batavia, New York (NY) 14020

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

SUBCONTRACTOR TASK ORDER

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

I 6 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REOUISITIONIPURCHASE REO. NO. r' PROJECT NO. (If applicab/e)

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

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

ORDERFORSUPPLIESORSERVICES

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

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

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

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

Navy ERP Program Development

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

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

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

NATIONAL STEEL AND SHIPBUILDING COMPANY SPECIAL TERMS AND CONDITIONS LX(R) PROGRAM N C-2409

CHAPTER 23. Contract Management and Administration

ORDER FOR SUPPLIES OR SERVICES

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

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

COST PLUS AWARD FEE CONTRACT ADMINISTRATION DESKGUIDE

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

DCAA and the Small Business Innovative Research (SBIR) Program

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT OR TASK ORDER

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 3

ACQUISITION ALERT Delegation of Invoice Approval Authority

INSTALLATION REPORT OF AUDIT

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

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

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

LABOR PERMITS, TAXES, CERTIFICATIONS

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

ORDER FOR SUPPLIES OR SERVICES (FINAL)

Navy Construction / Facilities Management Invoice

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

Contract Compliance and the Federal Acquisition Regulation (FAR)

DEFENSE CONTRACT AUDIT AGENCY DEPARTMENT OF DEFENSE 8725 JOHN J. KINGMAN ROAD, SUITE 2135 FORT BELVOIR, VA

ADMINISTRATION & FINANCE August 2010 FEDERAL PROPERTY MANAGEMENT STANDARDS

Additional Terms And Conditions E-2D Advanced Hawkeye (AHE) Pilot Production (Prime Contract No. N C-0057)

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

GUIDELINES TO UNIVERSITY OF MARYLAND CONSULTANT AGREEMENT <$5,000

INVOICE/FINANCING REQUEST AND CONTRACT FINANCIAL REPORTING INSTRUCTIONS FOR NIH COST-REIMBURSEMENT CONTRACTS, NIH(RC)-4

Commonwealth of Kentucky, hereinafter referred to at the University or as the First Party, and

MASTER SERVICES AGREEMENT - DIGITAL ADVERTISING SERVICES

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

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

INVOICE/FINANCING REQUEST INSTRUCTIONS FOR NIH COST-REIMBURSEMENT TYPE CONTRACTS, NIH(RC)-1

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

July 6, (1) CHAPTER 11

SAMPLE FIRM-FIXED-PRICE, LEVEL-OF-EFFORT, TERM CONTRACT PART I - THE SCHEDULE SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS:

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

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

MEMORANDUM OF UNDERSTANDING Between Defense Contract Audit Agency and Department of Homeland Security

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

Implementation Consulting

February 3, (1) CHAPTER 12

Incurred Cost Submissions

$&71R SENATE BILL NO (SUBSTITUTE FOR SENATE BILL 812 BY SENATOR SCHEDLER)

Ensure Compliance For Government Contractors

NPSA GENERAL PROVISIONS

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

MEMORANDUM OF UNDERSTANDING Between Defense Contract Audit Agency and Department of Homeland Security

PURCHASE ORDER TERMS AND CONDITIONS

CAP CONSULTING SERVICES AGREEMENT

Department of Defense

(FIXED PRICE SUBCONTRACTS)

Islamabad, Pakistan Date: August 20, 2015 To: Offeror Page 1 of 8

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

Below is an overview of the Molex lease process as it applies to Molex Application Tooling equipment.

APPLICATION FOR THE E911 RURAL COUNTY GRANT PROGRAM

Request for Proposal Posted: March 4, 2015 After Hours Answering Service RFP No

EXHIBIT 2-2-C PROGRESS SCHEDULES

POST AWARD CONTRACT MANAGEMENT

7. ADMINISTERED BY (If other than Item 6) CODE

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

NASDAQ DUBAI TRADING AND SETTLEMENT CALENDAR On US Federal Reserve Holidays, no settlements will take place for USD.

General Terms and Conditions of Purchase

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

EXHIBIT A (Standard Agreement) SCOPE OF WORK

MEMORANDUM OF AGREEMENT SUMMARY

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

Consultants Services, Lump-Sum Remuneration

Chase Lincoln Realty & Property Management Company 7045 Summer Place Charlotte, NC Phone: , Fax:

Transcription:

1.CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U I 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable 09 15-Jun-2009 N68936-09-MR-60736 N/A 6. ISSUED BY CODE N68936 7. ADMINISTERED BY (If other than Item 6) CODE SO1O7A NAVAIR Weapons Division China Lake DCMA HUNTSVILLE 429 E Bowen Road - Stop 4015 BUILDING 4505, SUITE 301, MARTIN ROAD China Lake CA 93555-6108 REDSTONE ARSENAL AL 35898-0001 david.beiasco@navy.mil 760-939-1087 8. NAME AND ADDRESS OF CONTRACTOR (No., Streef, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Wyle Laboratories, Inc. 7800 Highway 20 West Huntsville AL 35806-2049 9B. DATED (SEE ITEM 11) [X] ba. MODIFICATION OF CONTRACT/ORDER NO. NOOl 78-05-D-4663-GMO3 lob. DATED (SEE ITEM 13) CAGE CODE 2B360 FACILITY CODE 041024415 26-Feb-2007 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 [ J 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) (*) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER [1 [Xl NO. IN ITEM ba. 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 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: [ ] D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ J is not, [ X] is required to sign this document and return 1 Copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Francis H. Smith, Contracts Manager Theodore W Fiske, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/francis H. Smith 15-Jun-2009 /s/theodore W Fiske 15-Jun-2009 BY (Signature of person authorized to sign) NSN 7540-01-152-8070 30-1 05 PREVIOUS EDITION UNUSABLE (Signature of Contracting Officer) STANDARD FORM 30 (Rev. 1U-W3) Prescribed by GSA FAR (48 CFR) 53.243

N00178-05-D-4663 GMO3 2 of 2 GENERAL INFORMATION The purpose of this modification is to extend the period of performance for CLINs 1002 and 3002 to Sept 30, 2009 and add incremental funding as per PID/PR 1300128381. This is a Unilateral modification law FAR-52.232-22 Limitation of Funds. A conformed copy of this Task Order is attached to this modification for information purposes only. The total amount of funds obligated to the task is hereby increased by $18,000.00 from $1,149,074.50 to $1,167,074.50. CLJN/SLIN Type Of Fund From ($) By ($) To ($) 100201 OTHER 0.00 18,000.00 18,000.00 The total value of the order is hereby increased by $0.00 from $2,039,812.00 to $2,039,812.00.

SUPPLIES CONTRACT NO. DELIVERY ORDER NO. PAGE FINAL N00178-05-D-4663 GMO3 1 of 18 SECTION B SUPPLIES OR SERVICES AND PRICES CLIN - OR SERVICES For Cost Type Items: Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 1000 Labor, IISRP 1.0 Lot $888,896.00 Engineering/Logi s tical technical support. (OTHER) 100001 Labor PR 0010208971 ACRN AA (OTHER) 100002 Labor PR 1300100263 ACRN AB (OTHER) 1001 Labor, IISRP 1.0 Lot $920,007.00 Engineering/Logis tical technical support. (OTHER) 100101 Labor PR 1300100263 ACRN AD (OTHER) 100102 Labor PR 1300100263-0001 ACRN AC (OTHER) 100103 Labor PR 1300106073 ACRN AE (OTHER) 100104 Labor PR 1300106073 ACRN AD (OTHER) 100105 Labor PR 1300106343 ACRN AD (OTHER) 100106 Labor PR 1300111183 ACRN AF (OTHER) 1002 Labor, IISRP 1.0 Lot $162,599.00 Engineering/Logis tical technical support. (OTHER) 100201 Labor PR 1300128381 ACRN AG $18,000.00 (OTHER)

N00178-05-D-4663 GMO3 2 of 18 For ODC Items: Item Supplies/Services Qty Unit Est. Cost 3000 ODC, IISRP 1.0 Lot Engineering/Logis tical technical support. (OTHER) 300001 ODC PR 0010208971 ACRN AA (OTHER) 300002 ODC PR 1300100263 ACRN AB (OTHER) 3001 ODC, IISRP 1.0 Lot Engineering/Logis tical technical support. (OTHER) 300101 ODC PR 1300100263 ACRN AB (OTHER) 3002 ODC, IISRP 1.0 Lot Engineering/Logis tical technical support. (OTHER) Option For Cost Type Items: Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 4000 Labor, IISRP 1.0 Lot Engineering/Logi s tical technical support. (OTHER) Option $789,608.00 4001 Labor, IISRP 1.0 Lot $985,538.00 Engineering/Logis tical technical support. (OTHER) Option For ODC Items: Item Supplies/Services Qty Unit Est. Cost 6000 ODC, IISRP 1.0 Lot Engineering/Logi s tical technical support. (OTHER) Option 6001 ODC, IISRP 1.0 Lot

Expended CONTRACT NO. DELIVERY ORDER NO. PAGE FINAL N00178-05-D-4663 0M03 3 of 18 Engineering/Logis tical technical support. (OTHER) Option This effort is severable. CLIN series 1000 and 4000 are Cost Plus Fixed Fee. CLIN series 3000 and 6000 are Cost Reimbursable ODC s. Both Labor and ODC CLINS are to segregate periods of performance for accounting purposes in a multi year contract. SLINs will be created to accommodate the types of funds that shall be used to fund this effort. SEA 5252.216-9 122 LEVEL OF EFFORT (DEC 2000) (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 task order. The total level of effort for the performance of this task order shall be 14,010 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 ZERO 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 task order 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, 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 task order shall be expended at an average rate of approximately [yearly number of labor hours divided by 52 weeks*} hours per week. It is understood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technical objective, provided such fluctuation does not result in the use of the total man-hours of effort prior to the expiration of the term hereof except as provided in the following paragraph. (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 Task Order 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 Task Order Contractifig Officer, shall constitute a binding contract. The Contractor shall not accelerate any effort until receipt of such written approval by the Task Order Contracting Officer. Any agreement to accelerate will be formalized by contract modification. (0 The Task Order 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) If the total level of effort specified in paragraph (a) above is not provided by the Contractor during the period of this task order, the Task Order Contracting Officer, at its sole discretion, shall either (i) reduce the fee of this task order as follows: Fee Reduction = Fee (Required LOE - LOE)divided by Required LOE or (ii) subject to the provisions of the clause of this contract entitled LIMITATION OF COST (FAR 52.232-20) or LIMITATION OF COST (FACILITIES) (FAR 52.232-2 1), as applicable, require the Contractor to continue to perform the work until the total number of man hours of direct labor specified in paragraph (a) above shall have been expended, at no increase in the fee of this task order. (h) The Contractor shall provide and maintain an accounting system, acceptable to the Administrative Contracting Officer and the

N00178-05-D-4663 GMO3 4 of 18 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 task order. 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. (i) 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 Task Order 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; (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 task order, the Contractor shall submit, in addition, in the case of a cost under run; (5) the amount by which the estimated cost of this task order may be reduced to recover excess funds and, in the case of an under run in hours specified as the total level of effort; (6) a calculation of the appropriate fee reduction in accordance with this clause. All submissions shall include subcontractor information.

N00178-05-D-4663 GMO3 5 of 18 SECTION C DESCRIPTIONS AND SPECIFICATIONS TITLE: COMPONENT RELIABILITY ANALYSIS AND PROCESS REVIEW 1.0 SCOPE The Naval Aviation Depot (NADEP), located in San Diego, California performs scheduled overhaul and unscheduled repair of a wide variety of aircraft, including E-2!C-2, F/A-l8, S-3, H-46, H-53, H-60, Automatic Test Equipment (ATE), and associated component workload. The Research and Engineering Office, Integrated In-Service Reliability Program (IISRP) Team at Naval Air Depot North Island studies the Aircraft ATE and Component overhaul! modification and repair processes, as well as Life Cycle Management ftinctions in order to ascertain process improvement strategies. The IISRP Team s goals are to improve aircraft material condition, to consolidate maintenance and reduce costs. The task order scope supports the North Island Integrated In-Service Reliability Program (IISRP) Team s efforts which result in improved component reliability and a reduction in weapon system life cycle costs. The development, verification analysis, and implementation of reliability improvement processes is key to readiness improvement and life-cycle cost reduction. Typical reliability programs consist of the establishment of failure reporting procedures, performance of the necessary analysis to determine the cause of the failure, and documentation of the recommended corrective actions. In some cases, team members identify prototype component candidates for study as a means to document repair and overhaul processes as well as the actual reliability of the selected prototype components. Data analysis normally results in reliability improvement recommendations for these components. The basis for this statement of work consists of component repair process observation, planning, and performance, with the associated documentation of the observed processes for selected component candidates. 2.0 OBJECTIVES This task is to provide Engineering!Logistical technical support for Naval aircraft Component Reliability studies. Secondary support functions include development and distribution of multimedia distribution to the fleet as a result of the studies. 2.1 TASK DESCRIPTION 2.1.1 Component Process Reviews: The contractor shall provide representatives for the analysis of component repair and overhaul processes as members assigned to specific IISRP analysis observation teams. Contractor representative(s), known as Case Managers, shall observe the induction, shop, back (sub-route) shop, transportation, packaging, and preservation processes for government selected components, gather data, and report findings to the team leader. 2.1.2 The contractor shall communicate and coordinate with the appropriate NADEP shops during the observation process in order to establish the observation requirements for selected serial numbered components. In addition, the contractor will make the same type of arrangements with the Fleet Support Team (FST) to obtain data. 2.1.3 The contractor shall be familiar with the use of the Non-Homogeneous Poisson Process (NHPP) Models and regression analysis methods currently in use. These techniques will allow the contractor to establish reliability parameters and cost savings analysis for the component under investigation. In addition, the contractor shall be familiar with the industry standard CROW - Army Material Systems Analysis Activity (AMSAA) Reliability Growth Model, which is used to predict reliability improvements to a system, based on recommendations from the IISRP Case Manager. 2.1.4 The contractor shall contribute to the drafting of a NAVAIR In-Service Reliability Manual that fully documents and annotates the processes that are used during component studies and implementation. The contractor shall be familiar with existing NAVAIR reliability programs and processes.

N00178-05-D-4663 GMO3 6 of 18 2.1.5 The contractor shall provide a monthly funding status (or burn rate) against the existing contract for that particular month. Total hours and dollars are both required. Funding status may be provided in MS Word. Additionally, the contractor shall provide a monthly project status against all reliability studies for the current fiscal year. Project status shall be provided utilizing the approved IISRP Template. (Currently in MS Excel). Both status reports shall be provided to the North Island IISRP Team Leader in digital format and are required Not Later Than (NLT) five working days after the month in question is over. 2.1.6 The contractor shall communicate and coordinate with the appropriate NADEP activities the implementation of the actions that were generated in an IISRP Case Study Report. 2.1.7 The contractor shall provide reliability and statistical process modeling to support IISRP decision processes. The contractor shall automate these processes for ease of use on standard office computing platforms using standard or common application programs. 2.1.8 The contractor shall track and monitor all Case Study Actions including, but not limited to, specific action status, action estimated completion dates, and implementation funding requirements. The contractor, known as a Sustainment Manager, shall update, track, and maintain the IISRP Monthly Project Plans from each site. The contractor will also review all final Study Reports to ensure correctness and compliance with IISRP templates and standards. 2.1.9 The contractor shall describe and document a configuration control process for all IISRP documentation including but not limited to Business Rules, Memorandum of Agreement, Archives, Contract Change Proposals (CCPs), Briefs, Data Calls, Program Management Review (PMR) documentation, Study Reports, Reliability and Maintainability (R&M) Manual, Audit Packages, and Monthly Reports. The contractor will also provide administrative support for user access, queries, and overall operation for the IISRP Benefits Realization Matrix (BRM) database and the Knowledge Management System (KJvIS). 3.0 SECURITY CLASSIFICATION 3.1 The classification of this task order is unclassified. 3.2 The nature of the work to be performed is unclassified; therefore, there is no requirement for a National Agency Check (NAC). However, the contractor is responsible to ensure that all persons that perform work on this contract be U. S. citizens. 3.3 Use of government information systems to process this type of information must be approved and contractors doing so must be U. S. citizens. All contractors performing work which requires facility access must be U. S. citizens. 4.0 QUALIFICATION REQUIREMENTS The contractor shall perform all tasks as outlined under Paragraph 2.1 in accordance with the Integrated In-Service Reliability Program s (IISRP) Standard Operating Procedures (SOPs) Performance indicators include Reliability Report content, multi-media content (as applicable), and accountability regarding the overall execution of the IISRP budget. Method of surveillance is to be 100 percent inspection by the IISRP Team Leader. This includes multiple weekly interactions between contractor employees, culminating in a status meeting once a week to discuss current workload and associated issues. All contractor personnel that work as Case Managers and Sustainment Managers on this Task Order must be able to obtain access or entry to the North Island Depot and work full-time at the North Island Depot. The required compliance level is maintainability of existing standards. 5.0 GOVERNMENT FURNISHED EQUIPMENT AND ACCESS The contractor shall be granted access to the NADEP NORIS network for e-mail and NADEP production database access to work on tasking. The contractor shall treat technical data in their possession as Government Sensitive

N00178-05-D-4663 GMO3 7 of 18 information that is not to be released outside of the originating organization. In addition, the contractor shall be granted a desk and their own phone, and a unique phone number, which may require sharing. 6.0 TRAVEL The contractor shall perform travel in accomplishment of this order. Travel to other Government sites within the Continental United States is required. The following travel is anticipated on a per year basis: San Diego, CA to Cherry Point 2 trips 1 person 5 days San Diego, CA to Patuxent River, MD 2 trips 1 person 5 days San Diego, CA to Jacksonville, FL 2 trips I person 5 days San Diego, CA to Philadelphia, PA 1 trip 1 person 5 days 7.0 GOVERNMENT POINTS OF CONTACT Naval Air Station North Island Attn: James Schrope North Island Integrated In-Service Reliability Program (IISRP) Team Leader San Diego, CA 92135 B3l7-2

N00178-05-D-4663 GMO3 8 of 18 SECTION D PACKAGING AND MARKING Packaging and Marking shall be in accordance with Section D of the Seaport-e Multiple Award Basic Contract. 5252.247-9507 PACKAGING AND MARKING OF REPORTS (SEP 1999) (a) All unclassified data shall be prepared for shipment in accordance with best commercial practice. Classified reports, data and documentation, if any, shall be prepared for shipment in accordance with the National Industry Security Program Operating Manual, DoD 5220.22-M. (b) The contractor shall promptly display on the cover of each report the following information: (1) Name and business address of contractor. (2) Contract Number/Delivery/Task order number. (3) Contract/Delivery/task order dollar amount. (4) Whether the contract was competitively or non-competitively awarded. (5) Name, code and activity of sponsoring individual.

N00178-05-D-4663 GMO3 9 of 18 SECTION E INSPECTION AND ACCEPTANCE Inspection and Acceptance shall be in accordance with Section E of the Seaport-e Basic Contract. Inspection and Acceptance for all labor CL1N(s) shall be in accordance with Section E of the SeaPort-e Multiple Award IDIQ contract and supplemented by the following performance assessment standard: Task Order Performance Standard: Monthly status reports submitted to the Task Order Manager under subject Task Order shall identify the work that had been performed during the month, deliverables that had been submitted, and the name of the Government representative that had received the deliverable. The Task Order Manager will be required on a monthly basis to rate the quality of deliverables in terms of timeliness and quality on a rating scale of one (1) to five (5). The rating scale is specified in the table and defined below: Rating Number Rating Description 5 Significantly Exceeds Expectation 4 Exceeds Expectation 3 Meets Expectation 2 Barely Meets Expectation 1 Fails to Meet Expectation Task Order acceptance will be made by the Task Order Manager upon the Contractor having achieved an overall rating of all deliverables, of Meets Expectation or better. Rating Definitions: Significantly Exceeds Expectation: Deliverables are completed on or prior to their respective due date 100% of the time without further revisions being required. Exceeds Expectation: Deliverables are completed on or prior to their respective due date 100% of the time with only minor revisions being required on approximately 5% of items submitted. The required rework does not negatively impact upon the respective program. Meets Expectation: Deliverables are completed on or prior to their respective due date 100% of the time with minor revisions being required on approximately 10% of items submitted. The required rework does not negatively impact upon the respective program. Barely Meets Expectation: Deliverables are completed on or prior to their respective due date approximately 95% of the time with minor revisions being required on approximately 15% of items submitted. The delayed submission and required rework of deliverables results in a minor negative impact to the respective program. Fails to Meet Expectation: Deliverables are completed on or prior to their respective due date less than 90% of the time with significant revisions being required on greater than 15% of items submitted. The delayed submission and required rework of deliverables results in a significant negative impact to the respective program.

N00178-05-D-4663 GMO3 loofl8 SECTION F DELIVERABLES OR PERFORMANCE CLIN - DELIVERIES OR PERFORMANCE The periods of performance for the following firm items are from date of task order award through 12 months thereafter, estimated at: 1000 2/26/2007-2/25/2008 1001 2/26/2008-2/25/2009 1002 2/26/2009-9/30/2009 3000 2/26/2007-2/25/2008 3001 2/26/2008-2/25/2009 The period of performance for the following option items are from date of option exercise through 12 months thereafter, estimated at: 3002 2/26/2009-9/30/2009 4000 4/5/2009-1/31/2010 4001 2/1/2010-1/31/2011 6000 4/5/2009-1/31/2010 6001 2/1/2010-1/31/2011

N00178-05-D-4663 GMO3 11 of 18 SECTION G CONTRACT ADMINISTRATION DATA SEA 5252.232-9 104 ALLOTMENT OF FUNDS (MAY 1993) (a) This task order is incrementally funded with respect to both cost and fee. The amount(s) presently available and allotted to this task order for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled FIXED FEE (FAR 52.216-8) or INCENTIVE FEE (FAR 52.216-10), as appropriate, is specified below. The amount(s) presently available and allotted to this task order for payment of cost for incrementally funded CLINs/SLINs is set forth below. As provided in the clause of this contract entitled LIMITATION OF FUNDS (FAR 52.232-22), the CLINs/SLINs covered thereby, and the period of performance for which it is estimated the allotted amount(s) will cover are as follows: ESTIMATED ITEM(s) CLIN 1000 ALLOTTED TO COST: ALLOTTED TO FEE: PERIOD OF PERFORMANCE: 26 FEB 2007 to 01 NOV 2007 CLIN 1001 ALLOTTED TO COST ALLOTTED TO FEE PERIOD OF PERFORMANCE 30 APR 2008 to 19 May 2008 CLIN 3000 ALLOTTED TO COST: PERIOD OF PERFORMANCE 26 FEB 2007 to 25 FEB 2008 CLIN 3001 ALLOTTED TO COST $0 PERIOD OF PERFORMANCE 26 FEB 2008 to 25 FEB 2009 CLIN 1002 ALLOTTED TO COST ALLOTTED TO FEE F. PERIOD OF PERFORMANCE 26 FEB 2009 to 30 Sept 2009 CLIN 3002 ALLOTTED TO COST $0 PERIOD OF PERFORMANCE 26 FEB 2009 to 30 Sept 2009 (b) The parties contemplate that the Government will allot additional amounts to this task order from time to time for the incrementally funded CLINs/SLINs by unilateral task order modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover. (c) CLINs/SLINs are fully funded and performance under these CLINs/SLINs is subject to the clause of this contract entitled LIMITATION OF COST (FAR 52.232-20) or LIMITATION OF COST (FACILITIES) (FAR 52.232-21), as applicable.

Receipt CONTRACT NO. DELIVERY ORDER NO. PAGE FINAL N00178-05-D-4663 GMO3 l2ofl8 (d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs. FUNDING PROFILE It is estimated that these incremental funds will provide for [if LOE, enter the number of hours; if completion or supply enter items and quantities] The following details funding to date: Total Contract CPFF: $1,877,213.00 Funds this Action: $18,000.00 Previous Funding: $1,149,074.50 Funds Available: $1,167,074.50 Balance Unfunded: $ 728,138.50 TASK ORDER MANAGER (TOM) APPOINTMENT (JUL 2005) (a) The Task Order Contracting Officer hereby appoints the following individual as the Task Order Manager: Richard Plant Integrated In-Service Reliability (IISRP) Naval Air Depot, North Island San Diego, CA 92136-7068 richard.plant@navy.mil 619-767-7405, DSN: 577-7405 Program (b) The TOM is responsible for those specific functions assigñd in the Task Order Manager appointment letter. (c) Only the Task Order Contracting Officer has the authority to modify the terms of the task order. Therefore, in no event will any understanding, agreement, modification, qhangqordr, or other matter deviating from the terms of the basic contract or this task order between the contractor ind any other person be effective or binding on the Government. 1f, in the opinion of the contractor, an effort outside the existing scope of this task order is requested, the contractor shall promptly notify the Task Order Contracting Officer in writing. No action shall be taken by the contractor unless the Task Order Contracting Officer, PCO or ACO has issued a formal modification. G-TXT-l0 INVOICING INSTRUCTIONS AND PAYMENT (WAWF)(JUN 2005)- ALT I (JUN 2005) (a) Invoices under this Order shall be submitted electronically through Wide Area Work Flow Acceptance (WAWF): and (1) The vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the internet at http://www.wawftraining.com/. Additional support can be accessed by calling the NAVY WAWF Assistance Line: 800-559-WAWF (9293). (2) A separate invoice will be prepared once every two weeks. Do not combine payment claims for multiple Orders within one invoice. (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are acceptable. (b) The following information regarding Integrated In-Service Reliability (IISRP) Program

CONTRACT NO. N00 1 78-05-D-4663 DELIVERY ORDER NO. PAGE FINAL GMO3 13of18 Naval Air Depot, North Island is provided for completion of the invoice in WAWF: WAWF Invoice Type: 2 in 1 Invoice Issuing Office DODAAC: N68936 Admin DODAAC: SO1O7A Inspector DODAAC: N65888 Acceptor DODAAC: N65888 LPO DODAAC: N/A PAY DODAAC: HQ0338 (c) The contractor shall submit invoices for payment per contract terms. (d) The Government shall process invoices for payment per contract terms. (e) For Navy accounting purposes only: Code: 4.3.0.0.0, Name: Loretta Qualls Phone: 619-545-7060, Fax: 619-545-4765 Email: Loretta.Qua1lsnavy.mi1 Defense Contract Audit Agency (DCAA) (HQ0338) DFAS Columbus Center,South Entitlement Operations Defense Contract Management Activity (DCMA) (SO 1 07A) DCMA }{UNTSVILLE Accounting Data SLINID PR Number Amount 100001 0010208971 567240.00 AA 97X4930 NH2C 252 77777 0 054219 2F 000000 012011690010 PR 0010208971 300001 0010208971 AA 97X4930 NH2C 252 PR 0010208971 15000.00 77777 0 054219 2F 000000 012011690010 MOD 1 100002 0010208971 AB 97X4930 NA2B 000 PR 0010208971 294037.00 77777 0 065888 2F 8E0022 D10CP3349450 300002 0010208971 AM 97X4930 NA2B 000 PR 0010208971 19155.00 77777 0 065888 2F 8E0022 D10CP3349450 MOD 2 100002 0010208971 (157000.00) AB 97X4930 NA2B 000 77777 0 065888 2F 8E0022 D10CP3349450 PR 0010208971

N00178-05-D-4663 GMO3 14 of 18 100101 130010026300001 157000.00 AS 97X4930 NA2B 000 77777 0 065888 2F 8E0022 D10CP3349450 300002 0010208971 (19155.00) AB 97X4930 NA2B 000 77777 0 065888 2F 8E0022 D10CP3349450 PR 0010208971 300101 130010026300001 19155.00 AB 97X4930 NA2B 000 77777 0 065888 2F 850022 D10CP3349450 MOD 3 100102 130010026300002 40650.00 AC 97X4930 NA2B 000 77777 0 065888 2F 8E0022 5D2521E41105 MOD 4 100103 1300106073 11389.51 AA 97X4930 NH2C 252 77777 0 054219 2F 000000 012011690010 Standard Number: 130010607300001 100104 1300106073 19155.00 AB 97X4930 NA2B 000 77777 0 065888 2F 850022 D100P3349450 Standard Number: 130010607300001 100105 1300106343 77992.50 AD 97X4930 NA2B 000 77777 0 065888 2F 850022 D100P3349450 Standard Number: 130010634300001 300001 0010208971 (11389.51) AA 97X4930 NH2C 252 77777 0 054219 2F 000000 012011690010 PR 0010208971 300101 130010026300001 (19155.00) AB 97X4930 NA2B 000 77777 0 065888 2F 8E0022 D10CP3349450 MOD 7 100106 130011118300001 135000.00 AF 1781804 4A4N 251 00019 0 050120 2D 000000 HQ018PR07257 MOD 09 100201 130012838100001 18000.00 AG 97X4930 NA2B 000 77777 0 065888 2F 8E0022 ENX521E41105

N00178-05-D-4663 GMO3 15 of 18 SECTION H SPECIAL CONTRACT REQUIREMENTS 5252.211-9502 GOVERNMENT INSTATION WORK SCHEDULE (NAVAIR) (OCT 2005) (a) The Holidays applicable to this contract are: New Year s Day, Martin Luther King s Birthday, President s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas Day. (b) In the event that the contractor is prevented from performance as the result of an Executive Order or an administrative leave determination that applies to the using activity, such time may be charged to the contract as a direct cost provided such charges are consistent with the contractor s accounting practices. In the event that any of the above holidays occur on a Saturday or Sunday, then such holiday shall be observed as they are by the assigned Government employees at the using activity. 5252.237-9503 ORDERING PROCEDURES FOR NAVY MARINE CORPS INTRANET (NMCI) SERVICES (NAVAIR) (SEP 2000) (a) This Support Services contract may require the use of andlor access to Department of Navy (DoN) Information Technology (IT) Resources by contractor personnel for contract performance. Applicable DoN IT Resources for performance of this contract shall be procured from the NMCI Contractor pursuant to the authority of NMCI Contract # N00024-00-D-6000, clause 5.2 Ordering. (b) The Support Services contractor shall obtain written authorization from the Contracting Officer executing this contract, prior to ordering directly from the NMCI Contractor. No NMCI Order may be placed without the prior written authorization of the Contracting Officer. Any NMCI Order exceeding the written authorization of the Contracting Officer shall be treated as an unallowable cost pursuant to FAR Part 31. (c) The Government shall reimburse the contractor for the placement of NMCI Orders including applicable indirect burdens (general & administrative, etc.), excluding profit or fee. POST AWARD CONFERENCE The Contractor agrees to attend post award conferences as required by the Task Order Contracting Officer. The task order post award conferences will establish work level points of contact for the task order, determine the task order administration strategy, roles and responsibilities and ensure prompt payment and task order close out.

N00178-05-D-4663 GMO3 l6ofl8 SECTION I CONTRACT CLAUSES 52,2 17-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 Days. 52.2 17-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT. (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years and six months. 5252.237-9501 ADDITION OR SUBSTITUTION OF KEY PERSONNEL (SERVICES) (NAVAIR)(OCT 2005) (a) A requirement of this contract is to maintain stability of personnel proposed in order to provide quality services. The contractor agrees to assign only those key personnel whose resumes were submitted and approved, and who are necessary to fulfill the requirements of the effort. The contractor agrees to assign to any effort requiring non-key personnel only personnel who meet or exceed the applicable labor category descriptions. No substitution or addition of personnel shall be made except in accordance with this clause. (b) If personnel for whatever reason become unavailable for work under the contract for a continuous period exceeding thirty (30) working days, or are expected to devote substantially less effort to the work than indicated in the proposal, the contractor shall propose a substitution to such personnel, in accordance with paragraph (d) below. (c) The contractor agrees that during the term of the contract, no key personnel substitutions or additions will be made unless necessitated by compelling reasons including, but not limited to: an individual s illness, death, termination of employment, declining an offer of employment (for those individuals proposed as contingent hires), or family friendly leave. In such an event, the contractor must promptly provide the information required by paragraph (d) below to the Contracting Officer for approval prior to the substitution or addition of key personnel. (d) All proposed substitutions shall be submitted, in writing, to the Contracting Officer at least fifteen (15) days (thirty (30) days if a security clearance must be obtained) prior to the proposed substitution. Each request shall provide a detailed explanation of the circumstances necessitating the proposed substitution, a complete resume for the proposed substitute, information regarding the full financial impact of the change, and any other information required by the Contracting Officer to approve or disapprove the proposed substitution. All proposed substitutes (no matter when they are proposed during the performance period) shall have qualifications that are equal to or higher than the qualifications of the person being replaced. (e) In the event a requirement to increase the specified level of effort for a designated labor category, but not the overall level of effort of the contract occurs, the offeror shall submit to the Contracting Officer a written request for approval to add personnel to the designated labor category. The information required is the same as that required in paragraph (d) above. The additional personnel shall have qualifications greater than or equal to at least one (1) of the individuals proposed for the designated labor category. (f) The Contracting Officer shall evaluate requests for substitution and addition of personnel and promptly notify the

N00178-05-D-4663 GMO3 l7ofl8 offeror, in writing, of whether the request is approved or disapproved. (g) If the Contracting Officer determines that suitable and timely replacement of personnel who have been reassigned, terminated or have otherwise become unavailable to perform under the contract is not reasonably forthcoming or that the resultant reduction of productive effort would impair the successful completion of the contract or the task order, the contract may be terminated by the Contracting Officer for default or for the convenience of the Government, as appropriate. Alternatively, at the Contracting Officer s discretion, if the Contracting Officer finds the contractor to be at fault for the condition, he may equitably adjust (downward) the contract price or fixed fee to compensate the Government for any delay, loss or damage as a result of the contractor s action. (h) Noncompliance with the provisions of this clause will be considered a material breach of the terms and conditions of the contract for which the Government may seek any and all appropriate remedies including Termination for Default pursuant to FAR Clause 52.249-6, Alt IV, Termination (Cost-Reimbursement).

N00178-05-D-4663 GMO3 18 of 18 SECTION J LIST OF ATTACHMENTS