GM01 - CDI

1. CONTRACT ID CODE
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
2. AMENDMENT/MODIFICATION NO.
3. EFFECTIVE DATE
29
CODE
1
4. REQUISITION/PURCHASE REQ. NO.
21-Dec-2010
6. ISSUED BY
PAGE OF PAGES
U
2
5. PROJECT NO. (If applicable)
1300115372-0006 and
1300156557-0002
N/A
7. ADMINISTERED BY (If other than Item 6)
N68936
NAVAIR Weapons Division China Lake
DCMA ORLANDO
429 E Bowen Road - Stop 4015
3555 MAGUIRE BLVD.
China Lake CA 93555-6108
ORLANDO FL 32803-3726
CODE
S1002A
[email protected] 760-939-1087
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code)
9A. AMENDMENT OF SOLICITATION NO.
CDI Marine Company
9550 Regency Square Blvd., Ste 400
Jacksonville FL 32225
9B. DATED (SEE ITEM 11)
10A. MODIFICATION OF CONTRACT/ORDER NO.
[X]
N00178-04-D-4027-GM01
10B. DATED (SEE ITEM 13)
CAGE CODE
5K449
FACILITY CODE
03-Oct-2005
097833248
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)
Mutual agreement of the parties
E. IMPORTANT: Contractor [ ] 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 PAGE 2
15A. NAME AND TITLE OF SIGNER (Type or print)
16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
Jim Spain, Authorized Company Representative
15B. CONTRACTOR/OFFEROR
15C. DATE SIGNED
/s/Jim Spain
21-Dec-2010
Collin A Kyte, Contracting Officer
16B. UNITED STATES OF AMERICA
BY
/s/Collin A Kyte
21-Dec-2010
(Signature of Contracting Officer)
(Signature of person authorized to sign)
NSN 7540-01-152-8070
PREVIOUS EDITION UNUSABLE
16C. DATE SIGNED
30-105
STANDARD FORM 30 (Rev. 10-83)
Prescribed by GSA
FAR (48 CFR) 53.243
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
2 of 2
FINAL
GENERAL INFORMATION
The purpose of this modification is to deobligate
in accordance with PID/PRs 13001153720006 and 1300156557-0002. A conformed copy of this Task Order is attached to this modification for
information purposes only.
The Line of Accounting information is hereby changed as follows:
The total amount of funds obligated to the task is hereby decreased from
CLIN/SLIN
Type Of Fund
From ($)
The total value of the order is hereby increased from
By ($)
To ($)
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
1 of 34
FINAL
SECTION B SUPPLIES OR SERVICES AND PRICES
CLIN - SUPPLIES OR SERVICES
For Cost Type Items:
Item
Supplies/Services Qty
Unit Est. Cost
------ ----------------- ---------- --- ---------------
Fixed Fee
CPFF
--------------- --------------
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
2 of 34
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
3 of 34
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
4 of 34
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
5 of 34
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
6 of 34
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
7 of 34
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
8 of 34
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
9 of 34
FINAL
This task order is severable.
Additional SLINs will be created as required to accommodate the types of funds that shall be used to fund this effort.
The exercise of option CLINs 4000, 4001 and the associated Other Direct Cost CLINs (6000, and 6001) are contingent upon the award term
option period at the basic contract level being exercised.
SEA 5252.216-9122 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 58,080 total man-hours of direct
labor (if all options are exercised), 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 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 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 Contracting 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.
(f) 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:
For (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 52.232-21), 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
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
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
10 of 34
FINAL
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 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; and (6) a calculation of the appropriate fee
reduction in accordance with this clause. All submissions shall include subcontractor information.
(j) Notwithstanding any of the provisions in the above paragraphs, the Contractor may furnish man hours up to five percent in excess of
the total man hours specified in paragraph (a) above, provided that the additional effort is furnished within the term hereof, and provided
further that no increase in the estimated cost or fee is required.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
11 of 34
FINAL
SECTION C DESCRIPTIONS AND SPECIFICATIONS
SUPPORT EQUIPMENT & AIRCRAFT LAUNCH AND RECOVERY EQUIPMENT MAINTENANCE REPAIR
APPLICABLE BASIC CONTRACT SOW PARAGRAPHS: 3.17, 3.19
1.0 SCOPE
1.1 BACKGROUND
The Support Equipment and Aircraft Launch and Recovery Equipment (SE & ALRE) Department, Code 4.8, NAVAIR
Depot North Island provides engineering development and In Service Support (ISS) products and services for
various US Navy and other Department of Defense (DOD) owned systems. Platforms supported include but are not
limited to: F/A 18, E 2, S 3, and Air Combat Electronics (ACE) platform Peculiar Support Equipment (PSE), Common
Support Equipment (CSE), and Aircraft Launch and Recovery Equipment (ALRE). Customers are Navy and other
DOD platform Program Managers, Navy maintenance activities (Operational, Intermediate, & Depot), Foreign Military
Sales (FMS) clients, and other DOD maintenance activities.
Post 1 October 2006, per Base Realignment and Closure Act related law, the three Navy owned NAVAIR Depots will
be disestablished, realigned with existing shore based Fleet Avionics Intermediate Maintenance Activities (AIMDs),
and become re-established as geographically aligned Fleet Readiness Centers (FRCs). Six FRCs under the control of
Commander Naval Air Force will provide intermediate and depot level maintenance to Navy and Marine Corp avionic
systems assets. NAVAIR Depot North Island (also named In-Service Support Center North Island) will be required to
provide maintenance repair of automatic test equipment, test program sets, and maintenance assist modules at these
six FRCs with primary emphasis on FRC Southwest and FRC West. Attachment (6) depicts the geographical
alignment and specific sites included in the six FRCs. Full time on-site maintenance repair support at one or more of
these FRCs is considered within the scope of this basic contract.
1.2 GENERAL REQUIREMENTS
The contractor shall be proficient in the use of the most currently available (by commercial means) Microsoft Office
suite of software (Word, Excel, Outlook, and PowerPoint), and Microsoft Project. The contractor shall also be
proficient in the use of “A Test Language for All Systems” (ATLAS) compilers and Automatic Test Program
Generators (ATPG) such as the Logic Automated Stimulus and Response (LASAR) and the Hierarchical Integrated
Test Simulator (HITS). The contractor shall be proficient in C, C++, L200, UNIX, Scripts, Hyper Text Markup
Language (HTML), Automated Technical Information (ATI), Oracle, AutoCAD, Fortran, and LabView computer
languages.
1.3 CLEARANCES
A security clearance of Secret is required for Contractor employees during the performance of some tasks. All work is
to be performed in accordance with the attached DD254 and the on site specifications. The attached DD254 and its
attachments are part of this task order and apply herein, see section J attachment # 4.
All contractors performing work requiring a trustworthiness determination for facility access must be US citizens and
have had or be in the process of obtaining a favorable National Agency Check (or higher) investigation. Contractor
employees shall meet the minimum requirements outlined in SECNAVAINST 5510.30A, SECNAVINST 5510.36, and
Federal Information Processes Standards (FIPS) 140.
1.4 PRIVACY ACT
Work on this project requires that Contractor personnel have access to Privacy Act Information. Personnel shall
adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
12 of 34
FINAL
2.0 APPLICABLE DOCUMENTS
Specific requirements documents, specifications, standards, and references as currently required for performance of
this task order are listed below. The Government will provide all necessary reference documents not commercially or
generally available to the contractor. The list provided here is for reference only.
2.1 MIL-STD-882D System Safety Program Requirements & Associated Systems & Equipment Requirements
2/10/2000
2.2 MIL-DTL-31000C Technical Data Packages 07/9/2004
2.3 MIL-STD-1553B Aircraft Internal Time Division Command/Response Multiplex Data Bus 1/15/1996 (Notice 4)
2.4 SECNAVINST 5510.30A Deparment of Navy Personnel Security Program 03/10/1999
2.5 SECNAVINST 5510.36 Deparment of Navy Information Security Program (ISP) Regulation 03/17/99
2.6 Federal Information Processes Standards (FIPS) 140
2.7 Privacy Act, Title 5 of the U.S. Code, Section 552a
3.0 REQUIREMENTS
The contractor shall perform planned and unplanned maintenance of Automatic Test Equipment (ATE) listed in Table
3.1 below, Test Program Sets (TPSs), Maintenance Assist Modules (MAMs), and related ancillary equipment at
NAVAIR Depot North Island. The work shall include: performing daily scheduled and unscheduled maintenance of
ATE, TPSs and MAMs; Self-Calibration (S-CAL) of all Hybrid Test Sets (HTS), System Calibration and Self
Maintenance Acceptance Test (SMAT) of all Consolidated Automated Support Systems (CASS), Self Certification of
all Computer Automatic Testers (CATIIID), Radar Communication Test Station (RADCOM), Intermediate Avionics
Test Set (IATS), and Radar Set Test Station (RSTS); processing out-of-calibration ATE assets in accordance with
NAVAIR Depot North Island Calibration Laboratory policies and procedures; and the repair of assets containing
micro-miniature components. Approximately 50% of the planned and unplanned maintenance shall occur during
workforce 1st shift (0600-1430 M-F) and approximately 50% during workforce 2nd shift (1430-2100 M-F). Variance to
these workforce shifts may be authorized at the discretion of the government. The contractor shall record all planned
and unplanned maintenance actions on Maintenance Action Forms (MAFs) in the government furnished database.
The contractor shall record approximately 270 maintenance actions in a 12-month cycle.
ATE NOMENCLATURE
NUMBER OF STATIONS
ATS, AN/USM-470 (V)2
CASS, AN/USM-636 (V)
CAT-IIID (V)1, AN/USM-429 (V)1
HTS, AN/USM-484
IATS, AN/ASM-686
RADCOM, AN/USM-467
RSTS, AN/APM-446
Table 3.1
NAVAIR Depot North Island ATE
3.1 PLANNED MAINTENANCE
The contractor shall perform planned maintenance of the table 3.1 ATE systems as defined by the specific
government provided ATE system’s Maintenance Requirements Cards (MRC) or the applicable Automated Technical
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
13 of 34
FINAL
Information (ATI) file. The Contractor shall record all planned maintenance actions on MAFs in the government
furnished database. References 2.1, 2.2, and 2.3 apply. Examples of planned maintenance are:
Performing System Calibration (SCAL) and Input Output-Self Test (IO-ST), Radio Frequency (RF) IO-ST and
Communication Navigation Identification (CNI) IO-ST on CASS as defined in the ATI.
Performing Self-Calibration (S-CAL) on all HTS systems as defined by the MRC decks.
Performing Self-Certification on all CATIIID, RADCOM and RSTS systems, as defined by the MRC decks.
Performing Self Check on IATS as defined by the MRC deck.
3.2 UNPLANNED MAINTENANCE
The Contractor shall perform unscheduled corrective maintenance of ATE, TPSs, MAMS, and related ancillary
equipment in accordance with the government furnished Maintenance Instruction Manuals and/or Original
Equipment Manufacturer (OEM) Manuals and/or the MAFs in the government furnished database. The Contractor
shall record all unplanned maintenance actions on MAFs in the government furnished database. References 2.1, 2.2,
and 2.3 apply.
3.3 CASS REPAIR OF REPAIRABLES SUPPORT
NAVAIR Depot North Island maintains a Repair of Repairables (ROR) contract for CASS supply support of failed
assets. The Contractor shall prepare approximately 156 Trouble Failure Reports (TFRs) in a 12-month cycle to request
CASS supply support assets. A copy of the respective CASS station run time totalizer and the test failure printout for
the failed asset shall be attached to the TFR. The Contractor shall be responsible for packing, shipping, receiving,
and tracking CASS ROR assets using the government furnished FEDEX account and on-line Automated Data
Information System (ADIS) system.
3.4 ATE CENTER IONIZATION SYSTEM MAINTENANCE
The contractor shall maintain the ATE Center Ionization System. Required monthly maintenance is defined in a
government furnished MAF.
3.5 VALIDATE COMMON ATE ROR ASSETS
The contractor shall validate ready for issue status of ATS (V) 2, HTS, CATIIID, and RADCOM system assets. The
contractor shall perform test and check on Common ATE ROR system assets and perform minor repairs consisting of
removing and replacing faulty circuit cards and/or repairing broken wires.
3.6 MICRO MINIATURE REPAIR
The contractor shall perform micro miniature repair of circuit card assemblies using a government furnished micro
miniature repair station.
3.7 ATE CENTER ASSET INVENTORY AND REPAIR PARTS PROVISIONING
The contractor shall maintain inventory control of ATE Center assets. The contractor shall be responsible for
monitoring and recording the temporary loan of ATE Center assets to government and contractor employees. The
temporary loan of ATE Center assets occurs most frequently between the hours of 0800 to 1400 M-F. The contractor
shall prepare provisioning documentation for consumable and non-consumable parts required to perform
maintenance of ATE, TPSs and MAMs. The DOD Supply System is the first source of supply for all parts
provisioning. Required parts shall be recorded on the respective ATE, TPS and/or MAM MAF.
3.8 REPORTS
3.8.1 MONTHLY FINANCIAL SUMMARY REPORT
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
14 of 34
FINAL
The Contractor shall submit Monthly Financial Summary reports. The financial reports shall include all labor incurred,
and funding expended by the Contractor. The report shall be formatted to provide labor hours and related cost for the
current period, the task order to date, funding authorized and expended to date, the total amount negotiated for the
task order, and the cost remaining on the task order. See attached sample format contained within section J as
attachment # 2.
3.8.2 MONTHLY IN-PROGRESS REVIEW REPORT
The contractor shall schedule monthly In-Progress Reviews (IPRs) with the Government Representative. The
contractor shall deliver and be prepared to discuss monthly narrative reports which document the work performed
under this Performance Based Statement of Work (PBSOW). The narrative reports shall contain an accurate, up-todate summary account of tasks completed during the month, tasks on-going during the month, tasks to be worked
during the next month, and any outstanding issues. See attached format contained within section J as attachment # 3.
3.8.3 ANNUAL REPORT
The contractor shall prepare and deliver in contractor format an annual report, summarizing all work performed under
this PBSOW, including lessons learned during the previous year.
4.0 QUALITY ASSURANCE SURVEILLANCE PLAN
Applicable PBSOW Sections: 3.1, 3.2, 3.4, 3.5, 3.6
Indicator: Percent ready for use availability of both the ATE systems identified in Table 3.1 and ATE ROR assets
discussed above.
Acceptance Criteria: Percent ready for use availability of both ATE systems and ATE ROR assets of 80% or greater
during normal Government work Hours.
Method of Surveillance: Government shall review contractor performance of planned and unplanned maintenances
and repairs to ATE systems and ATE ROR assets for adherence to acceptance criteria through review of system
performance, in-process review meetings, and Government analysis of solicited and unsolicited feedback from all
applicable sources of information.
Applicable PBSOW Sections: 3.7
Indicator: Maintain inventory control of ATE Center Assets
Acceptance Criteria: Contractor is able to account for 95% of ATE Center Assets at all times.
Method of Surveillance: Periodic review of Inventory Control System, and monthly In-Progress Reviews (IPRs) with
the Contractor.
5.0 GOVERNMENT FURNISHED ITEMS AND SERVICES
The government will provide office space, office desks/chairs, computers, and direct telephone services to NAVAIR
Depot North Island on-site contractor employees, as required, to perform the tasking.
6.0 OTHER INFORMATION
6.1 PLACE OF PERFORMANCE
On-site work will be performed at NAVAIR Depot North Island, Bldg 317, Bldg 463, and Bldg 341, San Diego, CA.
Post 1 October 2006, the SE & ALRE Department, Code 4.8, NAVAIR Depot North Island will be required to provide
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
15 of 34
FINAL
maintenance repair of automatic test equipment, test program sets, and maintenance assist modules at the six FRCs
with primary emphasis on FRC Southwest and FRC West. Attachment (6) depicts the geographical alignment and
specific sites included in the six FRCs. Full time on-site maintenance repair support at one or more of these FRCs is
considered within the scope of this basic contract.
6.2 TRAVEL
Travel (one week duration) between NAVAIR North Island and full time on-site CSS supported FRC sites is expected
once a quarter.
ACRONYM LIST
ACE
ADIS
ALRE
ATE
ATLAS
ATI
ATPG
ATS
CATIID
CASS
CNI
CSE
DOD
FIPS
FMS
HITS
HTML
IATS
IO-ST
IPR
ISS
LASAR
MAF
MAM
MRC
ODC
OEM
PBSOW
PSE
RADCOM
RF
ROR
RSTS
SCAL
SE
SMAT
SOW
TFR
TPS
Air Combat Electronics
Automated Data Information System
Aircraft Launch & Recovery Equipment
Automatic Test Equipment
A Test Language for All Systems
Automated Technical Information
Automatic Test Program Generators
Automatic Test System
Computer Automic Testers
Consolidated Automated Support System
Communication Naviagation Identification
Common Support Equipment
Department of Defense
Federal Information Process Standards
Foreign Military Sales
Hierarchical Integrated Test Simulator
Hyper Text Markup Language
Intermediate Avionics Test Set
Input Output-Self Test
IN-Progress Review
In-Service Support
Logic Automated Stimulus and Response
Maintenance Action Forms
Maintenance Assist Modules
Maintenance Requirements Cards
Other Direct Cost
Original Equipment Manufacturer
Performance Based Statement of Work
Peculiar Support Equipment
Radar Communication Test Station
Radio Frequency
Repair of Repairables
Radar Set Test Station
Self-Calibration
Support Equipment
Self Maintenance Acceptance Test
Statement of Work
Trouble Failure Report
Test Program Set
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
16 of 34
SECTION D PACKAGING AND MARKING
Packaging and Marking shall be in accordance with Section D of the Seaport-e Basic Contract.
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
17 of 34
SECTION E INSPECTION AND ACCEPTANCE
Inspection and Acceptance shall be in accordance with Section E of the Seaport-e Basic Contract.
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
18 of 34
SECTION F DELIVERABLES OR PERFORMANCE
CLIN - DELIVERIES OR PERFORMANCE
The periods of performance for the following firm items are estimated at:
1010
3000
1011
1012
1013
3001
3002
3003
10/03/2005 - 9/30/2006
12/21/2005 - 9/30/2006
10/01/2006 - 9/30/2007
10/01/2007 - 9/30/2008
10/01/2008 - 9/30/2009
10/01/2006 - 9/30/2007
10/01/2007 - 9/30/2008
10/01/2008 - 9/30/2009
The period of performance for the following option items are estimated at:
4000
4001
6000
6001
Deleted
10/01/2009 - 9/30/2010
Deleted
10/01/2009 - 9/30/2010
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
19 of 34
FINAL
SECTION G CONTRACT ADMINISTRATION DATA
The Document Number for SLIN 300001 on ACRN AF is: N6588806WX00098
PAYMENT OF FIXED FEE (AUG 2003)
(a) The fixed fee, as specified in Section B of this contract, subject to any adjustment required by other provisions of
this contract, will be paid in installments. The fixed fee will be paid not more frequently than bi-weekly based on the
allowable cost. The amount of each such installment shall be in the same ratio to the total fixed fee as the net direct
labor hours expended during the installment period is to direct labor hours specified in the clause entitled “Level of
Effort” or the dollars per hour (based on the fixed fee divided by the level of effort in hours). Payment shall be made in
accordance with FAR Clauses 52.216-7, “Allowable Cost and Payment”, and 52.216-8, “Fixed Fee”.
(b) In the event of discontinuance of the work in accordance with the FAR Clause 52.232-22, “Limitation of Funds”,
the fixed fee shall be redetermined by mutual agreement equitably to reflect the reduction of the work performed. The
amount by which such fixed fee is less than or exceeds payments previously made on account of fee, shall be paid to
(or repaid by) the contractor.
(c) The balance of the fixed fee shall be payable in accordance with other clauses of this contract.
52.232-22 -- Limitation of Funds (INCORPORATED BY REFERENCE)
SEA 5252.232-9104 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 52.21610), 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:
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
20 of 34
FINAL
(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 3001 and 1012 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.
(d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of
performance of fully funded CLINs/SLINs.
TASK ORDER MANAGER (TOM) APPOINTMENT (JUL 2005)
(a) The Task Order Contracting Officer hereby appoints the following individual as the Task Order Manger (TOM) for
this task order:
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
21 of 34
FINAL
(b) The TOM is responsible for those specific functions assigned 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, change order, or other matter deviating from the terms of the
basic contract or this task order between the contractor and any other person be effective or binding on the
Government. If, 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-10 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 – Receipt and
Acceptance (WAWF):
(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 [insert desired invoice submission timing]. 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 NAVAIR WD is provided for completion of the invoice in WAWF:
WAWF Invoice Type: Cost Voucher
Issuing Office DODAAC:
Admin DODAAC:
Inspector DODAAC:
Acceptor DODAAC:
LPO DODAAC:
PAY DODAAC:
(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:
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
22 of 34
\
\
\
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
23 of 34
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
24 of 34
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
25 of 34
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
26 of 34
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
27 of 34
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
28 of 34
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
29 of 34
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
30 of 34
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
31 of 34
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
32 of 34
FINAL
SECTION H SPECIAL CONTRACT REQUIREMENTS
5252.211-9502 GOVERNMENT INSTALLATION WORK SCHEDULE(OCT 1994)
(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. NADEP NI will also be closed 24 November and 26 to 31 December.
(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 by the assigned
Government employees at the using activity.
(c) Contractor personnel are expected to conform to NAVAIR Depot North Island normal business hours Monday
through Friday, with the exception of Federal holidays. Actual hours of work will be agreed upon at task order start
up. Work outside of normal work hours, if required, will be addressed on a case-by-case basis between the Task
Order Manager (TOM)and the contractor and approved in advance by the contracting officer.
(d) If this schedule should change and NADEP NI will be open 24 November or 26 to 31 December, or any part
thereof, the contractor will be notified by the Task Order Manager at least 30 days in advance of the dates the
NADEP will be open for regular working hours.
H.4 POST AWARD CONFERENCE
The contractor agrees to attend post award conferences if 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.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
33 of 34
FINAL
SECTION I CONTRACT CLAUSES
52.217-9 -- 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.
52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989)
In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29
CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and
states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the
provisions of 5 U.S.C. 5341 or 5332.
THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION
Employee Class
Benefits
52.222-41 Service Contract Act (1965)
52.222-41 Service Contract Act (1965)
Monetary Wage-Fringe
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4027
GM01
29
34 of 34
FINAL
SECTION J LIST OF ATTACHMENTS
Exhibit/Attachment Table of Contents
DOCUMENT TYPE DESCRIPTION
DATE
Attachment 1 Deleted
Attachment 2 Monthly Financial Summary Report Template
08/05/2005
Attachment 3 Monthly In-Progress Review Report Template
08/05/2005
Attachment 4 DD254 Contract Security Classification Specification
09/27/2005
Attachment 5 Locator Form
08/11/2005
Attachment 6 Fleet Readiness Center Map
PAGES
3
2
19
1
1