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

Size: px
Start display at page:

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

Transcription

1 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 08-Nov-2016 N/A N/A 6. ISSUED BY CODE N ADMINISTERED BY (If other than Item 6) CODE S2101A NAVAL SURFACE WARFARE CENTER PHILA DCMA Baltimore SCD: C NSWCPD Philadelphia PA EAST REDWOOD STREET, SUITE 1800 BALTIMORE MD NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Gryphon Technologies 80 M Street SE, Suite 600 Washington, DC DC B. DATED (SEE ITEM 11) CAGE CODE [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. - 10B. DATED (SEE ITEM 13) 05TP2 FACILITY CODE 07-Jan 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) 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 (b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) Mutual Agreement of Parties 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) 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED (Signature of person authorized to sign) (Signature of Contracting Officer) NSN PREVIOUS EDITION UNUSABLE BY 08-Nov STANDARD FORM 30 (Rev ) Prescribed by GSA FAR (48 CFR)

2 2 of 2 GENERAL INFORMATION 1) The purpose of this modification is to extend the Period of Performance from 1/2/2018 to 1/7/ ) The total amount of funds obligated to the task order is hereby increased from 3) The total value of the order is here by increased from 4) The Period of Performance of the following line items is hereby changed as follows: CLIN/SLIN From To /2/2018 1/7/ /2/2018 1/7/2018 6) The end of task order remains unchanged until 1/7/ ) All other terms and conditions will remain unchanged.

3 1 of 48 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 Base Period - Engineering, technical and logistics services in support of In Service and Modernization Programs in accordance with the attached Statement of Work from date of award through 12 months after date of award. (Fund Type - TBD) R425 This funding is in support of Technical Instruction 1 (OPN) R425 This funding is in support of Technical Instruction 1 (RDT&E) R425 This funding is in support of Technical Instruction 1 (O&MN,N) R425 This funding is in support of Technical Instruction 1 (RDT&E) R425 This funding is in support of Technical Instruction 2 (OPN) R425 This funding is in support of Technical Instruction 8 (O&MN,N) R425 This funding is in support of Technical Instruction 6 (OPN) R425 This funding is in support of Technical Instruction 7 (O&MN,N) R425 This funding is in support of Technical Instruction 5 (RDT&E) R425 This funding is in support of Technical Instruction 10 (O&MN,N) R425 This funding is in support of Technical Instruction 13 (RDT&E) R425 This funding is in support of Technical Instruction 15 (O&MN,N) R425 This funding is in support of Technical Instruction 15 (O&MN,N) R425 This funding is in support of Technical Instruction 9 (O&MN,N) R425 This funding is in support of Technical Instruction 11 (OPN)

4 2 of 48 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R425 This funding is in support of Technical Instruction 12 (OPN) R425 This funding is in support of Technical Instruction 12, Rev 1 (OPN) R425 This funding is in support of Technical Instruction 9, Rev 1 (O&MN,N) R425 This funding is in support of Technical Instruction 9, Rev 1 (O&MN,N) R425 This funding is in support of Technical Instruction 9, Rev 1 (O&MN,N) R425 This funding is in support of Technical Instruction 14 (O&MN,N) 4100 R425 Option Period 1 - Engineering, technical and logistics services in support of In Service and Modernization Programs in accordance with the attached Statement of Work from 13 months after award through 24 months after award. (Fund Type - TBD) R425 This funding is in support of Technical Instruction 18 (OPN) R425 This funding is in support of Technical Instruction 21 (Fund Type - TBD) R425 This funding is in support of Technical Instruction 19 REV 1 (RDT&E) R425 This funding is in support of Technical Instruction 20 (OPN) R425 This funding is in support of Technical Instruction 20 (SCN) R425 This funding is in support of Technical Instruction 28 (Fund Type - OTHER) R425 This funding is in support of Technical Instruction 28 (Fund Type - OTHER) R425 This funding is in support of Technical Instruction 22 (SCN) R425 This funding is in support of Technical Instruction 26 (RDT&E)

5 3 of 48 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R425 This funding is in support of Technical Instruction (Fund Type - TBD) R425 This funding is in support of Technical Instruction 31 (OPN) R425 This funding is in support of Technical Instruction 29 (RDT&E) R425 This funding is in support of Technical Instruction 29 (RDT&E) R425 This funding is in support of Technical Instruction 29 (RDT&E) R425 This funding is in support of Technical Instruction 34 (OPN) R425 This funding is in support of Technical Instruction 32 (O&MN,N) R425 This funding is in support of Technical Instruction 33 (O&MN,N) R425 This funding is in support of Technical Instruction 23 (O&MN,N) 4200 R425 Option Period 2 - Engineering, technical and logistics services in support of In Service and Modernization Programs in accordance with the attached Statement of Work from 25 months after award through 36 months after contract award. (Fund Type - TBD) R425 Funding in support of CLIN (OPN) R425 Funding in support of CLIN (SCN) R425 Funding in support of CLIN (RDT&E) R425 Funding in support of CLIN (OPN) 4201 R425 Incremental funding for labor in the amount of under TI 23. (OPN) 4202 R425 Incremental funding for labor in the amount of under TI 40. (OPN) 4203 R425 Incrementally funding labor for TI-44 (OPN) 4204 R425 Incrementally funding TI-42 (OPN) 4205 R425 Incrementally funding TI-43 (OPN)

6 4 of 48 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 4206 R425 Incremental funding (OPN) 4207 R425 Incremental funding for labor in the amount of under TI 38 Rev 1. (RDT&E) 4208 R425 Invoking 2410(a) authority. (O&MN,N) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000 R425 Base Period - Support Costs for CLIN 4000, NTE for travel and incidental material during the period from date of award through 12 months after date of award. (Fund Type - TBD) R425 This funding is in support of Technical Instruction 1 (OPN) R425 This funding is in support of Technical Instruction 1, Rev 1 (RDT&E) R425 This funding is in support of Technical Instruction 3 (O&MN,N) R425 This funding is in support of Technical Instruction 4 (RDT&E) R425 This funding is in support of Technical Instruction 2 (OPN) R425 This funding is in support of Technical Instruction 5 (RDT&E) R425 This funding is in support of Technical Instruction 10 (O&MN,N) R425 This funding is in support of Technical Instruction 15 (O&MN,N) R425 This funding is in support of Technical Instruction 15 (O&MN,N) R425 This funding is in support of Technical Instruction 9 (O&MN,N) R425 This funding is in support of Technical Instruction 11 (OPN) R425 This funding is in support of Technical Instruction 12 (OPN) R425 This funding is in support of Technical Instruction 12 (OPN) R425 This funding is in support of Technical Instruction 9 (O&MN,N) R425 This funding is in support of Technical Instruction 14 (O&MN,N) R425 This funding is in support of Technical Instruction 13 (RDT&E) 6100 R425 Option Period 1 - Support Costs for CLIN 4100, NTE for travel and incidental material during the period from 13 months after date of award through 24 months after date of award. (Fund Type - TBD) R425 This funding is in support of Technical Instruction 18 (OPN) R425 This funding is in support of Technical Instruction 21 (SCN) R425 This funding is in support of Technical Instruction 19 (RDT&E) R425 This funding is in support of Technical Instruction 19 Rev 1 (RDT&E)

7 5 of 48 Item PSC Supplies/Services Qty Unit Est. Cost R425 This funding is in support of Technical Instruction 20 (OPN) R425 This funding is in support of Technical Instruction 24 (SCN) R425 This funding is in support of Technical Instruction 28 (Fund Type - OTHER) R425 This funding is in support of Technical Instruction 26 (RDT&E) R425 This funding is in support of Technical Instruction (Fund Type - OTHER) R425 This funding is in support of Technical Instruction 22 (SCN) R425 This funding is in support of Technical Instruction 31 (OPN) R425 This funding is in support of Technical Instruction 29 (RDT&E) R425 This funding is in support of Technical Instruction 29 (RDT&E) R425 This funding is in support of Technical Instruction 29 (RDT&E) R425 This funding is in support of Technical Instruction 32 (O&MN,N) R425 This funding is in support of Technical Instruction 33 (O&MN,N) R425 This funding is in support of Technical Instruction 35 (O&MN,N) 6101 R425 Incremental funding for support in the amount of under TI 23. (OPN) 6102 R425 Incremental funding for support in the amount of under TI 40. (OPN) 6200 R425 Option Period 2 - Support Costs for CLIN 4000, NTE for travel and incidental material during the period from 25 months after date of award to 36 months after date of award. (Fund Type - TBD) 6201 R425 Incrementally fund TI-44 (OPN) 6202 R425 Incrementally fund TI-42 (OPN) 6203 R425 Incrementally Fund TI-43 (OPN) 6204 R425 Incremental funding for ODC (OPN) 6205 R425 Support Costs for travel and incidental material for CLIN 4207 (RDT&E) 6206 R425 Invoking 2410(a) Authority (O&MN,N) SUPPORT COSTS Support costs including material and travel and other direct support costs, if any, will be reimbursed on the basis of actual, reasonable and allowable costs incurred plus G&A and/or material handling. These costs are not fee-bearing. LEVEL OF EFFORT: The level of effort for the performance of this contract is based upon an anticipated total estimated level of effort of man-hours of direct labor. The estimated composition of the man-hours of direct labor can be found in the following Level of Effort chart:

8 6 of 48 Labor Categories Contractor Site Program Manager* Training Specialist* Lead Logistician* SPIR Coordinator Engineer Engineering Technician Engineering Technician (OT) Logistician Senior Field Technician Mechanical Field Technician Mechanical Field Technician (OT) Electrical Field Technician Electrical Field Technician (OT) Junior Field Technician Junior Field Technician (OT) Program Support Assistant Total Contractor Site Labor Hours Base Year Option 1 Option 2 Total Government Site Base Year Option 1 Option 2 Total Senior MCS Engineer* Senior ISC Project Engineer* Testing/Requirements Coordinator Senior MCS Technician Senior ISC/IBS Technician MCS Engineer IBS/ISC Technician Testing Requirements Technician Junior Logistician Warehouse Specialist Total Government Site Total Both Sites * INDICATES KEY PERSONNEL The Base and each Option period is estimated for the periods of performance specified in the schedule. The Government reserves the right to exercise partial options or full options before their estimated period of performance if the need arises. HQ B PAYMENTS OF FEE(S) (LEVEL OF EFFORT ALTERNATE 1) (NAVSEA) (MAY 2010) (a) For purposes of this contract, "fee" means "target fee" in cost-plus-incentive-fee type contracts, "base fee" in cost-plus-award-fee type contracts, or "fixed fee" in cost-plus-fixedfee type contracts for level of effort type contracts. (b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in this contract entitled "FIXED FEE" (FAR ) or "INCENTIVE FEE", (FAR ), as applicable. Such payments shall be submitted by and payable to the Contractor pursuant to the clause of this contract entitled "ALLOWABLE COST AND PAYMENT" (FAR ), subject to the withholding terms and conditions of the

9 7 of 48 "FIXED FEE" or "INCENTIVE FEE" clause, as applicable, and shall be paid at the hourly rate(s) specified above per man-hour performed and invoiced. Total fee(s) paid to the Contractor shall not exceed the fee amount(s) set forth in this contract. In no event shall the Government be required to pay the Contractor any amount in excess of the funds obligated under this contract. (End of Text)

10 8 of 48 SECTION C DESCRIPTIONS AND SPECIFICATIONS SECTION C DESCRIPTIONS AND SPECIFICATIONS STATEMENT OF WORK FOR IN SERVICE AND MODERNIZATION PROGRAMS SUPPORT 1.0 BACKGROUND To execute its responsibilities, NSWCCD Philadelphia requires the services of engineering and technical support specialists to assist in the development and implementation of Hull, Mechanical and Electrical (HM&E) in-service and modernization programs and initiatives. This support requires responsive and high quality engineering and technical services that only a specialized contractor can provide SCOPE The contractor shall provide program, engineering, technical, and logistics services, including the engineering and technical personnel and facilities required to support HM&E in service and modernization programs and initiatives. This will include programs being developed and conducted by NSWCCD Philadelphia Platform Branches and In Service Engineering Agents (ISEAs) as well as NAVSEA and Type Commander (TYCOM) activities. HM&E Systems include Machinery Control Systems (MCSs), Integrated Ship Controls (ISC), Distributed Data and Control Networks (DDCN), Engineering Plant Control Systems (EPCS), Damage Control Systems (DCS), Hybrid Electric Drive (HED), Integrated Bridge System (IBS), Integrated Condition Assessment System (ICAS), and Flooding Casualty Control System (FCCS). Modernization programs include DDG modernization forward fit and backfit (DDG Mod FF and BF), CG modernization (CG Mod), LSD mid-life (LSD ML), and LHD modernization (LHD Mod). This Statement of Work (SOW) describes services to be rendered via individual technical instructions to specific requirements. Work performed under this contract will include, but not be limited to the programs and initiatives cited above. This SOW describes services to be applied via individual technical instructions to specific requirements. Work performed under this contract will include, but not be limited to: Modernization Programs Support In Service Programs Support Support Common to In Service and Modernization Programs Aegis Ashore Support HED Support

11 9 of REFERENCE DOCUMENTS 3.1 NAVSEA Fleet Modernization Program (FMP) Management and Operations Manual (NAVSEA SI-720-0AA-MAN-010/020) 3.2 Technical Specification General Specification for Overhaul of Surface Ships 3.4 GSO (NAVSEA S9AA0-AB-GSO-010) 3.5 MIL-P-24534: Planned Maintenance Subsystem: Development of Maintenance Requirement Cards, Maintenance Index Pages, and Associated Documents 3.6 MIL-STD-211: Technical Repair Standards 3.7 MIL-STD-1522/1561: Provisioning Procedures and Technical Documentation (with SPCC Addendum) 3.8 MIL-M-38784: Manuals, Technical: General Style and Format Requirements 3.9 MIL-STD-480: Configuration Control - Engineering Changes, Deviations and Waivers 4.0 REQUIREMENTS 4.1 Modernization Programs Support The contractor shall provide shipboard System Problem/Improvement Report (SPIR) coordination support for ships undergoing DDG Mod, CG Mod, LHD Mod, and LSD ML availabilities, which includes SPIR writing, SPIR tracking via the SPIR tracking database, SPIR status reporting, and follow ups to ensure that SPIRs are being resolved The contractor shall provide shipboard test coordination support for ships undergoing DDG Mod, CG Mod, LHD Mod, and LSD ML availabilities The contractor shall provide on-site MCS and DCS engineering support for the DDG Mod FF and DDG Mod BF programs and DDG-113 and follow (AF), which includes: a. Pre DDG Mod availability ship checks to determine the baseline hardware and signal cable configurations and submission of Liaison Action Reports (LARs) to document and discrepancies found b. Development of Cable Block Diagrams, including the verification and documentation of

12 10 of 48 cable pinning, cable types, backshell information and connector information c. Development of Technical Data Packages that consist of the Cable Block Diagram, a summary of the baseline hardware and signal cable discrepancies and associated LARs, and the implementation status of MCS related Ship Alterations (ShipAlts) d. Government furnished material and equipment (GFM and GFE) receipt inspections e. Maintenance and updating of the MCS Cable Database f. Reviews of technical data exchanged between the Planning Yard and the ISEA and coordination of action items assigned that affect the hardware and signal cable configurations for specific ships g. Development and updates of Interface Control Documents (ICDs) h. Hardware, signal cable and software troubleshooting during DDG Mod availabilities The contractor shall provide LSD ML testing, requirements management, and program support. a. Testing support, to include coordinating the development, updates and delivery of test procedures, coordinating land based software development activities, tracking failures while managing the SPIR database, coordinating shipyard test support among a diverse group of technical codes, interfacing with shipyard test management personnel, and providing testing metrics to the program sponsor. b. Requirement management support. The contractor shall act as the program Verification and Validation (V&V) representative and coordinate V&V activities to ensure the selected deliverable components meet specified requirements and that the test procedures/plans adequately verify the requirements. The contractor shall use the DOORS database to provide traceability from the test plan to Top Level Requirements (TLRs), System Requirements Specifications (SyRSs), Software and System Requirements Documents (SRDs and SyRDs), SOW/Performance Related Specifications (PRSs), Hardware Requirements Documents (HRDs) and Interface Requirement Documents (IRDs) and to verify that traceability exists between the test results and the test plans. c. Program support, to include coordination of ISEA drawing reviews, administration of the LSD ML website (posting/updating/organizing of site content and management of accounts and passwords), archival of program and technical documentation, assisting tech leads with organizing information for audits, and researching information requested by the tech leads. 4.2 In Service Programs Support The contractor shall provide on-site CVN Smart Carrier waterfront technical support (one person in Norfolk, VA) for shipboard network and support equipment and their associated

13 11 of 48 application programs. Equipment includes Core Ethernet Switches (CES), Industrial Ethernet Switches (IES), Programmable Logic Controllers (PLCs), Input/Output (IO) boxes, various field sensors, computers, monitors and printers. Application programs include Windows XP Professional Embedded, Windows Server 2003, Microsoft Office, Acrobat Professional, CVNControls, ICAS, ADCS, FCCS, and various printer support software. This support includes: a. Installation, configuration, and upgrades of shipboard network and support equipment and application programs b. Troubleshooting and resolution of shipboard network and support equipment problems. c. Allowance Part List (APL) development and updates, repair part APL and National Stock Number (NSN) research, and assistance in resolving equipment obsolescence issues. d. In-Briefs and Out-Briefs for Smart Carrier installations and upgrades. e. Shipboard operational, maintenance, and Casualty Response Team training for CVNControls, ICAS, ADCS and FCCS during initial Smart Carrier installations and when requested during Smart Carrier upgrades The contractor shall provide on-site CVN DDCN technical support, which includes set up and configuration of GFE hardware at the CVN Land Based Engineering Site (LBES), troubleshooting and resolution of shipboard hardware and software problems, and shipboard operations and maintenance refresher training The contractor shall provide on-site machinery controls software project management support for DDG-51 class in service ships, which includes preparation and presentation of Engineering Change Proposals (ECPs) and coordination of ongoing software development/updates and software deliveries to in service ships, including maintenance, updating, and promulgation of the DDG-51 class machinery controls software master delivery schedule and facilitation of software peer reviews The contractor shall provide on-site LHD-8 MCS engineering support, which includes: a. Reviews of test procedures b. Development of application installation procedures c. Signal database updates and enhancements d. Analysis and resolution of MCS data capture and system interface issues The contractor shall coordinate PLC design and development efforts for the U.S. Navy/U.S. Coast Guard platform independent MCS initiative. 4.3 Support Common to In Service and Modernization Programs

14 12 of The contractor shall provide on-site MCS, DCS, and HED software configuration management, software QA and requirements management support for DDG-51 class in-service ships, the DDG Mod FF BF programs, and DDG-113 AF. This includes: a. Software configuration management: The contractor shall maintain and update the DDG-51 class machinery controls software Configuration Management Plan (CMP) b. Software quality assurance (QA): The contractor shall prepare/compile software build and software test artifacts and present/review them to obtain delivery approvals c. Requirements management: The contractor shall manage and maintain the DDG-51 class MCS, DCS, and HED DOORS database, assist with developing and managing requirements for new and updated MCS, DCS, and HED configurations, and develop/update Software Development Plans (SDPs) and SyRSs The contractor shall provide program support for the IBS and ISC programs, to include program action item tracking, status report preparation, presentation and Plan of Action and Milestones (POA&M) development, preparation of budget information and assistance with the reconciliation of expenditure status, and assistance with meetings and program reviews The contractor shall provide project management support for the CG 47 Class ISC program, which includes program manager interface, technical support of activities in areas of in-service and modernization engineering, test and evaluation, and material configuration management The contractor shall develop IBS and ISC ECP documentation and assist in preparing for and participating in Configuration Control Board (CCB) meetings The contractor shall compile and prepare Integrated Logistics Support (ILS) documentation packages for shipboard IBS and ISC installations The contractor shall provide on-site waterfront technical and program support for the IBS and ISC Programs (one person in Norfolk, VA and two personnel in San Diego, CA). This is to include, but is not limited to, scheduling, coordination and technical oversight for shipboard IBS and ISC installations and upgrades The contractor shall provide technical support to NSWCCD Philadelphia and the Regional Maintenance Centers to include shipboard condition assessments/equipment grooms and equipment upgrades The contractor shall develop and update ILS products, technical manuals, Planned Maintenance System (PMS), and Operational Sequencing System (OSS) The contractor shall provide training support for HM&E systems and equipment by developing and updating training curricula and conducting classroom and shipboard training.

15 13 of The contractor shall provide availability ILS coordination support for surface combatants to ensure that that all planned ILS products associated with HM&E equipment alterations are properly developed and issued. This includes: a. Daily reviews of the Navy Maintenance Database (NMD) to identify applicable configuration worthy alterations for upcoming availabilities and newly issued alteration related Requests for Contract Changes (RCCs) for availabilities in progress. b. Reviews of Ship Change Documents and alteration drawing packages to determine ILS impacts and preparation/submission of ILS certification sheets (to be completed no later than four months prior to each availability s start date (A minus 120). c. Verification of Configuration Overhaul Planning (COP) data uploaded by the Configuration Data Managers (CDMs). d. Development and maintenance of Availability Baseline Reports (ABRs). The initial ABR for each availability shall be developed at the availability start date and ABRs shall be updated on an ongoing basis as alterations are approved, added, removed, modified, and rescheduled. e. ABR updates and archiving as completed nameplate data sheets are received from the applicable contractor/shipyard The contractor shall provide Instructor and Key Personnel Training (I&KP) by conducting two formal and documented I&KP training sessions utilizing the best practices associated with lessons learned across MCS, IBS, ISC and SCS technical support. These courses shall be targeted to the personnel who train and provide technical support for MCS, IBS, ISC and SCS up to the intermediate level of maintenance The contractor shall track and close HM&E equipment related class advisories for U.S. Navy and FMS auxiliary, combatant, amphibious and minesweeping ships The contractor shall assist in the operations of the NSWCCD Philadelphia warehouses. This shall include maintaining the warehouse inventories, receipt and tagging of incoming GFE/GFM, monitoring for obsolete and excess material, identifying material and equipment procurements for ongoing shipboard installations and upgrades, and assembling GFE/GFM kits The contractor shall develop/update test plans and procedures for shore side and shipboard installation and functional testing of NSWCCD Philadelphia cognizant MCS, ISC, and IBS systems and equipment for in-service ships and FMS ships The contractor shall perform and witness shore side and shipboard installation and functional testing of NSWCCD Philadelphia cognizant MCS, Smart Carrier, DDCN, ISC, and IBS systems and equipment. 4.4 Aegis Ashore Support

16 14 of 48 The contractor shall provide on-site Aegis Ashore Human Machine Interface (HMI) Graphical User Interface (GUI) and Building Automation System (BAS) engineering support, which includes: a. Development of the HMI section of the Aegis Ashore Systems Requirements Specification b. Development of the HMI Style Guide c. Reviews of specifications, drawings, and Input/Output documentation d. Participation in design review meetings to provide HMI GUI subject matter expert (SME) support 5.0 TECHNICAL AND FINANCIAL REPORTS 5.1 The Burn Rate Analysis Report: is a summary report that captures the rate at which the money is expended. The reports shall be attached in the 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 The Incurred Cost 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 The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Naval Surface Warfare Center, Carderock Division via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address 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 The contractor shall provide a monthly status report on or about the 10th working day of the month that will provide the technical and financial status of the task. This report shall briefly describe the work performed during each reporting period, any significant results, and problems encountered or anticipated, and a brief outline of work planned for the ensuing reporting period. The contractor shall provide trip reports documenting the pre-installation checks, equipment

17 15 of 48 removal and installation checks, and post installation testing as required 5.4 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 task order issuance. 5.5 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. 6.0 PERSONNEL QUALIFICATIONS General Requirements - The offeror shall include a resume (s) for each "Key Personnel" labor category in the quantity specified in Section C (if applicable). In the event Section C fails to specify the exact quantity of resumes, the offerors shall include a resume for the number of individuals that would be required to perform the entire level of effort for each Key Personnel category. (A level of effort of 1920 labor hours per man year should be utilized.) Resumes shall contain the following: Labor Category Name Current Employer Education/Experience (list any diplomas and/or degrees, institution, year obtained) Level of Current Security Clearance Directly Related or similar work experience (list each relevant job title, the inclusive dates of employment (month/year), the employer, and a brief synopsis for each job listed on how this experience is directly related to the statement of work. Resume Length: Maximum - 2 pages A signed letter of intent shall be submitted for all proposed key personnel who are not currently employed by the offeror or a proposed subcontractor. Only contingency hires with letters of intent will be considered in the evaluation. For follow-on efforts where the offeror is not the incumbent, a proposed plan to hire incumbent personnel is not acceptable without letters of intent. Resumes for subcontractors proposed as key personnel shall be included, with the present company affiliation clearly identified. All of the requirements of this section shall apply to the

18 16 of 48 use of subcontractor personnel, as well as the prime contractor s personnel. It is the Offeror s responsibility to provide information and evidence that clearly demonstrates the ability of the proposed personnel to satisfactorily fulfill the Task Order requirements. 6.1 Key Personnel - The TARGET qualifications and resume quantity requirements for the KEY LABOR CATEGORIES are specified below. MINIMUM qualifications for the Program Manager, Senior MCS Engineer (Education), and Senior ISC Project Engineer (Education) labor categories are also listed below. 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 in the quantities indicated in parenthesis by the key category description. a. Program Manager (1 resume): The proposed Program manager must meet the following MINIMUM requirements: Bachelor s degree from an accredited college or university and 10 years program management experience. TARGET qualifications of working knowledge of the NSWCCD Philadelphia organization, functions and responsibilities; Program Manager needs to cite in their resume experience managing personnel who provide engineering and/or technical support for U.S. Navy shipboard HM&E systems and equipment. b. Training Specialist (1 resume): TARGET qualifications of High school graduate or GED and service in the U.S. Navy with an in-depth knowledge of naval shipboard systems maintenance and operations, experience as a Navy instructor and achievement of the title of Master Training Specialist, 5 years experience of instructional design for the U.S. Navy Interactive Learning Environment (ILE), and 3 years experience in media production techniques and methods. c. Lead Logistician (1 resume): TARGET qualifications of High school graduate or GED and a graduate of military schools which have provided an in-depth knowledge of naval shipboard systems maintenance and operation or supply support or be a graduate of a trade, industrial or correspondence school for engineering and 10 years of experience involving naval equipment. Working knowledge of Department of Defense (DoD), naval and commercial logistical databases, e.g. Federal Logistics Information System, Weapons System File, Haystack, etc. 5 years experience determining ILS impacts and coordinating ILS product development and updates for HM&E alterations associated with U.S. Navy ship availabilities. d. Senior MCS Engineer (1 resume): MINIMUM qualification of BS degree in engineering from an accredited college or university. TARGET qualifications of 10 years experience providing engineering support for U.S. Navy shipboard electronic systems and equipment (including 3 years supporting MCS equipment installed on DDG-51 class ships), and experience conducting ship checks for MCS equipment upgrades, developing MCS cable block diagrams, and developing MCS test procedures. e. Senior ISC Project Engineer (1 resume): MINIMUM qualification of BS degree in

19 17 of 48 engineering from an accredited college or university. TARGET qualifications of 10 years experience providing engineering project management support for U.S. Navy shipboard systems and equipment (including 3 years supporting ISC systems and equipment), and experience developing ECPs and coordinating the procurement, storage, and delivery of GFM and GFE. 6.2 Non-Key Personnel The proposed non-key personnel shall meet the prescribed MINIMUM requirements for each category. Resumes are not required for non-key personnel. However, as part of their Technical Proposal, the offeror shall provide an affirmative statement within the Personnel Subfactor that all proposed non-key personnel meet the MINIMUM education and experience requirements specified for each non-key labor category. a. SPIR Coordinator: High school graduate or GED and 2 years experience providing shipboard SPIR coordination support for ships undergoing maintenance availabilities, including the utilization of SPIR tracking spreadsheets or databases. b. Engineer: BS degree in engineering from an accredited college or university and a minimum of five years experience in the operation, maintenance, logistical support or testing of electrical or mechanical equipment. c. Engineering Technician: High school graduate or GED and a graduate of military schools which provided an in-depth knowledge of naval shipboard systems maintenance and operation; or be a graduate of a trade, industrial or correspondence school for engineering and a minimum of 5 years experience in the operation, maintenance, testing and repair of HM&E equipment installed on U.S. Navy surface ships or submarines. d. Logistician: High school diploma or GED with a minimum of 3 years experience in the development, updating or use of ILS products for US Navy HM&E systems and equipment. e. Senior Field Technician: High school graduate or GED and a graduate of military schools which provided an in-depth knowledge of naval shipboard systems maintenance and operation; or be a graduate of a trade, industrial or correspondence school for engineering and 10 years experience in the operation, maintenance, testing and repair of HM&E equipment installed on U.S. Navy surface ships. 3 years experience supervising the modification and repair of HM&E equipment by AITs onboard U.S. Navy surface ships or submarines. f. Mechanical Field Technician: High school graduate or GED and a graduate of military schools which provided an in-depth knowledge of naval shipboard systems maintenance and operation; or be a graduate of a trade, industrial or correspondence school for engineering and 5 years experience in installing or modifying mechanical systems and equipment installed on U.S. Navy surface ships or submarines. g. Electrical Field Technician: High school graduate or GED and a graduate of military schools which provided an in-depth knowledge of naval shipboard systems maintenance and operation; or be a graduate of a trade, industrial or correspondence school for engineering and 5 years experience in installing or modifying electrical systems and equipment installed on U.S. Navy surface ships or

20 18 of 48 submarines. h. Junior Field Technician: High school graduate or GED and a graduate of military schools which provided an in-depth knowledge of naval shipboard systems maintenance and operation; or be a graduate of a trade, industrial or correspondence school for engineering and 2 years experience in installing or modifying HM&E systems and equipment installed on U.S. Navy surface ships or submarines. i. Program Support Assistant: High school graduate or GED and a minimum of 2 years experience in the use of spreadsheet and word processing software. j. Testing/Requirements Coordinator: Bachelor s degree from an accredited college or university, 5 years experience providing testing coordination support for U.S. Navy shipboard systems and equipment (including test procedure development, test scheduling, and status reporting), and 3 years experience providing requirements coordination support for U.S. Navy shipboard systems and equipment (including utilization of DOORS to provide and verify requirements traceability across requirements and testing documentation). k. Senior MCS Technician: High school graduate or GED and a graduate of military schools which provided an in-depth knowledge of naval shipboard systems maintenance and operation; or be a graduate of a trade, industrial or correspondence school for engineering, 10 years experience in the operation, maintenance, testing and repair of HM&E equipment installed on U.S. Navy surface ships or submarines, and 5 years experience providing waterfront technical support for CVN Smart Carrier systems and equipment (including equipment assessments, upgrades, and troubleshooting). l. Senior ISC/IBS Technician: High school graduate or GED and a graduate of military schools which provided an in-depth knowledge of naval shipboard systems maintenance and operation; or be a graduate of a trade, industrial or correspondence school for engineering and 5 years experience providing scheduling, coordination and shipboard technical oversight support for U.S. Navy ISC and IBS installations and upgrades. m. MCS Engineer: Bachelor s degree in an engineering or computer related discipline from an accredited college or university and 1 year s experience providing hardware or software in service engineering support for U.S. Navy MCS equipment. n. IBS/ISC Technician: High school graduate or GED, a graduate of military schools which provided an in-depth knowledge of naval shipboard systems maintenance and operation, 5 years experience in the operation, maintenance, testing and repair of HM&E equipment installed on U.S. Navy surface ships or submarines, and 3 years experience providing waterfront technical support for U.S. Navy IBS and ISC equipment, including shipboard testing, training, and hardware/software troubleshooting. o. Testing/Requirements Technician: High school graduate or GED, experience coordinating hardware and software testing, including scheduling, QA and testing compliance, and experience

21 19 of 48 tracking requirements across multiple systems and ship classes. p. Junior Logistician: High school diploma or GED and experience in the development or updating of ILS products for U.S. Navy HM&E systems and equipment. q. Warehouse Specialist: High school graduate or GED and 3 years experience providing warehouse support, including inventory management, receipt and tagging of incoming GFE/GFM, and assembly of GFE/GFM kits for shipment to U.S. Navy ships or submarines. 7.0 PLACE OF PERFORMANCE The contractor shall be required to provide support to the Program Office at NSWCCD Philadelphia, to the Program Field Offices in Norfolk, VA; Mayport, FL; Pascagoula, MS; Ingleside, TX; Bath, ME; Everett, WA; San Diego, CA; Bremerton, WA; Pearl Harbor, HI, and in Japan, onboard U.S. Navy, Military Sealift Command (MSC) and Foreign Military Sales (FMS) ships, and at system integrator and Original Equipment Manufacturer (OEM) facilities. 8.0 PERIOD OF PERFORMANCE Please see section F Delivery or Performance" 9.0 OVERTIME Overtime will be required to support shipboard technical support during tech assist visits and equipment modifications and upgrades and to meet hardware delivery timelines SUBJECT MATTER EXPERT (SME) AND CONTRACTING OFFICER'S REPRESENTATIVE (COR) 11.0 SECURITY The Contractor shall comply with Attachment 3: DD Form 254, Contract Security Classification Specification, and any documents such as Classification Guides attached thereto or referenced therein. 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 as contractor employees in telephone conversations and formal and informal written correspondence.

22 20 of GOVERNMENT FURNISHED INFORMATION/MATERIAL The government shall make available to the contractor as Government Furnished Material (GFM) certain informational material and a Subject Matter Expert (SME) that will be required for the successful completion of this SOW. The contractor shall have use of the GFM for the duration of this delivery order. Request for data and information, in addition to GFM, shall be made directly to the COR/TA on an as-required basis for the duration of the task order. All technical information/equipment required in performance of these tasks will be provided from the Government as GFP/GFI. All items provided as GFP/GFI will be marked as such and will have the name and phone number of provider on each document or item as a reference for the developer.

23 21 of 48 SECTION D PACKAGING AND MARKING HQ D 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) All deliverables shall be packages and marked in accordance with best commercial practices.

24 22 of 48 SECTION E INSPECTION AND ACCEPTANCE Inspection and acceptance shall be performed at destination by code 924 personnel.

25 23 of 48 SECTION F DELIVERABLES OR PERFORMANCE The periods of performance for the following Items are as follows: /2/2014-1/7/ /2/2015-1/7/ /2/2018-1/7/ /11/2016-1/7/ /10/2016-1/7/ /10/2016-1// /10/2016-2/14/ /10/2016-8/11/ /14/2016-1/7/ /24/2016-1/7/ /28/ /31/ /2/2014-1/7/ /2/2015-1/7/ /11/2016-3/10/ /11/2016-3/10/ /2/2018-1/7/ /10/2016-1/7/ /10/2016-1/7/ /10/2016-1/7/ /15/2016-1/7/ /26/2016-1/7/ /28/ /31/2016

26 24 of 48 SECTION G CONTRACT ADMINISTRATION DATA (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. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS , 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 and (2) Be registered to use WAWF at 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 (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 (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 HQ0338 Issue By DoDAAC N65540 Admin DoDAAC S2101A Inspect By DoDAAC N/A Ship To Code N/A Ship From Code N/A

27 25 of 48 Mark For Code N/A Service Approver (DoDAAC) N65540 Service Acceptor (DoDAAC) N65540 Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC TBD 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 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 notifications. The Contractor shall enter the address identified below in the Send Additional Notifications field of WAWF once a document is submitted in the system. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following (End of clause) (2) For technical WAWF help, contact the WAWF helpdesk at (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 encryption code information directly to the Contracting Officer (CO) and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also 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 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 notification as required herein. SEA 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 contract. The total level of effort for the performance of this contract shall be 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.

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 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) 25-May-2016 N4175615WX50449 N/A 6.

More information

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 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 04-Nov-2013 Various N/A 6. ISSUED

More information

ORDER FOR SUPPLIES OR SERVICES (FINAL)

ORDER FOR SUPPLIES OR SERVICES (FINAL) ORDER FOR SUPPLIES OR SERVICES () 1 OF 2 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 4. PURCH REQUEST NO. 5. PRIORITY 2013 Sep 30 TBD Unrated 6. ISSUED BY CODE N39430 7. ADMINISTERED BY CODE S0514A 8. DELIVERY

More information

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE PAGE OF PAGES J 1 6 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(If applicable)

More information

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 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) 17-Jun-2015 1300469135-0001,1300498514,1300501091,13

More information

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 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) 18-Jul-2017 1300396920 N/A 6. ISSUED

More information

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 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) 01-Dec-2015 1300319331 N/A 6. ISSUED

More information

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 J 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 27 16-Jan-2009

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 7

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 7 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 7 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 11-Jul-2014 1300446476 N/A 6. ISSUED

More information

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 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) 24-Feb-2017 1300582879 N/A 6. ISSUED

More information

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 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) 1300582879 N/A 6. ISSUED BY CODE N00014

More information

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 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) 17-Jan-2013 N/A N/A 6. ISSUED BY CODE

More information

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 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) 31-Aug-2014 1300369081 N/A 6. ISSUED

More information

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 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) 14-Jun-2017 N/A N/A 6. ISSUED BY CODE

More information

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 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) 19-Aug-2009 92053303, 92053304 N/A

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 4

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 4 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 4 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 25-Aug-2016 See General Information

More information

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 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) 21-Jul-2014 1300396320 N/A 6. ISSUED

More information

NAVSEA STANDARD ITEM CFR Part 61, National Emission Standards for Hazardous Air Pollutants

NAVSEA STANDARD ITEM CFR Part 61, National Emission Standards for Hazardous Air Pollutants NAVSEA STANDARD ITEM ITEM NO: 009-01 DATE: 01 OCT 2017 CATEGORY: I 1. SCOPE: 1.1 Title: General Criteria; accomplish 2. REFERENCES: 2.1 Standard Items 2.2 40 CFR Part 61, National Emission Standards for

More information

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 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) 30-Sep-2016 M0008112SU00086 N/A 6.

More information

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 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) 16-Jun-2017 1300630850 N/A 6. ISSUED

More information

NAVSEA STANDARD ITEM CFR Part 61, National Emission Standards for Hazardous Air Pollutants

NAVSEA STANDARD ITEM CFR Part 61, National Emission Standards for Hazardous Air Pollutants NAVSEA STANDARD ITEM ITEM NO: 009-01 DATE: 18 JUL 2014 CATEGORY: I 1. SCOPE: 1.1 Title: General Criteria; accomplish 2. REFERENCES: 2.1 40 CFR Part 61, National Emission Standards for Hazardous Air Pollutants

More information

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

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 04-Oct-2012 N/A N/A 6. ISSUED BY CODE N61331 7. ADMINISTERED

More information

Binders, Data Storage Medium, De-Greaser, Deliverable/Documentation Consumables, Dividers, Electronic

Binders, Data Storage Medium, De-Greaser, Deliverable/Documentation Consumables, Dividers, Electronic Bolts, Boxes, Brackets, Braces, Brads, C-E Cases, Conduits, Electrical Boxes, End Fittings, Face Plates, Fiberglass, Foam Inserts, Handles, Heat Shrink, Hinges, Interior/Exterior Mounts, Intermediate Distribution

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 4

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 4 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 4 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 28-Oct-2015 1300446296-0002 1300489610-0004

More information

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 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 12-Mar-2013 4. REQUISITION/PURCHASE REQ. NO. 1300139313 5. PROJECT NO. (If applicable) N/A 6. ISSUED

More information

DEPARTMENT OF THE NAVY COMMANDER NAVY REGIONAL MAINTENANCE CENTER 9170 SECOND STREET, SUITE 245 NORFOLK, VA

DEPARTMENT OF THE NAVY COMMANDER NAVY REGIONAL MAINTENANCE CENTER 9170 SECOND STREET, SUITE 245 NORFOLK, VA DEPARTMENT OF THE NAVY COMMANDER NAVY REGIONAL MAINTENANCE CENTER 9170 SECOND STREET, SUITE 245 NORFOLK, VA 23511-2325 CNRMCINST 4790.2 Code 200 CNRMC INSTRUCTION 4790.2 From: Commander, Navy Regional

More information

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 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) 07-Oct-2009 See Section G N/A 6. ISSUED

More information

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

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2 AMENDMENT/MODIFICATION NO 3 EFFECTIVE DATE 4 REQUISITION/PURCHASE REQ NO 5 PROJECT NO (If applicable) 17-Sep-2012 See Section G N/A 6 ISSUED BY

More information

UNCLASSIFIED. FY 2016 Base FY 2016 OCO

UNCLASSIFIED. FY 2016 Base FY 2016 OCO Exhibit R2, RDT&E Budget Item Justification: PB 2016 Navy : February 2015 1319: Research, Development, Test & Evaluation, Navy / BA 5: System Development & Demonstration (SDD) COST ($ in Millions) Years

More information

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 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) 20-Mar-24 1300398415 N/A 6. ISSUED

More information

PROPOSAL GUIDE NAVAL SHIPBUILDING AND ADVANCED MANUFACTURING (NSAM) CENTER OF EXCELLENCE (COE) 22 February 2018 ADVANCED TECHOLOGY INTERNATIONAL

PROPOSAL GUIDE NAVAL SHIPBUILDING AND ADVANCED MANUFACTURING (NSAM) CENTER OF EXCELLENCE (COE) 22 February 2018 ADVANCED TECHOLOGY INTERNATIONAL PROPOSAL GUIDE NAVAL SHIPBUILDING AND ADVANCED MANUFACTURING (NSAM) CENTER OF EXCELLENCE (COE) 22 February 2018 ADVANCED TECHOLOGY INTERNATIONAL CONTENTS 1 PREFACE... 2 2 INTRODUCTION... 2 3 BACKGROUND...

More information

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 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) 05-Mar-2018 1300699929 N/A 6. ISSUED

More information

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 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 27-Jun-2015 N/A N/A 6. ISSUED BY CODE

More information

TECHNICAL INSTRUCTION (NAVSEA TEMPLATE)

TECHNICAL INSTRUCTION (NAVSEA TEMPLATE) TECHNICAL INSTRUCTION (NAVSEA TEMPLATE) Ref: (a) NAVSEA 5252.242-9115 (TECHNICAL INSTRUCTIONS) Enclosure (if : [] This Technical Instruction (TI) is issued pursuant to reference (a) from my capacity as

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 03-Aug-2016 See Section G N/A 6. ISSUED

More information

UNCLASSIFIED FY 2017 OCO. FY 2017 Base

UNCLASSIFIED FY 2017 OCO. FY 2017 Base Exhibit P-40, Budget Line Item Justification: PB 2017 Navy Date: February 2016 1810N: Other Procurement, Navy / BA 04: Ordnance Support Equipment / BSA 3: Ship Missile Systems Equipment ID Code (A=Service

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 4

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 4 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 4 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 25-Nov-2015 1300534620 N/A 6. ISSUED

More information

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 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) 15-Nov-2016 1300604083 N/A 6. ISSUED

More information

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 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE4. REQUISITION/PURCHASE REQ. NO.5. PROJECT NO. (If applicable) 25-Jun-2013251ULO1002N/A 6. ISSUED BY

More information

ORDER FOR SUPPLIES OR SERVICES

ORDER FOR SUPPLIES OR SERVICES ORDER FOR SUPPLIES OR SERVICES Form Approved OMB No. 0704-0187 Expires Aug 31, 1992 Page 1 of 8 1. CONTRACT/PURCH ORDER NO. 2. DELIVERY ORDER NO. 3. DATE OF ORDER 4. REQUISITION/PURCH REQUEST NO. 5. PRIORITY

More information

DEPARTMENT 20 OVERVIEW AND CONTRACTS FORECAST

DEPARTMENT 20 OVERVIEW AND CONTRACTS FORECAST DEPARTMENT 20 OVERVIEW AND CONTRACTS FORECAST Debra Dezendorf Machinery Programs & Platforms Acquisition Manager 11 May 2016 Department 20 Machinery Programs & Platforms Mission Statement: Provide program

More information

PERFORMANCE WORK STATEMENT (PWS) Logistics Support for the Theater Aviation Maintenance Program (TAMP) Equipment Package (TEP)

PERFORMANCE WORK STATEMENT (PWS) Logistics Support for the Theater Aviation Maintenance Program (TAMP) Equipment Package (TEP) PERFORMANCE WORK STATEMENT (PWS) Logistics Support for the Theater Aviation Maintenance Program (TAMP) Equipment Package (TEP) 1.0 MISSION OBJECTIVE: Provide sustainment and logistics support to the Theater

More information

Digital Copier Equipment and Service Program

Digital Copier Equipment and Service Program 1200 ARLINGTON STREET GREENSBORO, NC 27406 Digital Copier Equipment and Service Program RFP #140-18 PROPOSAL TIMELINES May 15, 2018 June 4, 2018 June 27, 2018 July 9, 2018 Release of Proposals 3:00 p.m.

More information

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 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) 29-Apr-2010 N66604-0109-7317 N/A 6.

More information

DISTRIBUTION STATEMENT A APPROVED FOR PUBLIC RELEASE DISTRIBUTION UNLIMITED

DISTRIBUTION STATEMENT A APPROVED FOR PUBLIC RELEASE DISTRIBUTION UNLIMITED TS 9090-100A VOLUME 2 SL720-AA-MAN-020 TECHNICAL SPECIFICATION TITLE: LIAISON ACTION RECORD (LAR) NO.: TS9090-100A DATE: JUNE 2002 SUPERSEDES: TS9090-100, dated August 1993 DISTRIBUTION STATEMENT A APPROVED

More information

WARFIGHTER MODELING, SIMULATION, ANALYSIS AND INTEGRATION SUPPORT (WMSA&IS)

WARFIGHTER MODELING, SIMULATION, ANALYSIS AND INTEGRATION SUPPORT (WMSA&IS) EXCERPT FROM CONTRACTS W9113M-10-D-0002 and W9113M-10-D-0003: C-1. PERFORMANCE WORK STATEMENT SW-SMDC-08-08. 1.0 INTRODUCTION 1.1 BACKGROUND WARFIGHTER MODELING, SIMULATION, ANALYSIS AND INTEGRATION SUPPORT

More information

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 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) 15-Dec-2014 1300315610 N/A 6. ISSUED

More information

Navy Aegis Cruiser and Destroyer Modernization: Background and Issues for Congress

Navy Aegis Cruiser and Destroyer Modernization: Background and Issues for Congress Order Code RS22595 Updated December 7, 2007 Summary Navy Aegis Cruiser and Destroyer Modernization: Background and Issues for Congress Ronald O Rourke Specialist in National Defense Foreign Affairs, Defense,

More information

FOR OFFICIAL USE ONLY

FOR OFFICIAL USE ONLY FOR OFFICIAL USE ONLY Naval Audit Service Audit Report Vendor Legitimacy This report contains information exempt from release under the Freedom of Information Act. Exemption (b)(6) applies. Releasable

More information

SECTION 3 POLICY & PROGRAM

SECTION 3 POLICY & PROGRAM SECTION 3 POLICY & PROGRAM 8120 Kinsman Road, Cleveland, Ohio 44104 Phone: 216-348-5000 Jeffery K. Patterson Chief Executive Officer TABLE OF CONTENTS Section Page # Section 3 POLICY Statement of Policy

More information

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 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) 04-May-2017 N0024217RC005F1 N/A 6.

More information

Subj: MISSION, FUNCTIONS AND TASKS OF DIRECTOR, STRATEGIC SYSTEMS PROGRAMS, WASHINGTON NAVY YARD, WASHINGTON, DC

Subj: MISSION, FUNCTIONS AND TASKS OF DIRECTOR, STRATEGIC SYSTEMS PROGRAMS, WASHINGTON NAVY YARD, WASHINGTON, DC DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON, DC 20350-2000 IN REPLY REFER TO OPNAVINST 5450.223B N87 OPNAV INSTRUCTION 5450.223B From: Chief of Naval Operations

More information

Item UNIQUE IDENTIFICATION (IUID) JRIB July 2005

Item UNIQUE IDENTIFICATION (IUID) JRIB July 2005 Item UNIQUE IDENTIFICATION (IUID) JRIB July 2005 Overview UID Directive Timeline Acquisition Program UID Data Governance and Standard Financial Information Structure Property Management CONOPS Integration

More information

Request for Proposal NYISO SGIG DBA RFP #: 12-7 NYISO DOE Smart Grid Investment Grant - Database Administrator Issued: February 2, 2012

Request for Proposal NYISO SGIG DBA RFP #: 12-7 NYISO DOE Smart Grid Investment Grant - Database Administrator Issued: February 2, 2012 10 Krey Boulevard Rensselaer, NY 12144 Request for Proposal NYISO SGIG DBA RFP #: 12-7 NYISO DOE Smart Grid Investment Grant - Database Administrator Issued: February 2, 2012 I. INTRODUCTION A. Overview

More information

As required by the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416), Contracting Officers must

As required by the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416), Contracting Officers must As required by the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416), Contracting Officers must disseminate information on proposed contract actions

More information

OPNAVINST F N4 5 Jun 2012

OPNAVINST F N4 5 Jun 2012 DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON, DC 20350-2000 OPNAVINST 4440.19F N4 OPNAV INSTRUCTION 4440.19F From: Chief of Naval Operations Subj: POLICIES

More information

ORDER FOR SUPPLIES OR SERVICES (FINAL)

ORDER FOR SUPPLIES OR SERVICES (FINAL) 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 2012 Jul 18 4. PURCH REQUEST NO. N65540-10-NR-55031 5. PRIORITY DO-A3 6. ISSUED BY CODE N65540 7. ADMINISTERED BY CODE S2404A 8. DELIVERY FOB NSWC, CARDEROCK DIVISION,

More information

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 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) 08-May-2015 N6426710RX00011 N/A 6.

More information

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 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 12-May-2015 1300495975 N/A 6. ISSUED

More information

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services Date: June 15, 2017 REQUEST FOR PROPOSALS For: As needed Plan Check and Building Inspection Services Submit Responses to: Building and Planning Department 1600 Floribunda Avenue Hillsborough, California

More information

MAY 2017 GUIDELINES FOR PREPARATION AND SUBMISSION OF SBIR PHASE II PROPOSALS

MAY 2017 GUIDELINES FOR PREPARATION AND SUBMISSION OF SBIR PHASE II PROPOSALS GUIDELINES FOR PREPARATION AND SUBMISSION OF SBIR PHASE II PROPOSALS CONTENTS SECTION 1 ELIGIBILITY AND LIMITATIONS... 1 SECTION 2 PROPOSAL PREPARATION... 2 A. GENERAL REQUIREMENTS... 2 B. TECHNICAL PROPOSAL...

More information

OPNAVINST B N8 7 Nov Subj: NAVY TEST, MEASUREMENT, AND DIAGNOSTIC EQUIPMENT, AUTOMATIC TEST SYSTEMS, AND METROLOGY AND CALIBRATION

OPNAVINST B N8 7 Nov Subj: NAVY TEST, MEASUREMENT, AND DIAGNOSTIC EQUIPMENT, AUTOMATIC TEST SYSTEMS, AND METROLOGY AND CALIBRATION DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON DC 20350-2000 OPNAVINST 3960.16B N8 OPNAV INSTRUCTION 3960.16B From: Chief of Naval Operations Subj: NAVY TEST,

More information

Defense Logistics Agency Instruction. Organic Manufacturing

Defense Logistics Agency Instruction. Organic Manufacturing References: Refer to Enclosure 1. Defense Logistics Agency Instruction Organic Manufacturing DLAI 3210 Effective August 20, 2003 Modified March 3, 2010 Logistics Operations and Readiness 1. PURPOSE. This

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 3 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 3 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 01-Dec-2014 13062011 N/A 6. ISSUED

More information

Naval Sea Systems Command Did Not Properly Apply Guidance Regarding Contracting Officer s Representatives

Naval Sea Systems Command Did Not Properly Apply Guidance Regarding Contracting Officer s Representatives Inspector General U.S. Department of Defense Report No. DODIG-2016-063 MARCH 18, 2016 Naval Sea Systems Command Did Not Properly Apply Guidance Regarding Contracting Officer s Representatives Mission Our

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO.: 1 Date: May 12, 2015 To: All Proposers From: Procurement Office RE: Questions and Answers RFP-DOT-14/15-9030-GH-ReAd: EMERGENCY MANAGEMENT SERVICES Notice

More information

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 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) 11-Jan-2018 13002455-0001, 1300196551-0001,1300183

More information

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018 Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor June 18, 2018 PROPOSAL DUE DATE: July 23, 2018, 5:00 p.m. Eastern Daylight Time The Regional Greenhouse

More information

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1 City of Hinesville 115 East ML King Jr Drive Hinesville, GA 31313 Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1 Closing Date: December 20,

More information

RAYTHEON MISSILE SYSTEMS PURCHASE ORDER ATTACHMENT

RAYTHEON MISSILE SYSTEMS PURCHASE ORDER ATTACHMENT Page 1 of 5 RAYTHEON MISSILE SYSTEMS PURCHASE ORDER ATTACHMENT This attachment is designed for use with awards under Contract N00019-12-C-2000 The following Buyer s terms and conditions are revised to

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 4

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 4 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT J 1 4 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 21-Feb-23 1300335065 N/A 6. ISSUED

More information

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS PIMA ASSOCIATION OF GOVERNMENTS 2014-2016 TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS Proposals may be obtained by contacting: Pima Association of Governments 1 E. Broadway Blvd, Ste.401 Tucson, AZ 85701

More information

General Dynamics Awarded $66 Million for Planning Yard Services for DDG 51 and FFG 7 Ships

General Dynamics Awarded $66 Million for Planning Yard Services for DDG 51 and FFG 7 Ships June 18, 2012 Contact: Dixie Stedman Tel: 207 442 1203 dixie.stedman@gdbiw.com General Dynamics Awarded $66 Million for Planning Yard Services for DDG 51 and FFG 7 Ships BATH, Maine The U. S. Navy has

More information

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE N: RDT&E Ship & Aircraft Support

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE N: RDT&E Ship & Aircraft Support Exhibit R-2, RDT&E Budget Item Justification: PB 212 Navy DATE: February 211 COST ($ in Millions) FY 21 FY 211 Base PE 65863N: RDT&E Ship & Aircraft Support OCO Total FY 213 FY 214 FY 215 FY 216 Navy Page

More information

Non-Federal Cost Share Match Program Grant Implementation Checklist

Non-Federal Cost Share Match Program Grant Implementation Checklist Non-Federal Cost Share Match Program Grant Implementation Checklist Non-Federal Cost Share Match Program Grant Implementation Checklist Table of Contents 1.0 Introduction... 2.0 Grant Implementation Process

More information

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 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) 01-Oct-2016 N0024417RC002F1 N/A 6.

More information

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 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) 11-Jul-2016 1192 9943-994 N/A 6. ISSUED

More information

Warranty Action Plan. October 22, 2008

Warranty Action Plan. October 22, 2008 Warranty Action Plan October 22, 2008 What s the issue with Warranties? Warranties are relied upon heavily by the Services to support mission critical needs. Department lacks the enterprise capability

More information

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 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) -Nov-2017 1300460985 N/A 6. ISSUED

More information

CERTIFICATION OF THE AVIATION CAPABILITY OF SHIPS OPERATING AIRCRAFT

CERTIFICATION OF THE AVIATION CAPABILITY OF SHIPS OPERATING AIRCRAFT DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON, DC 20350-2000 IN REPLY REFER TO OPNAVINST 3120.28C N86 OPNAV INSTRUCTION 3120.28C From: SUbj: Chief of Naval

More information

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR TECHNICAL SERVICES TO DEVELOP A SPREADSHEET TOOL

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR TECHNICAL SERVICES TO DEVELOP A SPREADSHEET TOOL EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR TECHNICAL SERVICES TO DEVELOP A SPREADSHEET TOOL RFP EM-007-2018 Date Issued: January 31,2017 Closing Date: February 16, 2018-3:00 pm local time TABLE OF

More information

PROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR ELECTRIC EFFICIENCY PROJECTS PON EM

PROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR ELECTRIC EFFICIENCY PROJECTS PON EM PROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR ELECTRIC EFFICIENCY PROJECTS PON Opening: July 1, 2017 Closing: June 30, 2018 Revised: February 6, 2018 {P1472575.1} CONTENTS

More information

RESOLUTION NUMBER 2877

RESOLUTION NUMBER 2877 RESOLUTION NUMBER 2877 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PERRIS, STATE OF CALIFORNIA SETTING FORTH POLICIES INTENDED TO OBTAIN CONSISTENCY AND UNIFORMITY IN THE ADMINISTRATION OF THE FEDERALLY

More information

10. THIS ACQUISITION IS X UNRESTRICTED SET ASIDE: % FOR HUBZONE SB 8(A) 18a. PAYMENT WILL BE MADE BY

10. THIS ACQUISITION IS X UNRESTRICTED SET ASIDE: % FOR HUBZONE SB 8(A) 18a. PAYMENT WILL BE MADE BY SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER M67854-05-A-5180 25-Aug-2009 7. FOR SOLICITATION

More information

Research Announcement 16-01

Research Announcement 16-01 Research Announcement 16-01 Version: 1.0 dated July 6, 2017 TABLE OF CONTENTS 1.0 INTRODUCTION... 4 2.0 RESEARCH AND DEVELOPMENT AREAS OF PARTICULAR INTEREST... 4 2.1 Technology Investment Plan... 5 2.2

More information

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017 SECTION 17.0 PAGE 1 OF 38 CONTRACT PROCUREMENT POLICY The Mississippi Department of Education (Department) Contract Procurement Policy set forth herein applies to the procurement, management, and control

More information

DEPARTMENT OF THE NAVY BUREAU Of MEDICINE AND SURGERY 2300 E STREET NW WASHINGTON DC IH REPlY REf R 10

DEPARTMENT OF THE NAVY BUREAU Of MEDICINE AND SURGERY 2300 E STREET NW WASHINGTON DC IH REPlY REf R 10 BUMED INSTRUCTION 5450.1H From: Chief, Bureau of Medicine and Surgery DEPARTMENT OF THE NAVY BUREAU Of MEDICINE AND SURGERY 2300 E STREET NW WASHINGTON DC 20372-5300 IH REPlY REf R 10 BUMEDINST 5450.1H

More information

Number: DI-MGMT Approval Date:

Number: DI-MGMT Approval Date: DATA ITEM DESCRIPTION Title: Quantity Data Report Number: DI-MGMT-82164 Approval Date: 20171116 AMSC Number: 9870 Limitation: DTIC Applicable: No GIDEP Applicable: No Preparing Activity: CAPE Project Number:

More information

THE UNDER SECRETARY OF DEFENSE 3010 DEFENSE PENTAGON WASHINGTON, DC

THE UNDER SECRETARY OF DEFENSE 3010 DEFENSE PENTAGON WASHINGTON, DC THE UNDER SECRETARY OF DEFENSE 3010 DEFENSE PENTAGON WASHINGTON, DC 20301-3010 ACQUISITION, TECHNOLOGY AND LOGISTICS DEC 0 it 2009 MEMORANDUM FOR SECRETARIES OF THE MILITARY DEPARTMENTS CHAIRMAN OF THE

More information

Commander, Navy Regional Maintenance Command

Commander, Navy Regional Maintenance Command Commander, Navy Regional Maintenance Command Prepared for : JINII Planning Session RDML (Sel) Dave Gale 9 February 2011 Change is Needed Many sources of motivation for these changes VADM McCoy s Task to

More information

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT 4750 San Felipe Road, San Jose, CA 95135 REQUEST FOR QUALIFICATIONS G2010.0069 ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

More information

EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15

EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15 EXHIBIT A SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES Revised 3/10/15 TABLE OF CONTENTS 1.0 PURPOSE... 3 2.0 PROJECT APPROACH... 3 3.0 SCOPE... 5 4.0 LENGTH OF SERVICE... 6 5.0 PERFORMANCE OF THE

More information

REQUEST FOR PROPOSAL After Hours Answering Services

REQUEST FOR PROPOSAL After Hours Answering Services REQUEST FOR PROPOSAL 2018-027-1300005 After Hours Answering Services INSTRUCTIONS TO OFFERORS This is a Loudoun Water Request for Proposal to establish a contract through competitive negotiations for the

More information

RFP No. FY2017-ACES-02: Advancing Commonwealth Energy Storage Program Consultant

RFP No. FY2017-ACES-02: Advancing Commonwealth Energy Storage Program Consultant Massachusetts Clean Energy Center Request for Proposals (RFP): Advancing Commonwealth Energy Storage Program Consultant 1. PROGRAM SUMMARY AND GOALS RFP FY2017-ACES-02 Release Date: June 1, 2017 Applications

More information

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 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) 21-Sep-2013 1300192892-0003 N/A 6.

More information

UNCLASSIFIED. FY 2016 Base FY 2016 OCO

UNCLASSIFIED. FY 2016 Base FY 2016 OCO Exhibit R-2, RDT&E Budget Item Justification: PB 2016 Navy : February 2015 1319: Research,, Test & Evaluation, Navy / BA 5: System & Demonstration (SDD) COST ($ in Millions) FY 2017 FY 2018 FY 2019 FY

More information

OPNAVINST A N2/N6 31 Oct Subj: NAVY ELECTRONIC CHART DISPLAY AND INFORMATION SYSTEM POLICY AND STANDARDS

OPNAVINST A N2/N6 31 Oct Subj: NAVY ELECTRONIC CHART DISPLAY AND INFORMATION SYSTEM POLICY AND STANDARDS DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON, DC 20350-2000 OPNAVINST 9420.2A N2/N6 OPNAV INSTRUCTION 9420.2A From: Chief of Naval Operations Subj: NAVY

More information

Subj: SURFACE SHIP AND SUBMARINE SURVIVABILITY TRAINING REQUIREMENTS

Subj: SURFACE SHIP AND SUBMARINE SURVIVABILITY TRAINING REQUIREMENTS DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON, DC 20350-2000 OPNAVINST 3541.1G N9 OPNAV INSTRUCTION 3541.1G From: Chief of Naval Operations Subj: SURFACE

More information

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS ADDENDUM #1 ISSUSED ON May 13, 2005 REQUEST FOR PROPOSALS FOR A NEW VOTING SYSTEM RFP#NVS0305 1) Please add and substitute the following Addendum

More information

UNCLASSIFIED R-1 ITEM NOMENCLATURE

UNCLASSIFIED R-1 ITEM NOMENCLATURE Exhibit R-2, RDT&E Budget Item Justification: PB 213 Navy DATE: February 212 COST ($ in Millions) FY 211 FY 212 Total FY 214 FY 215 FY 216 FY 217 To Complete Total Total Program Element - 75.7 122.481-122.481

More information