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) 16-Jun N/A 6. ISSUED BY CODE N ADMINISTERED BY (If other than Item 6) CODE S2101A NSWC, CORONA DIVISION DCMA Baltimore SCD: C Corona Division 2300 Fifth Street Norco CA jung.gang@navy.mil EAST REDWOOD STREET, SUITE 1800 BALTIMORE MD NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. URS Federal Services, Inc Seneca Meadows Parkway Suite 300 Germantown MD B. DATED (SEE ITEM 11) CAGE CODE [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. 10B. DATED (SEE ITEM 13) 5W3V7 FACILITY CODE 01-Apr 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 (b). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) IAW FAR Limitation of Funds E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) John L Kurtz, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/john L Kurtz 16-Jun-2017 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN PREVIOUS EDITION UNUSABLE STANDARD FORM 30 (Rev ) Prescribed by GSA FAR (48 CFR)

2 2 of 2 GENERAL INFORMATION The purpose of this modification is to: 1. Provide incremental funding in the amount of at no additional cost to the government. Accordingly, said Task Order is modified as follows: A conformed copy of this Task Order is attached to this modification for informational purposes only. The Line of Accounting information is hereby changed as follows: The total amount of funds obligated to the task is hereby increased from to. CLIN/SLIN Type Of Fund From ($) By ($) To ($) O&MN,N O&MN,N by The total value of the order is hereby increased from by to

3 1 of 148 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 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Base Year (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. USFF. (O&MN,N) LH R499 Labor (O&MN,N) R499 Labor (O&MN,N) R499 Labor (O&MN,N) R499 Labor (O&MN,N) R499 Labor (O&MN,N) R499 Labor (O&MN,N) 4001 R499 SURGE - To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Base Year (TBD) Option. Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. (O&MN,N) 0.0 LH Option 4010 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Base Year (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. USFF ORC. (O&MN,N) LH R499 Labor (O&MN,N) R499 Labor (O&MN,N)

4 2 of 148 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R499 Labor (O&MN,N) 4020 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Base Year (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. CH PT ROCC. (O&MN,N) LH R499 Labor (O&MN,N) 4030 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Base Year (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. HOMESTEAD. (O&MN,N) LH R499 Labor (O&MN,N) R499 Labor (O&MN,N) 4040 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Base Year (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. AUTEC. (O&MN,N) LH R499 Labor (O&MN,N) 4050 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Base Year (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. AIRPAC. (O&MN,N) LH R499 Labor (O&MN,N) R499 Labor (O&MN,N) R499 Labor (O&MN,N)

5 3 of 148 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 4060 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Base Year (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. PACFLT ORC. (O&MN,N) LH R499 Labor (O&MN,N) R499 Labor (O&MN,N) 4070 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Base Year (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. JFCOM. (O&MN,N) LH R499 Labor (O&MN,N) R499 Labor (O&MN,N) 4100 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 1 (OY1) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. USFF. (O&MN,N) LH R499 Labor (O&MN,N) R499 Labor (O&MN,N) R499 Labor (O&MN,N) 4101 R499 SURGE - To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto OY1 (TBD) Option. Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. (O&MN,N) LH R499 Labor (O&MN,N)

6 4 of 148 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 4102 R499 SURGE - To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto OY1 (TBD) Option. Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. Surge - AIRPAC (O&MN,N) LH R499 Labor (O&MN,N) R499 Labor (O&MN,N) 4110 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 1 (OY1) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. USFF ORC. (O&MN,N) LH R499 Labor (O&MN,N) 4120 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 1 (OY1) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. CH PT ROCC. (O&MN,N) LH R499 Labor (O&MN,N) R499 Labor (O&MN,N) 4130 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 1 (OY1) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. HOMESTEAD. (O&MN,N) LH R499 Labor (O&MN,N) R499 Labor (O&MN,N)

7 5 of 148 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 4140 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 1 (OY1) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. AUTEC. (O&MN,N) LH R499 Labor (O&MN,N) R499 Labor (O&MN,N) 4150 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 1 (OY1) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. AIRPAC. (O&MN,N) LH R499 Labor (O&MN,N) R499 Labor (O&MN,N) 4160 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 1 (OY1) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. PACFLT ORC. (O&MN,N) LH R499 Labor (O&MN,N) R499 Labor (O&MN,N) 4170 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 1 (OY1) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. JFCOM. (O&MN,N) LH R499 Labor (O&MN,N) R499 Labor (O&MN,N)

8 6 of 148 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R499 Labor (O&MN,N) 4180 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 1 (OY1) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. Nellis (O&MN,N) LH R499 Labor (O&MN,N) R499 Labor (O&MN,N) 4181 R499 Threat Presentation support relating to the SA8 equipment on the Operation and Maintenance Combined Tactical Training Range contract. (O&MN,N) 86.0 LH R499 Labor (O&MN,N) 4190 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 1 (OY1) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. Razor Talon (WCF) LH R499 Labor (WCF) 4191 R499 Dahlgren (WCF) 80.0 LH R499 Labor (WCF) 4200 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 2 (OY2) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. USFF. (O&MN,N) LH R499 Labor (O&MN,N) R499 Labor (O&MN,N) R499 Labor (O&MN,N)

9 7 of 148 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R499 Labor (O&MN,N) R499 Labor (O&MN,N) 4201 R499 SURGE - To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto OY2 (TBD) Option. Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. (O&MN,N) LH R499 Labor (O&MN,N) 4210 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 2 (OY2) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. USFF ORC. (O&MN,N) LH R499 Labor (O&MN,N) R499 Labor (O&MN,N) 4220 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 2 (OY2) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. CH PT ROCC. (O&MN,N) LH R499 Labor (O&MN,N) 4230 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 2 (OY2) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. HOMESTEAD. (O&MN,N) LH R499 Labor (O&MN,N) R499 Labor (O&MN,N)

10 8 of 148 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R499 Labor (O&MN,N) 4240 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 2 (OY2) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. AUTEC. (O&MN,N) LH R499 Labor (O&MN,N) 4250 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 2 (OY2) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. AIRPAC. (O&MN,N) LH R499 Labor (O&MN,N) R499 Labor (O&MN,N) R499 Labor (O&MN,N) R499 Labor (O&MN,N) 4260 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 2 (OY2) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. PACFLT ORC. (O&MN,N) LH R499 Labor (O&MN,N) R499 Labor (O&MN,N) R499 Labor (O&MN,N) 4270 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 2 (OY2) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs LH

11 9 of 148 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF JFCOM. (O&MN,N) R499 Labor (O&MN,N) 4280 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 2 (OY2) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. Nellis. (O&MN,N) LH R499 Labor (O&MN,N) 4281 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 2 (OY2) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. (O&MN,N) LH R499 Labor (O&MN,N) R499 Labor (O&MN,N) 4282 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) MAWTS (O&MN,N) LH R499 Labor (O&MN,N) 4283 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 2 (OY2) (TBD). (O&MN,N) LH R499 Labor (O&MN,N) 4284 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 2 (OY2) (TBD). (O&MN,N) LH R499 Labor (O&MN,N) 4290 R499 To support CTTR as described in Section C/Statement of Work LH

12 10 of 148 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 2 (OY2) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. Razor Talon. (O&MN,N) R499 Labor (O&MN,N) R499 Labor (O&MN,N) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000 R499 ODC in support of CLIN USFF. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) R499 ODC (O&MN,N) R499 ODC (O&MN,N) R499 ODC (O&MN,N) R499 ODC (O&MN,N) R499 ODC (O&MN,N) 6010 R499 ODC in support of CLIN USFF ORC. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) R499 ODC (O&MN,N) R499 ODC (O&MN,N) 6020 R499 ODC in support of CLIN CH PT ROCC. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) 6030 R499 ODC in support of CLIN HOMESTEAD. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) R499 ODC (O&MN,N) 6040 R499 ODC in support of CLIN AUTEC. (O&MN,N) 1.0 LO 6050 R499 ODC in support of CLIN AIRPAC. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) R499 ODC (O&MN,N) R499 ODC (O&MN,N) 6060 R499 ODC in support of CLIN PACFLT ORC. (O&MN,N) 1.0 LO R499 ODC (O&MN,N)

13 11 of 148 Item PSC Supplies/Services Qty Unit Est. Cost 6070 R499 ODC in support of CLIN JFCOM. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) R499 ODC (O&MN,N) 6100 R499 ODC in support of CLIN USFF. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) R499 ODC (O&MN,N) R499 ODC (O&MN,N) R499 ODC (O&MN,N) 6110 R499 ODC in support of CLIN USFF ORC. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) 6120 R499 ODC in support of CLIN CH PT ROCC. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) 6130 R499 ODC in support of CLIN HOMESTEAD. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) R499 ODC (O&MN,N) 6140 R499 ODC in support of CLIN AUTEC. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) 6150 R499 ODC in support of CLIN AIRPAC. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) R499 ODC (O&MN,N) R499 ODC (O&MN,N) 6160 R499 ODC in support of CLIN PACFLT ORC. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) R499 ODC (O&MN,N) 6170 R499 ODC in support of CLIN JFCOM. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) R499 ODC (O&MN,N) R499 ODC (O&MN,N) R499 ODC (O&MN,N) 6180 R499 NELLIS (O&MN,N) 1.0 LO R499 ODC (O&MN,N) R499 ODC (O&MN,N) 6181 R499 ODC in support of CLIN SA8 (O&MN,N) 1.0 LO R499 ODC (O&MN,N)

14 12 of 148 Item PSC Supplies/Services Qty Unit Est. Cost 6191 R499 Dahlgren (WCF) 1.0 LO R499 ODC (WCF) 6200 R499 ODC in support of CLIN USFF. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) R499 ODC (O&MN,N) R499 ODC (O&MN,N) 6210 R499 ODC in support of CLIN USFF ORC. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) 6220 R499 ODC in support of CLIN CH PT ROCC. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) 6230 R499 ODC in support of CLIN HOMESTEAD. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) R499 ODC (O&MN,N) 6240 R499 ODC in support of CLIN AUTEC. (O&MN,N) 1.0 LO 6250 R499 ODC in support of CLIN AIRPAC. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) R499 ODC (O&MN,N) R499 ODC (O&MN,N) 6260 R499 ODC in support of CLIN PACFLT ORC. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) R499 ODC (O&MN,N) R499 ODC (O&MN,N) R499 ODC (O&MN,N) 6270 R499 ODC in support of CLIN JFCOM. (O&MN,N) 1.0 LO 6280 R499 NELLIS (O&MN,N) 1.0 LO R499 ODC (O&MN,N) 6281 R499 FME Support (O&MN,N) 1.0 LO R499 ODC (O&MN,N) R499 ODC (O&MN,N) 6283 R PALMS ITX (O&MN,N) 1.0 LO R499 ODC (O&MN,N) 6284 R499 Talon Spitball (O&MN,N) 1.0 LO R499 ODC (O&MN,N) 6290 R499 RAZOR TALON (O&MN,N) 1.0 LO

15 13 of 148 For Cost Type Items: Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 7000 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 3 (OY3) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. USFF. (O&MN,N) LH R499 Labor (O&MN,N) 7001 R499 SURGE - To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto OY3 (TBD) Option. Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. (O&MN,N) LH Option 7010 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 3 (OY3) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. USFF ORC. (O&MN,N) LH R499 Labor (O&MN,N) 7020 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 3 (OY3) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. CH PT ROCC. (O&MN,N) LH R499 Labor (O&MN,N) 7030 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements LH

16 14 of 148 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF List (CDRL) (DD Form 1423) attached hereto Option Year 3 (OY3) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. HOMESTEAD. (O&MN,N) R499 Labor (O&MN,N) R499 Labor (O&MN,N) 7040 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 3 (OY3) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. AUTEC. (O&MN,N) LH R499 Labor (O&MN,N) 7050 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 3 (OY3) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. AIRPAC. (O&MN,N) LH R499 Labor (O&MN,N) 7060 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 3 (OY3) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. PACFLT ORC. (O&MN,N) LH R499 Labor (O&MN,N) 7070 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 3 (OY3) (TBD). Fixed Fee calculated as of burdened LH

17 15 of 148 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF direct labor costs and burdened subcontractor costs. JFCOM. (O&MN,N) 7080 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 3 (OY3) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. Nellis. (O&MN,N) 7083 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 3 (OY3) (TBD). (O&MN,N) LH LH R499 Labor (O&MN,N) 7084 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 3 (OY3) (TBD). (O&MN,N) 19.0 LH R499 Labor (O&MN,N) 7090 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 3 (OY3) (TBD). (O&MN,N) LH R499 Labor (O&MN,N) 7100 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 4 (OY4) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. USFF. (O&MN,N) LH Option 7101 R499 SURGE - To support CTTR as described in Section C/Statement of Work and Contract Data Requirements LH

18 16 of 148 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF List (CDRL) (DD Form 1423) attached hereto OY4 (TBD) Option. Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. (O&MN,N) Option 7110 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 4 (OY4) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. USFF ORC. (O&MN,N) LH Option 7120 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 4 (OY4) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. CH PT ROCC. (O&MN,N) LH Option 7130 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 4 (OY4) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. HOMESTEAD. (O&MN,N) LH Option 7140 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 4 (OY4) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. AUTEC. (O&MN,N) LH

19 17 of 148 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF Option 7150 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 4 (OY4) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. AIRPAC. (O&MN,N) LH Option 7160 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 4 (OY4) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. PACFLT ORC. (O&MN,N) LH Option 7170 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 4 (OY4) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. JFCOM. (O&MN,N) LH Option 7180 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 4 (OY4) (TBD). Fixed Fee calculated as of burdened direct labor costs and burdened subcontractor costs. NELLIS. (O&MN,N) LH Option 7183 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) LH

20 18 of 148 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF attached hereto Option Year 4 (OY4) (TBD). (O&MN,N) Option 7281 R499 To support CTTR as described in Section C/Statement of Work and Contract Data Requirements List (CDRL) (DD Form 1423) attached hereto Option Year 3 (OY3) (TBD). (O&MN,N) LH R499 Labor (O&MN,N) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 9000 R499 ODC in support of CLIN USFF. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) 9010 R499 ODC in support of CLIN USFF ORC. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) 9020 R499 ODC in support of CLIN CH PT ROCC. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) 9030 R499 ODC in support of CLIN HOMESTEAD. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) 9040 R499 ODC in support of CLIN AUTEC. (O&MN,N) 1.0 LO 9050 R499 ODC in support of CLIN AIRPAC. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) 9060 R499 ODC in support of CLIN PACFLT ORC. (O&MN,N) 1.0 LO R499 ODC (O&MN,N) 9070 R499 ODC in support of CLIN JFCOM. (O&MN,N) 1.0 LO 9080 R499 ODC in support of CLIN NELLIS. (O&MN,N) 1.0 LO 9083 R PALMS ITX (O&MN,N) 1.0 LO R499 ODC (O&MN,N) 9084 R499 Talon Spitball (O&MN,N) 1.0 LO R499 ODC (O&MN,N) 9100 R499 ODC in support of CLIN USFF. (O&MN,N) 1.0 LO Option 9110 R499 ODC in support of CLIN USFF ORC. (O&MN,N) 1.0 LO Option

21 19 of 148 Item PSC Supplies/Services Qty Unit Est. Cost 9120 R499 ODC in support of CLIN CH PT ROCC. (O&MN,N) 1.0 LO Option 9130 R499 ODC in support of CLIN HOMESTEAD. (O&MN,N) 1.0 LO Option 9140 R499 ODC in support of CLIN AUTEC. (O&MN,N) 1.0 LO Option 9150 R499 ODC in support of CLIN AIRPAC. (O&MN,N) 1.0 LO Option 9160 R499 ODC in support of CLIN PACFLT ORC. (O&MN,N) 1.0 LO Option 9170 R499 ODC in support of CLIN JFCOM. (O&MN,N) 1.0 LO Option 9180 R499 ODC in support of CLIN NELLIS. (O&MN,N) 1.0 LO Option 9183 R PALMS ITX (O&MN,N) 1.0 LO Option 9281 R499 FME Support (O&MN,N) 1.0 LO R499 ODC (O&MN,N) B.101 CLIN Structure Operation and Maintenance of the Combined Tactical Training Ranges in Naval Air Station (NAS) Fallon, NV; NAS Lemoore, CA; Marine Corps Air Station (MCAS) Yuma, AZ, MCAS Miramar, CA, Naval Air Facility (NAF) El Centro, CA; Fleet Area Control and Surveillance Facility Virginia Capes (FACSFAC VACAPES), Range, VA including NAS Oceana, VA; Navy Dare Range, NC; MCAS Cherry Point, NC including Mid-Atlantic Electronic Warfare Range (MAEWR), NC and Marine Corps Base (MCB) Camp Lejeune, NC; MCAS Beaufort, SC; Pinecastle Range Complex, FL; NAS Key West, FL; Various Pacific and Atlantic Fleet, NAVAIR, NAVSEA, and Air Force bases and installations; Naval Air Weapons Station (NAWS-AD) China Lake, SCORE San Clemente Island, MCB Camp Pendleton, MCB Twenty-nine Palms, AUTEC, Avon Park, FL, Boardman Range, OR, El Centro, CA, McMullen Range, TX, Navy Dare Range, NC, San Clemente Island, CA, and Searay Range, MS, or other military facilities and ranges, in support of Naval training requirements; and Remote site locations throughout the east or west coast complex for placement of mobilized systems for exercise support as addressed in Attachment J.401 Annex 1 Mission Types and Operations Support. B.102 HQ B CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) (FEB 1997) CLIN 4000/7000 and all SLINs referenced under CLIN 4000/7000 of this task order are Cost Plus Fixed Fee

22 20 of 148 (CPFF). CLIN 6000/9000 and all SLINs referenced under CLIN 6000/9000 of this task order are Cost Only (Fee is not authorized) The base period of the task order will be Cost Plus Fixed Fee/Cost Only and (If Options are exercised) the Option periods will be Cost Plus Fixed Fee/Cost Only. B.103 HQ B EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995) (a) As part of the negotiated fixed price or total estimated amount of this task order, both the Government and the contractor have agreed to waive any entitlement that otherwise might accrue to either party in any residual dollar amount of $500 or less at the time of final task order closeout. The term "residual dollar amount" shall include all money that would otherwise be owed to either party at the end of the task order, except that, amounts connected in any way with taxation, allegations of fraud and/or antitrust violations shall be excluded. For purposes of determining residual dollar amounts, offsets of money owed by one party against money that would otherwise be paid by that party may be considered to the extent permitted by law. (b) This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It is agreed that the administrative costs for either party associated with collecting such small dollar amounts could exceed the amount to be recovered. Other terms and conditions are in accordance with Section G of the Seaport-e Multiple Award Basic Contract. 4B.104 HQ B LIMITATION OF COST OR LIMITATION OF FUNDS LANGUAGE The clause entitled "LIMITATION OF COST" (FAR ) or "LIMITATION OF FUNDS" (FAR ), as appropriate, shall apply separately and independently to each separately identified estimated cost. B.104 HQ B PAYMENTS OF FEE(S) (LEVEL OF EFFORT) (NAVSEA) (MAY 1993) (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-fixed-fee 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 equal to see CLIN 4000, 4001, 4100, 4101, 4200, 4201, 7000, 7001, 7100, and 7101 description for applicable fee percentages of the allowable cost of each invoice 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 "FIXED FEE" or "INCENTIVE FEE" clause, as applicable (percentage of fee is based on fee dollars divided by estimated cost dollars, including facilities capital cost of money). Total fee(s) paid to the contractor shall not exceed the fee amount(s) set forth in this contract.

23 21 of 148 (c) The fee(s) specified in SECTION B, and payment thereof, is subject to adjustment pursuant to paragraph (g) of the special contract requirement entitled "LEVEL OF EFFORT." If the fee(s) is reduced and the reduced fee(s) is less than the sum of all fee payments made to the contractor under this contract, the contractor shall repay the excess amount to the Government. If the final adjusted fee exceeds all fee payments made to the contractor under this contract, the contractor shall be paid the additional amount, subject to the availability of funds. In no event shall the Government be required to pay the contractor any amount in excess of the funds obligated under this contract at the time of the discontinuance of work. (d) Fee(s) withheld pursuant to the terms and conditions of this contract shall not be paid until the contract has been modified to reduce the fee(s) in accordance with the "LEVEL OF EFFORT" special contract requirement, or until the Procuring Contracting Officer has advised the paying office in writing that no fee adjustment is required. B.105 HQ B NOTE (OPTION) NOTE B - Option item to which the option clause in SECTION I-2 applies and which is to be supplied only if and to the extent said option is exercised.

24 22 of 148 SECTION C DESCRIPTIONS AND SPECIFICATIONS 1.0 INTRODUCTION This Statement of Work (SOW) defines requirements and tasks to provide Operations, Maintenance and engineering support for the Combined Tactical Training Range (CTTR) systems and equipment. The CTTR integrates Tactical Training Range facilities and functions dispersed across the United States, in order to obtain economies of scale, improve coordination of existing training capabilities, and accelerate the ranges ability to keep pace with ever evolving training requirements of our war-fighters. 1.1 CTTR BACKGROUND The CTTR program is executed and managed by the Naval Surface Warfare Center Corona Division (NSWCCO) Fleet Training Assessment Department (FT00) Training Range Systems Division (FT20). The CTTR supports the Navy Range Office initiatives and falls under the auspices of United States Fleet Forces (USFF) N73 and Commander, Naval Air Forces Command, Pacific (CNAP) N7. NSWCCO has been managing the CTTR at the various tactical training ranges under various configurations and organizational structures since SCOPE CTTR resources and services provide a live and virtual environment to support a broad range mission essential tactical training requirements throughout the Navy tactical training continuum defined by the Fleet Response Training Plan (FRTP). The continuum begins with the Basic phase of naval aviation Unit Level Training (ULT) involving single aircraft sorties and advances up through the Integrated and Sustainment phase of training which include large air wing level and joint force level exercises in battle force configurations. The ability to employ live and virtual training, sometimes concurrently, ensures that Navy personnel are exposed, to the maximum extent practical and in a learning-friendly environment, to the anticipated real-world operating environment. CTTR resources and services are characterized by disperse geographic locations, similar and some dissimilar capabilities supporting multi-service live training in a simulated and controlled hostile environment utilizing various combinations of air and ground training scenarios. CTTR ground ranges support live impact training requiring target clearance and disposal of unexploded ordnance and munitions and target debris, that maintains operational ranges by minimizing potential for possible future contamination and maintain the safety of the range. Mission types and operations support, as well as operating hours, for the CTTR appear in Attachment J.401 Annex 1 Mission Types and Operations Support. Systems, equipment, and facilities to be operated and maintained under this contract are identified in Attachment J.402 Annex 2 Systems and Equipment Description, and Attachment J.403 Annex 3 Government Furnished Facilities (GFF) and Support Requirements, Attachment J.404 Annex 4 Site Maps Drawing and Geographic Data. The list of all Government Furnished Property (GFP) is provided by Attachment J.200 CTTR GFE Inventory Records. 1.3 PLACE OF PERFORMANCE Services to be provided shall be performed at these following training range locations: 1) Air Station (NAS) Fallon, NV; 2) Lemoore, CA; 3) Corps Air Station (MCAS) Yuma, AZ, MCAS Miramar, CA, Naval Air Facility (NAF) El Centro, CA; 4) Oceana, VA, including Fleet Area Control and Surveillance Facility Virginia Capes (FACSFAC VACAPES), and Naval Station Norfolk, VA; 5) Dare Range, NC; 6) Cherry Point, NC including Mid-Atlantic Electronic Warfare Range (MAEWR), NC, MCALF Bogue, NC, and Marine Corps Base (MCB) Camp Lejeune, NC;

25 23 of 148 7) Beaufort, SC; 8) Range Complex, FL; 9) Key West, FL; 10) Various Pacific and Atlantic Fleet, NAVAIR, NAVSEA, and Air Force bases and installations in support of training at 1) through 10) above; Naval Air Weapons Station (NAWS-AD) China Lake, Southern California Off-Shore Range (SCORE), MCB Camp Pendleton, MCB Twenty-nine Palms, AUTEC, Avon Park, FL, Boardman Range, OR, McMullen Range, TX, San Clemente Island, CA, and Searay Range, MS, Farallon de Medinilla (FDM) in the Commonwealth of the Northern Mariana Islands, Oki Daito Jima (ODJ) Islands, or other military facilities and ranges, in support of Naval training requirements; and 11) Various non-government remote locations throughout the eastern or western portions of the United States for exercise support as addressed in Attachment J.401 Annex 1 Mission Types and Operations Support in support of training at 1) through 10) above. Locations are specified in the range daily schedule of operations and maintenance. With the ongoing deployment of range-less instrumentation systems and the development of more complex training scenarios, it is possible to see the CTTR functions required to support additional locations. Emerging Navy training requirements may require services specified herein to be performed at different places of performance than addressed above during the course of the contract. 2.0 APPLICABLE DOCUMENTS Documents applicable to this SOW are provided in Attachment J.405 Annex 5 Applicable Documents. The effective issue is the listed document or the thereafter modified or superseded document. Abbreviation and acronyms applicable to this contract and associated documents are listed in Attachment J.406 Annex 6 Abbreviations and Acronyms. For this contract, the intent is to manage all programs through the use of a Quality Management Program (QMP) that complies with International Quality Standard, ISO 9001 and an Information Management System (IMS). 3.0 PERFORMANCE REQUIREMENTS 3.1 MANAGEMENT The contractor shall manage all contract resources and coordinate and direct the efforts of all contract functional areas to fulfill the requirements of the SOW. The contractor shall use a proactive approach to resolve Government requirements and concerns. The goal is to ensure that corrections and improvements are provided across the entire CTTR with the focus on, but not be limited to, cost savings or avoidances, improved business practices and enhanced training capabilities. The contractor shall utilize a disciplined management approach to develop, integrate and manage all areas of this contract. All contract areas shall demonstrate continuing progress in achieving cost, schedule, and contract requirements. The contractor shall manage all areas of this contract in accordance with (IAW) ISO 9001[1] to ensure that all training and contract objectives identified are fully supported. The contractor shall establish key management elements that include planning, integrating, controlling, reporting, reviewing, and measuring progress. Ensure that risks associated with cost, schedule, and technical capability are provided to the Government such that they are measurable, articulated, mitigated and contractor accountability is enforced. The contractor shall provide support that is beneficial to the CTTR and utilizes a proactive approach that enhances the CTTR value to the war-fighter and sponsors. These enhancements take the form of emergent training system and capability improvements to adapting the business practices in order to meet changing regulations Quality of Data and Deliverables

26 24 of 148 The contractor shall deliver Exhibit A Contract Data Requirements Lists (CDRLs). The contractor shall ensure data entered into the IMS asset management application is correct for which it represents for the real-world construct it refers to is; timely, complete, valid, accurate, and consistent Contract Status Report The contractor shall report contract status IAW Contract Data Requirements List (CDRL) A001, Contract Status Report Managers, Workforce, and Training The contractor shall provide full time contract management oversight that shall be responsible for performance of the contract at all levels. The contractor shall provide a management structure capable of implementing continuous improvement across the CTTR, as well as local coordination and execution of day-to-day activities at all training range locations, and integrating the range specific requirements into the overall CTTR level requirements. The contractor shall provide full-time on-site supervision with decision-making authority over of contractor operations at the following locations: NAS Fallon, NV; MCAS Yuma, AZ; NAS Oceana, VA; MCAS Cherry Point, NC; MCAS Beaufort, SC; Pinecastle Range Complex, FL; Navy Dare Range, NC; and NAS Key West, FL. The contractor shall provide a full-time location lead with decision-making authority for local requirements at the following remote locations: MCAS Miramar, CA; NAF El Centro, CA; NAS Lemoore, CA. The contractor shall maintain an organizational and staffing chart in the IMS. The contractor shall provide initial contract data IAW CDRL A003, Initial Contract Information, to include a resume for each key personnel Tactical Data Link (TDL) Specific Workforce Qualification Personnel assigned to TDL operations shall have been formally trained in tactical data links course of instruction, and be responsible for Joint Interface Control Officer (JICO) and/or Regional Interface Control Officer (RICO) equivalent functions to ensure effective planning and management of the Tactical Data Links supporting CTTR operations Training Program The contractor shall implement the training program provided by the Government Quality Management System (QMS). The contractor shall manage the contract training program such that the workforce meets or exceeds the technical level, skills, and abilities of the proposal for the duration of the contract necessary to meet requirements here-in Training and Certification Plan The contractor shall implement the training program defined within CDRL A004, Training and Certification Program Plan Training Approval The contractor shall utilize the acceptance of their training plan as approval for training listed within. For training not listed in the plan, written approval is required from the Contracting Office Representative (COR) and the Contracting Officer. The approval request will contain the information regarding the training as well as the justification, budget impact, and decision as to whether this will be modified into the existing training program Financial Management Cost Control

27 25 of 148 Contractor cost control efforts and actions, against the approved budget submitted IAW CDRL A005, Funds Status Report, shall result in cumulative labor cost variance of no more than 3 percent for fiscal year quarters one through three; and a fourth quarter cumulative labor, material, and other direct cost variance of no more than 3 percent Funds Status Report The contractor shall develop a contract budget and report financial status IAW CDRL A005, Funds Status Report Work Breakdown Structure Report The contractor shall capture and report cost data IAW CDRL A006, Funds Status Report for the Unified Range Reporting List (URRL) WBS and Attachment J.407 Annex 7 Information Management System (IMS) and the Work Breakdown Structure (WBS) Overtime Schedules The contractor shall ensure overtime data is current and accurate in the Government provided IMS Information Management Program The Information Management Program consists of Commercial off the Shelf (COTS) applications tailored to meet the requirements of the functional areas of the contract and the associated documentation required to populate and maintain the program. This set of applications is referred to as the IMS. The documentation is located in and controlled by the QMS, Attachment J.407 Annex 7 Information Management System (IMS) and the Work Breakdown Structure (WBS) CTTR IMS Responsibilities The contractor shall operate, maintain, and administer the CTTR IMS to ensure availability across all sites. All sites are required to enter data outlined in the SOW and according to the plans and work instructions of this contract. The contractor is responsible for administration of user accounts and passwords, roles and responsibilities of the applications, data quality, and data integrity The contractor shall utilize the IMS for management of record and report data throughout all contract areas to facilitate contract performance and assist the Government to articulate the costs and benefits the training ranges provide to the war-fighter. The contractor shall also provide improvement suggestions and assist in the improvement of the IMS The contractor shall efficiently input and maintain range information (e.g., data, documents, reports) in a coordinated and standardized manner across the CTTR. The contractor shall identify and develop uniform data entry processes, procedures, and definitions across all sites of the contract. The contractor shall be responsible to validate all range data for completeness, accuracy, and compliance. The contractor shall develop and implement procedures, controls and rules to ensure that data is entered, maintained, and delivered in a standardized and accurate format. Access will be provided to Government and contract employees as specified by the COR. The contractor shall develop, follow, and maintain procedures necessary to prevent unauthorized changes to the IMS CTTR IMS Modifications The contractor shall identify and document any required changes to the CTTR IMS to improve business processes, data collection, and reports and analysis. Any support required for IMS modifications will be separately tasked through this contract. The contractor shall provide recommendations to enhance the efficiency and effectiveness of the IMS to the Government IAW IMS Change Management Plan and Change Request procedure, CTTR-PM-IM-003-PLN and CTTR-PM-IM-002-PCD. These enhancements are to maintain or expand the current capability of the IMS. The

28 26 of 148 Engineering Program within this contract will be utilized to control the IMS. Modifications required to sustain capability will utilize the contractor s configuration control procedures whereas capability enhancements will be controlled using the contract tasking procedure. This will result in the contractor maintaining the capability and the Government controlling the growth IMS Data Interface Responsibilities The contractor shall develop an interface with corporate business systems to automate data collection of financial data in accordance with the interface engine that is provided by the Government. Any alternative interfacing design needs to be approved by the Government prior to implementation. The contractor is also responsible to maintain this interface, along with an interface with the US Air Force Reliability, Availability, and Maintainability for Pods (RAMPOD) system for Tactical Combat Training System (TCTS) maintenance data The contractor shall ensure compliance with Information Assurance requirements IAW DOD Directive Upon receipt of a request by the COR, contractor shall provide access to, and cooperate with, other contractors as directed Quality Management Program The contractor shall be responsible for CTTR Quality Management Program (QMP) consisting of a Quality Management System (QMS) and the necessary personnel to manage the program. The contractor shall use and implement the existing GFI CTTR QMS which are the documented plans, procedures, work instructions, and records required to execute the contract to produce consistent and reliable results. The QMS complies with ISO 9001:2008 and ensures that all customer and contract requirements are being met. Beginning at contract start date, the contractor shall adapt, supplement, and make changes necessary to ensure that the QMS complies with ISO 9001, customer and contract requirements. Proposed changes shall be implemented into the established and working QMS within the first 12 months of the contract. Contractor performance relative to the QMS shall be adherence to QMS applicable procedures and work instructions and effective implementation. To verify that the QMS complies with ISO 9001 and is being executed to meet contractual requirements, the Government reserves the right to bring in a third-party auditor (e.g., Defense Contract Management Agency (DCMA) or NSWC Corona Quality Assurance Department) at any time CTTR Quality Management System Quality Manual (QM) The contractor shall delineate their QMS in a QM. Changes to the QM are administered IAW the CDRL A007 Quality Management System with a Plan of Action and Milestone (POA&M) timetable for development and implementation of any new procedures or work instructions to be added or modified as a result of adapting changes, see section Contractor performance shall include proper configuration management of the QMS tracked through the submission of the QM and POA&M. Each document delivery shall be represented by POA&M milestones for the quarter in which it is due. CDRL A007 QMS shall utilize a process of a maximum of two iteration reviews. Deviations from the accepted POA&M shall be approved by the COR Audits and On-Line Schedule Contractor shall submit an Annual Schedule of Inspections IAW CDRL A008. Contractor shall complete planned audits IAW CDRL A008 Annual Schedule of inspections and audits on-time and any rescheduling is done prior to the required completion date with legitimate justification. Audits shall be determined complete when supporting documentation is finished, i.e., audit report, findings or nonconformities logged and corrective action completion date specified and recorded. Completed corrective action itself is not considered a necessary item to consider the

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) 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

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) 01-Dec-2015 1300319331 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

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

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 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 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 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) 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 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

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 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 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

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) 12-Aug-2015 See section G N/A 6. ISSUED

More information

Fleet Readiness Centers

Fleet Readiness Centers Fleet Readiness Centers Recommendation: Realign Naval Air Station Oceana, VA, by disestablishing the Aircraft Intermediate Maintenance Department Oceana, the Naval Air Depot Cherry Point Detachment, and

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 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 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

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

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

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

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

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

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) 04-Jan-2018 Various 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 DATE4. REQUISITION/PURCHASE REQ. NO.5. PROJECT NO. (If applicable) 25-Jun-2013251ULO1002N/A 6. ISSUED BY

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

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 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

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

DEPARTMENT OF THE NAVY NAVAL AIR SYSTEMS COMMAND RADM WILLIAM A. MOFFETT BUILDING BUSE ROAD, BLDG 2272 PATUXENT RIVER, MARYLAND

DEPARTMENT OF THE NAVY NAVAL AIR SYSTEMS COMMAND RADM WILLIAM A. MOFFETT BUILDING BUSE ROAD, BLDG 2272 PATUXENT RIVER, MARYLAND NAVAIR INSTRUCTION 4200.33E DEPARTMENT OF THE NAVY NAVAL AIR SYSTEMS COMMAND RADM WILLIAM A. MOFFETT BUILDING 47123 BUSE ROAD, BLDG 2272 PATUXENT RIVER, MARYLAND 20670-1547 IN REPLY REFER TO NAVAIRINST

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

DFARS Procedures, Guidance, and Information

DFARS Procedures, Guidance, and Information (Revised October 30, 2015) PGI 225.3 CONTRACTS PERFORMED OUTSIDE THE UNITED STATES PGI 225.370 Contracts requiring performance or delivery in a foreign country. (a) If the acquisition requires the performance

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

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

Department of Defense DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE NUMBER 3200.11 May 1, 2002 Certified Current as of December 1, 2003 SUBJECT: Major Range and Test Facility Base (MRTFB) DOT&E References: (a) DoD Directive 3200.11, "Major

More information

MEDIA CONTACTS. Mailing Address: Phone:

MEDIA CONTACTS. Mailing Address: Phone: MEDIA CONTACTS Mailing Address: Defense Contract Management Agency Attn: Public Affairs Office 3901 A Avenue Bldg 10500 Fort Lee, VA 23801 Phone: Media Relations: (804) 734-1492 FOIA Requests: (804) 734-1466

More information

EXHIBIT A SPECIAL PROVISIONS

EXHIBIT A SPECIAL PROVISIONS EXHIBIT A SPECIAL PROVISIONS The following provisions supplement or modify the provisions of Items 1 through 9 of the Integrated Standard Contract, as provided herein: A-1. ENGAGEMENT, TERM AND CONTRACT

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 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

DOD INSTRUCTION AVIATION INCENTIVE PAYS AND BONUS PROGRAM

DOD INSTRUCTION AVIATION INCENTIVE PAYS AND BONUS PROGRAM DOD INSTRUCTION 7730.67 AVIATION INCENTIVE PAYS AND BONUS PROGRAM Originating Component: Office of the Under Secretary of Defense for Personnel and Readiness Effective: October 20, 2016 Releasability:

More information

Encl: (1) 28 CFR 115, National Standards to Prevent, Detect, and Respond to Prison Rape Under the Prison Rape Elimination Act

Encl: (1) 28 CFR 115, National Standards to Prevent, Detect, and Respond to Prison Rape Under the Prison Rape Elimination Act MEMORANDUM OF AGREEMENT BETWEEN THE DEPUTY CHIEF OF NAVAL OPERATIONS, MANPOWER, PERSONNEL, TRAINING AND EDUCATION / CHIEF OF NAVAL PERSONNEL U.S. NAVY AND DEPUTY COMMANDANT, PLANS, POLICIES, AND OPERATIONS

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-Nov-2016 N/A N/A 6. ISSUED BY CODE

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

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.

DISTRIBUTION STATEMENT A. PMM-130 PM TRASYS Col Walt Yates Program Manager 2 Force on Force Instrumentation Current situation Rapid growth in demand signal for force on force instrumented training ITESS II is in short supply Technology

More information

OPNAVINST D N4 24 May (a) OPNAV M , Naval Ordnance Management Policy Manual

OPNAVINST D N4 24 May (a) OPNAV M , Naval Ordnance Management Policy Manual DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON, DC 20350-2000 OPNAVINST 8000.16D N4 OPNAV INSTRUCTION 8000.16D From: Chief of Naval Operations Subj: NAVAL

More information

Open DFARS Cases as of 5/10/2018 2:29:59PM

Open DFARS Cases as of 5/10/2018 2:29:59PM Open DFARS Cases as of 2:29:59PM 2018-D032 215 (R) Repeal of DFARS clause "Pricing Adjustments" 2018-D031 231 (R) Repeal of DFARS clause "Supplemental Cost Principles" 2018-D030 216 (R) Repeal of DFARS

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

Subj: MISSION AND FUNCTIONS OF THE BUREAU OF MEDICINE AND SURGERY. Ref: (a) SECNAV Washington DC Z Jul 2005 (ALNAV 055/05)

Subj: MISSION AND FUNCTIONS OF THE BUREAU OF MEDICINE AND SURGERY. Ref: (a) SECNAV Washington DC Z Jul 2005 (ALNAV 055/05) DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON, DC 20350-2000 OPNAVINST 5450.215D DNS/BUMED-00 OPNAV INSTRUCTION 5450.215D From: Chief of Naval Operations

More information

Department of Defense INSTRUCTION. SUBJECT: Base and Long-Haul Telecommunications Equipment and Services

Department of Defense INSTRUCTION. SUBJECT: Base and Long-Haul Telecommunications Equipment and Services Department of Defense INSTRUCTION NUMBER 4640.14 December 6, 1991 SUBJECT: Base and Long-Haul Telecommunications Equipment and Services ASD(C3I) References: (a) DoD Directive 5137.1, Assistant Secretary

More information

Contract Oversight for the Broad Area Maritime Surveillance Contract Needs Improvement

Contract Oversight for the Broad Area Maritime Surveillance Contract Needs Improvement Report No. D-2011-028 December 23, 2010 Contract Oversight for the Broad Area Maritime Surveillance Contract Needs Improvement Additional Copies To obtain additional copies of this report, visit the Web

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

DOD INVENTORY OF CONTRACTED SERVICES. Actions Needed to Help Ensure Inventory Data Are Complete and Accurate

DOD INVENTORY OF CONTRACTED SERVICES. Actions Needed to Help Ensure Inventory Data Are Complete and Accurate United States Government Accountability Office Report to Congressional Committees November 2015 DOD INVENTORY OF CONTRACTED SERVICES Actions Needed to Help Ensure Inventory Data Are Complete and Accurate

More information

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION NUMBER 1304.31 March 12, 2013 USD(P&R) SUBJECT: Enlisted Bonus Program (EBP) References: See Enclosure 1 1. PURPOSE. In accordance with the authority in DoD Directive

More information

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION NUMBER 4715.8 February 2, 1998 USD(A&T) SUBJECT: Environmental Remediation for DoD Activities Overseas References: (a) Deputy Secretary of Defense Memorandum, "Environmental

More information

University of San Francisco Office of Contracts and Grants Subaward Policy and Procedures

University of San Francisco Office of Contracts and Grants Subaward Policy and Procedures Summary 1. Subaward Definitions A. Subaward B. Subrecipient University of San Francisco Office of Contracts and Grants Subaward Policy and Procedures C. Office of Contracts and Grants (OCG) 2. Distinguishing

More information

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION NUMBER 4715.6 April 24, 1996 USD(A&T) SUBJECT: Environmental Compliance References: (a) DoD Instruction 4120.14, "Environmental Pollution Prevention, Control and Abatement,"

More information

UNCLASSIFIED UNCLASSIFIED. EXHIBIT R-2, RDT&E Budget Item Justification February 2007 RESEARCH DEVELOPMENT TEST & EVALUATION, NAVY / BA-4

UNCLASSIFIED UNCLASSIFIED. EXHIBIT R-2, RDT&E Budget Item Justification February 2007 RESEARCH DEVELOPMENT TEST & EVALUATION, NAVY / BA-4 EXHIBIT R-2, RDT&E Budget Item Justification APPROPRIATION/BUDGET ACTIVITY R-1 ITEM NOMENCLATURE RESEARCH DEVELOPMENT TEST & EVALUATION, NAVY / BA-4 0604272N, TADIRCM COST ($ in Millions) FY 2006 FY 2007

More information

SJSU Research Foundation Cost Share Policy

SJSU Research Foundation Cost Share Policy SJSU Research Foundation Cost Share Policy Office of Sponsored Programs Policy No.: Effective Date: Supersedes: n/a Publication Date: OSP. 03-04-001 Rev. A 05/01/2017 6/29/2017 1.0 Purpose The Cost Share

More information

World Bank Iraq Trust Fund Grant Agreement

World Bank Iraq Trust Fund Grant Agreement Public Disclosure Authorized Conformed Copy GRANT NUMBER TF054052 Public Disclosure Authorized World Bank Iraq Trust Fund Grant Agreement Public Disclosure Authorized (Emergency Disabilities Project) between

More information

REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF

REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF PURPLE LINE EXTENSION PROJECT BY LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY Project No. 16-34 CITY

More information

SUBCHAPTER 03M UNIFORM ADMINISTRATION OF STATE AWARDS OF FINANCIAL ASSISTANCE SECTION ORGANIZATION AND FUNCTION

SUBCHAPTER 03M UNIFORM ADMINISTRATION OF STATE AWARDS OF FINANCIAL ASSISTANCE SECTION ORGANIZATION AND FUNCTION SUBCHAPTER 03M UNIFORM ADMINISTRATION OF STATE AWARDS OF FINANCIAL ASSISTANCE SECTION.0100 - ORGANIZATION AND FUNCTION 09 NCAC 03M.0101 PURPOSE Pursuant to G.S. 143C-6-23, the rules in this Subchapter

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) 14-Mar-2013 1300338531 N/A 6. ISSUED

More information

REPORT DOCUMENTATION PAGE

REPORT DOCUMENTATION PAGE REPORT DOCUMENTATION PAGE Form Approved OMB No. 0704-0188 Public reporting burden for this collection of information is estimated to average 1 hour per response, including the time for reviewing instructions,

More information

Department of Defense DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE NUMBER 2000.9 January 23, 1974 ASD(I&L) SUBJECT: International Co-Production Projects and Agreements Between the United States and Other Countries or International Organizations

More information

SAME Orange County Post Federal Business Opportunities Symposium. NAVFAC Southwest

SAME Orange County Post Federal Business Opportunities Symposium. NAVFAC Southwest NAVFAC Southwest SAME Orange County Post Federal Business Opportunities Symposium NAVFAC Southwest CAPT Mark Edelson, P.E. Civil Engineer Corps, United States Navy Commanding Officer, NAVFAC Southwest

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) 10-May-2016 N/A N/A 6. ISSUED BY CODE

More information

Report to Congress on Distribution of Department of Defense Depot Maintenance Workloads for Fiscal Years 2015 through 2017

Report to Congress on Distribution of Department of Defense Depot Maintenance Workloads for Fiscal Years 2015 through 2017 Report to Congress on Distribution of Department of Defense Depot Maintenance Workloads for Fiscal Years 2015 through 2017 Office of the Under Secretary of Defense for Acquisition, Technology, and Logistics

More information

RFQ A-07 / FOR FF&E CONSULTING AND COORDINATION SERVICES FOR VARIOUS MEASURE B BOND PROJECTS

RFQ A-07 / FOR FF&E CONSULTING AND COORDINATION SERVICES FOR VARIOUS MEASURE B BOND PROJECTS REQUEST FOR QUALIFICATIONS FOR FURNITURE, FIXTURES, & EQUIPMENT (FF&E) CONSULTING AND COORDINATION SERVICES FOR VARIOUS MEASURE B BOND PROJECTS (Chabot College, Las Positas College, District-Wide) RE:

More information

Navy Officials Did Not Consistently Comply With Requirements for Assessing Contractor Performance

Navy Officials Did Not Consistently Comply With Requirements for Assessing Contractor Performance Inspector General U.S. Department of Defense Report No. DODIG-2015-114 MAY 1, 2015 Navy Officials Did Not Consistently Comply With Requirements for Assessing Contractor Performance INTEGRITY EFFICIENCY

More information

DOD INSTRUCTION GENERAL BONUS AUTHORITY FOR OFFICERS

DOD INSTRUCTION GENERAL BONUS AUTHORITY FOR OFFICERS DOD INSTRUCTION 1304.34 GENERAL BONUS AUTHORITY FOR OFFICERS Originating Component: Office of the Under Secretary of Defense for Personnel and Readiness Effective: July 11, 2016 Releasability: Cleared

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-Jun-2018 1300713444 N/A 6. ISSUED

More information

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION NUMBER 5000.55 November 1, 1991 SUBJECT: Reporting Management Information on DoD Military and Civilian Acquisition Personnel and Positions ASD(FM&P)/USD(A) References:

More information

OPNAVINST N Dec Ref: (a) 37 U.S.C. 404 (b) Joint Federal Travel Regulations, Volume 1

OPNAVINST N Dec Ref: (a) 37 U.S.C. 404 (b) Joint Federal Travel Regulations, Volume 1 DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON, DC 20350-2000 OPNAVINST 7220.13 N130 OPNAV INSTRUCTION 7220.13 From: Chief of Naval Operations Subj: MILITARY

More information

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION NUMBER 1025.8 March 20, 2002 ASD(RA) SUBJECT: National Guard ChalleNGe Program References: (a) Section 509 of title 32, United States Code (b) Section 502(f) of title

More information

PRE-DECISIONAL INTERNAL EXECUTIVE BRANCH DRAFT

PRE-DECISIONAL INTERNAL EXECUTIVE BRANCH DRAFT 1 2 3 4 5 6 7 8 9 10 11 12 13 14 PRE-DECISIONAL INTERNAL EXECUTIVE BRANCH DRAFT SEC.. EXPANSION AND EXTENSION OF AUTHORITY FOR PILOT PROGRAMS ON CAREER FLEXIBILITY TO ENHANCE RETENTION OF MEMBERS OF THE

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

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

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017 REQUEST FOR PROPOSALS: AUDIT SERVICES Issue Date: February 13 th, 2017 Due Date: March 22 nd, 2017 In order to be considered, proposals must be signed and returned via email to rtan@wested.org by noon

More information

Subj: CREDIT FOR PRIOR NON-FEDERAL WORK EXPERIENCE AND CERTAIN MILITARY SERVICE FOR DETERMINING LEAVE ACCRUAL RATE

Subj: CREDIT FOR PRIOR NON-FEDERAL WORK EXPERIENCE AND CERTAIN MILITARY SERVICE FOR DETERMINING LEAVE ACCRUAL RATE DEPARTMENT OF THE NAVY OFFICE OF THE SECRETARY 1000 NAVY PENTAGON WASHINGTON, D.C. 20350-1000 SECNAVINST 12631.1 ASN (M&RA)/OCHR 011 SECNAV INSTRUCTION 12631.1 From: Secretary of the Navy Subj: CREDIT

More information

(Billing Code ) Defense Federal Acquisition Regulation Supplement: Defense. Contractors Performing Private Security Functions (DFARS Case

(Billing Code ) Defense Federal Acquisition Regulation Supplement: Defense. Contractors Performing Private Security Functions (DFARS Case This document is scheduled to be published in the Federal Register on 12/30/2015 and available online at http://federalregister.gov/a/2015-32874, and on FDsys.gov (Billing Code 5001-06) DEPARTMENT OF DEFENSE

More information

Thank you! Captain Timothy C. Liberatore Civil Engineer Corps, U.S. Navy, NAVFAC SW Executive Officer

Thank you! Captain Timothy C. Liberatore Civil Engineer Corps, U.S. Navy, NAVFAC SW Executive Officer Thank you! for attending the July 2017 NAVFAC End of Fiscal Year Workload Update hosted by the Society of American Military Engineers, Orange County Post Please find attached the slides presented by: Captain

More information

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION NUMBER 1304.29 December 15, 2004 Incorporating Change 1, July 11, 2016 PDUSD(P&R) SUBJECT: Administration of Enlistment Bonuses, Accession Bonuses for New Officers in

More information

Department of Defense INSTRUCTION. 1. PURPOSE. In accordance with the authority in DoD Directive (DoDD) (Reference (a)), this Instruction:

Department of Defense INSTRUCTION. 1. PURPOSE. In accordance with the authority in DoD Directive (DoDD) (Reference (a)), this Instruction: Department of Defense INSTRUCTION NUMBER 4715.17 April 15, 2009 Incorporating Change 1, November 16, 2017 USD(AT&L) SUBJECT: Environmental Management Systems References: See Enclosure 1 1. PURPOSE. In

More information

TOWN OF SEYMOUR TAX INCENTIVE POLICY

TOWN OF SEYMOUR TAX INCENTIVE POLICY TOWN OF SEYMOUR TAX INCENTIVE POLICY EFFECTIVE DATE: March 7, 2012 A. PREAMBLE AND PURPOSE The strategic development of properties within the general business and industrial areas of the Town of Seymour

More information

Request for Solutions: Distributed Live Virtual Constructive (dlvc) Prototype

Request for Solutions: Distributed Live Virtual Constructive (dlvc) Prototype 1.0 Purpose Request for Solutions: Distributed Live Virtual Constructive (dlvc) Prototype This Request for Solutions is seeking a demonstratable system that balances computer processing for modeling and

More information

Quality Assurance. Confirmed Task Orders. Functional Area of Expertise and Proposed Assignments

Quality Assurance. Confirmed Task Orders. Functional Area of Expertise and Proposed Assignments Frequently Asked Questions Functional Areas Quality Assurance Confirmed Task Orders SeaPort-e Partners Points of Contact SeaPort-e About SeaPort-e SeaPort-e (Contract # N00178-14-R-4000) The SeaPort Enhanced

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

Nevada Volunteers AmeriCorps Program Closeout Checklist and Certification

Nevada Volunteers AmeriCorps Program Closeout Checklist and Certification Nevada Volunteers AmeriCorps Program Closeout Checklist and Certification Instructions: The following closeout documents are due to Nevada Volunteers no later than 90 days following the expiration of the

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 1300403394 N/A 6. ISSUED

More information

UN:ITED SllTES MARINE CORPS MARINE CORPS INSTALLATIONS EAST-MARINE CORPS BASE PSC BOX CAMP LEJEUNE NC OCT 2015

UN:ITED SllTES MARINE CORPS MARINE CORPS INSTALLATIONS EAST-MARINE CORPS BASE PSC BOX CAMP LEJEUNE NC OCT 2015 UN:ITED SllTES MARINE CORPS MARINE CORPS INSTALLATIONS EAST-MARINE CORPS BASE PSC BOX 20005 CAMP LEJEUNE NC 28542-0005 MCIEAST-MCB CAMLEJO 3722.3A W/ Ch l G-3-5/ATC T&R 1 4 OCT 2015 MARINE CORPS INSTALLATIONS

More information

Incomplete Contract Files for Southwest Asia Task Orders on the Warfighter Field Operations Customer Support Contract

Incomplete Contract Files for Southwest Asia Task Orders on the Warfighter Field Operations Customer Support Contract Report No. D-2011-066 June 1, 2011 Incomplete Contract Files for Southwest Asia Task Orders on the Warfighter Field Operations Customer Support Contract Report Documentation Page Form Approved OMB No.

More information

BASE VISIT REPORT. Naval Air Depot, North Island, Naval Air Station, Coronado, Ca. June 8,2005

BASE VISIT REPORT. Naval Air Depot, North Island, Naval Air Station, Coronado, Ca. June 8,2005 DCN: 9906 BASE VISIT REPORT Naval Air Depot, North Island, Naval Air Station, Coronado, Ca June 8,2005 LEAD COMMISSIONER: The Honorable Anthony J. Principi, Chairman ACCOMPANYING CONIMISSIONER: None COMMISSION

More information

OPNAVINST DNS-3/NAVAIR 24 Apr Subj: MISSIONS, FUNCTIONS, AND TASKS OF THE COMMANDER, NAVAL AIR SYSTEMS COMMAND

OPNAVINST DNS-3/NAVAIR 24 Apr Subj: MISSIONS, FUNCTIONS, AND TASKS OF THE COMMANDER, NAVAL AIR SYSTEMS COMMAND DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON, DC 20350-2000 OPNAVINST 5450.350 DNS-3/NAVAIR OPNAV INSTRUCTION 5450.350 From: Chief of Naval Operations Subj:

More information