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

Size: px
Start display at page:

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

Transcription

1 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT V EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 03-Aug-2016 See Section G N/A 6. ISSUED BY CODE N ADMINISTERED BY (If other than Item 6) CODE S2404A NSWC, DAHLGREN DIVISION DCMA Manassas SCD: C Dahlgren Road Suite 157 Dahlgren VA valeria.giberti@navy.mil George Carter Way, 2nd Floor Chantilly VA NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. CORTEK, Inc Prospect Street Fredericksburg VA B. DATED (SEE ITEM 11) CAGE CODE [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. - 10B. DATED (SEE ITEM 13) 4FRQ2 FACILITY CODE 26-Dec 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) Unilateral Modification 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) Reese Van Wyen, Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/reese Van Wyen 03-Aug-2016 (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 provide an increment of funds for CLINs 7200/9200 in the amount of $290, 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 $33,891, by $290, to $34,182, CLIN/SLIN Type Of Fund From ($) By ($) To ($) O&MN,R , , O&MN,R , , O&MN,R , , The total value of the order is hereby increased from $39,001, by $0.00 to $39,001, The Period of Performance of the following line items is hereby changed as follows: CLIN/SLIN From To

3 1 of 138 SECTION B SUPPLIES OR SERVICES AND PRICES CLIN - SUPPLIES OR SERVICES For Cost Type Items: Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF 4000 R408 Engineering and Technical Services in support of Integrated Base Defense IAW Section C PWS (RDT&E) 0.0 LH $3,817, $240, $4,057, Max Fee $490, Min Fee $233, Government Overrun Share Line Government Underrun Share Line R408 Incremental Funding (RDT&E) R408 Incremental Funding (RDT&E) 40 R408 Incremental Funding (RDT&E) R408 Incremental Funding (RDT&E) R408 Incremental Funding (RDT&E) R408 Incremental Funding (Fund Type - OTHER) R408 Incremental Funding (O&MN,R) R408 Incremental Funding (RDT&E) R408 Incremental Funding (RDT&E) R408 Incremental Funding (RDT&E) R408 Incremental Funding (RDT&E) R408 Incremental Funding (RDT&E)

4 2 of 138 Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF R408 Incremental Funding (RDT&E) R408 Incremental Funding (O&MN,R) R408 Incremental Funding (RDT&E) R408 Incremental Funding (O&MN,R) R408 Incremental Funding (RDT&E) R408 Incremental Funding (RDT&E) R408 Incremental Funding (O&MN,N) R408 Incremental funding (RDT&E) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000 R408 ODCs for CLIN 4000 (RDT&E) 1.0 LO $178, R408 Incremental Funding (RDT&E) R408 Incremental Funding (RDT&E) 60 R408 Incremental Funding (RDT&E) R408 Incremental Funding (Fund Type - OTHER) R408 Incremental Funding (RDT&E) R408 Incremental Funding (RDT&E) R408 Incremental Funding (RDT&E) R408 Incremental Funding (RDT&E) R408 Incremental Funding (O&MN,R) R408 Incremental Funding (RDT&E) R408 Incremental Funding (RDT&E) R408 Incremental Funding (RDT&E) For Cost Type Items: Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF

5 3 of 138 Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF 7000 R408 Engineering and Technical Services in support of Integrated Base Defense IAW Section C PWS. (Fund Type - TBD) 0.0 LH $6,616, $429, $7,046, Max Fee $810, Min Fee $349, Government Overrun Share Line Government Underrun Share Line R408 Incremental Funding (RDT&E) R408 Incremental Funding (RDT&E) 70 R408 Incremental Funding (RDT&E) R408 Incremental Funding (O&MN,N) R408 Incremental Funding (O&MN,N) R408 Incremental Funding (RDT&E) R408 Incremental Funding (RDT&E) R408 Incremental Funding Mod 22 Deob $456,000 (O&MN,N) R408 Mod 20 Incremental Funding (Fund Type - TBD) R408 Mod 21 Incremental Funding ACRN: BG (O&MAFR) R408 Mod 21 Incremental Funding ACRN: BH $233, MOD 26 De-obligation of funds $94,000 (RDT&E) R408 Mod 21 Incremental Funding ACRN: BJ MOD 25 Deobligate $21,040

6 4 of 138 Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF ACRN BJ (O&MAFR) R408 Mod 21 Incremental Funding ACRN: BK $50,000 MOD 26 De-obligation of Funds $20,000 (RDT&E) R408 Mod 21 Incremental Funding ACRN :BL Mod 22 Re-align $110,000 to (O&MN,N) R408 Mod 21 Incremental Funding ACRN: BM (RDT&E) R408 Mod 22 Incremental Funding ACRN: BN $ MOD 26 De-obligation of Funds $31,000 (RDT&E) R408 Mod 22 Incremental Funding ACRN: BP $340,000 MOD 26 De-obligation of Funds $ 210,000 (RDT&E) R408 Mod 22 Incremental Funding ACRN: BQ 442, De-obligation of funds $190,000 (RDT&E) R408 Mod 22 Incrmental Funding ACRN: BR (O&MN,R) R408 Mod 23 Incremental Funding ACRN: BS (Fund Type - OTHER) R408 Mod 23 Incremental Funding ACRN: BL Mod 24 Change ACRN from BT to BL (O&MN,N) R408 Mod 23 Incremental Funding ACRN: BL Mod 24 Change ACRN BU to BL (O&MN,N) R408 Mod 23 Incremental Funding ACRN: BV (Fund Type - OTHER)

7 5 of 138 Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF R408 Mod 23 Incremental Funding ACRN: BW (Fund Type - OTHER) R408 MOD 26 Incremental Funding ACRN: BX $ (Fund Type - OTHER) R408 Mod 27 Incremental Funding ACRN: BY Mod 35 Deob 16,589 (RDT&E) 7100 R408 Engineering and Technical Services in support of Integrated Base Defense IAW Section C PWS. (O&MN,N) LH $9,714, $637, $10,3, Max Fee $987, Min Fee $410, Government Overrun Share Line Government Underrun Share Line R408 Mod 28 Option Two (RDT&E) R408 Mod 28 Option Two; Mod 31 change ACRN from AA to CF (Fund Type - OTHER) 71 R408 Mod 29 Option Year Two Incremental Funding (RDT&E) R408 Mod 29 Option Year Two Incremental Funding (RDT&E) R408 Mod 29 Option Year Two Incremental Funding (RDT&E) R408 Mod 29 Option Year Two Incremental Funding (Fund Type - OTHER) R408 Mod 29 Option Year Two Incremental

8 6 of 138 Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF Funding (Fund Type - OTHER) R408 Mod 29 Option Year Two Incremental Funding (RDT&E) R408 Mod 30 Option Year Two Incremental Funding 10 USC 2410 (a) authority is being invoked (Fund Type - OTHER) R408 Mod 30 Option Year Two Incremental Funding 10 USC 2410 (a) authority is being invoked (Fund Type - OTHER) R408 Mod 30 Option Year Two Incremental Funding 10 USC 2410 (a) authority is being invoked (Fund Type - OTHER) R408 Mod 32 Option Year Two Incremental Funding 10 USC 2410 (a) authority is being invoked (Fund Type - TBD) R408 Mod 32 Option Year Two Incremental Funding 10 USC 2410 (a) authority is being invoked (Fund Type - TBD) R408 Mod 32 Option Year Two Incremental Funding 10 USC 2410 (a) authority is being invoked (Fund Type - TBD) R408 Mod 32 Option Year Two Incremental Funding 10 USC 2410 (a) authority is being invoked (Fund Type - TBD) R408 Mod 32 Option Year Two Incremental

9 7 of 138 Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF Funding 10 USC 2410 (a) authority is being invoked (Fund Type - TBD) R408 Mod 33 Option Year Two Incremental Funding 10 USC 2410 (a) authority is being invoked (APN) R408 Mod 33 Option Year Two Incremental Funding 10 USC 2410 (a) authority is being invoked (O&MN,N) R408 Mod 34 Option Year Two Incremental funding Mod 38 Deobligation of $190,000 (O&MN,N) R408 Mod 34 Incremental Funding (RDT&E) R408 Mod 34 Incremental Funding (RDT&E) R408 Mod 35 Incremental Funding (WCF) R408 Mod 35 Incremental Funding 10 USC 2410 (a) authority is being invoked (WCF) R408 Mod 35 Incremental Funding 10 USC 2410 (a) authority is being invoked (WCF) R408 Mod 35 Incremental Funding 10 USC 2410 (a) authority is being invoked (Fund Type - OTHER) R408 Mod 36 Incremental Funding 10 USC 2410 (a) authority is being invoked. (O&MN,N) R408 Mod 36 Incremental Funding (RDT&E)

10 8 of 138 Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF R408 Mod 36 Incremental Funding 10 USC 2410 (a) authority is being invoked (O&MN,N) R408 Mod 36 Incremental Funding 10 USC 2410 (a) authority is being invoked (O&MN,N) R408 Mod 36 Incremental Funding 10 USC 2410 (a) authority is being invoked (O&MN,N) R408 Mod 36 Incremental Funding 10 USC 2410 (a) authority is being invoked (RDT&E) R408 Mod 37 Incremental Funding (RDT&E) R408 Mod 37 Incremental Funding (WCF) R408 Mod 37 Incremental Funding (RDT&E) R408 Mod 37 Incremental Funding (RDT&E) R408 Mod 37 Incremental Funding 10 USC 2410 (a) authority is being invoked (RDT&E) R408 Mod 39 Incremental Funding (RDT&E) R408 Mod 39 Incremental Funding (O&MN,N) R408 Mod 40 Incremental Funding $31, PR# (RDT&E) R408 Mod 40 Incremental Funding $50,000 PR# (OPN) 7200 R408 Engineering and Technical Services in support of Integrated Base Defense IAW Section C PWS. (Fund LH $8,503, $548, $9,0,727.00

11 9 of 138 Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF Type - TBD) Max Fee $765, Min Fee $255, Government Overrun Share Line Government Underrun Share Line R408 Mod 42 Incremental Funding $700, PR# (OPN) R408 Mod 42 Incremental Funding $25, PR# (RDT&E) 72 R408 Mod 42 Incremental Funding $90, PR# (RDT&E) R408 Mod 42 Incremental Funding $158, PR# (RDT&E) R408 Mod 42 Incremental Funding $16, PR# (O&MN,R) R408 Mod 43 Incremental Funding $65, PR# (O&MN,N) R408 Mod 43 Incremental Funding $89, PR# (WCF) R408 Mod 44 Incremental Funding $256, PR# De-obligated on Mod 46. (O&MN,R) R408 Mod 44 Incremental Funding $62, PR# De-obligated on Mod 46. (RDT&E)

12 10 of 138 Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF R408 Mod 44 Incremental Funding $13, PR# (O&MN,R) R408 Mod 44 Incremental Funding $16, PR# (RDT&E) R408 Mod 44 Incremental Funding $31, PR# (RDT&E) R408 Mod 44 Incremental Funding $3,200, PR# (OPN) R408 Mod 45 Incremental Funding $282, USC 2410 (a) authority is being invoked. (O&MAFR) R408 Mod 45 Incremental Funding $236, USC 2410 (a) authority is being invoked. (O&MN,N) R408 Mod 46 Incremental Funding $129, PR# (RDT&E) R408 Mod 46 Incremental Funding $93, PR# (O&MN,N) R408 Mod 47 Incremental Funding $1,900, PR# (OPN) R408 Mod 47 Incremental Funding $59, PR# (RDT&E) R408 Mod 47 Incremental Funding $76, PR# (RDT&E) R408 Mod 47 Incremental Funding $35, PR# (O&MN,N)

13 11 of 138 Item PSC Supplies/Services Qty Unit Target Cost Target Fee CPIF R408 Mod 47 Incremental Funding $60, PR# (O&MN,R) R408 Mod 47 Incremental Funding $263, PR# USC 2410(a) authority is being invoked. (O&MN,R) R408 Mod 48 Incremental Funding $155, PR# USC 2410 (a) authority is being invoked. (O&MN,N) R408 Mod 49 Incremental Funding $39, PR# (Fund Type - OTHER) R408 Mod 50 Incremental Funding $36, PR# (Fund Type - OTHER) R408 Mod 51 Incremental Funding $700, PR# (OPN) R408 Mod Incremental Funding $263, PR# USC 2410 (a) authority is being invoked. (O&MN,R) R408 Mod Incremental Funding $24, PR# (O&MN,R) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 9000 R408 Option 1, ODCs for CLIN 7000 (Fund Type - TBD) 1.0 LO $1,111, R408 Incremental Funding (RDT&E) R408 Incremental Funding (RDT&E) 90 R408 Incremental Funding (RDT&E) R408 Incremental Funding (O&MN,N)

14 12 of 138 Item PSC Supplies/Services Qty Unit Est. Cost R408 Incremental Funding Mod 22 Deob $5,000 (O&MN,N) R408 Incremental Funding (RDT&E) R408 Mod 21 Incremental Funding ACRN : BG (O&MAFR) R408 Incremental Funding $13,500 MOD 26 De-obligation of funds $9,000 (RDT&E) R408 Mod 21 Incremental Funding ACRN: BL Re-align $110,000 from (O&MN,N) R408 Mod 22 Incremental Funding ACRN: BN (RDT&E) R408 Mod 22 Incremental Funding ACRN: BP $12,000 MOD 26 De-obligation of funds $12000 (RDT&E) R408 Mod 22 Incremental Funding ACRN: BQ $48,000 MOD 26 De-obligation of funds $38,000 (RDT&E) R408 Mod 23 Incremental Funding ACRN: BS (Fund Type - OTHER) R408 Mod 23 Incremental Funding ACRN: BL Mod 24 Change BT to BL (O&MN,N) R408 Mod 23 Incremental Funding ACRN: BL Mod 24 Change BU to BL (O&MN,N) R408 Mod 23 Incremental Funding ACRN: BV (Fund Type - OTHER) 9100 R408 Option 2, ODCs for CLIN 7100 (Fund Type - TBD) 1.0 LO $2,472, R408 Mod 28 Option Year 2 Incremental Funding (RDT&E) R408 Mod 29 Option Year 2 Incremental Funding (RDT&E) 91 R408 Mod 29 Option Year 2 Incremental Funding (RDT&E) R408 Mod 29 Option Year 2 Incremental Funding (RDT&E) R408 Mod 29 Option Year 2 Incremental Funding (Fund Type - OTHER) R408 Mod 29 Option Year 2 Incremental Funding (Fund Type - OTHER) R408 Mod 29 Option Year 2 Incremental Funding (RDT&E) R408 Mod 30 Option Year 2 Incremental Funding 10 USC 2410(a) authority is being invoked. (Fund Type - OTHER) R408 Mod 30 Option Year 2 Incremental Funding 10 USC 2410(a) authority is being invoked. (Fund Type - OTHER) R408 Mod 30 Option Year 2 Incremental Funding 10 USC 2410(a) authority is being invoked. (Fund Type - OTHER) R408 Mod 30 Option Year 2 Incremental Funding 10 USC 2410(a) authority is being invoked. (Fund Type - OTHER) R408 Mod 32 Option Year 2 Incremental Funding (Fund Type - OTHER) R408 Mod 32 Option Year 2 Incremental Funding (Fund Type - OTHER) R408 Mod 32 Option Year 2 Incremental Funding (Fund Type - OTHER) R408 Mod 32 Option Year 2 Incremental Funding (Fund Type - OTHER)

15 13 of 138 Item PSC Supplies/Services Qty Unit Est. Cost R408 Mod 32 Option Year 2 Incremental Funding (Fund Type - OTHER) R408 Mod 33 Option Year 2 Incremental Funding (APN) R408 Mod 33 Option Year 2 Incremental Funding (O&MN,N) R408 Mod 34 Incremental Funding (Fund Type - TBD) R408 Mod 34 Incremental Funding (Fund Type - TBD) R408 Mod 35 Incremental Funding 10 USC 2410(a) authority is being invoked. (WCF) R408 Mod 35 Incremental Funding 10 USC 2410(a) authority is being invoked. (WCF) R408 Mod 35 Incremental Funding 10 USC 2410(a) authority is being invoked. (WCF) R408 Mod 35 Incremental Funding 10 USC 2410(a) authority is being invoked. (WCF) R408 Mod 36 Incremental Funding 10 USC 2410(a) authority is being invoked. (O&MN,N) R408 Mod 36 Incremental Funding (RDT&E) R408 Mod 36 Incremental Funding 10 USC 2410(a) authority is being invoked. (WCF) R408 Mod 36 Incremental Funding 10 USC 2410(a) authority is being invoked. (O&MN,N) R408 Mod 36 Incremental Funding 10 USC 2410(a) authority is being invoked. (O&MN,N) R408 Mod 36 Incremental Funding 10 USC 2410(a) authority is being invoked. (RDT&E) R408 Mod 39 Incremental Funding (O&MN,N) R408 Mod 40 Incremental Funding $400,000 PR# ODC in support of CLIN (OPN) 9200 R408 Option 3, ODCs for CLIN 9200 (Fund Type - TBD) 1.0 LO $4,729, R408 Mod 42 Incremental Funding $300, PR# ODC in support of CLIN (OPN) R408 Mod 42 Incremental Funding $5, PR# ODC in support of CLIN (RDT&E) 92 R408 Mod 43 Incremental Funding $35, PR# ODC in support of CLIN (RDT&E) R408 Mod 43 Incremental Funding $10, PR# ODC in support of CLIN (O&MN,N) R408 Mod 43 Incremental Funding $211, PR# ODC in support of CLIN (WCF) R408 Mod 44 Incremental Funding $15, PR# ODC in support of CLIN (RDT&E)

16 14 of 138 Item PSC Supplies/Services Qty Unit Est. Cost R408 Mod 44 Incremental Funding $10, PR# ODC in support of CLIN De-obligated on Mod 46 (O&MN,R) R408 Mod 44 Incremental Funding $50, PR# ODC in support of CLIN (O&MN,R) R408 Mod 44 Incremental Funding $800, PR# ODC in support of CLIN (OPN) R408 Mod 45 Incremental Funding $26, PR# ODC in support of CLIN USC 2410 (a) authority is being invoked. (O&MN,N) R408 Mod 46 Incremental Funding $5, PR# (RDT&E) R408 Mod 46 Incremental Funding $11, PR# (O&MN,N) R408 Mod 47 Incremental Funding $2, PR# (OPN) R408 Mod 47 Incremental Funding $3, PR# (RDT&E) R408 Mod 47 Incremental Funding $4, PR# (RDT&E) R408 Mod 47 Incremental Funding $3, PR# USC 2410 (a) authority is being invoked. (O&MN,R) R408 Mod 48 Incremental Funding $10, PR# USC 2410 (a) authority is being invoked. (O&MN,N) R408 Mod 49 Incremental Funding $ PR# (Fund Type - OTHER) R408 Mod 50 Incremental Funding $4, PR# (Fund Type - OTHER) R408 Mod 51 Incremental Funding $300, PR# (OPN) R408 Mod Incremental Funding $3, PR# USC 2410 (a) authority is being invoked. (O&MN,R) NOTE 1: Labor Hours (LH) At the time of award the number of labor hours listed above (0.0 LH) in the Base and Option Periods will be changed to coincide with the Level of Effort provided in Section H, SEA Level of Effort clause and the number of hours reflected in the cost proposal of the successful offeror. NOTE 2: Option clause in Section I applies to the option CLINs. NOTE 3:ODCs Unburdened travel and materal costs are specified in Section L. Materials will be limited to those approved at time of award. B.1 USE WHOLE DOLLARS ONLY All proposals shall be rounded to the nearest dollar.

17 15 of 138 B.2 TYPE OF ORDER This is a term (Level of Effort) order. Items in the 4xxx and 7xxx series are cost plus fixed fee type. Items in the 6xxx and 9xxx series are cost only, excluding fee. B.3 ADDITIONAL CLINS Additional CLINs/SLINs may be unilaterally created by the Contracting Officer during the performance of this Task Order to accommodate the multiple types of funds that may be used under this Order. These modifications will not change the overall level of effort, estimated cost or fee of the Task Order. B.4 CONTRACT SUMMARY FOR PAYMENT OFFICE (COST TYPE) (NAVSEA) (FEB 1997) This entire task order is cost reimbursable. The Labor CLINs are Cost Plus Incentive Fee (CPIF) and ODC CLINs are Cost Only. Note: Upon award, the successful Offeror's proposed Maximum Incentive Fee percentage, if less than the solicitation stated thresholds, will be incorporated in the below clause and in Far clause INCENTIVE FEE in Section I. Offeror shall fill in the below table wherever "STD" is indicated. The first incentive fee calculation will be at the end of the second year of the task order. If Option Year 1 is not exercised, the incentive fee will be caluculated at the end of the Base Year period of performance. The min fee shall be no greater than three percent (3%). Target fee shall be no greater than seven percent (7%). Max fee shall be no greater than nine percent (9%). Contractors may propose lower fee rates as a Savings Initiative, as specified in Section L.6.0. (1) The final target cost, target fee amounts shall be based upon the actual level of effort the contractor provides as defined in the following paragraph. Labor Costs Labor Hours Target Cost Target Fee (7%) ,688 $3,817,020 $240,498 Rate/Hr BLANK $104.04/Hr $6.55/Hr (FEE PER HR) ,823 $6,616,484 $429,586 Rate/Hr BLANK $102.07/Hr $6.63/Hr (FEE PER HR) ,036 $9,714,819 $637,905 Rate/Hr BLANK $104.42/Hr $6.86/Hr (FEE PER HR) ,293 $8,503, ,877 $6.46/Hr Rate/Hr BLANK $103.33/Hr (FEE PER HR)

18 16 of 138 (i) The final CPIF target cost for CLIN 4000, (and if to the extent Options are exercised) Option CLIN(s) 7000 and 7100, shall be determined by multiplying the allowable hours worked, including subcontractor hours, under the CLIN by the rate/hour in the target cost column including cost of money, in the preceding table. (ii) The final CPIF target fee for CLIN 4000 (if and to the extent Options are exercised) Option CLIN(s) 7000 and 7100 shall be determined by multiplying the allowable hours worked, including subcontractor hours, under the CLIN by the rate/hr in the target fee column of the preceding table. (iii) The share ratio for the CPIF portion of the fee structure is 70/30 (70% Government and 30% Contractor) for both underruns and overruns. The fee earned under the CPIF portion of the fee structure will be based on the total allowable cost incurred by the contractor in comparison to the final target cost for each of the aforementioned labor CLINs. See the Incentive Fee clause (FAR ) in Section I of this Task Order for further information on how the target cost and target fee are determined and the fee earned is calculated. B.5 HQ B PAYMENTS OF FEE(S) (LEVEL OF EFFORT ALTERNATE 1) (NAVSEA) (MAY 2010) (a) For purposes of this task order, "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.216-8) 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.216-7), subject to the withholding terms and conditions of the "FIXED FEE" or "INCENTIVE FEE" clause, as applicable, and shall be paid fee 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. 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-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.216-8) 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.216-7), subject to the withholding terms and conditions of the "FIXED FEE" or "INCENTIVE FEE" clause, as applicable, and shall be paid fee 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.

19 17 of 138 HQ B TRAVEL COSTS - ALTERNATE I (NAVSEA) (DEC 2005) (a) Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actual travel costs in accordance with FAR The costs to be reimbursed shall be those costs accepted by the cognizant DCAA. (b) Reimbursable travel costs include only that travel performed from the Contractor's facility to the worksite, in and around the worksite, and from the worksite to the Contractor's facility. (c) Relocation costs and travel costs incident to relocation are allowable to the extent provided in FAR ; however, Contracting Officer approval shall be required prior to incurring relocation expenses and travel costs incident to relocation. (d) The Contractor shall not be reimbursed for the following daily local travel costs: (i) travel at U.S. Military Installations where Government transportation is available, (ii) travel performed for personal convenience/errands, including commuting to and from work, and (iii) travel costs incurred in the replacement of personnel when such replacement is accomplished for the Contractor's or employee's convenience.

20 18 of 138 SECTION C DESCRIPTIONS AND SPECIFICATIONS C.1 Introduction C.1.1 This is a performance based acquisition and is focused on the results to be achieved more than the manner by which the work is to be performed. The quality and effectiveness of the services performed hereunder will be evaluated in accordance with the performance standards and acceptable quality and the evaluation methods described in Section E, Inspection and Acceptance, Quality Assurance Surveillance Plan (QASP). C.1.1 Objectives This task order requires provision of scientific and engineering technical assistance (SETA) support, limited prototyping, requirements analysis and validation, and other programmatic, technical, and operational support to Naval Surface Warfare Center, Dahlgren Division (NSWCDD). The objective of this task order is to obtain expert technical support in the areas of joint force protection services, management and professional support services; studies; analyses, and evaluations; and engineering and technical services in support of the Integrated Base Defense (IBD) program, and in support of DoD projects that participate, interoperate, or otherwise are likely to be effected or become stakeholders in the IBD program. These services shall be provided in support of existing, near term, and out year projects, programs, technology developments, technology insertions, prototyping and technology demonstrations, and related acquisition efforts. C.1.2 Background A Joint Integrated Base Defense System (JIBDS) is urgently needed to improve Joint, Combined and Coalition operations. Current homeland and theater IBD operations are affected by partially integrated systems which do not allow for timely threat assessment and decision making for effective base defense. This creates significant degradation to the base defense mission. A JIBDS is needed to integrate existing base defense systems, to provide system interoperability, and to improve base defense operations; this includes US bases and Coalition bases that support US forces. Improvements are needed to automate display of threat data and correlate information via a common graphic user interface (GUI); improve control of surveillance and warning systems; improve threat information assessment, storage, and retrieval; and improve dissemination of threat information to appropriate Quick Reaction Forces (QRFs), Tactical and Base Operations Centers, nearby bases, and regional operations centers. Additional improvements are needed to reduce troop-to-task ratio and overall base defense training. JIBDS needs to be net-centric and operate within current base environment and needs to have a Modular Open System Architecture and common standards or protocol that will allow for scalable and expandable options. C.1.3 Organizational Approach The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) has been assigned the following engineering agent roles for the IBD Program: PD-IBD Product Director Integrated Base Defense AEA Acquisition Engineering Agent TDA Technical Design Agent

21 19 of 138 DA Design Agent SSA Software Support Activity SEIA System Engineering Integration Agent ISEA In-Service Engineering Agent C.2.0 Open Systems Approach and Goals C.2.1 The Government intends to procure system(s) having an Open System Architecture and corresponding components. As part of this contract, the Contractor will be required to define, document, and follow an open systems approach for using modular design, standards-based interfaces, and widelysupported consensus-based standards. The Contractor shall develop, maintain, and use an open system management approach. In addition, the Contractor shall provide the Government (and/or Government support Contractors) electronic access to its integrated development environment throughout the term of the contract. This section discusses Open Systems Architecture and applies to the various groups described below in this statement of work; however it is being called out separately as these statements are taken directly from the Navy Open Architecture contract guidebook. Offerer s who will require Government or others to sign NDAs should submit complete copies of any/all requested NDaS. C.2.2 In satisfying the Government s requirements, the following system architecture approach characteristics shall be utilized: Open Architecture The Contractor shall develop and maintain an architecture that incorporates appropriate considerations for reconfigurability, portability, maintainability, technology insertion, vendor independence, reusability, scalability, interoperability, upgradeability, and long-term supportability as required by the 23 DEC 2005 Office of the Chief of Naval Operations (OPNAV N6/7) requirements letter (CDRL A005). Modular, Open Design The Contractor shall develop an architecture that is layered and modular and uses COTS/NDI hardware, operating systems, and middleware that utilize non-proprietary or non-vendor-unique, key Application Programming Interfaces (APIs). The Contractor s design approach shall be applied to all subsystems and components (CDRL A007). System Requirements Accountability The Contractor will be required to ensure that all system requirements (including those contained in the Initial Capabilities Document, Capabilities Development Document, Capabilities Production Document, and others in listed in this contract) are accounted for through a demonstrated ability to trace each requirement to one or more modules that consist of components that are self-contained elements with well-defined, open, and published interfaces implemented using open standards (CDRL A006, CDRL A007, CDRL A011). Inter-component Dependencies The Contractor s design approach shall result in a layered system design, maximizing software independence from the hardware, thereby facilitating technology refresh. The design shall be optimized at the lowest component level to minimize intercomponent dependencies (CDRL A007). Modular Open Systems Approach (MOSA) The Contractor shall describe its rationale for the modularization choices made to generate the design. MOSA Objectives The Contactor shall specify how it plans to use MOSA to enable the system to adapt to evolving requirements and threats (CDRL A005). Design Information Documentation The Contractor shall document and model the system or component (e.g., software, hardware, middleware) design information using industry standard

22 20 of 138 formats, [e.g., Unified Modeling Language (UML)], and how it will use tools that are capable of exporting model information in a standard format [e.g., Extensible Markup Language Metadata Interchange (XMI) and AP233/ISO 10303]. The Contractor shall identify the proposed standards and formats to be used. The Contractor shall maintain the design information, including any models used, so that it is current with the as-built system (CDRL A005). Technology Insertion The Contractor s architectural approach shall support the rapid and affordable insertion and refreshment of technology through modular design, the use of open standards and open interfaces (CDRL A007). Life-Cycle Sustainability The Contractor shall consider use of COTS/NDI and open standards to enhance the system s life-cycle supportability by implementing performance-based logistics (PBL) arrangements to sustain the components through their life cycle (CDRL A020). C.2.3 Interface Design and Management The Contractor shall (CDRL A007): Clearly define and describe all component and system interfaces. Define and document all subsystem and configuration item (CI) level interfaces to provide full functional, logical, and physical specifications. Identify interfaces including, but not limited to, mechanical, electrical (power and signal wiring), software, firmware, and hardware. Support an overall information assurance strategy that implements Information Assurance (IA) Processes in accordance with DoD Instruction (dated February 6, 2003). C.2.4 Reuse of Pre-existing or Common Items The Contractor shall re-use preexisting (GFE/GFP "as is") or common items unless a determination is made by the Government to not re-use. Proposed exceptions to re-use of pre-existing items must be accompanied by justification, such as cost (both of adoption and life cycle support), schedule, functional and non-functional performance, etc. Proposed exceptions to re-use must be expressly approved by the Government before any are implemented. The general objective of these efforts shall be the development of common system and/or common elements or components which meet the performance requirements of the various DoD platform missions, where commonality offers the greatest technical and cost benefits. C Pre-existing or Common Items Inventory - Over the course of this effort it is anticipated the contractor will accumulate an inventory of pre-existing or common items (Pool). The contractor is required to maintain a record of this inventory that will assist in research of items needed for this efforts technical activities. C.2.5 Life Cycle Management and Open Systems The Contractor's architecture shall provide for insertion of COTS into the system and demonstrate that COTS, reusable NDI, and other components are logistically supported throughout the life cycle. The Contractor shall describe and demonstrate the strategy for reducing product or system and associated supportability costs through insertion of COTS and other reusable COTS or NDI products. The Contractor shall establish a process to logistically support COTS or NDI products. The Contractor shall describe the availability of commercial repair parts and repair services, facilities, and manpower required for life cycle support, and demonstrates they are adequate to ensure long-term support for COTS or NDI products. The Contractor shall provide the proposed methodology for pass-through of COTS warranties to the Government (CDRL A007).

23 21 of 138 C.2.6 Use of Standards In designing the system(s), the Contractor shall use the following standards in descending order of importance: Standards as specified within the contract Commercial standards Standards developed by international or national industry standards bodies that have been widely adopted by industry. Examples of widely adopted standards are: SQL for databases (e.g. SQL for databases ANSI ISO/IEC , ISO/IEC , ISO/IEC , ISO/IEC , ISO/IEC ) HTML for presentation layer (e.g. XML XML for data transfer Web Services for remote system calls Standards adopted by industry consensus-based standard bodies and widely adopted in the marketplace De facto standards (those widely adopted and supported in the market place) Note: Standards that are not specified within this contract or that are modified by adding must be submitted to and approved by the Government Program Manager prior to use. C.3 Program Management C.3.1 The Contractor shall provide an Integrated Master Schedule (IMS) (CDRL A001). C.3.2 The Contractor shall analyze and evaluate IBD and related efforts, near and long term plans pertaining to modernization, force structure composition and disposition, doctrine, policy, and programming activities. The Contractor shall analyze and evaluate issues and develop recommendations to resolve substantive problems and/or issues of effectiveness and efficiency of work plans and operations within the IBD Program and related efforts (CDRL A029). C.3.3 Reserved. C.3.4 The Contractor shall analyze Program Objective Memoranda (POM) submissions and provide recommendations. C.3.5 The Contractor shall provide a risk management plan (CDRL A002). C.3.6 The Contractor shall support with preparation, monitoring, and updating project plans and procedures. The Contractor shall evaluate program products and other materials and provide recommendations for expeditiously attaining project goals and objectives. The Contractor shall document the evaluation efforts in briefings and short technical position papers as required by the PD-IBD (CDRL A029). C.3.7 The Contractor shall conduct the following technical studies and reports (CDRL A003): Collect data on current Anti-Terrorism(AT) and Force Protection (FP) capabilities, identify AT or FP gaps against identified threat vectors, and summarize findings into a list of potential technology solution sets. Conduct studies focused on asymmetric defense and threats including terrorists and Special Operation Force (SOF) against ground, surface, subsurface, or air vessels. Analyze emergent problems, updates, and enhancements to determine the impact on the program

24 22 of 138 and requirements, including new and emergent technologies. Conduct advanced engineering analysis of selected topics to help evaluate alternative or stateof-the-art leading edge technologies, and provide rationale and long-range planning for anticipated development efforts. Provide inputs into Department of Defense-wide classification guidelines based upon existing classification guidelines. C.3.8 The Contractor shall develop documentation, drafts, and graphics in preparation and delivery of programmatic documentation, charts, viewgraphs, and other administrative support data (CDRL A004). C.3.9 The Contractor shall provide Technical Writing and Technical Editing support to all tasks. C.3.10 The Contractor shall coordinate and facilitate technical working groups, technical interchange meetings, and other meetings or conferences. C.3.11 The Contractor shall meet periodically throughout the project to exchange information among team members and Government task leaders and to gather information from other various subject matter experts. C.3.12 The Contractor shall research and/or participate in LEAN/Six Sigma Value Stream Analysis and/or Rapid Improvement Events. C.3.13 The Contractor shall participate in Preliminary Design Reviews (PDRs), Critical Design Reviews (CDRs), and Production Readiness Reviews (PRRs) and shall support the creation of technical briefs for these and other technical meetings (CDRL A004). C3.14 The Contractor shall research and draft the development of over-arching Program and Project Level Documentation including: The Life Cycle Sustainment Plan (CDRL A020) The Product Life Cycle Cost Estimate (A031) The Availability, Maintainability, and Cost Rationale Report (RAM-C) (CDRL A020). The Product Support Plan (CDRL A031). The Technology Development Strategy. The Information Assurance Plan. The Program Protection Implementation Plan (CDRL A032). The Programmatic Environment, Safety and Occupational Health Evaluation (PESHE) (CDRL A033). C.4. Systems Engineering and Integration C.4.1 The Contractor shall develop a Systems Engineering Plan (CDRL A005). The plan shall support requirements identification through design verification to ensure user requirements, plan and execute engineering strategies in accordance with approved project acquisition strategies and plans, report contract execution status, provide support to all program acquisition and management review activities,

25 23 of 138 establish and maintain requirements specifications, capabilities documents, requirements baselines (i.e. functional, allocated, and product baselines), and the interface control documents to facilitate development and verification C.4.2 The Contractor shall provide research and review in the development of the System/Subsystem specification document. This document will assess the compliance, completeness, and consistency of component and interface requirements with current and evolving system requirements, information architecture, and system design. The Contractor shall assess the accuracy of correlation of operational requirements to systems functions and assess allocation of desired system functions to Hardware/Software (HW/SW) systems (CDRL A006). C.4.3 The Contractor shall provide research and review support to the program manager with requirements analysis to ensure that appropriate system and component solutions are developed. The Contractor shall facilitate efforts to baseline, revise, and maintain requirements documents. C.4.4 The Contractor shall develop the Systems/Subsystems Design Description which includes the design and development of applicable hardware and software for supported efforts and shall be prepared to produce technical documentation and support materials. (CDRL A007). Specific items that fall into this task area include the design, development, integration, prototyping, modifications to existing systems, form-fit-function replacements, engineering/interactive simulations and environments for supported efforts. Additionally, this area consists of applying the engineering and scientific disciplines to perform technical analysis of, technically support development of, or selection of hardware and firmware, or modifications to existing hardware and firmware for systems, test facilities, or training facilities C.5 Hardware The Contractor shall research and review the design and development of hardware efforts, including logistics, training, and simulation systems covered in the CDRLs. C.5.1 The Contractor shall produce Technical Data Packages and support materials to be used in preparing specifications for selected capabilities (CDRL A008). These requirements can include the following efforts: Technical data packages documenting hardware developed in an industry standard drawing package format Evaluate modifications and upgrades as a result of maintenance efforts, technology refresh, redesign/reengineering, and obsolescence management. Provide recommendations for the selection and integration of hardware components into formal system configurations. Provide recommendations for the procurement of systems and subsystem components in support of functional and allocated design requirements. TDP s shall be prepared and delivered to the Government such that the Government shall have no less rights than Government Purpose Rights (as defined in DFARS (a)(12) and (a)(11) therein.

26 24 of 138 C.6 Software Development C.6.1 The Contractor shall research and provide planning for software engineering efforts and programming support to technically support software implementation in systems, sub-systems, and components utilizing computers, electronics, and software according to the Software Development Plan. Generally, the software development processes used for software development under this contract shall be assessed at software engineering institute (SEI) capability maturity model (CMM) level 3 or equivalent. Furthermore, software development shall be in accordance with Open Architecture principles as directed by the Government (CDRL A028). C.6.2 The Contractor shall provide a Software Development Plan for the development of software components for tactical and non-tactical applications. (CDRL A009) C.6.3 The Contractor shall develop software transition plans for systems conversions to different operating environments (CDRL A010). C.6.4 The Contractor shall support the following Software Technical Studies and reports in accordance with (CDRL A003): Evaluate modifications and upgrades as a result of maintenance efforts, technology refresh, redesign/reengineering, and obsolescence management. Provide recommendations for the procurement of systems and subsystem components in support of functional and allocated design requirements. Provide evaluations of computer programs and submit recommendations for the procurement of software application packages based on system requirements. C.6.5 The Contractor shall research and provide recommendations for the software development for source code visualization, Unified Modeling Language (UML) model development, for interactive graphical visualizations of system engineering repository data, including packaging and deployment of standalone visual display products. These products include intuitive navigation, node dependency analysis, fault tree diagrams, interactive dashboards, interactive calculators and interactive tabulators of system architecture data. C.6.6 The Contractor shall provide the following documents: Software Requirements Specifications (SRS) (CDRL A011). Interface Requirements Specification (IRS) (CDRL A012). Software Design Document (SDD) (CDRL A013). Software Test Plan (SWTP) (CDRL A014). Interface Design Description (IDDs) (CDRL A015). Software Configuration Management/Quality Assurance (CM/QA) Plan (CDRL A016). Software Version Description (SVD) (CDRL A017). C.7 Safety

27 25 of 138 C.7.1 The Contractor shall provide a System Safety Program Plan (SSPP) (CDRL A018). C.7.2 The Contractor shall support Systems Safety Technical Review Panel (SSSTRP) and Weapon System Explosives Safely Review Board (WSESRB) meetings. C.8 Test and Evaluation (T&E) C.8.1 The Contractor shall research and support the coordination, planning, and execution of evaluation activities to include assistance in performing assessment and integration testing, site acceptance testing, and other evaluation activities. The Contractor shall assist in the coordination of testing and demonstration plans, schedules, and related documentation. C.8.2 The Contractor shall develop test and evaluation documentation, which shall include testing plans, laboratory testing documents, new technology evaluation documents, and usability engineering documents (CDRL A019, A030, A035). C.9 Integrated Logistics Support (ILS) C.9.1 The Contractor shall research and support the coordination, planning, and execution of logistics and fielding activities. The Contractor shall prepare, update, coordinate and/or provide input to supportability strategies, Materiel Fielding Plans, and other documentation associated with Materiel Release planning. The Contractor shall assist in the development, coordination, and maintenance of ILS and Fielding plans, schedules, and related documentation. C.9.2 The Contractor shall provide the Integrated Logistics Support Plan (ILSP) (CDRL A020). C.9.3 The Contractor shall provide a Training Requirements and Analysis Report (CDRL A021). C.9.4 The Contractor shall research, provide recommendations, and assist in the development and delivering of instructional systems, methodologies, and technologies in accordance with DoD guidelines for training systems. Tasks will include up-front analyses, development of instructional materials, development of computer based training, and multimedia development (including training systems, digital motion video, audio, animation, speech recognition, and the automation instructional design and development systems). C.9.5 The Contractor shall participate with various Government, civilian and military personnel in the development and drafting of Tactics, Techniques and Procedures (TTPs) and course curriculum for deployment of selected technologies and field deployable systems. C.9.6 The Contractor shall interact with field activities and service representatives to provide the engineering and analytical disciplines required to train the end user and technical support community. C.9.7 The Contractor shall provide the training materials (CDRL A022), instructors, instruction and training, including field exercises or simulator training, necessary to ensure the attainment and retention of knowledge, skills, and attitudes regarding the platforms, systems, and war fighting capabilities inherent in the fielded capability for both hardware and software. The Contractor shall be required to develop specialized instruction and courses geared to operational, maintenance, and repair of the devices and associated systems for support personnel. C.9.8 The Contractor shall provide a Training Plan Process and Methodology (TRPPM) Report (CDRL A023).

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 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

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 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 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

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

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) 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) 16-Jun-2017 1300630850 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

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 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 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 05-Mar-2018 1300699929 N/A 6. ISSUED

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

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

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

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 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) 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) 15-Nov-2016 1300604083 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 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) 12-Aug-2015 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) 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 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

THE JOINT STAFF Fiscal Year (FY) 2008/2009 Budget Estimates Research, Development, Test and Evaluation (RDT&E), Defense-Wide

THE JOINT STAFF Fiscal Year (FY) 2008/2009 Budget Estimates Research, Development, Test and Evaluation (RDT&E), Defense-Wide Exhibit R-2, RDT&E Budget Item Justification February 2007 R-1 Line Item Nomenclature: 228 0902298J Management HQ ($ IN Millions) FY 2006 FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 FY 2013 Total PE

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

Department of Defense DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE NUMBER 3405.1 April 2, 1987 ASD(C) SUBJECT: Computer Programming Language Policy References: (a) DoD Instruction 5000.31, "Interim List of DoD Approved Higher Order Programming

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 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

SUBPART ORGANIZATIONAL AND CONSULTANT CONFLICTS OF INTEREST (Revised December 29, 2010)

SUBPART ORGANIZATIONAL AND CONSULTANT CONFLICTS OF INTEREST (Revised December 29, 2010) SUBPART 209.5 ORGANIZATIONAL AND CONSULTANT CONFLICTS OF INTEREST (Revised December 29, 2010) 209.570 Limitations on contractors acting as lead system integrators. 209.570-1 Definitions. Lead system integrator,

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

More information

Sustaining Software-Intensive Systems - A Conundrum

Sustaining Software-Intensive Systems - A Conundrum Pittsburgh, PA 15213-3890 Sustaining Software-Intensive Systems - A Conundrum Mary Ann Lapham Sponsored by the U.S. Department of Defense 2006 by Carnegie Mellon University Version 2 GSAW 2006 - page 1

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

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 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 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

A udit R eport. Office of the Inspector General Department of Defense. Report No. D October 31, 2001

A udit R eport. Office of the Inspector General Department of Defense. Report No. D October 31, 2001 A udit R eport ACQUISITION OF THE FIREFINDER (AN/TPQ-47) RADAR Report No. D-2002-012 October 31, 2001 Office of the Inspector General Department of Defense Report Documentation Page Report Date 31Oct2001

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 4: Advanced Component Development & Prototypes (ACD&P) COST ($ in Millions)

More information

First Announcement/Call For Papers

First Announcement/Call For Papers AIAA Strategic and Tactical Missile Systems Conference AIAA Missile Sciences Conference Abstract Deadline 30 June 2011 SECRET/U.S. ONLY 24 26 January 2012 Naval Postgraduate School Monterey, California

More information

UNCLASSIFIED R-1 ITEM NOMENCLATURE FY 2013 OCO

UNCLASSIFIED R-1 ITEM NOMENCLATURE FY 2013 OCO 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 1.613 1.418 1.56-1.56

More information

The Shifting Sands of Government IP. John McCarthy Karen Hermann Jon Baker

The Shifting Sands of Government IP. John McCarthy Karen Hermann Jon Baker The Shifting Sands of Government IP John McCarthy Karen Hermann Jon Baker Overview What is MOSA, and why do I care? Proposed changes to the Bayh- Dole regulations Government intellectual property considerations

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 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

UNCLASSIFIED R-1 ITEM NOMENCLATURE FY 2013 OCO

UNCLASSIFIED R-1 ITEM NOMENCLATURE FY 2013 OCO Exhibit R-2, RDT&E Budget Item Justification: PB 213 Army DATE: February 212 COST ($ in Millions) FY 211 FY 212 FY 214 FY 215 FY 216 FY 217 To Complete Program Element 125.44 31.649 4.876-4.876 25.655

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

CHAIRMAN OF THE JOINT CHIEFS OF STAFF INSTRUCTION

CHAIRMAN OF THE JOINT CHIEFS OF STAFF INSTRUCTION CHAIRMAN OF THE JOINT CHIEFS OF STAFF INSTRUCTION J-8 CJCSI 8510.01C DISTRIBUTION: A, B, C, S MANAGEMENT OF MODELING AND SIMULATION References: See Enclosure C. 1. Purpose. This instruction: a. Implements

More information

NATIONAL DEFENSE AUTHORIZATION ACT FOR FISCAL YEAR 2017 CONFERENCE REPORT S. 2943

NATIONAL DEFENSE AUTHORIZATION ACT FOR FISCAL YEAR 2017 CONFERENCE REPORT S. 2943 1 Pertinent Sections of the NDAA for FY 2017 114TH CONGRESS 2d Session " HOUSE OF REPRESENTATIVES! REPORT 114 840 NATIONAL DEFENSE AUTHORIZATION ACT FOR FISCAL YEAR 2017 CONFERENCE REPORT TO ACCOMPANY

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) 30-Sep-2016 See Section G N/A 6. ISSUED

More information

RDT&E BUDGET ITEM JUSTIFICATION SHEET (R-2 Exhibit)

RDT&E BUDGET ITEM JUSTIFICATION SHEET (R-2 Exhibit) PE NUMBER: 0604256F PE TITLE: Threat Simulator Development RDT&E BUDGET ITEM JUSTIFICATION SHEET (R-2 Exhibit) COST ($ In Thousands) FY 1998 Actual FY 1999 FY 2000 FY 2001 FY 2002 FY 2003 FY 2004 FY 2005

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

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE F: Requirements Analysis and Maturation. FY 2011 Total Estimate. FY 2011 OCO Estimate

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE F: Requirements Analysis and Maturation. FY 2011 Total Estimate. FY 2011 OCO Estimate Exhibit R-2, RDT&E Budget Item Justification: PB 2011 Air Force DATE: February 2010 COST ($ in Millions) FY 2009 Actual FY 2010 FY 2012 FY 2013 FY 2014 FY 2015 To Complete Program Element 0.000 35.533

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

N/JT CNTR RADIO CONTROLLED IED ELEC WAR (JCREW)

N/JT CNTR RADIO CONTROLLED IED ELEC WAR (JCREW) EXHIBIT R-2, RDT&E BUDGET ITEM JUSTIFICATION APPROPRIATION/BUDGET ACTIVITY R-1 ITEM NOMENCLATURE 0604653N/JT CNTR RADIO CONTROLLED IED ELEC WAR (JCREW) COST (In Millions) Total PE Cost 3177 / Joint Counter

More information

General Procurement Requirements

General Procurement Requirements Effective Date: July 1, 2018 Applicability: Grant Purchasing and Procurement Policy Related Policies: Moravian College Purchasing Policy and Business Travel Policy Policy: This policy provides guidelines

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

2016 Major Automated Information System Annual Report

2016 Major Automated Information System Annual Report 2016 Major Automated Information System Annual Report Integrated Personnel and Pay System-Army Increment 2 (IPPS-A Inc 2) Defense Acquisition Management Information Retrieval (DAMIR) UNCLASSIFIED Table

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

UNCLASSIFIED R-1 ITEM NOMENCLATURE

UNCLASSIFIED R-1 ITEM NOMENCLATURE Exhibit R-2, RDT&E Budget Item Justification: PB 2013 Navy DATE: February 2012 COST ($ in Millions) FY 2011 FY 2012 FY 2014 FY 2015 FY 2016 FY 2017 To Program Element 68.421 62.044 71.300-71.300 27.600

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 4140.67 April 26, 2013 Incorporating Change 1, October 25, 2017 USD(AT&L) SUBJECT: DoD Counterfeit Prevention Policy References: See Enclosure 1 1. PURPOSE. In

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 Army : February 2015 2040: Research,, Test & Evaluation, Army / BA 5: System & Demonstration (SDD) COST ($ in Millions) Years FY 2014 FY 2015 FY 2017

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

Department of Defense INSTRUCTION. SUBJECT: Implementation of Data Collection, Development, and Management for Strategic Analyses

Department of Defense INSTRUCTION. SUBJECT: Implementation of Data Collection, Development, and Management for Strategic Analyses Department of Defense INSTRUCTION NUMBER 8260.2 January 21, 2003 SUBJECT: Implementation of Data Collection, Development, and Management for Strategic Analyses PA&E References: (a) DoD Directive 8260.1,

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 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

EXHIBIT R-2, RDT&E Budget Item Justification RESEARCH DEVELOPMENT TEST & EVALUATION, NAVY / BA4

EXHIBIT R-2, RDT&E Budget Item Justification RESEARCH DEVELOPMENT TEST & EVALUATION, NAVY / BA4 EXHIBIT R-2, RDT&E Budget Item Justification APPROPRIATION/BUDGET ACTIVITY RESEARCH DEVELOPMENT TEST & EVALUATION, NAVY / BA4 R-1 ITEM NOMENCLATURE 0603237N Deployable Joint Command & Control (DJC2) COST

More information

UNCLASSIFIED R-1 ITEM NOMENCLATURE FY 2013 OCO

UNCLASSIFIED R-1 ITEM NOMENCLATURE FY 2013 OCO Exhibit R-2, RDT&E Budget Item Justification: PB 213 Army DATE: February 212 24: Research, Development, Test & Evaluation, Army COST ($ in Millions) FY 211 FY 212 Total FY 214 FY 215 FY 216 FY 217 Army

More information

C4I System Solutions.

C4I System Solutions. www.aselsan.com.tr C4I SYSTEM SOLUTIONS Information dominance is the key enabler for the commanders for making accurate and faster decisions. C4I systems support the commander in situational awareness,

More information

SECTION C DESCRIPTIONS AND SPECIFICATIONS

SECTION C DESCRIPTIONS AND SPECIFICATIONS 4 of 89 SECTION C DESCRIPTIONS AND SPECIFICATIONS Clauses specified in Section C of the basic SeaPort-e contract are hereby fully and expressly incorporated into this task order. Item 4001 and Option Items

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

Subj: MISSION, FUNCTIONS, AND TASKS OF NAVAL SPECIAL WARFARE COMMAND

Subj: MISSION, FUNCTIONS, AND TASKS OF NAVAL SPECIAL WARFARE COMMAND DEPARTMENT OF THE NAVY OFFICE OF THE CHIEF OF NAVAL OPERATIONS 2000 NAVY PENTAGON WASHINGTON DC 20350-2000 OPNAVINST 5450.221E N3/N5 OPNAV INSTRUCTION 5450.221E From: Chief of Naval Operations Subj: MISSION,

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

Department of Defense DIRECTIVE. SUBJECT: Single Manager Responsibility for Military Explosive Ordnance Disposal Technology and Training (EODT&T)

Department of Defense DIRECTIVE. SUBJECT: Single Manager Responsibility for Military Explosive Ordnance Disposal Technology and Training (EODT&T) Department of Defense DIRECTIVE NUMBER 5160.62 June 3, 2011 Incorporating Change 1, May 15, 2017 SUBJECT: Single Manager Responsibility for Military Explosive Ordnance Disposal Technology and Training

More information

Administrative Regulation SANGER UNIFIED SCHOOL DISTRICT. Business and Noninstructional Operations FEDERAL GRANT FUNDS

Administrative Regulation SANGER UNIFIED SCHOOL DISTRICT. Business and Noninstructional Operations FEDERAL GRANT FUNDS Administrative Regulation SANGER UNIFIED SCHOOL DISTRICT AR 3230(a) Business and Noninstructional Operations FEDERAL GRANT FUNDS Allowable Costs Prior to obligating or spending any federal grant funds,

More information

DoDI ,Operation of the Defense Acquisition System Change 1 & 2

DoDI ,Operation of the Defense Acquisition System Change 1 & 2 DoDI 5000.02,Operation of the Defense Acquisition System Change 1 & 2 26 January & 2 February 2017 (Key Changes from DoDI 5000.02, 7 Jan 2015) Presented By: T.R. Randy Pilling Center Director Acquisition

More information

UNCLASSIFIED. FY 2011 Total Estimate

UNCLASSIFIED. FY 2011 Total Estimate Exhibit R-2, RDT&E Budget Item Justification: PB 2011 The Joint Staff DATE: February 2010 COST ($ in Millions) FY 2009 Actual FY 2010 for the Warrior (C4IFTW) FY 2012 FY 2013 FY 2014 FY 2015 Cost To Complete

More information

PROGRAM ELEMENT TITLE: Airborne Reconnaissance Advanced Development (ARAD)

PROGRAM ELEMENT TITLE: Airborne Reconnaissance Advanced Development (ARAD) EXHIBIT R-2, FY 2001 RDT&E,N BUDGET ITEM JUSTIFICATION SHEET BUDGET ACTIVITY: 7 PROGRAM ELEMENT: 0305206N PROGRAM ELEMENT TITLE: Airborne Reconnaissance Advanced Development (ARAD) (U) COST: (Dollars in

More information

DOD MANUAL ACCESSIBILITY OF INFORMATION AND COMMUNICATIONS TECHNOLOGY (ICT)

DOD MANUAL ACCESSIBILITY OF INFORMATION AND COMMUNICATIONS TECHNOLOGY (ICT) DOD MANUAL 8400.01 ACCESSIBILITY OF INFORMATION AND COMMUNICATIONS TECHNOLOGY (ICT) Originating Component: Office of the Chief Information Officer of the Department of Defense Effective: November 14, 2017

More information

DOD INSTRUCTION DEPOT SOURCE OF REPAIR (DSOR) DETERMINATION PROCESS

DOD INSTRUCTION DEPOT SOURCE OF REPAIR (DSOR) DETERMINATION PROCESS DOD INSTRUCTION 4151.24 DEPOT SOURCE OF REPAIR (DSOR) DETERMINATION PROCESS Originating Component: Office of the Under Secretary of Defense for Acquisition, Technology, and Logistics Effective: October

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

ARMY RDT&E BUDGET ITEM JUSTIFICATION (R-2 Exhibit)

ARMY RDT&E BUDGET ITEM JUSTIFICATION (R-2 Exhibit) ARMY RDT&E BUDGET ITEM JUSTIFICATION (R-2 Exhibit) COST (In Thousands) FY1999 Actual FY 2002 FY 2003 FY2004 FY2005 to Program Element (PE) 33993 38970 33420 37335 35713 23230 23441 Continuing Continuing

More information

Department of Defense DIRECTIVE. SUBJECT: Single Agency Manager (SAM) for Pentagon Information Technology Services

Department of Defense DIRECTIVE. SUBJECT: Single Agency Manager (SAM) for Pentagon Information Technology Services Department of Defense DIRECTIVE NUMBER 8220.1 March 1, 1995 Certified Current as of November 21, 2003 SUBJECT: Single Agency Manager (SAM) for Pentagon Information Technology Services ASD(C3I) References:

More information

Department of Defense DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE NUMBER 8100.1 September 19, 2002 Certified Current as of November 21, 2003 SUBJECT: Global Information Grid (GIG) Overarching Policy ASD(C3I) References: (a) Section 2223

More information

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE A: Biometrics Enabled Intelligence FY 2012 OCO

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE A: Biometrics Enabled Intelligence FY 2012 OCO Exhibit R-2, RDT&E Budget Item Justification: PB 2012 Army DATE: February 2011 COST ($ in Millions) FY 2010 FY 2011 FY 2013 FY 2014 FY 2015 FY 2016 To Program Element - 14.114 15.018-15.018 15.357 15.125

More information

Capabilities Presentation

Capabilities Presentation Capabilities Presentation Corporate Profile Established in 1977 Small Business (FAR subpart 19.001) Over 300 Professional Staff Members DUNS Number - 094744138 Cage Code - 1W582 Primary NAICS (541330,

More information

2016 Major Automated Information System Annual Report

2016 Major Automated Information System Annual Report 2016 Major Automated Information System Annual Report Global Combat Support System-Marine Corps Logistics Chain Management Increment 1 (GCSS-MC LCM Inc 1) Defense Acquisition Management Information Retrieval

More information

UNCLASSIFIED UNCLASSIFIED

UNCLASSIFIED UNCLASSIFIED Exhibit R-2, RDT&E Budget Item Justification : FEBRUARY 1999 : RDT&E,N/B. A. 5 R-1 ITEM NOMENCLATURE Program Element (PE) Name and No.: Navy Tactical Computer Resources 0604574N COST ($ in Millions) FY

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

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

UNCLASSIFIED. UNCLASSIFIED Air Force Page 1 of 8 R-1 Line #90

UNCLASSIFIED. UNCLASSIFIED Air Force Page 1 of 8 R-1 Line #90 Exhibit R-2, RDT&E Budget Item Justification: PB 2015 Air Force : March 2014 3600: Research, Development, Test & Evaluation, Air Force / BA 5: System Development & Demonstration (SDD) COST ($ in Millions)

More information

UNCLASSIFIED R-1 ITEM NOMENCLATURE FY 2013 OCO

UNCLASSIFIED R-1 ITEM NOMENCLATURE FY 2013 OCO Exhibit R-2, RDT&E Budget Item Justification: PB 2013 Navy DATE: February 2012 COST ($ in Millions) FY 2011 FY 2012 Base OCO Total FY 2014 FY 2015 FY 2016 FY 2017 Cost To Complete Total Cost Total Program

More information

2016 Major Automated Information System Annual Report

2016 Major Automated Information System Annual Report 2016 Major Automated Information System Annual Report Tactical Mission Command (TMC) Defense Acquisition Management Information Retrieval (DAMIR) UNCLASSIFIED Table of Contents Common Acronyms and Abbreviations

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

UNCLASSIFIED. UNCLASSIFIED Air Force Page 1 of 13 R-1 Line #68

UNCLASSIFIED. UNCLASSIFIED Air Force Page 1 of 13 R-1 Line #68 Exhibit R-2, RDT&E Budget Item Justification: PB 2017 Air Force : February 2016 3600: Research, Development, Test & Evaluation, Air Force / BA 5: System Development & Demonstration (SDD) COST ($ in Millions)

More information

DOD INSTRUCTION DEPOT MAINTENANCE CORE CAPABILITIES DETERMINATION PROCESS

DOD INSTRUCTION DEPOT MAINTENANCE CORE CAPABILITIES DETERMINATION PROCESS DOD INSTRUCTION 4151.20 DEPOT MAINTENANCE CORE CAPABILITIES DETERMINATION PROCESS Originating Component: Office of the Under Secretary of Defense for Acquisition and Sustainment Effective: May 4, 2018

More information

Department of Defense MANUAL

Department of Defense MANUAL Department of Defense MANUAL NUMBER 5000.69 July 30, 2014 Incorporating Change 1, November 14, 2017 USD(AT&L) SUBJECT: Joint Services Weapon Safety Review (JSWSR) Process References: See Enclosure 1 1.

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