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 DATE4. REQUISITION/PURCHASE REQ. NO.5. PROJECT NO. (If applicable) 25-Jun ULO1002N/A 6. ISSUED BY CODE N ADMINISTERED BY (If other than Item 6) CODE S2101A Naval Air Warfare Center Aircraft Division (PAX Annex 1) Exploration Drive, Suite 1 Lexington Park MD DCMA Baltimore 217 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 Technical Services, Inc Seneca Meadows Parkway Suite 0 Germantown MD B. DATED (SEE ITEM 11) CAGE CODE [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. - 10B. DATED (SEE ITEM 13) FACILITY CODE 01-May 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). [X] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR (a) [ ] D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Elizabeth Fielding, Contracts Manager 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED16B. UNITED STATES OF AMERICA16C. DATE SIGNED /s/elizabeth Fielding 24-Jun-2013 BY 25-Jun-2013 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN PREVIOUS EDITION UNUSABLE -105 STANDARD FORM (Rev ) Prescribed by GSA FAR (48 CFR)

2 2 of 2 GENERAL INFORMATION The purpose of this modification is to de-obligate funds from ACRN BN in the amount of $25.10, and ACRN BR in the amount of $226, All other terms and conditions remain unchanged. Accordingly, said Task Order is modified as follows:a conformed copy of this Task Order is attached to this modification for informational purposes only. 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 decreased from $11,156, by $226, to $10,929, CLIN/SLIN Type Of Fund From ($) By ($) To ($) 1006 WCF 3103 WCF 3202 WCF The total value of the order is hereby increased from $11,168, by $0.00 to $11,168,

3 1 of 44 SECTION B SUPPLIES OR SERVICES AND PRICES CLIN - SUPPLIES OR SERVICES For Cost Type Items: Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF BASE YEAR $1,422, Engineering, Analytical and Technical Services in accordance with Statement of Work and Contract Data in support of 1000 (NSP) Funding in Funding in Funding in Funding in Funding in Funding in Funding in Funding in OPTION YEAR 1: $1,773, Engineering, Analytical and Technical Services in

4 2 of 44 accordance with Statement of Work and Contract Data in support of 1000 (NSP) Funding in Funding in Funding in Funding in Funding in Funding in Funding in Funding in Funding in Funding in Funding in Funding in Funding in 1100

5 3 of OPTION YEAR 2: $1,985, Engineering, Analytical and Technical Services in accordance with Statement of Work and Contract Data in support of 1000 (NSP) Funding in support of CLIN Funding in support of CLIN Funding in support of CLIN Funding in support of CLIN Funding in support of CLIN Funding in support of CLIN Funding in support of CLIN OPTION YEAR 3: $2,540, Engineering, Analytical and Technical Services in accordance with Statement of Work and Contract Data in support of 10 (NSP) Incremental funding CLIN Incremental funding CLIN 10

6 4 of Incremental funding CLIN Incremental funding CLIN Incremental funding CLIN Incremental funding CLIN 10 For ODC Items: Item Supplies/Services Qty Unit Est. Cost Travel in support of Funding in Support of Funding in Funding in Funding in Material in Support of Funding in Funding in Funding in 02

7 5 of Travel in support of Funding in Funding in Funding in Material in support of Funding in Funding in Funding in Funding in Funding in Travel in support of Funding in support of CLIN Funding in support of Funding in support of Material in support of 1200

8 6 of Funding in support of CLIN Funding in support of Travel in support of Incremental funding CLIN Incremental funding CLIN Incremental funding CLIN Incremental funding CLIN Incremental funding CLIN Incremental funding CLIN Incremental funding realignment CLIN Incremental funding/ realignment from CLIN Material in support of Incremental funding CLIN Incremental funding CLIN 32

9 3203 Incremental funding Realignment CLIN 32 For Cost Type Items: Item Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF OPTION YEAR 4: $2,629, Engineering, Analytical and Technical Services in accordance with Statement of Work and Contract Data in support of 1000 (NSP) FUNDS OPTION 4 FOR LABOR FUNDS OPTION 4 FOR LABOR FUNDS OPTION 4 FOR LABOR FUNDS OPTION 4 FOR LABOR FUNDS OPTION 4 FOR LABOR FUNDS OPTION 4 FOR LABOR (O&MN,N) FUNDS OPTION 4 FOR LABOR (RDT&E) FUNDS OPTION 4 FOR LABOR (O&MN,N) FUND OPTION 4 FOR LABOR For ODC Items: Item Supplies/Services Qty Unit Est. Cost Travel in support

10 8 of 44 of FUNDS OPTION 4 TRAVEL FUNDS OPTION 4 TRAVEL FUNDS OPTION 4 TRAVEL FUNDS OPTION 4 TRAVEL (O&MN,N) FUNDS OPTION 4 TRAVEL (RDT&E) FUNDS OPTION 4 TRAVEL 6402 Material in support of 4400 (O&MN,N) FUNDS OPTION 4 MATERIAL/NMCI FUNDS OPTION 4 MATERIAL/NMCI FUNDS OPTION 4 MATERIAL/NMCI (O&MN,N) FUNDS OPTION 4 MATERIAL/NMCI (O&MN,N) Additional SLIN's may be created to accomodate different types of funds that shall be used to fund this effort. CLIN's 1000, 1100, 1200, 10 and 4400 are CPFF. CLINs 01, 02, 3101, 3102, 31, and 6402 are cost reimburseable. CLINs 1001, 1201, 11 and 4401 are not separately priced. The exercise of option, CLIN 4400 and the associated ODC CLINs 6401 and 6402 are contingent upon the award term option period at the basic level being exercised.

11 9 of 44 SECTION C DESCRIPTIONS AND SPECIFICATIONS Statement of Work For Navy Unmanned Aerial Vehicles Engineering Support 1.0 Background. Presently, the Navy Unmanned Aerial Vehicle Program Office UAV Program Office (PMA-263) continues the design and development of the Vertical Takeoff and Landing Tactical Unmanned Aerial Vehicle (VTUAV) RQ-8B System; the Tactical Control System (TCS), a common interoperable command and control element for unmanned vehicles; the sustainment of the Pioneer UAV System; development, demonstration and future fielding of a small ship-based UAV (Scan Eagle); the Marine Corps Vertical Takeoff and Landing Unmanned Aerial Vehicle (VUAV) System; the Global Hawk Maritime Demonstration (GHMD) System; the Broad Area Maritime Surveillance (BAMS) UAV System; and the Joint Unmanned Combat Aircraft System (JUCAS) to meet increasing Naval Intelligence, Surveillance and Reconnaissance (ISR) and warfighter requirements supporting both littoral combat and expeditionary warfare. 2.0 Scope. This Statement of Work (SOW) covers engineering, analytical and technical services and program management support for the Navy UAV Program Office (PMA-263) for a Base Year period of 1 April 2006 through 7 March 2007 with four (4) one year options for continued service as stated below: 1st Year Option 8 March 2007 through 7 March nd Year Option 8 March 2008 through 7 March rd Year Option 8 March 2009 through 7 March th Year Option 8 March 2010 through 7 March 2011 The contractor shall provide support for the following types of systems. This list is not all-inclusive instead these provide the basis for performance of this effort. Tactical UAVs to include but not limited to VTUAV; TUAV; VUAV; Pioneer; Scan Eagle; Neptune; MAE High Altitude Endurance UAV to include but not limited to GHMD and BAMS Unmanned Combat Aerial System to include but not limited to Joint Unmanned Combat Aircraft System (JUCAS) and Unmanned Combat Aerial Rotorcraft (UCAR) Tactical Control System (TCS) Small Unmanned Aerial Vehicle Initiatives to include but not limited to Small Unit Remote Scouting System (SURSS) Automated Launch and Recovery System (ALRS) to include but not limited to Unmanned Common Automated Recovery System Versions (UCARS) and Tactical Automated Landing System (TALS) Communications and Data Link Suites to include but not limited to Joint Tactical Radio System (JTRS); Tactical Common Data Link (TCDL); Common Data Link (CDL) and future Phase Array Technologies 2.1 Required Knowledge and Experience The contractor must have general experience in providing systems engineering, technical and program support for design, development and testing of tactical and high altitude endurance UAVs, UAV control systems. Additionally, the contractor must have specific knowledge and experience in the following areas: The design, development, testing, and other technical aspects of the Tactical Control System Block 2 product as well a general knowledge of the associated VTUAV system (key selection factor). The design, development, and testing of the Pioneer UAV system and its associate air vehicle and ground system

12 10 of 44 components. Knowledge and experience with the BAMS concept of operation, operational requirements, and performance specification. 3.0 Applicable Documents. This below list is not all-inclusive. Instead, these documents provide baseline guidance for the performance of this effort. Navy Marine Corps Acquisition Guide, 1 June 2004 NAVAIR Acquisition Guide, 2004 SECNAVINST C, Implementation of Mandatory Procedures for Major and Non-Major defense Acquisition Programs and Major and Non-Major Information Technology Acquisition Programs Naval Systems Engineering Guide, July 2004 Risk Management Guide for DoD Acquisition, 5th Edition, June 2003 Review of Risk Process and Procedures, NAVAIR Instruction Aircraft Material Condition Definitions, Mission-Essential Subsystem Matrices (MESMS), and Mission Descriptions, OPNAVINST M Department of Defense Handbook Work Breakdown Structure, MIL-HDBK-881 Department of Defense Handbook Configuration Management Guide, MIL-HDBK-61A Department of Defense Joint Technical Architecture (JTA) Standard Practices for System Safety, MIL-STD-882 Standard Interfaces of UAV Control System (UCS) for NATO UAV Interoperability, STANAG 4586 Department of Defense Handbook Acquisition Logistics, MIL-HDBK-502 Performance Specification Logistics Management Information, MIL-PRF Unmanned Aircraft Systems (UASs) Roadmap 4.0 Requirements. 4.1 Engineering and Program Support The contractor shall provide program, engineering, and technical support through all phases of Unmanned Vehicle (UV) system programs including science and technology, system concept, development, implementation, integration, developmental and operational T&E and fleet support. Unmanned Vehicle systems may include air, surface, subsurface and ground platforms Technical Reviews. The contractor shall attend and participate in IPT meetings, requirements reviews, design reviews, system working group meetings, technical interchange meetings, program review meetings, test planning meetings, and other engineering meetings as required/directed Technical Plans. The contractor shall review program plans for UAV programs. The program plans include, but are not limited to Systems Engineering Plans (SEP)/Systems Engineering Management Plans (SEMP), Configuration Management (CM) Plans, Quality Assurance (QA) Plans, and Change Management Plans The contractor shall assist in the development and preparation of the Navy and Marine Corps UAV programmatic documents, support plans, test and evaluation plans, and/or other documents and analyses as required/directed by the Government The contractor shall assist the various project managers, systems engineers, test and evaluation personnel, in

13 11 of 44 the preparation of various project plans, documents and schedules The contractor shall develop risk management plans and assessment methods; perform independent risk assessments; develop and maintain risk tracking methods to assist in managing program risks through phases of Unmanned Vehicle (UV) system programs including science and technology, system concept, development, implementation, integration, developmental and operational T&E and fleet support. Unmanned Vehicle systems may include air, surface/ subsurface and ground platforms The contractor shall review program progress to identify and report potential problems and/or issues as schedule conflicts, workload inconsistencies, resource scarcity, and proposed solutions The contractor shall assist the government review of and submit comments on program documentation, such as contract deliverables, Plans of Action and Milestones (POA&Ms), Program Objective Memorandums (POMs), planning documents, periodic progressed reports, Contractor Data Requirements Lists (CDRLs), technical proposals, and other technical documents as directed. 4.2 Systems Engineering and Technical Services The contractor shall provide research, engineering and technical assistance to support systems engineering tasks for unmanned vehicle systems, which may include air, surface/ subsurface and ground as follows: Requirements Analysis. For existing UAV systems, the contractor shall analyze relevant system and component requirements specifications, and design documents for that UAV system in the context of the UAV s mission to ensure that it meets Navy and/or customer s needs. The contractor shall analyze the processes used for requirements development and tracking and provide the analyses to the customer. For new, undocumented UAV systems/applications, the contractor shall develop and deliver appropriate requirements documentation to guide the development of the new system/application. The contractor shall assist the government in assessing mission scenarios and developing appropriate, measurable thresholds and objectives including Key Performance Parameters (KPPs) and provide results of these analyses. The contractor shall provide inputs/updates and/or comments to Concepts of Operations (CONOPS) and related documentation Functional Allocation and Design Synthesis. For existing systems, based on its operational and technical requirements, the contractor shall perform technical studies and analysis to ensure that UAV system functional, performance, interface and integration requirements are properly allocated and that the design(s) for the specified systems trace to the requirements and are consistent with the Navy and/or customer s mission needs. The contractor shall review and/or develop Operational Concept Documents, system and component level requirements and/or performance specifications and design documents Compliance Tracking. Throughout the requirements definition, design, development, test and evaluation process, the contractor shall track UAV system program/project requirements compliance. Tracking results shall be maintained as required for each project Installation Procedure Verification. The contractor shall review and verify TCS installation procedures and red-line any changes required. The contractor shall also verify that target platforms do not have a negative affect on TCS functionality Laboratory Support. The contractor shall provide engineering services and support to the Unmanned System Research and Development Lab (USR&DL) as required The contractor shall provide analytical and technical services and support for the Navy UAV Program Office (PMA-263) in following areas of propulsion engineering, avionics, aeronautical engineering, risk management, Acquisition Logistics Support (ALS) that may include but is not limited to maintenance planning; manpower and personnel; technical manuals; training and training support; technical data and design interface; configuration management, acquisition life cycle, and total ownership cost support; environmental, safety and human system integration issues as required or directed by the Government The contractor shall provide technical services and support for the Navy UAV Program Office in the candidate areas of risk management, reliability, maintainability, and availability, transportability, system functionality to include verification and validation.

14 12 of Test and Evaluation The contractor shall provide test and evaluation support for the unmanned systems and products for testing to include bench, System Integration Laboratory (SIL), Hardware-in-the-loop (HITL), UAV, Common Ground Station (CGS), Communication and/or Data Link Suite ground and flight testing. The contractor shall analyze test plans, processes, and procedures to ensure that the Navy and/or customer s requirements are verified Test Planning. The contractor shall provide test engineering and technical assistance to investigate, analyze, and define air vehicle, avionics, ground/ship system, flight test resources and other equipment/material requirements to accommodate test plan requirements As required, the contractor shall review, monitor, and/or develop program test strategies, Test and Evaluation Master Plans, Field Test, System Integration and Test (SIT), Formal Qualification Test (FQT), high-level program and resource planning within the Navy, Joint Program and other Service environments The contractor shall provide test engineering and technical assistance to integrate new UAV Datalink Control Processors (DCP) or Vehicle Specific Modules (VSM) with the developed TCS. The contractor shall review and/or develop test objectives, test planning, procedure, analysis plans, test observation reports, test reports, analysis of test data, test resource needs and other equipment/material requirements to accommodate test plan requirements The contractor shall support the operational readiness of the GHMD system. This shall include development and review of all GHMD operations and maintenance crew training, qualification, proficiency and readiness. For maintenance crew, coordination and teaming with the GHMD support team is required. The contractor shall be responsible for coordinating with USAF representatives to include, ACC/DRH, 9OG, and 12RS to coordinate integration of both services training and qualification capabilities The contractor shall support GHMD mission planning oversight and validation. The contractor shall be responsible for working with the GHMD mission planning cell to develop, validate, and maintain all applicable mission plans for GHMD in support of experimentation and contingency deployment if required The contractor shall develop, maintain, and/or support applicable operating procedures of the GHMD system. Procedures include, GHMD Standard Operating Procedures (SOP) input to VX-20, the aircraft reporting and control custodian for GHMD; ground radio procedures between ground stations, Shadow Chase, Ground and Tower; Accident and Investigation duties; CONOPS and Training, Tactics, and Procedures (TTP) support, etc. The contractor shall provide operations support to GHMD team Certificate of Authorization (COA) and air traffic control center (ATCC), letter of agreement (LOA) development and review. 4.4 Studies and Analyses The contractor shall provide system engineering, aeronautical engineering and technical analysis to the Navy UAV Program Office, evaluate project Engineering Change Proposals (ECPs) and their impact, if any to various projects being supported The contractor shall review and assess engineering design and test data, impacts of logistics data and proposed maintenance concepts to determine and identify probable operational readiness impacts resulting from design, testing and resource support requirement changes The Contractor shall review proposed changes in reliability and maintainability for impact on system readiness and operational availability The contractor shall analyze reports, studies and submitted recommendations and provide options for inclusion into the integrated operational and support environment. 5.0 Travel. Travel will be required in support of this effort. Travel will be coordinated and approved by the COR prior to travel. Travel will be in accordance with Federal Travel Regulations and will be cost reimbursable plus allowable G&A. Travel will include trips to/from other Navy and Marine Corps facilities, other DoD facilities, and various contractor facilities, test ranges, operational activities, project/program offices, and support activities. 6.0 Materials. Materials shall include Navy/Marine Corps Internet (NMCI) costs and other direct costs (ODC).

15 13 of Deliverables. 7.1 The contractor shall submit a monthly progress report and other technical reports, research data, and other information as required/directed by the Government in the performance of the support effort (CDRL A001). This report shall be submitted by the 15th day of the following month. 7.2 The contractor shall submit review comments and recommendations on VTUAV, TUAV, VUAV, TCS, Small UAV initiative documentation, plans, system requirements, performance, and design specifications, functional requirements documents (FRDs), interface control documents (ICDs), Engineering Change Proposals (ECPs), CONOPS, System Level Test Plans, technical reports, studies, and other documents as required /directed by the Government (CDRL A002). Unless otherwise specified, these reports shall be submitted no more than 25 days after the delivery of the document(s) to be reviewed. 7.3 The contractor shall submit bi-weekly risk management and mitigation status reports for the required UAV programs (CDRL A003). Delivery schedule is to be determined. 7.4 The Contractor shall develop, review and/or update the systems engineering acquisition plans for Navy UAV Programs, as directed by the Government (CDRL A004). Delivery schedule will be determined on a case by case basis. 7.5 The Contractor shall prepare and submit trip reports to document all travel in support of the Navy Unmanned Aerial Vehicles Program Office and Small UAV Initiatives (CDRL A005). Trip reports shall be submitted within 7 days of trip conclusion. 8.0 Security Requirements. Tasking under this delivery order shall be conducted at security classifications up to and including TOP SECRET. Contractor personnel assigned to support classified tasking shall maintain appropriate security clearance. 9.0 Standards/Acceptable Quality Level (AQL)/Incentives(+/-) Navy Unmanned Aerial Vehicles Engineering Support Standards and Acceptable Quality Matrix Item Standard Acceptable Quality Level (AQL) Incentives Task Order Performance Survey Customer Satisfaction Vendor receives an average score on the Task Order Performance Surveys of an 7.0 or higher. Positive Eligibility for award of sub -sequent task orders. Negative Non-eligibility for award of subsequent task orders unless there is remediation with the COR. Submission of Monthly Progress Reports Delivery Date Delivered on the 15th day of the following month Positive Eligibility for award of sub-sequent task

16 14 of 44 Submission of UAV Program systems engineering and acquisition documentation review comments Submission of UAV program risk management and risk mitigation status reports Submission of trip reports Delivery Date of review comments Delivery Date of risk management and risk mitigation status reports Delivery Date of trip reports Delivered within 25 days (unless otherwise specified) of receipt of document to be reviewed Delivered every two weeks (initial schedule TBD) Delivered within 7 days of trip conclusion orders. Negative Non-eligibility for award of subsequent task orders unless there is remediation with the COR. Positive Eligibility for award of subsequent task orders. Negative Non-eligibility for award of subsequent task orders unless there is remediation with the COR. Positive Eligibility for award of sub-sequent task orders. Negative Non-eligibility for award of subsequent task orders unless there is remediation with the COR. Positive Eligibility for award of sub-sequent task orders. Negative Non-eligibility for award of subsequent task orders unless there is remediation with the COR.

17 15 of 44 SECTION D PACKAGING AND MARKING Clauses specified in Section D of the Seaport-e Basic Contrract are incorpoated into this order if applicable. Packaging and Marking shall be in accordance with Section D of the Seaport-e Multiple Award Basic Contract TECHNICAL DATA PACKING INSTRUCTIONS (NAVAIR) (SEP 1999) Technical Data and Information shall be packed and packaged for domestic shipment in accordance with best commercial practices. The package or envelope should be clearly marked with any special markings specified in this contract (or delivery/task order), e.g., Contract Number, CLIN, Device No., and document title must be on the outside of the package. Classified reports, data and documentation, if applicable, shall be prepared for shipment in accordance with Defense Industrial Manual for Safeguarding Classified Information, DoD M PACKAGING AND MARKING OF REPORTS (NAVAIR) (OCT 2005) (a) All unclassified data shall be prepared for shipment in accordance with best commercial practice. Classified reports, data and documentation, if any, shall be prepared for shipment in accordance with the National Industry Security Program Operating Manual, DoD M. (b) The contractor shall prominently display on the cover of each report the following information: (1) Name and business address of contractor. (2) Contract Number/Delivery/Task order number. (3) Contract/Delivery/Task order dollar amount. (4) Whether the contract was competitively or non-competitively awarded. (5) Name of sponsoring individual. (6) Name and address of requiring activity.

18 16 of 44 SECTION E INSPECTION AND ACCEPTANCE Clauses in Section E of the Seaport-e Basic Contract are incorporated into this order if applicable. Inspection and Acceptance shall be in accordance with Section E of the Seaport-e Basic Contract.

19 17 of 44 SECTION F DELIVERABLES OR PERFORMANCE The periods of performance for the following Items are as follows: /1/2006-3/7/ /8/ /5/ /6/ /5/ /23/2008-6/22/ /1/2006-3/7/ /1/2006-3/7/ /8/ /5/ /8/ /5/ /6/ /5/ /6/ /5/ /23/2008-6/22/ /23/2008-6/22/ /4/2009-4/3/ /4/2009-4/3/ /4/2009-4/3/2010 CLIN - DELIVERIES OR PERFORMANCE The periods of performance for the following Items are as follows: /1/2006-3/7/ /8/ /5/ /6/ /5/ /23/2008-6/22/ /1/2006-3/7/ /1/2006-3/7/ /8/ /5/ /8/ /5/ /6/ /5/ /6/ /5/ /23/2008-6/22/ /23/2008-6/22/ /4/2009-4/3/ /4/2009-4/3/ /4/2009-4/3/2010

20 18 of PERIOD OF PERFORMANCE (MAR 1999) (a) The contract shall commence on 1 May 2006 and shall continue through April However, the period of performance may be extended in accordance with the option provisions contained herein. (b) If FAR Clause , Ordering, is incorporated into this contract, then the period in which the Government can issue orders under the contract will be extended at the exercise of an option, and extended to the end of that option period TECHNICAL DATA AND INFORMATION (NAVAIR) (FEB 1995) Technical Data and Information shall be delivered in accordance with the requirements of the Contract Data Requirements List, DD Form 1423, Exhibits A001 through A005 attached hereto, and the following: (a) The contractor shall concurrently deliver technical data and information per DD Form 1423, Blocks 12 and 13 (date of first/subsequent submission) to all activities listed in Block 14 of the DD Form 1423 for each item. Complete addresses for the abbreviations in Block 14 are shown in paragraph (g) below. Additionally, the technical data shall be delivered to the following cognizant codes, who are listed in Block 6 of the DD Form (1) PCO, Code (2) COR/TOM AIR (b) Partial delivery of data is not acceptable unless specifically authorized on the DD Form 1423, or unless approved in writing by the PCO. (c) The Government review period provided on the DD Form 1423 for each item commences upon receipt of all required data by the technical activity designated in Block 6. (d) A copy of all other correspondence addressed to the Contracting Officer/Task Order Manager relating to data item requirements (i.e., status of delivery) shall also be provided to the codes reflected above and the technical activity responsible for the data item per Block 6, if not one of the activities listed above. (e) The PCO reserves the right to issue unilateral modifications to change the destination codes and addresses for all technical data and information at no additional cost to the Government. (f) Unless otherwise specified in writing, rejected data items shall be resubmitted within thirty () days after receipt of notice of rejection. (g) DD Form 1423, Block 14 Mailing Addresses: TACTICAL CONTROL SYSTEMS ENGINEERING CODE BUILDING 2272, 2, 254 NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION PATUXENET RIVER, MARYLAND 20670

21 19 of 44 SECTION G CONTRACT ADMINISTRATION DATA COR CHANGE FROM BRAD HALL TO: Task Order Manager Kathleen Stull, AIR PMA-262 BAMS Plans and Operations Lead Cedar Point Road, Bldg 3262 Patuxent River, MD kathleen.stull@navy.mil SEA ALLOTMENT OF FUNDS (MAY 1993) (a) This contract is incrementally funded with respect to both cost and fee. The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR ) or "INCENTIVE FEE" (FAR ), as appropriate, is specified below. The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs is set forth below. As provided in the clause of this contract entitled "LIMITATION OF FUNDS" (FAR ), the CLINs/SLINs covered thereby, and the period of performance for which it is estimated the allotted amount(s) will cover are as follows: ITEM (S): 1000 ALLOTTED TO COST: ALLOTTED TO FEE: PERIOD OF PERFORMANCE: 1 May March 2007 ITEM (S): 1100 ALLOTTED TO COST: ALLOTTED TO FEE: PERIOD OF PERFORMANCE: 8 March October 2007 ITEM (S): 1200 ALLOTTED TO COST: ALLOTTED TO FEE: PERIOD OF PERFORMANCE: 6 October October 2008 ITEM (S): 10 ALLOTTED TO COST: ALLOTTED TO FEE: PERIOD OF PERFORMANCE: 23 June June 2009

22 20 of 44 (b) The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover. (c) CLINs/SLINs [ ] are fully funded and performance under these CLINs/SLINs is subject to the clause of this contract entitled "LIMITATION OF COST" (FAR ) or "LIMITATION OF COST (FACILITIES)" (FAR ), as applicable. (d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs. FUNDING PROFILE The following details funding to date: Total Base Year: Total CPFF: $1,505, Previous Funding: $1,505, Funds This Action: $0.00 Funds Available: $1,505, Balance Unfunded: $0.00 Option Year I: Total CPFF: $1,964, Previous Funding: $1,964, Funds This Action: $0.00 Funds Available: $1,964, Balance Unfunded: $ Option Year II: Total CPFF: $2,1, Previous Funding: $1,962, Funds This Action: $0.00 Funds Available: $2,118, Balance Unfunded: $11, Option Year III: Total CPFF: $2,746, Previous Funding: $2,746,365.00

23 21 of 44 Funds This Action: $(226,283.03) Funds Available: $2,520, Balance Unfunded: $226, Option Year IV: Total CPFF: $2,821, Previous Funding: $2,821, Funds This Action: $0.00 Funds Available: $2,821, Balance Unfunded: $0.00 CONTRACING OFFICER'S REPRESENTATIVE/TASK ORDER MANAGER (COR/TOM) APPOINTMENT (APR 2005) (a) The Task Order Ordering Officer hereby appoints the following individual as the Task Order Manger (TOM) for this task order: Contracting Officer's Representative/Task Order Manager Kathleen Stull, AIR PMA-262 BAMS Plans and Operations Lead Cedar Point Road, Bldg 3262 Patuxent River, MD (b) The TOM is responsible for those specific functions assigned in the Task Order Manager appointment letter. (c) Only the Task Order Contracting Officer has the authority to modify the terms of the task order. Therefore, in no event will any understanding, agreement, modification, change order, or other matter deviating from the terms of the basic contract or this task order between the contractor and any other person be effective or binding on the Government. If, in the opinion of the contractor, an effort outside the existing scope of this task order is requested, the contractor shall promptly notify the Task Order Contracting Office in writing. No action shall be taken by the contractor unless the Task Order Ordering Officer, PCO or ACO has issued a formal modification INVOICING INSTRUCTIONS AND PAYMENT (WAWF) (NAVAIR) (OCT 2005) (a) Invoices under this Contract shall be submitted electronically through Wide Area Work Flow Receipt and Acceptance (WAWF): (1) The vendor shall self-register at the web site Vendor training is available on the internet at Additional support can be accessed by calling the NAVY WAWF Assistance Line: WAWF (9293). (2) A separate invoice will be prepared [insert desired invoice submission timing]. (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are

24 22 of 44 acceptable. (b) The following information regarding [Insert Activity Name Here] is provided for completion of the invoice in WAWF: WAWF Invoice Type: Insert Invoice Type Here 2-in-1 (for Service/Maint.), Combo (for Supplies), or Cost Voucher (for direct invoice submission to DFAS). Issuing Office DODAAC: Enter Issuing Office DODAAC Admin Office DODAAC: Enter Admin Office DODAAC Inspector DODAAC (if applicable): Enter Inspector DODAAC, or leave blank Ship To DODAAC (for Combo),Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (for Cost Voucher)(if applicable): Enter DODAAC, or leave blank Local Processing Office DODAAC: Enter LPO DODAAC (Local Admin), or leave blank (DCMA Admin) Paying Office DODAAC: Enter Paying Office DODAAC (c) The contractor shall submit invoices for payment per contract terms. (d) The Government shall process invoices for payment per contract terms. (e) For Navy accounting purposes only: Code:, Name: Phone:, Fax: Accounting Data SLINID PR Number Amount AA 97X49 NH2A F Standard Number: COST CODE: CIN: AB 97X49 NH2A F Standard Number: COST CODE: CIN: AB 97X49 NH2A F Standard Number: COST CODE: CIN: AB 97X49 NH2A F Standard Number: COST CODE: CIN: BASE Funding Cumulative Funding MOD 01

25 23 of AC 97X49 NH2A F Standard Number: COST CODE: CIN: AC 97X49 NH2A F Standard Number: COST CODE: CIN: AC 97X49 NH2A F Standard Number: COST CODE: CIN: MOD 01 Funding Cumulative Funding MOD AD 97X49 NH2A F Standard Number: COST CODE: CIN: AD 97X49 NH2A F Standard Number: COST CODE: CIN: AD 97X49 NH2A F Standard Number: COST CODE: CIN: MOD 02 Funding Cumulative Funding MOD AE 97X49 NH2A F Standard Number: COST CODE: CIN: AF 97X49 NH2A F Standard Number: COST CODE: CIN: AG 97X49 NH2A F Standard Number: COST CODE: CIN: AH 97X49 NH2A F Standard Number: COST CODE: CIN:

26 24 of AH 97X49 NH2A F Standard Number: COST CODE: CIN: MOD 03 Funding Cumulative Funding MOD AJ 97X49 NH2A F Standard Number: COST CODE: CIN AJ 97X49 NH2A F Standard Number: COST CODE: CIN: AJ 97X49 NH2A F Standard Number: Cost Code: CIN: MOD 04 Funding Cumulative Funding MOD AK 97X49 NH2A F Standard Number: COST CODE CIN NO AL 97X49 NH2A F Standard Number: COST CODE CIN NO AL 97X49 NH2A F Standard Number: COST CODE CIN NO AL 97X49 NH2A F Standard Number: COST CODE CIN NO AM 97X49 NH2A F Standard Number: COST CODE CIN NO MOD 05 Funding Cumulative Funding MOD 06

27 25 of AN 97X49 NH2A F Standard Number: COST CODE CIN NO AP 97X49 NH2A F Standard Number: COST CODE CIN NO AQ 97X49 NH2A F Standard Number: COST CODE CIN NO AR 97X49 NH2A F Standard Number: COST CODE CIN NO AS 97X49 NH2A F Standard Number: COST CODE CIN NO AT 97X49 NH2A F Standard Number: COST CODE CIN NO AU 97X49 NH2A F Standard Number: COST CODE CIN NO AV 97X49 NH2A F Standard Number: COST CODE CIN NO AW 97X49 NH2A F Standard Number: COST CODE CIN NO AX 97X49 NH2A F Standard Number: COST CODE CIN NO MOD 06 Funding Cumulative Funding

28 26 of 44 MOD AY 97X49 NH2A F/ Cost Code/ / Cin AY 97X49 NH2A F / Cost Code / Cin AY 97X49 NH2A F / Cost Code / Cin MOD 08 Funding Cumulative Funding MOD AZ 97X49 NH2A F / Cost Code / Cin BA 97X49 NH2A F / Cost Code / Cin BA 97X49 NH2A F /Cost Code /Cin BA 97X49 NH2A F / Cost Code / Cin MOD 09 Funding Cumulative Funding MOD AC 97X49 NH2A F Standard Number: COST CODE: CIN: AC 97X49 NH2A F Standard Number: COST CODE: CIN: ( ) AC 97X49 NH2A F Standard Number: COST CODE: CIN: MOD 10 Funding 0.00 Cumulative Funding MOD 11

29 27 of BB 97X49 NH2A F / COST CODE WC018PR01104 / CIN BC 97X49 NH2A F / COST CODE WC018PR01203 / CIN BE 97X49 NH2A F / COST CODE WC018PR01203 / CIN BD 97X49 NH2A F / COST CODE WC018PR01203 / CIN MOD 11 Funding Cumulative Funding MOD BF 97X49 NH2A F / Cost Code WC018PR01620 / CIN Standard Number: Cost Code WC018PR01620 CIN BF 97X49 NH2A F / Cost Code WC018PR01620 / CIN Standard Number: Cost Code WC018PR01620 CIN MOD 12 Funding Cumulative Funding MOD BG 97X49 NH2A F / COST CODE WC018PR01181 / Standard Number: WC018PR MOD 13 Funding Cumulative Funding MOD BH 97X49 NH2A F / COST CODE WC018PR02665 / Standard Number: WC018PR02665 MOD 14 Funding Cumulative Funding MOD 15

30 28 of BJ 97X49 NH2A F / COST CODE WC018PR03179 / Standard Number: WC018PR BK 97X49 NH2A F / COST CODE WC018PR03179 / Standard Number: WC018PR BL 97X49 NH2A F / COST CODE WC018PR03179 / Standard Number: WC018PR MOD 15 Funding Cumulative Funding MOD BM 97X49 NH2C F Cost Code WC058PR00797 CIN Standard Number: WC058PR00797 CIN Number BM 97X49 NH2C F Cost Code WC058PR00797 CIN Standard Number: WC058PR00797 CIN Number MOD 16 Funding Cumulative Funding MOD BN D4D D Cost Code: A CIN: Standard Number: A BP 97X49 NH2A F Cost Code: A CIN: Standard Number: A BN D4D D Cost Code: A CIN: Standard Number: A MOD 17 Funding

31 29 of 44 Cumulative Funding MOD BQ 97X49 NH2A F / COST CODE A / CIN Standard Number: A BR D4D D COST CODE A CIN Standard Number: A BQ 97X49 NH2A F COST CODE A CIN Standard Number: A BR D4D D COST CODE A CIN Standard Number: A BR D4D D COST CODE A CIN Standard Number: A MOD 18 Funding Cumulative Funding MOD BS D4D D / COST CODE A / CIN BT D4D D / COST CODE A / CIN MOD 21 Funding Cumulative Funding MOD EGGOPT3REALIGN BU D4D D Cost Code A CIN ( ) BT D4D D / COST CODE A / CIN MOD 22 Funding 0.00 Cumulative Funding MOD 23

32 of BV 97X49 NH2A F Standard Number: COST CODE A CIN NO BW 97X49 NH2A F Standard Number: COST CODE A CIN NO CA 97X49 NH2A F Standard Number: COST CODE A CIN NO CB 97X49 NH2A F Standard Number: COST CODE A CIN CE 97X49 NH2A F Standard Number: COST CODE A CIN NO CF D4D D Standard Number: COST CODE A CIN NO BX 97X49 NH2A F Standard Number: COST CODE A CIN NO BY 97X49 NH2A F Standard Number: COST CODE A CIN NO CC 97X49 NH2A F Standard Number: COST CODE A CIN NO CG D4D D Standard Number: COST CODE A CIN NO

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 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 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) 19-Aug-2009 92053303, 92053304 N/A

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

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

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

More information

Ekagra Partners, LLC. Contractor Site Rates

Ekagra Partners, LLC. Contractor Site Rates ITEM DESCRIPTION U/M Contract Year 1 2 3 4 5 6 7 8 9 10 0001 AA01 Administrative Assistant Level I $45.36 $46.81 $48.31 $49.86 $51.45 $53.10 $54.80 $56.55 $58.36 $60.23 0001 AA02 Administrative Assistant

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 1300582879 N/A 6. ISSUED BY CODE N00014

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 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) 30-Sep-2016 M0008112SU00086 N/A 6.

More information

CIO SP3 Company Site Rates Contractor Site Hourly Rate Page 1 of 5

CIO SP3 Company Site Rates Contractor Site Hourly Rate Page 1 of 5 0001 AA01 Administrative Assistant Level I $44.77 $46.00 $47.27 $48.57 $49.54 $50.41 $51.29 $51.80 $52.32 $52.32 0001 AA02 Administrative Assistant Level II $54.53 $56.03 $57.57 $59.15 $60.33 $61.39 $62.46

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

$98.22 $ $ $ $ $ $ $ $ $ AG02 Business Process Reengineering Specialist Level II HR

$98.22 $ $ $ $ $ $ $ $ $ AG02 Business Process Reengineering Specialist Level II HR ITEM DESCRIPTION U/M 1 2 3 4 5 6 7 8 9 10 0002 AA01 Administrative Assistant Level I $40.08 $41.08 $42.36 $43.50 $44.72 $46.28 $47.90 $49.58 $51.31 $53.11 0002 AA02 Administrative Assistant Level II $46.33

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) 17-Jan-2013 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

HP Attachment_J 1_(Pricing_Tables) Ammendment 0001 rev EN Contractor Site Hourly Rate Page 1 of 4

HP Attachment_J 1_(Pricing_Tables) Ammendment 0001 rev EN Contractor Site Hourly Rate Page 1 of 4 Escalation rate* 1.013880214 1.03953 1.07198 1.10655 1.14196 1.1785 1.21621 1.25513 1.2953 1.32797 0001 AA01 Administrative Assistant Level I $27.70 $28.41 $29.18 $30.04 $30.92 $31.83 $32.76 $33.73 $34.72

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 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) 14-Mar-2013 1300338531 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) 31-Aug-2014 1300369081 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

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

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

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

ORDER FOR SUPPLIES OR SERVICES

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

More information

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 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) 02-Jul-2013 M67854-12-R-0524 N/A 6.

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

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

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. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 24-Mar-2014 M67854-12-R-0574 N/A 6.

More information

UNCLASSIFIED. UNCLASSIFIED Navy Page 1 of 5 P-1 Line #58

UNCLASSIFIED. UNCLASSIFIED Navy Page 1 of 5 P-1 Line #58 Exhibit P-40, Budget Line Item Justification: PB 2016 Navy Date: February 2015 1506N: Aircraft Procurement, Navy / BA 05: Modification of Aircraft / BSA 1: Modification of Aircraft ID Code (A=Service Ready,

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

RAYTHEON MISSILE SYSTEMS PURCHASE ORDER ATTACHMENT

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

More information

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

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

More information

UNCLASSIFIED R-1 ITEM NOMENCLATURE

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

More information

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

STATEMENT OF RADM ANTHONY L. WINNS DEPUTY CHIEF OF NAVAL OPERATIONS DEPUTY DIRECTOR, AIR WARFARE AND BGEN MARTIN POST ASSISTANT DEPUTY COMMANDANT

STATEMENT OF RADM ANTHONY L. WINNS DEPUTY CHIEF OF NAVAL OPERATIONS DEPUTY DIRECTOR, AIR WARFARE AND BGEN MARTIN POST ASSISTANT DEPUTY COMMANDANT ---------------------------------------------------------------- The United States Navy on the World Wide Web A service of the Navy Office of Information, Washington DC send feedback/questions to comments@chinfo.navy.mil

More information

UNCLASSIFIED R-1 ITEM NOMENCLATURE

UNCLASSIFIED R-1 ITEM NOMENCLATURE Exhibit R-2, RDT&E Budget Item Justification: PB 213 Navy DATE: February 212 COST ($ in Millions) FY 211 FY 212 FY 214 FY 215 FY 216 FY 217 To Complete Program Element 25.229.872.863 7.6 8.463.874.876.891.96

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

UNCLASSIFIED UNCLASSIFIED. EXHIBIT R-2, RDT&E Budget Item Justification February 2007 RESEARCH DEVELOPMENT TEST & EVALUATION, NAVY / BA-7

UNCLASSIFIED UNCLASSIFIED. EXHIBIT R-2, RDT&E Budget Item Justification February 2007 RESEARCH DEVELOPMENT TEST & EVALUATION, NAVY / BA-7 EXHIBIT R-2, RDT&E Budget Item Justification APPROPRIATION/BUDGET ACTIVITY R-1 ITEM NOMENCLATURE RESEARCH DEVELOPMENT TEST & EVALUATION, NAVY / BA-7 0305204N TACTICAL UNMANNED AERIAL VEHICLES COST ($ in

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

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 21-Sep-2013 1300192892-0003 N/A 6.

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) -Nov-2017 1300460985 N/A 6. ISSUED

More information

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

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

Department of Defense DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE NUMBER 5205.16 September 30, 2014 Incorporating Change 2, August 28, 2017 USD(I) SUBJECT: The DoD Insider Threat Program References: See Enclosure 1 1. PURPOSE. In accordance

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 7: Operational Systems Development COST ($ in Millions) Years R1 Program

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 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

Unmanned Systems. Northrop Grumman Today Annual Conference

Unmanned Systems. Northrop Grumman Today Annual Conference Unmanned Aircraft Builders Conference, Inc 2008 Annual Conference 21-23 September 2008 Doug Fronius Director, Tactical Unmanned IPT Program Manager, VTUAV Navy Fire Scout Northrop Grumman Corporation Northrop

More information

UNCLASSIFIED. UNCLASSIFIED Air Force Page 1 of 15 R-1 Line #232

UNCLASSIFIED. UNCLASSIFIED Air Force Page 1 of 15 R-1 Line #232 Exhibit R-2, RDT&E Budget Item Justification: PB 2015 Air Force : March 2014 3600: Research, Development, Test & Evaluation, Air Force / BA 7: Operational Systems Development COST ($ in Millions) # FY

More information

UNCLASSIFIED UNCLASSIFIED. EXHIBIT R-2, RDT&E Budget Item Justification RESEARCH DEVELOPMENT TEST & EVALUATION, NAVY / BA-7

UNCLASSIFIED UNCLASSIFIED. EXHIBIT R-2, RDT&E Budget Item Justification RESEARCH DEVELOPMENT TEST & EVALUATION, NAVY / BA-7 CLASSIFICATION: EXHIBIT R-2, RDT&E Budget Item Justification APPROPRIATION/BUDGET ACTIVITY RESEARCH DEVELOPMENT TEST & EVALUATION, NAVY / BA-7 R-1 ITEM NOMENCLATURE 0305205N Endurance Unmanned Aerial Vehicles

More information

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

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

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 08-May-2015 N6426710RX00011 N/A 6.

More information

UNCLASSIFIED. FY 2016 Base FY 2016 OCO

UNCLASSIFIED. FY 2016 Base FY 2016 OCO Exhibit R-2, RDT&E Budget Item Justification: PB 2016 Air Force : February 2015 3600: Research, Development, Test & Evaluation, Air Force / BA 7: Operational Systems Development COST ($ in Millions) FY

More information

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

ARMY RDT&E BUDGET ITEM JUSTIFICATION (R-2 Exhibit) COST (In Thousands) ARMY COMMON GROUND STATION (CGS) (TIARA) FY 2000 FY 2001 FY 2002 FY 2003 FY 2004 FY 2005 FY 2006 FY 2007 Cost to Total Cost Actual Estimate Estimate Estimate Estimate Estimate Estimate

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 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

Title:F/A-18 - EA-18 Aircraft / System Program Protection Implementation Plan

Title:F/A-18 - EA-18 Aircraft / System Program Protection Implementation Plan DATA ITEM DESCRIPTION Title:F/A-18 - EA-18 Aircraft / System Program Protection Implementation Plan Number: Approval Date: 20100716 AMSC Number: N9153 Limitation: N/A DTIC Applicable: N/A GIDEP Applicable:

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 Air Force DATE: February 2012 COST ($ in Millions) FY 2011 FY 2012 FY 2014 FY 2015 FY 2016 FY 2017 Air Force Page 1 of 16 R-1 Line #227 To Program

More information

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 Army Joint STARS (TIARA) 5316 25676 17898 17713 12833 14372 11527 Continuing Continuing A. Mission Description and Justification: The

More information

UNCLASSIFIED. UNCLASSIFIED Air Force Page 1 of 8 R-1 Line #211

UNCLASSIFIED. UNCLASSIFIED Air Force Page 1 of 8 R-1 Line #211 Exhibit R-2, RDT&E Budget Item Justification: PB 2015 Air Force Date: March 2014 3600: Research, Development, Test & Evaluation, Air Force / BA 7: Operational Systems Development COST ($ in Millions) Prior

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

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE N: Air Control

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE N: Air Control Exhibit R-2, RDT&E Budget Item Justification: PB 212 Navy DATE: February 211 COST ($ in Millions) FY 21 FY 211 PE 6454N: Air Control FY 213 FY 214 FY 215 FY 216 To Complete Program Element 6.373 5.665

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

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

UNDER DPAS(15 CFR 350) 4. REQUISITION/PURCHASE REQUEST/PROJECT NO. M C Oct 2006

UNDER DPAS(15 CFR 350) 4. REQUISITION/PURCHASE REQUEST/PROJECT NO. M C Oct 2006 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF PAGES AWARD/CONTRACT UNDER DPAS(15 CFR 350) 1 20 2. CONT RACT (Proc. Inst. Ident.) NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQUEST/PROJECT NO. M67854-07-C-1000

More information

2016 Major Automated Information System Annual Report

2016 Major Automated Information System Annual Report 2016 Major Automated Information System Annual Report Deliberate and Crisis Action Planning and Execution Segments Increment 2A (DCAPES Inc 2A) Defense Acquisition Management Information Retrieval (DAMIR)

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 FY 214 FY 215 FY 216 FY 217 To Complete Program Element 22.63 3.676 32.789-32.789 35.932

More information

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION NUMBER 5230.27 November 18, 2016 Incorporating Change 1, September 15, 2017 USD(AT&L) SUBJECT: Presentation of DoD-Related Scientific and Technical Papers at Meetings

More information

UNCLASSIFIED. FY 2017 Base FY 2017 OCO

UNCLASSIFIED. FY 2017 Base FY 2017 OCO Exhibit R-2, RDT&E Budget Item Justification: PB 2017 Office of the Secretary Of Defense Date: February 2016 0400: Research, Development, Test & Evaluation, Defense-Wide / BA 3: Advanced Technology Development

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

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

NUWC Division Newport Undersea Collaboration & Technology Outreach Center (UCTOC) May 24, 2017

NUWC Division Newport Undersea Collaboration & Technology Outreach Center (UCTOC) May 24, 2017 Code 85 Undersea Warfare Weapons, Vehicles and Defensive Systems Department Autonomous Maritime Systems Test Center (AMSTC) Engineering and Technical Support Services Pre-Solicitation Conference NUWC Division

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

Exhibit R-2, RDT&E Budget Item Justification

Exhibit R-2, RDT&E Budget Item Justification PE NUMBER: 0603860F PE TITLE: Joint Precision Approach Exhibit R-2, RDT&E Budget Item Justification BUDGET ACTIVITY PE NUMBER AND TITLE Cost ($ in Millions) FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 FY 2013

More information

UNCLASSIFIED FY 2016 OCO. FY 2016 Base

UNCLASSIFIED FY 2016 OCO. FY 2016 Base 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

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

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION NUMBER 3200.12 August 22, 2013 Incorporating Change 1, October 10, 2017 USD(AT&L) SUBJECT: DoD Scientific and Technical Information Program (STIP) References: See Enclosure

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 PE 65866N: Navy Space & Electr Warfare FY 214 FY 215 FY 216 FY 217 Cost To Complete Cost

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

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

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

More information

UNCLASSIFIED. UNCLASSIFIED Air Force Page 1 of 11 R-1 Line #92

UNCLASSIFIED. UNCLASSIFIED Air Force Page 1 of 11 R-1 Line #92 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. FY 2017 Base FY 2017 OCO

UNCLASSIFIED. FY 2017 Base FY 2017 OCO Exhibit R-2, RDT&E Budget Item Justification: PB 2017 Air Force : February 2016 3600: Research, Development, Test & Evaluation, Air Force / BA 7: Operational Systems Development COST ($ in Millions) FY

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

STATEMENT OF. MICHAEL J. McCABE, REAR ADMIRAL, U.S. NAVY DIRECTOR, AIR WARFARE DIVISION BEFORE THE SEAPOWER SUBCOMMITTEE OF THE

STATEMENT OF. MICHAEL J. McCABE, REAR ADMIRAL, U.S. NAVY DIRECTOR, AIR WARFARE DIVISION BEFORE THE SEAPOWER SUBCOMMITTEE OF THE NOT FOR PUBLICATION UNTIL RELEASED BY THE SENATE ARMED SERVICES COMMITTEE STATEMENT OF MICHAEL J. McCABE, REAR ADMIRAL, U.S. NAVY DIRECTOR, AIR WARFARE DIVISION BEFORE THE SEAPOWER SUBCOMMITTEE OF THE

More information

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE N: Unmanned Combat Air Veh(UCAV) Adv Cp/Proto Dev. FY 2011 Total Estimate. FY 2011 OCO Estimate

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE N: Unmanned Combat Air Veh(UCAV) Adv Cp/Proto Dev. FY 2011 Total Estimate. FY 2011 OCO Estimate Exhibit R-2, RDT&E Budget Item Justification: PB 2011 Navy DATE: February 2010 COST ($ in Millions) FY 2009 Actual Navy Page 1 of 19 FY 2012 FY 2013 FY 2014 FY 2015 To Program Element 266.469 304.907 266.368

More information

Report No. D September 25, Transition Planning for the Logistics Civil Augmentation Program IV Contract

Report No. D September 25, Transition Planning for the Logistics Civil Augmentation Program IV Contract Report No. D-2009-114 September 25, 2009 Transition Planning for the Logistics Civil Augmentation Program IV Contract Additional Information and Copies To obtain additional copies of this report, visit

More information

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE N: ASW Systems Development

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE N: ASW Systems Development Exhibit R-2, RDT&E Budget Item Justification: PB 2012 Navy DATE: February 2011 COST ($ in Millions) FY 2010 FY 2013 FY 2014 FY 2015 FY 2016 Navy Page 1 of 17 R-1 Line Item #30 To Program Element 25.144

More information

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

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

More information

UNCLASSIFIED UNCLASSIFIED

UNCLASSIFIED UNCLASSIFIED EXHIBIT R-2, RDT&E Budget Item Justification APPROPRIATION/BUDGET ACTIVITY R-1 ITEM NOMENCLATURE RESEARCH DEVELOPMENT TEST & EVALUATION, NAVY / BA-7 0305206N Airborne Reconnaissance Advanced Development

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