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

Size: px
Start display at page:

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

Transcription

1 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 11-Jan , , N/A 6. ISSUED BY CODE N ADMINISTERED BY (If other than Item 6) CODE S2404A NAVAIR Weapons Division China Lake DCMA Manassas SCD: C 429 E Bowen Road - Stop 4015 China Lake CA George Carter Way, 2nd Floor Chantilly VA NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 9A. AMENDMENT OF SOLICITATION NO. Northrop Grumman Systems Corporation dba Northrop Grumman Info Systems 2340 Dulles Corner Boulevard Herndon VA B. DATED (SEE ITEM 11) CAGE CODE [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. 10B. DATED (SEE ITEM 13) 0RBN7 FACILITY CODE 14-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). [ ] C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: [X] D. OTHER (Specify type of modification and authority) Mutual Agreement of the Parties E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 1 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE 2 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED 11-Jan-2018 BY 11-Jan-2018 (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 deobligate funds as per PID/PR SLIN , ACRN AU is $8, A conformed copy of this Task Order is attached to this modification for information 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 $1,278, CLIN/SLIN Type Of Fund From ($) By ($) To ($) FMS FMS The total value of the order is hereby increased from $2,137, by $0.00 to $2,137,

3 1 of 33 SECTION B SUPPLIES OR SERVICES AND PRICES CLIN - SUPPLIES OR SERVICES For Cost Type Items: Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 1000 R425 The contractor shall provide Engineering Support Services for the Naval Air Warfare Center Weapons Division (NAWCWD) Electronic Warfare (EW) Support Equipment (SE) Integrated Product Team (IPT) in accordance with Section C. (Fund Type - OTHER) LH $377, R425 PR# ACRN AA (Fund Type - OTHER) R425 PR# (Fund Type - OTHER) R425 PR# ACRN AC (Fund Type - OTHER) R425 PR# ACRN AD (Fund Type - OTHER) R425 PR# ACRN AE (Fund Type - OTHER) R425 PR# ACRN AF (Fund Type - OTHER) R425 PR# ACRN AG (FMS Case #CN-P-LIE) R425 PR# ACRN AH (FMS Case #FI-P-LBC) R425 PR# ACRN AJ (FMS Case #AT-P-LDG) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 3000 R425 Other Direct Costs. (Fund Type - OTHER) 1.0 LO $15, R425 PR# ACRN AA (Fund Type - OTHER) R425 PR# (Fund Type - OTHER) R425 PR# ACRN AF (Fund Type - OTHER) For Cost Type Items: Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF

4 2 of 33 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF 4000 R425 The contractor shall provide Engineering Support Services for the Naval Air Warfare Center Weapons Division (NAWCWD) Electronic Warfare (EW) Support Equipment (SE) Integrated Product Team (IPT) in accordance with Section C. (Fund Type - OTHER) LH $394, R425 PR# ACRN AK (Fund Type - OTHER) R425 PR# ACRN AG (FMS Case #CN-P-LIE) R425 PR# ACRN AM (FMS Case #PK-D-SAF) R425 PR# $0.00 ACRN AN (FMS Case #AT-P-SAF) R425 PR# ACRN AP (Fund Type - OTHER) R425 PR# ACRN AW (FMS) R425 PR# ACRN AV (FMS) 4001 R425 The contractor shall provide Engineering Support Services for the Naval Air Warfare Center Weapons Division (NAWCWD) Electronic Warfare (EW) Support Equipment (SE) Integrated Product Team (IPT) in accordance with Section C. (Fund Type - TBD) LH $411, R425 PR# AQ (Fund Type - OTHER) R425 PR# AR (Fund Type - OTHER) R425 PR# AS (FMS Case #AT-P-SAF) R425 PR# AT (FMS Case #SZ-P-LAL) R425 PR# AQ Work Completion Date: 11/30/2010 (Fund Type - OTHER) R425 PR# Deob AU (FMS) R425 PR# AV Work Completion Date: 12/31/10 (FMS) R425 PR# AY Work Completion date 07/31/11 (FMS)

5 3 of 33 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R425 PR# AZ Work completion date: 3/31/11 (FMS) 4002 R425 The contractor shall provide Engineering Support Services for the Naval Air Warfare Center Weapons Division (NAWCWD) Electronic Warfare (EW) Support Equipment (SE) Integrated Product Team (IPT) in accordance with Section C. (Fund Type - TBD) LH $428, R425 PR# ACRN BA (APN) R425 PR# ACRN BB (FMS) R425 PR# ACRN BC (FMS) R425 PR# Deob ) ACRN BD (FMS) R425 PR# ACRN BE (FMS) R425 PR# ACRN BF (APN) R425 PR# ACRN BG (Fund Type - TBD) R425 PR# $0.00 ACRN BH (Fund Type - TBD) 4003 R425 The contractor shall provide Engineering Support Services for the Naval Air Warfare Center Weapons Division (NAWCWD) Electronic Warfare (EW) Support Equipment (SE) Integrated Product Team (IPT) in accordance with Section C. (Fund Type - TBD) LH $445, R425 PR ACRN BJ (FMS) R425 PR ACRN BK (FMS) R425 PR ACRN BL (APN) R425 PR ACRN BM (FMS) R425 PR ACRN BN (FMS) R425 PR ACRN BP (FMS)

6 4 of 33 Item PSC Supplies/Services Qty Unit Est. Cost Fixed Fee CPFF R425 PR (De-Ob) ACRN BQ (O&MN,N) For ODC Items: Item PSC Supplies/Services Qty Unit Est. Cost 6000 R425 Other Direct Costs. (Fund Type - TBD) 1.0 LO 6001 R425 Other Direct Costs. (Fund Type - TBD) 1.0 LO $15, R425 PR# AQ Work Completion Date: 11/30/2010 (Fund Type - OTHER) R425 PR# AV WCD 12/31/10 (FMS) 6002 R425 Other Direct Costs. (Fund Type - TBD) 1.0 LO $15, R425 PR# ACRN BA (Fund Type - TBD) R425 PR# ACRN BF (APN) 6003 R425 Other Direct Costs. (Fund Type - TBD) 1.0 LO $15, R425 PR ACRN BL (APN) Additional Informational SubCLINs (SLINs) will be created as incremental funding is added to fund this effort. CLINs 1000, 4000, 4001, 4002, and 4003 on this task order are Cost Plus Fixed Fee. CLINs 3000, 6000, 6001, 6002, and 6003 on this task order are Cost Reimbursable only and Non-Fee Bearing CLINs. The exercise of option CLINs 4000, 4001, 4002, 4003 and the associated Other Direct Cost CLINs (6000, 6001, 6002, and 6003) are contingent upon the award term option period at the basic contract level being exercised. The level of effort for the performance of this order is based upon an anticipated total estimated level of effort of man-hours of direct labor. This total is comprised of approximately for the base period and a total of for the option periods. The contractor is encouraged to provide innovative solutions and labor mixes for fulfilling the requirement as defined in the Performance Work Statement (PWS). This is provided as a sample personnel/labor mix only. Labor Category Lead Program Manager Senior Program Advisor Senior Systems Engineer (SME) Engineering Technician (SME) Hours-Base Hours- Hours- Hours- Hours- Option Option Option Option Period Period 1 Period 2 Period 3 Period 4 Total Estimated Level of Effort

7 5 of 33 SEA LEVEL OF EFFORT (DEC 2000) (a) The Contractor agrees to provide the total level of effort specified in the next sentence in performance of the work described in Sections B and C of this contract. The total level of effort for the performance of this contract shall be total man-hours of direct labor, including subcontractor direct labor for those subcontractors specifically identified in the Contractor's proposal as having hours included in the proposed level of effort. (b) Of the total man-hours of direct labor set forth above, it is estimated that 0 man-hours are uncompensated effort. Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week without additional compensation for such excess work. All other effort is defined as compensated effort. If no effort is indicated in the first sentence of this paragraph, uncompensated effort performed by the Contractor shall not be counted in fulfillment of the level of effort obligations under this contract. (c) Effort performed in fulfilling the total level of effort obligations specified above shall only include effort performed in direct support of this contract and shall not include time and effort expended on such things as (local travel to and from an employee's usual work location), uncompensated effort while on travel status, truncated lunch periods, work (actual or inferred) at an employee's residence or other non-work locations (except as provided in paragraph (j) below), or other time and effort which does not have a specific and direct contribution to the tasks described in Sections B and C. (d) The level of effort for this contract shall be expended at an average rate of approximately 61 hours per week. It is understood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technical objective, provided such fluctuation does not result in the use of the total man-hours of effort prior to the expiration of the term hereof, except as provided in the following paragraph. (e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of direct labor to such an extent that the total man hours of effort specified above would be used prior to the expiration of the term, the Contractor shall notify the Task Order Contracting Officer in writing setting forth the acceleration required, the probable benefits which would result, and an offer to undertake the acceleration at no increase in the estimated cost or fee together with an offer, setting forth a proposed level of effort, cost breakdown, and proposed fee, for continuation of the work until expiration of the term hereof. The offer shall provide that the work proposed will be subject to the terms and conditions of this contract and any additions or changes required by then current law, regulations, or directives, and that the offer, with a written notice of acceptance by the Task Order Contracting Officer, shall constitute a binding contract. The Contractor shall not accelerate any effort until receipt of such written approval by the Task Order Contracting Officer. Any agreement to accelerate will be formalized by contract modification. (f) The Task Order Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure of direct labor such that the total man hours of effort specified in paragraph (a) above would be used prior to the expiration of the term. This order shall specify the acceleration required and the resulting revised term. The Contractor shall acknowledge this order within five days of receipt. (g) If the total level of effort specified in paragraph (a) above is not provided by the Contractor during the period of this contract, the Task Order Contracting Officer, at its sole discretion, shall either (i) reduce the fee of this contract as follows: Fee Reduction = Fee (Required LOE - Expended LOE)/Required LOE or (ii) subject to the provisions of the clause of this contract entitled "LIMITATION OF COST" (FAR ) or "LIMITATION OF COST (FACILITIES)" (FAR ), as applicable, require the Contractor to continue to perform the work until the total number of man hours of direct labor specified in paragraph (a) above shall have been expended, at no increase in the fee of this contract. (h) The Contractor shall provide and maintain an accounting system, acceptable to the Administrative Contracting Officer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort (compensated and uncompensated, if any) provided in fulfillment of the level of effort obligations of this contract. The Contractor shall indicate on each invoice the total level of effort claimed during the period covered by the invoice, separately identifying compensated effort and uncompensated

8 6 of 33 effort, if any. (i) Within 45 days after completion of the work under each separately identified period of performance hereunder, the Contractor shall submit the following information in writing to the Task Order Contracting Officer with copies to the cognizant Contract Administration Office and to the DCAA office to which vouchers are submitted: (1) the total number of man hours of direct labor expended during the applicable period; (2) a breakdown of this total showing the number of man hours expended in each direct labor classification and associated direct and indirect costs; (3) a breakdown of other costs incurred; and (4) the Contractor's estimate of the total allowable cost incurred under the contract for the period. Within 45 days after completion of the work under the contract, the Contractor shall submit, in addition, in the case of a cost under run; (5) the amount by which the estimated cost of this contract may be reduced to recover excess funds and, in the case of an under run in hours specified as the total level of effort; and (6) a calculation of the appropriate fee reduction in accordance with this clause. All submissions shall include subcontractor information. (j) Notwithstanding any of the provisions in the above paragraphs, the Contractor may furnish man hours up to five percent in excess of the total man hours specified in paragraph (a) above, provided that the additional effort is furnished within the term hereof, and provided further that no increase in the estimated cost or fee is required.

9 7 of 33 SECTION C DESCRIPTIONS AND SPECIFICATIONS PERFORMANCE WORK STATEMENT for ENGINEERING SUPPORT SERVICES FOR THE NAVAL AIR WARFARE CENTER WEAPONS DIVISION ELECTRONIC WARFARE SUPPORT EQUIPMENT INTEGRATED PRODUCT TEAM SUPPORT APPLICABLE BASIC CONTRACT SOW PARAGRAPHS: 3.2, 3.3, 3.4, 3.5, 3.6, SCOPE. This Performance Work Statement (PWS) supports the Naval Air Warfare Center Weapons Division (NAWCWD) Electronic Warfare (EW) Support Equipment (SE) Integrated Product Team (IPT). The scope of this PWS provides for engineering support services to the EW SE IPT and its Foreign Military Sales (FMS) customers. 1.1 INTRODUCTION. The objective of this task order (TO) is to provide engineering services that support the design, development, evaluation, and deployment of EW SE Systems that work with the AN/USM-670 EW Test Set, the AN/USM-713 Swept Frequency Measurement Test Set and the Handheld Radar Simulator (HRS) Test Set. All three test sets are used to test EW and avionics systems and their associated Radio Frequency (RF) transmission lines in Navy, Air Force, Army, and FMS operational aircraft at the Organizational Level (O-Level) of maintenance. The TACAIR SE IPT Navy and joint service programs are managed by the SE Program Officer (SEPO). For the purpose of this T.O., SE is defined as support equipment for EW and Avionic systems. EW systems to be supported include Radar Warning Receivers (RWR), Emitter Targeting, Missile Warning, Electronic Countermeasures (ECM), Electronic Surveillance (ES), Electro Optical (EO), Directed Infrared Countermeasures (DIR CM), Communications, Navigation & IFF (CNI), Avionics, flare/chaff dispensers and other associated EC/EW systems. 1.2 Background: The Department of Defense (DoD) continues to focus on the challenges to provide Naval Aviation Enterprise the equipment and training to meet the Warfighter s needs for current and future readiness. These challenges have created an environment of cost reduction, and endeavors to create and sustain a culture of readiness with the implementation of simultaneous strategies to achieve cost-wise readiness and life-cycle costs. A strategy employed to achieve these goals will be provided by services required of the Contractor in support of the Naval Air Systems Command (NAVAIRSYSCOM) designated Electronic Combat/Electronic Warfare (EC/EW) Activity at NAWCWD, Point Mugu. 2.0 APPLICABLE DOCUMENTS TACAIR EW Process Manual/Map and all its associated work procedures and checklists.

10 8 of REQUIREMENTS PERFORMANCE OBJECTIVE: Provide engineering and technical support services to the EW SE IPT and its Foreign Military Sales (FMS) customers 3.1 GENERAL REQUIREMENTS. The Contractor shall provide the following engineering and technical support services, incidental to this procurement. In order to support the requirements, a diverse staff with specific in-depth knowledge and experience in legacy and leading edge technologies is required. Specific tasks will be assigned at weekly meetings between thetacair EW Support Equipment Project Office and contractor. Close coordination and interaction with TACAIR planning and requirement groups is required, and quarterly meetings are anticipated. Contractor shall provide progress reports in accordance with CDRL A001 and Technical reports, including conference minutes and trip reports, in accordance with CDRL A The Contractor shall provide engineering support for EW Support Equipment programs including research of data and formulation of test input parameters to perform EC/EW system verification test, fault isolation diagnostics on the suite transmission lines of operational aircraft. The EW Support Equipment development projects to be supported by the contractor will include Test Program Sets (TPS) for the USM-670 Joint Service Electronic Combat System Tester (JSECST), the USM-713 Swept Frequency Tester, and the Hand-held Radar Simulator. This effort will support the development, evaluation and fielding of procedural software, text and graphics for the automated diagnostics testing of EW systems installed in the DOD and FMS-designated aircraft. The aircraft to be supported include, but are not limited to, the F/A-18A/C/D/E/F, EA-18G, F-35, E-2C/D, P-3C, P-8A, HH-60, CH-53, AH-1W, V-22 and UH-1N. In addition, the Contractor shall support the evaluation of the associated IETM. As part of this effort the Contractor shall also provide direct Fleet support in the preparation of technical documentation in accordance with CDRL A DETAILED REQUIREMENTS. The contractor shall provide the following requirements in accordance with CDRLs A003-A009, and CDRL A00A-A00B: Provide engineering and technical support in hardware and software analysis and requirements, prototype development including software and hardware design, development, integration, testing and evaluation. Provide a concurrent engineering approach to achieve the balance of system design requirements for performance, production, reliability, maintainability, logistics, safety, survivability, interoperability, and standardization Designate a Program Manager charged with the total responsibility for the execution of the required tasks to provide project milestones, project status, task completion, projected project slips, and recovery recommendations, if applicable. The contractor shall provide status of contract deliverables, and status of hours and dollars expended and available in monthly status reports. Contractor format is acceptable Perform contractor engineering services tasks incidental to the primary EW Support Equipment software and hardware design and development efforts. This support equipment

11 9 of 33 includes test program sets for the USM-670 JSECST, the USM-713 Swept Frequency Tester, and the Hand-held Radar Simulator. The tasks to be performed may include the following efforts: Provide requirements matrix studies and analyses, specification development, software and hardware engineering, automated software agent development/integration and evaluation, design and coding standards development, software development methods analyses, and field engineering services Provide performance specification studies and analyses, interface and integration studies and analyses, electromagnetic studies and analyses, laboratory requirements studies and analyses, modeling and simulation, system requirements analyses, concepts of operations analyses, risk assessment studies and analyses, and life cycle studies and analyses Develop software prototypes for specific intelligence, information, and avionics systems for evaluation of alternative SE solutions, hardware evaluation, and to create support environments or support data necessary in order to model, simulate or evaluate test results to create common SE systems capable to operate on standard hardware that will be user friendly Provide all services for software and documentation in accordance with the standards delineated in the EW Process Manual, EW-PRSS-001A, dated 30 October REPORTS, DATA, AND OTHER DELIVERABLES 4.1 In performance of the support identified in this PWS, the contractor shall deliver reports, data, and other documentation in accordance with the applicable Contract Data Requirements List (CDRL). All software and documentation developed and delivered under this task order shall remain the property of the U.S. Government. CDRL ITEM A001 Performance & Cost Report A002 Report A003 A004 A005 A006 A007 A008 A009 DESCRIPTION Contractor s Progress, Status and Management Report - Monthly Technical Report-Study/Services - Conference Minutes/Trip Technical Report-Study/Services Revision to Existing Government Documents Software Test Plan and Description Test Plan/Test Procedures Acceptance Test Plan and Procedures Software Test Report Software Product Specification Software Version Description - Version Description Document

12 10 of 33 A00A A00B Computer Software Product Funds and Labor Hour Expenditure report 4.2 Work completed under this T.0.will require delivery in various forms, such as technical reports, engineering design drawings, information gathering/sorting/transfer techniques, implementation processes; these examples are descriptive rather than all inclusive. Contractor shall exploit and implement new technologies in moving toward a paperless environment, in compliance with all acquisition reform changes. Deliverables may be required in printed, digital media, or via wire/wireless means of communications. It is expected that delivery requirements will shift toward a total electronic medium for transfer and sharing of information during the course of this contract. 5.0 GOVERNMENT FURNISHED ITEMS AND SERVICES 5.1 The Government will furnish access to TACAIR EW laboratories at Point Mugu, Buildings 3008 and 351 on an as-needed and non-interference basis. The Government reserves the right to control the laboratory schedule and use of documentation required for the performance of this Task Order. 5.2 Government Furnished Property (GFP), including Government Furnished Information (GFI) and Government Furnished Equipment (GFE) may be provided to the contractor to accomplish task order requirements. The Contractor shall inventory all GFP and it shall be dispositioned by the Government at the completion of this Task Order. 5.3 No Government workspace, desks, or office supplies will be provided OTHER INFORMATION 6.1 PLACE OF PERFORMANCE The majority of work will be conducted at the contractor s facility and they will need a CAC badge for base access at NAWCWD and for NMCI [remote access]. The hours of operation for NAWCWD Site Personnel shall be those hours established for and by NAWC WD. 6.2 TRAVEL The contractor will be required to travel on the approximately the following trips per year: NAS Patuxent River NAS Lemmore NAS Jacksonville One person, 1 trip One person, 2 trips One person, 2 trips MCAS Iwakuni, Japan One person, 1 trip

13 11 of 33 The Contractor shall provide conference minutes and trip reports in accordance with CDRL A SECURITY. Personnel supporting this T.O. shall be cleared at the SECRET level. The contractor shall comply with the provisions of DD Form 254, Contract Security Classification Specification. Contractor personnel will require access to classified facilities and government documents, and must have appropriate clearances on file with the Naval Base Ventura County Security Office. The contractor shall provide a list of personnel with need-to-know access to the Document Control Center (DCC) controlled data NLT 14 days after the award of the task order. Upon completion of the task order requirements, the contractor shall return all documents to the Government. 6.4 ACRONYMS AND DEFINITIONS ASR CRS DII COE Environment (DII COE) DoD ECM EC/EW EO ES EW Advanced Special Receiver Countermeasures Receiving Set Design of Defense Information Infrastructure Common Operating Department of Defense Electronic Countermeasures Electronic Combat/Electronic Warfare Electro Optical Electronic Surveillance Electronic Warfare FDTPI AN/USM-482 Swept Frequency Measurement Test Set Fault Diagnostic Test Program Instructions FMS GFE GFI GFP IETM IPT NAVAIRSYSCOM Foreign Military Sales Government Furnished Equipment Government Furnished Information Government Furnished Property Integrated Electronic Technical Manual Integrated Product Team Naval Air Systems Command

14 12 of 33 NAWC WD O-LEVEL OEWTPS OTPS PWS QASP TACAIR TECHEVAL TOM RF RWR SE SEPO UDF USAF USN WRA Naval Air Warfare Center Weapons Division Organizational Level [Maintenance] Organizational Electronic Warfare Test Program Sets Operational Test Program Sets Performance Work Statement Quality Assurance Surveillance Plan Tactical Aircraft [Office] Technical Evaluation Task Order Manager Radio Frequency Radar Warning Receivers Support Equipment Support Equipment Program Officer User Data File U.S. Air Force U.S. Navy Weapons Replaceable Assemblies 7.0 PERFORMANCE ASSESSMENT METRICS Performance of services/deliverables shall be assessed by the Task Order Manager (TOM) in accordance with the performance objectives and standards (expectations) established in the attached Quality Assurance Surveillance Plan (QASP). The TOM shall deliver performance evaluations to the Contracts Department, indicating the quality level of performance, no later than two (2) weeks following the established inspection frequency. For this task order, the contractor s performance will be assessed every six months during the task orders period of performance.

15 13 of 33 SECTION D PACKAGING AND MARKING 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.

16 14 of 33 SECTION E INSPECTION AND ACCEPTANCE E-303 INSPECTION AND ACCEPTANCE- - DESTINATION (JAN 2002) Inspection and acceptance of the services to be furnished hereunder shall be made at destination by the Task Order Manager or his duly authorized representative.

17 15 of 33 SECTION F DELIVERABLES OR PERFORMANCE The periods of performance for the following Items are as follows: /14/2008-5/13/ /14/2008-5/13/ /14/2009-5/13/ /14/2010-5/13/ /14/2011-5/13/ /14/2012-5/13/ /14/2009-5/13/ /14/2010-5/13/ /14/2011-5/13/ /14/2012-5/13/2013 CLIN - DELIVERIES OR PERFORMANCE The periods of performance for the following Items are as follows: /14/2008-5/13/ /14/2008-5/13/ /14/2009-5/13/ /14/2010-5/13/ /14/2011-5/13/ /14/2012-5/13/ /14/2009-5/13/ /14/2010-5/13/ /14/2011-5/13/ /14/2012-5/13/2013 Services to be performed hereunder will be provided at NAWCWD Pt. Mugu, CA.

18 16 of 33 SECTION G CONTRACT ADMINISTRATION DATA PAYMENT OF FIXED FEE (NAVAIR) (OCT 2005) (a) The fixed fee, as specified in Section B of this contract, subject to any adjustment required by other provisions of this contract, will be paid in installments. The fixed fee will be paid not more frequently than once every two weeks based on the allowable cost. The amount of each such installment shall be determined by multiplying the number of hours incurred times the fixed fee hourly rate for Satisfactory performance. The fixed fee hourly rate for Satisfactory performance for the base period is per direct labor hour. The fixed fee hourly rate for Satisfactory performance for option period one is per direct labor hour. The fixed fee hourly rate for Satisfactory performance for option period two is per direct labor hour. The fixed fee hourly rate for Satisfactory performance for option period two is per direct labor hour. (b) Evaluation of the contractor's performance will be made in accordance with the Quality Assurance Surveillance Plan (QASP). In the event that the contractor's performance is determined to be Marginal or Unsatisfactory, excess payments previously made on account of fee during the evaluation period shall be repaid by the contractor. The fixed fee hourly rate for Marginal performance for the base period is per direct labor hour. The fixed fee hourly rate for Marginal performance for option period one is per direct labor hour. The fixed fee hourly rate for Marginal performance for option period two is. The fixed Fee hourly rate for Margnial performance for option period three is. Unsatisfactory performance shall earn no fixed fee. (c) The contractor shall submit written notification to the Contracting Officer at the conclusion of each evaluation period. Notification may coincide with the end of the contractor's nearest accounting period. Notification shall include a one-page self-assessment and the number of hours incurred during the evaluation period. (d) Payment shall be made in accordance with FAR Clauses , Allowable Cost and Payment, and , Fixed Fee. (e) Fixed fee related to any hours from the base period that are rolled over into the option, if exercised, shall be combined with the fixed fee for the option to determine a new fixed fee hourly rate. (f) In the event of termination of the work in accordance with the FAR Clause , Limitation of Funds, the fixed fee shall be redetermined by mutual agreement equitably to reflect the reduction of the work performed. The amount by which such fixed fee is less than or exceeds payments previously made on account of fee, shall be paid to (or repaid by) the contractor. (g) The balance of the fixed fee shall be payable in accordance with other clauses of this contract. (h) For indefinite delivery type contracts the terms of this clause apply to each delivery/task order there under. Note: The fixed fee hourly rate will be updated upon exercising the option periods INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (MAR 2008) (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling Once activated, the vendor shall self-register at the web site < Vendor training is available on the Internet at Additional support can be obtained by calling the NAVY WAWF Assistance Line: WAWF (9293).

19 17 of 33 (2) WAWF Vendor "Quick Reference" Guides are located at the following web site: (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 attachable to the invoice in WAWF. Total limit for the size of files per invoice is 5 megabytes. (b) The following information, regarding invoice routing DODAAC s, must be entered for completion of the invoice in WAWF: WAWF Invoice Type: Cost Voucher -- Select Combo for Fixed Price Supplies and Services. Separate invoices and receiving reports may also be used. -- Select Cost Voucher for all Cost or T&M contracts or CLINs. Issuing Office DODAAC: N68936 Admin Office DODAAC: S2404A Inspector DODAAC (usually only used when Inspector & Acceptor are different people): N68936 Ship To DODAAC (for Combo), Service Approver DODAAC (Cost Voucher): N68936 DCAA Office DODAAC (Used on Cost Vouchers only): HAA031 Paying Office DODAAC: HQ0338 Questions? Call WAWF (9293). Enter DODAAC of the activity issuing the contract. Enter Admin Office DODAAC Enter Inspector DODAAC, or leave blank Enter DODAAC Enter DCAA Office DODAAC Enter Paying Office DODAAC Located on Contract (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Final voucher submission will be approved by the ACO. (d) For each invoice / cost voucher submitted for payment, the contractor shall also the WAWF automated invoice notice directly to the following points of contact: Name Phone Role Contract Specialist TOM 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

20 18 of 33 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: Estimated Items Allotted to Cost Allotted to Fee Total Estimated Period of Performance for Which Allotted Amount Covers /14/2008-5/13/ /14/2009-5/13/ /14/2010-4/30/ /14/2011-5/13/ /14/2012-2/28/2013 (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 [ 3000 ] 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: CLIN ESTIMATED CEILING FUNDS THIS ACTION PREVIOUS FUNDING TOTAL FUNDING TO DATE BALANCE UNFUNDED 1000 $377, $ $15, $0.00 $ $394, $ $15, $0.00 $0.00 $ $411, $15, $ $428, $445, $15, $ $15, $0.00 TOTAL $2,137, $1,278, $858,785.65

21 19 of 33 TASK ORDER MANAGER (TOM) APPOINTMENT (JUL 2005) (a) The Task Order Contracting Officer hereby appoints the following individual as the Task Order Manger (TOM) for this task order: Name: Code: Mailing Address: Naval Air Warfare Center Weapons Division Code E, Bldg I Avenue, Suite 1 Point Mugu, CA Telephone: Commercial: (b) The TOM is responsible for those specific functions assigned in the Task Order Manager appointment letter. (c) Only the Task Order Contracting Officer has the authority to modify the terms of the task order. Therefore, in no event will any understanding, agreement, modification, change order, or other matter deviating from the terms of the basic contract or this task order between the contractor and any other person be effective or binding on the Government. If, in the opinion of the contractor, an effort outside the existing scope of this task order is requested, the contractor shall promptly notify the Task Order Contracting Officer in writing. No action shall be taken by the contractor unless the Task Order Contracting Officer, PCO or ACO has issued a formal modification CONTRACT ADMINISTRATION DATA (NAVAIR)(MAR 2007) (a) Contract Administration Office. (1) Contract administration functions (see FAR and DFARS ) are assigned to: See the ADMINISTERED BY Block on the face page of the contract or modification. (2) The following contract administration functions (see FAR (a) and DFARS (a)) will be retained by the Procuring Contracting Officer (PCO): FAR (a) (3), (4), (23), (26)-(29), (31), (38), (44), (46), (47), (51), (58), (59), (67), (70). The remaining contract administration functions are assigned (See FAR ). (b) Inquiries regarding payment should be referred to: MyInvoice at /myinvoice.html

22 20 of 33 Accounting Data SLINID PR Number Amount AA 97X4930 NH2C F FMS Case# AT-P-LDG AA 97X4930 NH2C F FMS Case# AT-P-LDG BASE Funding MOD AB 97X4930 NH2C F WC058PR AB 97X4930 NH2C F WC058PR00781 MOD 01 Funding MOD AC 97X4930 NH2C F A FMS Sae #CN-P-LIE Canada AD 97X4930 NH2C F A FMS Case # CN-P-LIE Canada AE 97X4930 NH2C F A FMS Case #AT-P-LDG Australia MOD 02 Funding MOD AF 97X4930 NH2C F A AF 97X4930 NH2C F A MOD 03 Funding MOD 04

23 21 of AG 97X4930 NH2C F A FMS Case # CN-P-LIE Canada AH 97X4930 NH2C F A FMS Case # FI-P-LBC Finland AJ 97X4930 NH2C F A FMS Case # AT-P-LDG Australia MOD 04 Funding MOD AK 97X4930 NH2C F A MOD 05 Funding MOD AG 97X4930 NH2C F A FMS Case #CN-P-LIE Canada MOD 06 Funding MOD AM 97X4930 NH2C F A MOD 07 Funding MOD AN 97X4930 NH2C F A FMS Case #AT-P-SAF Australia AP 97X4930 NH2C F MOD 08 Funding MOD

24 22 of 33 AQ 97X4930 NH2C F A MOD 09 Funding MOD AR 97X4930 NH2C F A AS 97X4930 NH2C F A MOD 10 Funding MOD AT 97-11X D PSZ LAL AQ 97X4930 NH2C F A Work Completion Date: 11/30/ AQ 97X4930 NH2C F A MOD 11 Funding MOD AU 97X4930 NH2C F A MOD 12 Funding MOD AV 9711X D PATY OSAF AV 9711X D PATY OSAF FMS MOD 13 Funding MOD AN 97X4930 NH2C F A FMS Case #AT-P-SAF Australia

25 23 of AW 97X4930 NH2C F A FMS Case #AT-P-SAF Australia MOD 14 Funding 0.00 MOD AW 97X4930 NH2C F A FMS Case #AT-P-SAF Australia AV 9711X D PATY OSAF FMS Case #AT-P-SAF MOD 15 Funding 0.00 MOD AY 97X4930 NH2C F A FMS Case# AT-P-SAF Australia AZ 97X4930 NH2C F A FMS Case# SZ-P-LAJ Switzerland MOD 16 Funding MOD BA 97X4930 NH2C F A BA 97X4930 NH2C F A MOD 17 Funding MOD BB 97X4930 NH2C F A FMS Case #AT-P-SAF MOD 18 Funding MOD 19

26 24 of 33 BC 97-11X D PSZ LAJ FMS Case #SZ-P-LAJ MOD 19 Funding MOD BD 97X4930 NH2C F A FMS Case #AT-P-SAF MOD 20 Funding MOD BE 97-11X D PMFF LBE FMS Case #MF-P-LBE MOD 21 Funding MOD BF 97X4930 NH2C F A BF 97X4930 NH2C F A MOD 22 Funding MOD BG 97X4930 NH2C F A FMS Case# SZ-P-LAJ Swiss BH 97X4930 NH2C F A FMS Case# MF-P-LBE Malaysia MOD 23 Funding MOD 24 Funding 0.00 MOD BJ 97X4930 NH2C F A WCD: 12/31/12 FMS Case: SZ-P-LAJ

27 25 of BK 97X4930 NH2C F A WCD: 11/29/12 FMS Case: MF-P-LBE MOD 25 Funding MOD BL 97X4930 NH2C F A WCD: 11/30/ BL 97X4930 NH2C F A MOD 26 Funding MOD BG 97X4930 NH2C F A FMS Case# SZ-P-LAJ Swiss BH 97X4930 NH2C F A FMS Case# MF-P-LBE Malaysia BJ 97X4930 NH2C F A WCD: 12/31/12 FMS Case: SZ-P-LAJ MOD 27 Funding MOD BM 97X4930 NH2C F A Funding WCD: 11/29/12 FMS Case: MF-P-LBE BN 97X4930 NH2C F A Funding WCD: 12/31/12 FMS Case: SZ-P-LAJ MOD 28 Funding MOD

28 26 of 33 BP 97X4930 NH2C F A Case# SZ-P-LAJ MOD 29 Funding MOD BQ 97X4930 NH2C F A MOD 30 Funding MOD BQ 97X4930 NH2C F A MOD 31 Funding MOD AU 97X4930 NH2C F A BD 97X4930 NH2C F A FMS Case #AT-P-SAF MOD Funding

29 27 of 33 SECTION H SPECIAL CONTRACT REQUIREMENTS GOVERNMENT INSTALLATION WORK SCHEDULE (NAVAIR) (OCT 2005) -ALT I (OCT 2005) (a) The Holidays applicable to this contract are: New Year s Day, Martin Luther King s Birthday, President s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas Day. (b) In the event that the contractor is prevented from performance as the result of an Executive Order or an administrative leave determination that applies to the using activity, such time may be charged to the contract as a direct cost provided such charges are consistent with the contractor s accounting practices. In the event that any of the above holidays occur on a Saturday or Sunday, or alternate Friday, then such holiday shall be observed as they are by the assigned Government employees at the using activity. (c) The Naval Air Warfare Center Weapons Division works a 4/5/9 work schedule. Therefore alternate Fridays are not a part of the normal workweek for work performed on-site at a Naval Air Warfare Center Weapons Division site. The majority of the Government offices are closed on alternate Fridays. (d) No deviation in the normal workweek will be permitted without express advance approval by the designated Contracting Officer with coordination of the using departments ORDERING PROCEDURES FOR NAVY MARINE CORPS INTRANET (NMCI) SERVICES (NAVAIR) (SEP 2000) (a) This Support Services contract may require the use of and/or access to Department of Navy (DoN) Information Technology (IT) Resources by contractor personnel for contract performance. Applicable DoN IT Resources for performance of this contract shall be procured from the NMCI Contractor pursuant to the authority of NMCI Contract # N D-6000, clause 5.2 Ordering. (b) The Support Services contractor shall obtain written authorization from the Contracting Officer executing this contract, prior to ordering directly from the NMCI Contractor. No NMCI Order may be placed without the prior written authorization of the Contracting Officer. Any NMCI Order exceeding the written authorization of the Contracting Officer shall be treated as an unallowable cost pursuant to FAR Part 31. (c) The Government shall reimburse the contractor for the placement of NMCI Orders including applicable indirect burdens (general & administrative, etc.), excluding profit or fee. POST AWARD CONFERENCE A post award conference will be held as specified in the basic contract. The Government will notify the contractor of the time and location after the award of the task order. The task order post award conferences will establish work level points of contact for the task order, determine the task order administration strategy, roles and responsibilities and ensure prompt payment and task order close out ORGANIZATIONAL CONFLICTS OF INTEREST (NAVAIR) (SERVICES)(MAR 2007) (a) Purpose. This clause seeks to ensure that the contractor (1) does not obtain an unfair competitive advantage over other parties by virtue of its performance of this contract, and (2) is not biased because of its current or planned interests (financial, contractual, organizational or otherwise) that relate to the work under this contract. (b) Scope. The restrictions described herein shall apply to performance or participation by the contractor (as defined in paragraph (d)(7)) in the activities covered by this clause.

30 28 of 33 (1) The restrictions set forth in paragraph (e) apply to supplies, services, and other performance rendered with respect to the suppliers and/or equipment listed in Attachment [insert attachment number]. [insert either Task orders issued under the contract or The contract ] will specify to which suppliers and/or equipment subparagraph (f) restrictions apply. (2) The financial, contractual, organizational and other interests of contractor personnel performing work under this contract shall be deemed to be the interests of the contractor for the purposes of determining the existence of an Organizational Conflict of Interest. Any subcontractor that performs any work relative to this contract shall be subject to this clause. The contractor agrees to place in each subcontract affected by these provisions the necessary language contained in this clause. (c) Waiver. Any request for waiver of the provisions of this clause shall be submitted in writing to the Procuring Contracting Officer. The request for waiver shall set forth all relevant factors including proposed contractual safeguards or job procedures to mitigate conflicting roles that might produce an Organizational Conflict of Interest. No waiver shall be granted by the Government with respect to prohibitions pursuant to access to proprietary data. (d) Definitions. For purposes of application of this clause only, the following definitions are applicable: (1) System includes system, major component, subassembly or subsystem, project, or item. (2) Nondevelopmental items as defined in FAR (3) Systems Engineering (SE) includes, but is not limited to, the activities in FAR (b). (4) Technical direction (TD) includes, but is not limited to, the activities in FAR (b). (5) Advisory and Assistance Services (AAS) as defined in FAR (6) Consultant services as defined in FAR (a). (7) Contractor, for the purposes of this clause, means the firm signing this contract, its subsidiaries and affiliates, joint ventures involving the firm, any entity with which the firm may hereafter merge or affiliate, and any other successor or assignee of the firm. (8) Affiliates, means officers or employees of the prime contractor and first tier subcontractors involved in the program and technical decision-making process concerning this contract. (9) Interest means organizational or financial interest. (10) Weapons system supplier means any prime contractor or first tier subcontractor engaged in, or having a known prospective interest in the development, production or analysis of any of the weapon systems, as well as any major component or subassembly of such system. (e) Contracting restrictions. [ ] (1) To the extent the contractor provides systems engineering and/or technical direction for a system or commodity but does not have overall contractual responsibility for the development, the integration, assembly and checkout (IAC) or the production of the system, the contractor shall not (i) be awarded a contract to supply the system or any of its major components or (ii) be a subcontractor or consultant to a supplier of the system or of its major components. The contractor agrees that it will not supply to the Department of Defense (either as a prime contractor or as a subcontractor) or act as consultant to a supplier of, any system, subsystem, or major component utilized for or in connection with any item or other matter that is (directly or indirectly) the subject of the systems engineering and/or technical direction or other services performed under this contract for a period of [insert the period of prohibition] after the date of completion of the contract. (FAR (a)) [ ] (2) To the extent the contractor prepares and furnishes complete specifications covering nondevelopmental

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

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

ORDER FOR SUPPLIES OR SERVICES (FINAL)

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

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 17-Jun-2015 1300469135-0001,1300498514,1300501091,13

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 18-Jul-2017 1300396920 N/A 6. ISSUED

More information

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

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 19-Aug-2009 92053303, 92053304 N/A

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 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 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) 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 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) 31-Aug-2014 1300369081 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 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) 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) 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 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) 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 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) 30-Sep-2016 M0008112SU00086 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

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) 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 DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 16-Jun-2017 1300630850 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 12-Mar-2013 4. REQUISITION/PURCHASE REQ. NO. 1300139313 5. PROJECT NO. (If applicable) 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) 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) 29-Apr-2010 N66604-0109-7317 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) 20-Mar-24 1300398415 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 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

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

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 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

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

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

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 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

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

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

More information

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

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

More information

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 28 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO.(If applicable)

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

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

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

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

Mr. Daniel W. Chattin Chief Operating Officer

Mr. Daniel W. Chattin Chief Operating Officer ARMED SERVICES BOARD OF CONTRACT APPEALS Appeal of -- ) ) Mountain Chief Management Services, Inc. ) ) Under Contract No. NOOl 78-08-D-5506 ) APPEARANCE FOR THE APPELLANT: APPEARANCES FOR THE GOVERNMENT:

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

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

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

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

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

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

More information

Department of Defense MANUAL

Department of Defense MANUAL Department of Defense MANUAL NUMBER 5000.04-M-1 November 4, 2011 Incorporating Change 1, Effective April 18, 2018 CAPE SUBJECT: Cost and Software Data Reporting (CSDR) Manual References: See Enclosure

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

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

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

More information

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

(Revised January 15, 2009) DISCLOSURE OF INFORMATION (DEC 1991)

(Revised January 15, 2009) DISCLOSURE OF INFORMATION (DEC 1991) (Revised January 15, 2009) 252.204-7000 Disclosure of Information. As prescribed in 204.404-70(a), use the following clause: DISCLOSURE OF INFORMATION (DEC 1991) (a) The Contractor shall not release to

More information

ONR Addendum to the DoD R&D General Terms and Conditions and ONR Programmatic Requirements - Domestic Education and Symposium Projects MAY 2018

ONR Addendum to the DoD R&D General Terms and Conditions and ONR Programmatic Requirements - Domestic Education and Symposium Projects MAY 2018 ONR Addendum to the DoD R&D General Terms and Conditions and ONR Programmatic Requirements - Domestic Education and Symposium Projects MAY 2018 This award is subject to the Department of Defense (DoD)

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

ONR Addendum to the DoD R&D General Terms and Conditions and ONR Programmatic Requirements September 2017

ONR Addendum to the DoD R&D General Terms and Conditions and ONR Programmatic Requirements September 2017 ONR Addendum to the DoD R&D General Terms and Conditions and ONR Programmatic Requirements September 2017 This award is subject to the Department of Defense (DoD) Research and Development (R&D) General

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

Appendix B-1. Feasibility Study Task Order Template

Appendix B-1. Feasibility Study Task Order Template Appendix B-1 Feasibility Study Task Order Template Task Order between and the Massachusetts Clean Energy Technology Center This Task Order dated (the Effective

More information

Department of Defense DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE NUMBER 5101.14 June 11, 2007 Incorporating Change 1, July 12, 2012 Certified Current Through June 11, 2014 D, JIEDDO SUBJECT: DoD Executive Agent and Single Manager for

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

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

DEPARTMENT OF DEFENSE (DFAR) GOVERNMENT CONTRACT PROVISIONS

DEPARTMENT OF DEFENSE (DFAR) GOVERNMENT CONTRACT PROVISIONS PAGE 1 OF 6 INCORPORATION OF FAR CLAUSES The following terms and conditions apply for purchase orders, subcontracts, or other applicable agreements issued in support of a US Government Department of Defense

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

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee]

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee] PROJECT NUMBER _[project number]_ LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee] This Agreement is by and between

More information

U.S. Government Contract FAR and DFARs Clauses Incorporated by Reference

U.S. Government Contract FAR and DFARs Clauses Incorporated by Reference U.S. Government Contract and Ds Clauses Incorporated by For covered subcontracts: 1. The clauses listed below are incorporated by reference herein and in this Order, as applicable, with the same force

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

REQUEST FOR PROPOSAL After Hours Answering Services

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

More information

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 A SPECIAL PROVISIONS

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

More information

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

NAWCWD Long Range Acquisition Forecast (LRAF) Requirements. Distribution Statement A - Approved for public release, distribution is unlimited.

NAWCWD Long Range Acquisition Forecast (LRAF) Requirements. Distribution Statement A - Approved for public release, distribution is unlimited. NAWCWD Long Range Acquisition Forecast (LRAF) Requirements Distribution Statement A - Approved for public release, distribution is unlimited. 1 Weapons Systems Integration and Software Support (WSISS)

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

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

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

More information

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

Supplement 2 Department of Defense FAR Supplement (DFARS) Government Contract Provisions

Supplement 2 Department of Defense FAR Supplement (DFARS) Government Contract Provisions General Terms and Conditions of Purchase Supplement 2 Department of Defense FAR Supplement (DFARS) Government Contract Provisions 1. When the products or services furnished are for use in connection with

More information

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

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

More information

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

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

Department of Defense DIRECTIVE

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

More information

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

Department of Defense DIRECTIVE

Department of Defense DIRECTIVE Department of Defense DIRECTIVE NUMBER 5200.39 September 10, 1997 SUBJECT: Security, Intelligence, and Counterintelligence Support to Acquisition Program Protection ASD(C3I) References: (a) DoD Directive

More information

DOD INSTRUCTION DIRECTOR OF SMALL BUSINESS PROGRAMS (SBP)

DOD INSTRUCTION DIRECTOR OF SMALL BUSINESS PROGRAMS (SBP) DOD INSTRUCTION 5134.04 DIRECTOR OF SMALL BUSINESS PROGRAMS (SBP) Originating Component: Office of the Under Secretary of Defense for Acquisition, Technology, and Logistics Effective: December 4, 2017

More information

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

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

More information

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

SUBPART PRESCRIPTION OF FORMS (Revised October 1, 2000)

SUBPART PRESCRIPTION OF FORMS (Revised October 1, 2000) SUBPART 253.2--PRESCRIPTION OF FORMS (Revised October 1, 2000) 253.204 Administrative matters. 253.204-70 DD Form 350, Individual Contracting Action Report. Policy on use of a DD Form 350 is in 204.670-2.

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

DoD Mentor Protégé Program. Shannon C. Jackson, Program Manager DoD Office of Small Business Programs

DoD Mentor Protégé Program. Shannon C. Jackson, Program Manager DoD Office of Small Business Programs DoD Mentor Protégé Program Shannon C. Jackson, Program Manager DoD Office of Small Business Programs 1 People underestimate their capacity for change. There is never a right time to do a difficult thing.

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

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

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

More information

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. EXHIBIT R-2, RDT&E Budget Item Justification February 2008 RESEARCH DEVELOPMENT TEST & EVALUATION, NAVY / BA-4

UNCLASSIFIED UNCLASSIFIED. EXHIBIT R-2, RDT&E Budget Item Justification February 2008 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 Total PE 92.490 32.552 63.244 64.668

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

2016 Major Automated Information System Annual Report

2016 Major Automated Information System Annual Report 2016 Major Automated Information System Annual Report Logistics Modernization Program Increment 2 (LMP Inc 2) Defense Acquisition Management Information Retrieval (DAMIR) UNCLASSIFIED Table of Contents

More information

ORDER FOR SUPPLIES OR SERVICES PAGE 1 OF 24

ORDER FOR SUPPLIES OR SERVICES PAGE 1 OF 24 1. CONTRACT/PURCH ORDER/AGREEMENT NO. 6. ISSUED BY AFRL/PK USAF/AFMC AFRL WRIGHT RESEARCH SITE 2130 EIGHTH STREET, BUILDING 45 WRIGHT-PATTERSON AFB OH 45433-7541 GAIL NYIKON 937-255-0263 gail.nyikon@us.af.mil

More information

WATERFRONT COMMISSION OF NEW YORK HARBOR

WATERFRONT COMMISSION OF NEW YORK HARBOR WATERFRONT COMMISSION OF NEW YORK HARBOR An Instrumentality of the States of New York and New Jersey Request for Proposal Group 79037Audit Services Classification Code(s): 84-Financial and Financial Related

More information

Item UNIQUE IDENTIFICATION (IUID) JRIB July 2005

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

More information

Forms:

Forms: NAVAL SUPPLY SYSTEMS COMMAND FLEET LOGISTICS CENTER (FLC) SAN DIEGO Addendum to the DoD R&D General Terms and Conditions and Programmatic Requirements (September 2017) Forms: http://www.onr.navy.mil/contracts-grants/manage-grant/grants-forms-download.aspx

More information