ORDER FOR SUPPLIES OR SERVICES (FINAL)

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

ORDER FOR SUPPLIES OR SERVICES

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

ORDER FOR SUPPLIES OR SERVICES PAGE 1 OF 24

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

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 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 3

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

ORDER FOR SUPPLIES OR SERVICES

FOR OFFICIAL USE ONLY

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 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 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 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 PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

RAYTHEON MISSILE SYSTEMS PURCHASE ORDER ATTACHMENT

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

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

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

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

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 PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Contract Oversight for the Broad Area Maritime Surveillance Contract Needs Improvement

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

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

Defense Logistics Agency Instruction. Organic Manufacturing

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

ORDER FOR SUPPLIES OR SERVICES (FINAL)

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

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

FIRST 5 LA GRAPHIC DESIGN VENDOR REQUEST FOR QUALIFICATIONS (RFQ)

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

REQUEST FOR PROPOSALS

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

ORDER FOR SUPPLIES OR SERVICES (FINAL)

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

DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION. Military Interdepartmental Purchase Request (MIPR)

SEE SCHEDULE 10. THIS ACQUISITION IS SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Each

Updates: Subcontracting Program TRIAD

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

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 PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

EXHIBIT A SPECIAL PROVISIONS

DD Form 577 Appointment/ Termination Record-Authorized Signature

MASTER SUBCONTRACTING PLAN FOR DEPARTMENT OF DEFENSE CONTRACTS AND SUBCONTRACTS

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

F 2 AST Streamlined Acquisition Plan (SAP) >$5.5M - <$100M FOR OFFICIAL USE ONLY TEMPLATE OTHER CONTRACTING ACQUISITION PLAN

DELIVERY ORDER 2. DELIVERY ORDER NO. ORIG 07/01/2005 MOD 05/02/ SHIP TO 12. PAYMENT WILL BE MADE BY CODE HQ0338

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

O H I O P U B L I C W O R K S C O M M I S S I O N P R O J E C T G R A N T A G R E E M E N T


1. This Contract Is A Rated Order Contract (Proc. Inst. Ident.) No. 3. Effective Date 4. Requisition/Purchase Request/Project No.

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

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

MOCAS Update. Cassandra McDuff Director, Accounts Payable MOCAS Defense Industry Leaders Conference April 2018

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

1:1 Computer RFP School Year Harrison School District Two

Disadvantaged Business Enterprise Supportive Services Program

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

DOING BUSINESS WITH THE OFFICE OF NAVAL RESEARCH. Ms. Vera M. Carroll Acquisition Branch Head ONR BD 251

GOVERNMENT OF THE DISTRICT OF COLUMBIA Office of Contracting and Procurement REQUEST FOR TASK ORDER PROPOSAL

GOVERNMENT OF THE DISTRICT OF COLUMBIA Office of Contracting and Procurement REQUEST FOR TASK ORDER PROPOSAL

D August 16, Air Force Use of Time-and-Materials Contracts in Southwest Asia

RFP FOR PROFESSIONAL SERVICES

Consultant for Research and Design Services for Equipment and Systems for Unmanned Aerial Vehicle Drone (UAV) for OSU-Cascades

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

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

City of Malibu Request for Proposal

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

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL

ORDER FOR SUPPLIES OR SERVICES (FINAL)

REQUEST FOR PROPOSAL FOR: Grant Writing & Post-Award/Project Implementation Technical Assistance River Valley Community College BID #RVC15-09

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

The University of Texas System Request for Proposal to. Launch an Entrepreneurship Mentor Network Pilot Program RFP# OTC

Request for Proposal. Mobile Application for Customer Interface. October 6 th, 2017 Procurement Contact Holly Hussey

Small Business Considerations New Times, New

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

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

RFP ADDENDUM NO. 1 DISTRICT RFP NO. SV EDUCATION, CLASSROOM, MISCELLANEOUS SUPPORT FURNITURE AND RELATED PRODUCTS AND SERVICES

City of Commerce Request for Proposal Data Management System City of Commerce Transportation Department

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

REQUEST FOR PROPOSAL Milling Services

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

Forms:

Housing Rehabilitation Program Administration

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

Energy Savings Bid Program 2007 Policy Manual

Request for Proposal. Parenting Education

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Transcription:

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 FOB Naval Facilities Engineering and Expeditionary Warfare Center DCMA SAN DIEGO 7675 DAGGET STREET, SUITE 200 Code ACQ- Naval Base Ventura County 1100 23rd Ave-Bldg SAN DIEGO CA 92111-2241 1100 PORT HUENEME CA 93043-4301 9. CONTRACTOR CODE 1HQ30 FACILITY 10. DELIVER TO FOB POINT BY (Date) Epsilon Systems Solutions 9242 Lightwave Ave., Suite 100 San Diego CA 92123-6404 See Schedule 12. DISCOUNT TERMS Net 30 Days WIDE AREA WORK FLOW 13. MAIL INVOICES TO THE ADDRESS IN BLOCK See Section G 14. SHIP TO CODE 15. PAYMENT WILL BE MADE BY CODE HQ0339 See Section D 16. TYPE OF ORDER DELIVERY/ CALL PURCHASE X DFAS Columbus Center, West Entitlement P.O. Box 182381 Columbus OH 43218-2381 This delivery order/call is issued on another Government agency or in accordance with and subject to terms and conditions of numbered contract. DESTINATION OTHER (See Schedule if other) 11. X IF BUSINESS IS SMALL SMALL DISADVANTAGED WOMEN-OWNED MARK ALL PACKAGES AND PAPERS WITH IDENTIFICATION NUMBERS IN BLOCKS 1 AND 2. Reference your furnish the following on terms specified herein. ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME. Tobin Epsilon Systems Solutions Business Development Manager NAME OF CONTRACTOR SIGNATURE TYPED NAME AND TITLE DATE SIGNED (YYYYMMDD) If this box is marked, supplier must sign Acceptance and return the following number of copies: 17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE See Schedule 18. ITEM NO. 19. SCHEDULE OF SUPPLIES/SERVICES 20. QUANTITY ORDERED/ ACCEPTED * See Schedule 21. UNIT 22. UNIT PRICE 23. AMOUNT *If quantity accepted by the Government is same as quantity ordered, indicate by X. If different, enter actual quantity accepted below quantity ordered and encircle. 27a. QUANTITY IN COLUMN 20 HAS BEEN INSPECTED RECEIVED 24. UNITED STATES OF AMERICA 25. TOTAL $580,439.00 BY: /s/cecilia G Marquez 09/27/2013 CONTRACTING/ORDERING OFFICER ACCEPTED, AND CONFORMS TO THE CONTRACT EXCEPT AS NOTED: 26. DIFFERENCES b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE c. DATE d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 28. SHIP NO. 29. D.O. VOUCHER NO. 30. INITIALS PARTIAL 32. PAID BY 33. AMOUNT VERIFIED CORRECT FOR f. TELEPHONE g. E-MAIL ADDRESS 36. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT. COMPLETE 31. PAYMENT 34. CHECK NUMBER a. DATE b. SIGNATURE AND TITLE OF CERTIFYING OFFICER PARTIAL 35. BILL OF LADING NO. FULL 37. RECEIVED AT 38. RECEIVED BY (Print) 39. DATE RECEIVED 40. TOTAL CON-TAINERS 41. S/R ACCOUNT NUMBER 42. S/R VOUCHER NO. DD FORM 1155, DEC 2001 PREVIOUS EDITION IS OBSOLETE.

2 of 2 GENERAL INFORMATION IMPORTANT: All offerors submitting a proposal in response to this solicitation shall notify Helaine Stallion via e-mail at helaine.stallion@navy.mil at the same time of proposal submission stating that they have submitted a proposal through the Seaport-E portal.

1 of 13 SECTION B SUPPLIES OR SERVICES AND PRICES CLIN - SUPPLIES OR SERVICES For FFP Items: Item PSC Supplies/Services Qty Unit Unit Price Total Price ------ --- ----------------- ---- ---- --------------- ---------------- 5000 R499 Installation of 1.0 LO $580,439.00 $580,439.00 Hyperbaric facility at Yokosuka, Japan. (O&MN,N) The proposed Task Order type will be Firm Fixed Price (FFP).

2 of 13 SECTION C DESCRIPTIONS AND SPECIFICATIONS See Attachment (Performance Work Statement - Yokosuka, Japan)

3 of 13 SECTION D PACKAGING AND MARKING Packaging and Marking shall be in accordance with Section D of the Seaport-E Multiple Award Basic contract. All deliverables shall be packaged and marked IAW Best Commercial Practice.

4 of 13 SECTION E INSPECTION AND ACCEPTANCE Upon completion of all work and final submission of all data items, the contractor s Senior Technical Representative shall prepare and sign a Certificate of Final Acceptance memorandum, and submit it to the TOM for signature. The contractor shall include the fully signed memorandum with its final invoice. Inspection and Acceptance shall be in accordance with Section E of the Seaport-E Multiple Award IDIQ Basic contract for Firm Fixed Price Task Orders. Packaging and Marking shall be in accordance with Section D of the Seaport-E Multiple Award IDIQ Basic Contract.

5 of 13 SECTION F DELIVERABLES OR PERFORMANCE The periods of performance for the following Items are as follows: 5000 9/30/2013-9/29/2014 CLIN - DELIVERIES OR PERFORMANCE All provisions and clauses in Section F of the basic contract apply to this task order, unless otherwise specified in this task order. Refer to Section B and the Performance Work Statement for specific deliverables. F.1 - CLIN Performance Periods The period of performance is from the date of task order award through 365 days thereafter. Offerors shall provide a proposal completion schedule if different than the period of performance above as part of their technical proposal. The periods of performance for the following Items are as follows: 5000 9/30/2013-9/29/2014 Services to be performed hereunder will be provided at (insert specific address and building etc.)

6 of 13 SECTION G CONTRACT ADMINISTRATION DATA G14S CONTRACTOR'S SENIOR TECHNICAL REPRESENTATIVE Contractors: Fill-in the information required below and submit it as an attachment to your proposal. the contractor's senior technical representative, point of contact for performance under this task order is: Name:Gary Johnson Title: Program Manager Mailing Address:605 Commerce Street, Portsmouth, VA 23707 E-mail Address: gjohnson@epsilonsystems.com Telphone: 757-399-1630 FAX: 757-399-6845 G17S TOM APPOINTMENT (a) The Task Order Ordering Officer hereby appoints the following individual as the Task Order Manager (TOM) for this task order: Name: Alin Schmutz Title: Hyperbaric and Diving Facilities Program Manager Mailing Address: 720 Kennon Street SE, Suit 333 Washington Navy yard, DC 20374-5063 E-mail Address: alin.schmutz@navy.mil Telphone: 202-433-5479 Commercial: 202-433-5479 DSN 288-5479 (b) The TOM is responsible for those specific functions assigned in the Task Order Administration Plan, attached. (c) Only the 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, an effort outside the existing scope of this task order is requested, the contractor shall promptly notify the Task Ordering Office in writing. No action shall be taken by the contractor unless the Task Order Ordering Officer, or basic contract PCO has issued a formal modification. CONTRACTING OFFICER: Ms. Cecilia Marquez 805-982-2172 cecilia.marquez@navy.mil NAVFAC Expeditionary Warfare Center, EXWC Code ACQ71 Naval Base Ventura County 1100 23 RD Avenue, Bldg.1100 Port Hueneme, CA 93043-4347 CONTRACT SPECIALIST: Helaine Stallion 805-982-4414

7 of 13 helaine.stallion@navy.mil NAVFAC Expeditionary Warfare Center, EXWC Code ACQ71 Naval Base Ventura County 1100 23 RD Avenue, Bldg.1100 Port Hueneme, CA 93043-4347 252.232-7003 Electronic submission of payment requests and receiving reports 252.232-7006 Wide Area WorkFlow Payment Instructions. As prescribed in 232.7004(b), use the following clause: Wide Area Workflow Payment Instructions (JUN 2012) (a) Definitions. As used in this clause Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232 7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s).

8 of 13 ( Contracting Officer: Insert applicable document type(s). Note: If a Combo document type is identified but not supportable by the Contractor's business systems, an Invoice (stand-alone) and Receiving Report (stand-alone) document type may be used instead. ) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ( Contracting Officer: Insert inspection and acceptance locations or Not applicable. ) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) N68732 N62583 N62583 N69218 N/A N/A N/A N/A N62583 N/A N62583 N/A N/A (* Contracting Officer: Insert applicable DoDAAC information or See schedule if multiple ship to/acceptance locations apply, or Not applicable. ) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the Send Additional Email Notifications field of WAWF once a document is submitted in the system.

9 of 13 ( Contracting Officer: Insert applicable email addresses or Not applicable. ) (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. blanca.yanez@navy.mil ( Contracting Officer: Insert applicable information or Not applicable. ) (2) For technical WAWF help, contact the WAWF helpdesk at 866 618 5988. [77 FR 38734, June 29, 2012] Accounting Data SLINID PR Number Amount -------- ---------------------- --------------------- 5000 N6275813RCYY026 580439.00 LLA : AA 1731804 70BA 252 62758 0 062649 2D CYY026 FULLY FUNDED cost code: 627583N4C43Q BASE Funding 580439.00 Cumulative Funding 580439.00

10 of 13 SECTION H SPECIAL CONTRACT REQUIREMENTS ESRS SUBCONTRACT REPORTING IRS and SSR reports shall be submitted via the esrs in accordance with FAR 52.219-9 and 52.219-25. To create an account, go to: http://www.esrs.gov. ACCESS TO GOVERNMENT SITES (a) Contractor personnel shall comply with all current badging and security procedures required to gain access to any government site. The contractor shall ensure that contractor personnel employed or any government site become familiar with and obey activity regulations. Contractor personnel shall not enter restricted areas unless required to do so and until cleared for such entry. (b) All contractor equipment shall be conspicuously marked for identification. The contractor shall strictly adhere to Federal Occupational Safety and Health Agency (OSHA) Regulations, Environmental Protection Agency (EPA) Regulations, and all applicable state and local requirements. CONTRACTUAL AUTHORITY AND COMMUNICATIONS (a) Except as specified in subparagraph (b) below, no order, statement, or conduct of any Government personnel who visit the contractor's facilities or in any other manner communicates with contractor personnel during the performance of this task order shall constitute a change under the Changes clause of this contract. (b) The contractor shall not comply with any order, direction or request of government personnel unless it is issued in writing and signed by the Contracting Officer, or in pursuant to specific authority otherwise included as a part of this task order. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this task order and, notwithstanding provisions contained elsewhere in this task order, the said authority remains solely the Contracting Officer's. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and not adjustment will be made in the task order price to cover any increase in charges incurred as a result thereof. WORK WEEK (a) All or a portion of the effort under this contract will be performed on a Government installation. The normal work week shall be Monday through Friday for all straight time worked. No deviation in the normal work week will be permitted without express advance approval in writing by the designated Ordering Officer(s) with coordination of the using departments. In the event that the contractor fails to observe the normal work week, any resulting costs incurred by the Government shall be chargeable to the contractor. Work on Center shall be performed during the normal work hours at that location unless differing hours are specified at time of task order award. For purposes of scheduling personnel, the contractor is hereby advised that the Government installation will observe all Federal Government holidays. The contractor is further advised that access to the Government installation may be restricted on these holidays. (b) In any event the contractor is prevented from performance as the result of an Executive Order or an administrative leave determination applying to the using activity, such time may be charged to leave or indirect charges in accordance with company policy. KEY PERSONNEL NAVFAC 5252.237-9301 Substitution of Key Personnel (June 1994) The contractor shall provide complete resumes for proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications to those of their persons being

11 of 13 replaced. The Contracting Officer will notify the Contractor within 15 days after receipt of all required information of the consent on substitutes. No change in fixed unit price may occur as a result of key personnel substitution. (End of clause)

12 of 13 SECTION I CONTRACT CLAUSES IN ACCORDANCE WITH THE SEAPORT-E MULTIPLE AWARD BASIC CONTRACT FOR FIRM FIXED PRICE TASK ORDERS 52.222-41 SERVICE CONTRACT ACT (1965)

13 of 13 SECTION J LIST OF ATTACHMENTS attachment 4-CDRLS attachment 1 and 2 SOW and C6 specs