Top Banner
1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 4 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 1 9-29-98 MR983310 6. ISSUED BY CODE OP 7. ADMINISTERED BY (If other than Item 6) CODE John F. Kennedy Space Center, NASA OP Kennedy Space Center, FL 32899 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) (x) 9A. AMENDMENT OF SOLICITATION NO. Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500 Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. NAS10-99001 X 10B. DATED (SEE ITEM 13) CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b). X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: Mutual Agreement of the Parties D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) See Pages 2 - 4 Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Robert J. Coffman -Manager of Finance and Administration Roy M. Colvin II 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED SIGNED October 9, 1998 BY SIGNED October 13, 1998 (Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE 30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243
569

amendment of solicitation/modification of contract - NASA

Mar 26, 2023

Download

Documents

Khang Minh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 4 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

1 9-29-98 MR983310 6. ISSUED BY CODE OP 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA OP Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: Mutual Agreement of the Parties

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

See Pages 2 - 4

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman -Manager of Finance and Administration Roy M. Colvin II

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED SIGNED October 9, 1998 BY SIGNED October 13, 1998

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 2: amendment of solicitation/modification of contract - NASA

NAS10-99001 Modification 1 Page 2 of 4 The following Sections are revised to reflect the following administrative changes. 1. Section B, revise Article B-6, Incremental Transition of Work Requirements, to change Grounds Maintenance at CCAS

(Including Florida Annexes) to begin 01 Dec 99 in lieu of 2000 (1 Oct) and to further define the scope of Pest Control and Refuse Collection at CCAS to include the Florida Annexes. (Page 12) (Attachment 1)

2. Section J, Attachment 1, Statement of Work and Statement of Work Table of Contents (Attachment 2) a. Revise Figure 1, Compliance Documents Listing to incorporate the following documents (Page 76): 3.3.1. NMI 2410.10B (will be replaced NPD 2820), NASA Software Management, Assurance and

Engineering Policy, 4/93 3.3.1 OMB Circular A-11, Transmittal Memorandum #70, Part 3, and Supplemental to Part 3, Planning,

Budgeting, and Acquisition of Capital Assets and Capital Planning guides, 10/97 b. Revise Paragraph 2.2.1.1, Operations, Maintenance, and Engineering to read “Section J, Attachment J-5 (Facilities,

Systems, and Equipment assigned for Operations, Maintenance, and Engineering)”, in lieu of “Section J, Attachment J-4 (Facilities, Systems, and Equipment assigned for Operations, Maintenance, and Engineering)”. (Page 95)

c. Delete Paragraph 2.2.1.9, Storage Tanks. Revise Paragraph 2.2.1.9 to read “Reserved”. (Page 96) d. Revise Paragraph 3.1.2, Security to delete the following: “NOTE: When a conflict exists between existing AIR FORCE

and NASA standards, the more stringent standard shall be applied.” (Page 107) e. Revise Paragraph 3.1.2.1, Security Police Services to delete the following from the third paragraph: “as defined by

NASA and Range Security”. (Page 108) f. Revise Paragraph 3.1.2.1, Security Police Services to read “DOD port operations, roadblocks” in lieu of “DOD port

operations roadblocks”. (Page 108) g. Revise Paragraph 3.1.2.1, Security Police Services to read “with coordination of the NASA COR Manager.” in lieu of

“under direction of the NASA COR Manager.” (Page 109) h. Revise Paragraph 3.1.2.1, Security Police Services to read “The Government will provide existing security equipment to

SGS per Section J, Attachment J-3.” in lieu of “The Government will provide existing security equipment to SGS.” (Page 109)

i. Revise Paragraph 3.1.2.2, Resource Protection Program, Resources Management Program Reviews, to delete “as

determined by NASA and the Air Force” and “as determined by NPG 1620 (Draft), AFI 31-209.” (Page 111) j. Revise Paragraph 3.1.2.3, Security Police Operations bullet to read “as defined in appropriate plans to meet customer

requirements” in lieu of “as directed by NASA/Range Security Office”. (Page 112) k. Revise Paragraph 3.1.2.4, Law Enforcement bullet to delete “determined by the customer or”. (Page 114) l Revise Paragraph 3.1.2.8, Personnel Security bullet to delete “as requested by NASA/Range Security”. (Page 116)

NAS10-99001 Modification 1

Page 3 of 4

Page 3: amendment of solicitation/modification of contract - NASA

m. Revise Paragraph 3.1.2.12, Document Control to delete “subject to the approval of the NASA Security Office”. (Page

118) n. Revise Paragraph 3.2.2.1, General Transportation Services to read “Refueler Maintenance will continue” in lieu of

“Refueling will continue”. (Page 124) o. Revise Paragraph 3.2.3, Laboratories to read “Contractors on the current SFOC, PGOC and Space Station contracts” in

lieu of “ Contractors or the current PGOC and Space Station Contracts”. (Page 127) p. Revise Paragraph 3.2.3.3, Sampling and Analysis to delete the following paragraph (Page 130):

“The facilities that SGS will use in performance of chemical analysis laboratory support are the same facilities and equipment used on the existing J-BOSC, viz., the CRCA Facility and the portion of the new facility that has been dedicated to this sampling and analysis activity.”

q. Revise Paragraph 3.2.3.4, Component Cleaning and Refurbishment to delete the following sentence from the first paragraph (Page 130):

“A Letter of Commitment has been obtained from the current on-base supplier of these resources governing both the cleaning and refurbishment and the sampling and analysis tasks.”

r. Revise Paragraph 3.4.2, Performance Standard 3.4.2-1 to read “Meet need dates as negotiated with customers for 90% of all material acquisitions” in lieu of “Meet need dates shall be met as negotiated with customers for 90% of all material acquisitions”. (Page 149)

s. Revise Paragraph 3.5.1, Medical to read “Services shall be in accordance with NASA/KSC and Air Force physical

examination standards.” In lieu of “Services shall be in accordance with NASA/KSC physical examination standards.” (Page 151)

t. Revise Paragraph 3.5.1.1, General Requirements to read “Provide support to NASA and Air Force launches” in lieu of

“Provide support to STS launches”. (Page 152) u. Revise Paragraph 3.5.1.3, Specific Work Requirements to correct a typographical error in one bullet under Health

Examinations to read “Flight crew primary contact examination” in lieu of “Right crew primary contact examination”. (Page 154)

v. Revise Paragraph 3.5.1.3, Medical Services to read “SGS shall provide clinical services in K6-1145 (Launch Area

Clinic)” in lieu of “SGS shall provide clinical services in K6-1145 (Launch Area CEWC)”. (Page 155) w. Revise Paragraph 3.5.1.3, Medical Services to read “at the time of scheduled physical examinations” in lieu of “at the

time of sound physical examinations”. (Page 156) x. Revise Paragraph 3.5.1.3, Preventive Services to read “in conjunction with the FEHP.” in lieu of “in conjunction with

the FEBP.” (Page 157) y. Revise Paragraph 3.5.2.1, Industrial Hygiene Program bullet to read “Provide baseline HR evaluations” in lieu of

“Provide baseline IR evaluations”. (Page 161) z. Revise Paragraph 3.5.2.1, Industrial Hygiene Program bullet to read “all KSC and CCAS facilities” in lieu of “all KSC

facilities”. (Page 162) aa. Revise Paragraph 3.5.2.1, Industrial Hygiene Program bullet to read “all KSC/CCAS-operated” in lieu of “all

KSC/FJSAF-operated”. (Page 162)

NAS10-99001 Modification 1

Page 4 of 4

Page 4: amendment of solicitation/modification of contract - NASA

bb. Revise Paragraph 3.5.2.1, Industrial Hygiene Program bullet to read “for KSC/CCAS” in lieu of “for KSC”. (Page 162) cc. Revise Paragraph 3.5.2.5, Health Physics (Radiation Protection) Program to read “SGS shall maintain NRC Materials

Licenses for KSC and CCAS;” in lieu of “SGS shall obtain NRC Materials Licenses for KSC and CCAS;” (Page 164) dd. Revise Paragraph 3.5.2.7, Personnel, Licensure, Certification, Training and Experience to read “The Director of the

OMEH program” in lieu of “The Director of the OHEH program”. (Page 165) ee. Revise Paragraph 3.5.2.7, Personnel, Licensure, Certification, Training and Experience to read “Basic Cardiac Life

Support (BCLS), Course C; AHA ACLS provider” in lieu of “Basic Cardiac Life Support (BCLS), Course C; ARA ACLS provider”. (Page 165)

ff. Revise Paragraph 3.5.2.7, Personnel, Licensure, Certification, Training and Experience to read “maintain current AHA

BCLS,” in lieu of “maintain current ARA BCLS,” (Page 165) gg. Revise Paragraph 3.5.2.7, Personnel, Licensure, Certification, Training and Experience to read “All Emergency Medical

Technicians will” in lieu of “AR Emergency Medical Technicians will”. (Page 166) hh. Revise Paragraph 3.5.2.7, Personnel, Licensure, Certification, Training and Experience, the second bullet to read

“Maintain current AHA BCLS,” in lieu of “Maintain current ARA BCLS,” (Page 166) ii. Revise Paragraph 3.5.2.7, Personnel, Licensure, Certification, Training and Experience to read “maintain current AHA

BCLS,” in lieu of “maintain current ARA BCLS,” (Page 166) 3. Section J, Attachment J-3, Government Furnished Property for Contract Performance is revised to update Line Item #27,

J-BOSC Tech Exhibit 7.0-069, USAF Vehicle and Maintenance: Government-Furnished Equipment/Contractor Replaced (CCAS/PAFB) (Page 207) (Attachment 3)

4. Section J, Attachment J-5, Facilities, Systems, and Equipment Assigned for Operations, Maintenance, and Engineering

is revised to update Line Item #86, J-BOSC Tech Exhibit 5.9-310, USAF Vehicle and Maintenance: AF Registered and Non-Registered Vehicles Assigned to CCAS Organizations (Page 222) (Attachment 4)

Page 5: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

2 See Block 16C. MR983310A 6. ISSUED BY CODE OP-OSO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

IM/CW-1/400000/2590C/34/98 Increase $3,543,343 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Contract Article G-2, Contract Funding and FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to provide incremental funding in the amount of $3,543,343. The funds are estimated to be adequate for contract performance through October 5, 1998.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Jonathan P. Parker - Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY SIGNED September 30, 1998

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 6: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

3 See Block 16C. MR983310 S-2 6. ISSUED BY CODE OP-OSO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

IM/CW-1/400000/2590C/34/98 Increase $81,652,000 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Contract Article G-2, Contract Funding and FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to provide incremental funding in the amount of $81,652,000. The funds are estimated to be adequate for contract performance through January 31, 1999.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Roy M. Colvin II - Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY SIGNED October 8, 1998

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 7: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

4 See Block 16C. MR983310 S-3 6. ISSUED BY CODE OP-OSO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

IM/CW-1/400000/2590C/34/98 Increase $7,926,616 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Contract Article G-2, Contract Funding and FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Incremental funding is increased by $7,926,616 as reflected in revised Contract Article G-2, Contract Funding. The funds are estimated to be adequate for contract performance through February 10, 1999. Replacement page 27 is attached and should be appropriately inserted in copies of the contract.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Jonathan P. Parker - Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY SIGNED November 12, 1998

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 8: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

27

PART I - THE SCHEDULE

Section G

Contract Administration Data

ARTICLE G-1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://nais.msfc.nasa.gov/msfc/nasa_ref.html

NASA FAR SUPPLEMENT (48 CFR CHAPTER 18) CLAUSES:

Clause Number Title1852.227-70 NEW TECHNOLOGY (JUL 1995) 1852.242-71 TRAVEL OUTSIDE OF THE UNITED STATES (DEC 1988) 1852.242-73 NASA CONTRACTOR FINANCIAL MANAGEMENT REPORTING (JUL 1997)

ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $1,113,485 09/30/1998

2 $3,260,000 $283,343 $3,543,343 10/04/1998

3 $75,604,000 $6,048,000 $81,652,000 01/31/1999

4 $7,700,000 $226,616 $7,926,616 02/10/1999

TOTAL $1,039,324,852 $87,677,485 $6,557,959 $94,235,444 02/10/1999

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899 Modification 4

Page 9: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

5 See Block 16C. MR983310 S-4 6. ISSUED BY CODE OP-OSO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

IM/CW-1/400000/2590C/34/98 Increase $11,105,921 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Contract Article G-2, Contract Funding and FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Incremental funding is increased by $11,105,921 as reflected in revised Contract Article G-2, Contract Funding. The funds are estimated to be adequate for contract performance through February 20, 1999. Replacement page 27 is attached and should be appropriately inserted in copies of the contract.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

John M. Hammerling - Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /S/ John M. Hammerling November 24, 1998

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 10: amendment of solicitation/modification of contract - NASA
Page 11: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

6 See Block 16C. MR983310 S-5 6. ISSUED BY CODE OP-OSO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

IM/CW-1/400000/2590C/34/98 Increase $37,945,595 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Contract Article G-2, Contract Funding and FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Incremental funding is increased by $37,945,595 as reflected in revised Contract Article G-2, Contract Funding. The funds are estimated to be adequate for contract performance through March 26, 1999. Replacement page 27 is attached and should be appropriately inserted in copies of the contract.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

John M. Hammerling - Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /S/ John M. Hammerling January 19, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 12: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

27

Mod No. 6

PART I - THE SCHEDULE

Section G

Contract Administration Data

ARTICLE G-1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE

(FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://nais.msfc.nasa.gov/msfc/nasa_ref.html

NASA FAR SUPPLEMENT (48 CFR CHAPTER 18) CLAUSES:

Clause Number Title1852.227-70 NEW TECHNOLOGY (JUL 1995) 1852.242-71 TRAVEL OUTSIDE OF THE UNITED STATES (DEC 1988) 1852.242-73 NASA CONTRACTOR FINANCIAL MANAGEMENT REPORTING (JUL

1997) ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $1,113,485 09/30/1998

2 $3,260,000 $283,343 $3,543,343 10/04/1998

3 $75,604,000 $6,048,000 $81,652,000 01/31/1999

4 $7,700,000 $226,616 $7,926,616 02/10/1999 5 $10,217,447 $888,474 $11,105,921 02/20/1999 6 $37,945,595 $0 $37,945,595 03/26/1999 TOTAL $1,039,324,852 $135,840,527 $7,446,433 $143,286,960 03/26/1999

Page 13: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

27.1

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

Page 14: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

7 See Block 16C. MR983310 S-6 6. ISSUED BY CODE OP-OSO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

IM/CW-1/400000/2590C/34/98 Increase $37,945,595 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Contract Article G-2, Contract Funding and FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Incremental funding is increased by $37,945,595 as reflected in revised Contract Article G-2, Contract Funding. The funds are estimated to be adequate for contract performance through March 26, 1999. Replacement page 27 is attached and should be appropriately inserted in copies of the contract.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

John M. Hammerling - Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /S/ John M. Hammerling January 19, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 15: amendment of solicitation/modification of contract - NASA

Mod No. 7

PART I - THE SCHEDULE

Section G

Contract Administration Data

ARTICLE G-1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE

(FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://nais.msfc.nasa.gov/msfc/nasa_ref.html

NASA FAR SUPPLEMENT (48 CFR CHAPTER 18) CLAUSES:

Clause Number Title1852.227-70 NEW TECHNOLOGY (JUL 1995) 1852.242-71 TRAVEL OUTSIDE OF THE UNITED STATES (DEC 1988) 1852.242-73 NASA CONTRACTOR FINANCIAL MANAGEMENT REPORTING (JUL

1997) ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $1,113,485 09/30/1998

2 $3,260,000 $283,343 $3,543,343 10/04/1998

3 $75,604,000 $6,048,000 $81,652,000 01/31/1999

4 $7,700,000 $226,616 $7,926,616 02/10/1999 5 $10,217,447 $888,474 $11,105,921 02/20/1999 6 $37,945,595 $0 $37,945,595 03/26/1999 7 TOTAL $1,039,324,852 $135,840,527 $7,446,433 $143,286,960 03/26/1999

27.1

Page 16: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

8 See Block 16C. 6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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.

X FAR 52.243-2 CHANGES - COST-REIMBURSEMENT (AUG 1987) ALT II (APR 1984) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this Change Order is to provide Military Radar Unit (MRU) support for the period of April 1, 1999 through 30 September, 1999. Primary duties of the MRU are to provide military command and control functions and traffic advisories to participating aircraft operating within Special Use Airspace. Funding in the amount of $50,000 is available for this effort. The Air Force/NASA share ratio that should be applied to this work is 50/50. The appropriate JONs to charge are 59036200 for the Air Force share and NSHUTL00 for the NASA share. As a result of the above change, replacement pages 136, 216, and 269 are attached and should be appropriately inserted in copies of the contract.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Tammy S. Burlein - Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY March 3, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 17: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

136

personnel, and procedures for meeting rescue and firefighting requirements. SGS shall evaluate and prepare for outside evaluations of air traffic system safety in accordance with AFI 13-218, Air Traffic System Evaluation Program.

SGS shall provide day-to-day scheduled, and unscheduled, diagnostic checks and preventive maintenance to ensure airworthiness and availability of NASA/KSC Mission Management Aircraft and helicopters. SGS shall perform all required work at PAFB except for repairs at off-site locations required to allow for the safe continuation of flight mission or return to home station. Should the JPMO exercise options 5a and/or 5b, SGS shall also provide transient aircraft ground services at PAFB including minor maintenance for aircraft visiting KSC on NASA-related business.

SGS shall use manufacturer maintenance requirements and manuals as well as the current FAA-approved inspection program as guidance to provide aircraft services. SGS shall maintain the FAA Airworthiness Certificate for the G-159 current.

SGS shall provide required scheduled and unscheduled diagnostic checks and preventive maintenance to ensure airworthiness and availability of NASA/KSC Mission Management Aircraft (G-159) and helicopters (UH-1H). At off-site locations, SGS shall perform required repairs to the aircraft to allow the safe continuation of flight mission or return to home station.

Perform the duties of a Military Radar Unit (MRU) during the hours of 0600 - 2230 daily, except federal holidays, or when operational requirements dictate for the period of April 1, 1999 through September 30, 1999. MRU functions would require performance at either the Range Operations Control Center (ROCC) or the Shuttle Landing Facility (SLF).

3.2.5.1 Aircraft Maintenance. SGS shall provide fully qualified, certified, and experienced personnel to perform maintenance, preventive maintenance, rebuilding, and alterations. SGS shall implement controls to ensure that only authorized personnel approve aircraft, airframes, aircraft engines, propellers, appliances, or component parts for return to service after maintenance, preventive maintenance, rebuilding, or alteration.

SGS shall maintain visual approach aids, obstruction lighting, control equipment, and approach lighting systems at CCAS and the SLF.

3.2.5.2 General Requirements. SGS shall perform the following tasks:

• Support astronaut flight crew rescue and emergency medical response training activities at KSC;

• Provide documentation and assistance required to support Government procurement and/or acquisition efforts relating to major overhaul or repair of components;

• Pilot the G-159 aircraft and the UH-1H helicopters safely and efficiently, ensuring that the aircraft are operated within the performance limits prescribed by the aircraft manufacturer, DoD, FAA, or established by a formal NASA airworthiness review (SGS pilots shall strictly comply at all times with FAR Part 91, General Operating and Flight Rules, and shall have specific and current knowledge and understanding at all times of special use and restricted airspace, as specified in FAR Part 73);

Mod 8

Deleted: Perform the duties of a Military Radar Unit (MRU) during the hours of 0600 - 2230 daily, except federal holidays, or when operational requirements dictate. MRU functions would require performance at either the Range Operations Control Center (ROCC) or the Shuttle Landing Facility (SLF).

Page 18: amendment of solicitation/modification of contract - NASA

NAS10-99001 SECTION J, ATTACHMENT J-4 COMPLIANCE DOCUMENTS

WBS

Document Number

Avail-ability Book

#

Rev. Date

Document Name

216

3.2.5 AFI 13-203 W 08/97 Air Traffic Control (Chapters 1-3, 5-8, 10&11) (Skid Strip) 3.2.5 AFI 13-213 W 08/97 Airfield Management (Chapters 1-6 & 8) (Skid Strip) 3.2.5 AFI 13-213, Supplement 1 W 12/96 AFSPC 1 Supplement (Skid Strip) 3.2.5 AFI 13-218 W 11/95 Air Traffic System Evaluation Program (Skid Strip) 3.2.5 FAA Approval Letter J 05/91 Definition of NASA 4 Maintenance Program (PAFB) 3.2.5 FAAH 7110.10L J 07/96 Flight Services (SLF/Skid Strip) 3.2.5 FAAH 7110.65J J 07/95 Air Traffic Control (SLF/Skid Strip) 3.2.5 FAAH 7210.3N J 07/97 Facility Operation and Administration (SLF) 3.2.5 FAAH 7220.2A J 07/88 Operational Position Standards (SLF) 3.2.5 FAAO 6850.5C J 03/95 Maintenance of Lighted Navigational Aids (Skid Strip) 3.2.5 FAR Part 139 W 11/87 Certification and Operations: Land Airports Serving Certain Carriers

(SLF)

3.2.5 FAR Part 43 W 05/97 Maintenance, Preventative Maintenance, Rebuilding , and Alteration (PAFB)

3.2.5 FAR Part 65 W 01/95 Certification: Airmen Other Than Flight Crewmembers (PAFB) 3.2.5 FAR Part 73 W 01/81 Special Use Airspace (SLF) 3.2.5 FAR Part 91 W 04/97 General Operating and Flight Rules (Skid Strip) 3.2.5 Federal Air Regulation (FAR)

Part 1 W 04/97 Definitions and Abbreviations (SLF)

3.2.5 FAAH 7610.4, Chapter 13 O 02/90 Special Military Operations 3.2.6 OPLAN 32-3, Vol. IIIA J 09/97 Oil Spill Contingency Plan 3.2.6 OPLAN 32-3, Vol. IIIB J 09/97 Emergency Response Action Plan 3.2.6 OPLAN 32-3, Vol. V-VIII J 09/97 Spill Prevention, Control, and Countermeasures Plan 3.3.1 CIO Directives (will be replaced

with NPG 2800.1) W N/A CIO Executive Notices

3.3.1 NHB 2410.9A W 06/93 NASA Automated Information Security Handbook 3.3.1 NASA Technical Standards W 7/97 Series 2000, Computer Systems, Software, and Data Systems 3.3.1 NMI 2410.10B (will be replaced

with NPD 2820, NASA Software Policies)

W 4/93 NASA Software Management, Assurance and Engineering Policy

Page 19: amendment of solicitation/modification of contract - NASA

NAS10-99001 SECTION J, ATTACHMENT J-4 COMPLIANCE DOCUMENTS

WBS

Document Number

Avail-ability Book

#

Rev. Date

Document Name

216

Mod 8

Page 20: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-9

GLOSSARY, ACRONYMS, AND ABBREVIATIONS

269

LO&SC Launch Operations and Support Contract LOX Liquid oxygen MAN Metropolitan Area Network MAP Measurement Assurance Program MDSSC MacDonnell Douglas Space Systems Company MHE Material Handling Equipment MHZ Megahertz MOU Memorandum of Understanding MSDS Material Safety Data Sheet MRU Military Radar Unit MSFC Marshall Space Flight Center NACE National Association of Corrosion Engineers NASA National Aeronautics and Space Administration NAVFAC Naval Facilities Command NDE Nondestructive Evaluation NEMS NASA Equipment Management System NFIRS National Fire Incident Reporting System NFPA National Fire Protection Association NHB NASA Handbook NIBS National Institute of Building Science NISN NASA Information Systems Network NIST National Institute of Standards and Technology NOTAMS Notice To Airmen NOTU Naval Ordnance Test Unit NPG NASA Policy Guidance NRC Nuclear Regulatory Commission NVR Non-Volatile Residue O&M Operations & Maintenance o/m/e Operations/maintenance/engineering o/m/e/u Operations/Maintenance/Engineering/Utilities OAC Operating Agency Code OBAN Operating Budget Account Number OBY Operating Budget Year OCLC Online Computer Library Center, Inc. OD Operational Directive ODIN Outsourcing Desktops Initiative in NASA OLVIMS On-Line Vehicle Integrated Management System OM Occupational Medicine OMEH Occupational Medicine and Environmental Health OPLAN Operations Plan OS&D Over, Short and Damaged OSHA Occupational Safety and Health Administration PAFB Patrick Air Force Base

Deleted: ¶

Deleted: MRU

Deleted: Military Radar Unit

Deleted: 216

Page 21: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-9

GLOSSARY, ACRONYMS, AND ABBREVIATIONS

269

Mod 8 Deleted: ¶

Deleted: 216

Page 22: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

9 See Block 16C. 6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Article B-10, Priced Option for Transient Alert/AGE Maintenance Services (SOW 3.2.5)

E. IMPORTANT: Contractor [X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Option 5A for Transient Alert and Aerospace Ground Equipment services at Patrick Air Force Base for the period of April 1, 1999 through September 30, 2003 is exercised in the amount of $1,587,002. Article B-3, Contract Value and Article G-2, Contract Funding are updated to reflect the exercise of this option. Replacement pages 9 and 27 are attached and should be appropriately inserted in copies of the contract.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette - Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /S/ SIGNED March 11, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 23: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

9

Mod No. 9

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) -- -- $1,113,485

Basic Period (10/1/98-9/30/03) $961,306,821 $76,904,546 $1,038,211,367

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002

Subtotal $962,776,267 $77,022,102 $1,040,911,854

OptionsOption 1 (10/1/03-9/30/08) $1,023,958,290 $81,916,663 $1,105,874,953

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3A (10/1/99-9/30/03) $8,654,746 $692,380 $9,347,126

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08 $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563

TOTAL $2,025,732,073 $162,058,565 $2,188,904,123

*Earned fees for past periods plus the available fees for future periods.

Page 24: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

27

Mod No. 9

PART I - THE SCHEDULE

Section G

Contract Administration Data

ARTICLE G-1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://nais.msfc.nasa.gov/msfc/nasa_ref.html

NASA FAR SUPPLEMENT (48 CFR CHAPTER 18) CLAUSES:

Clause Number Title 1852.227-70 NEW TECHNOLOGY (JUL 1995) 1852.242-71 TRAVEL OUTSIDE OF THE UNITED STATES (DEC 1988) 1852.242-73 NASA CONTRACTOR FINANCIAL MANAGEMENT REPORTING (JUL

1997) ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $1,113,485 09/30/1998

2 $3,260,000 $283,343 $3,543,343 10/04/1998

3 $75,604,000 $6,048,000 $81,652,000 01/31/1999

4 $7,700,000 $226,616 $7,926,616 02/10/1999 5 $10,217,447 $888,474 $11,105,921 02/20/1999 6 $37,945,595 $0 $37,945,595 03/26/1999 7 $31,621,891 $0 $31,621,891 07/06/1999 9 $1,587,002 TOTAL $1,040,911,854 $167,462,418 $7,446,433 $174,908,851 07/06/1999

Deleted: 9

Deleted: $1,587,002

Deleted: $1,040,911,854

Page 25: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

10 See Block 16C. 6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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.

X FAR 52.243-2 CHANGES - COST-REIMBURSEMENT (AUG 1987) ALT II (APR 1984) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this Change Order is to provide immediate support for completion of effort on the Personnel Access and Security System (PASS) by September 30, 1999. Funding in the amount of $339,500 is available through September 30, 1999 for this effort. The appropriate JON to charge is: NPASS000. As a result of the above change, replacement page 223 of Section J, Attachment J-5 is attached and should be appropriately inserted in copies of the contract. The affected page of J-BOSC Technical Exhibit 7.0-007 is attached for reference.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/ Rene E. Paquette May 6, 1999 BY

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 26: amendment of solicitation/modification of contract - NASA

BOC Technical Exhibit 7.0-007 May 1998

48

Modification 10 • 48 user terminals

SYSTEM SOFTWARE • MODCOMP MAX IV Operating System (Version I) • Logical Data Infinity Database Management System • Logical Data Time Sharing Executive (TSX)

APPLICATION SOFTWARE The majority of applications were implemented by EG&G in a FORTRAN variant known as the Lincoln FORTRAN Preprocessor. A small number of applications have been implemented in Modcomp Assembly Language.

SERVICE CONTRACTS Hardware parts and labor are covered by an annual contract with MODCOMP. The contract provides for four hour response to calls for service, seven days per week.

Personnel Access Security System (PASS) The contractor shall re-engineer and modernize the Pass/Badge Information Management System (PBIMS) and Video Image Badging System (VIBS). The replacement system will be the Personnel Access Security System (PASS). J-BOSC will complete this development project as well as operate and maintain the system during its useful life. The new system will be comprised of two redundant DEC Alpha servers using NT operating systems and Oracle database software. PASS also includes a badge production subsystem that will be provided by the Government for subsequent installation and testing of the badging applications software. The associated communications links, computer services, documentation and project management will also be provided to J-BOSC. Parallel operation of the old and new systems is required while operator training, O&M training and final integration testing is completed. J-BOSC will assume full responsibility for PASS project development to include requirements definition documentation, systems software development and testing, and database conversion. The delivery date for PASS implementation is extended from February 1, 1999 to September 30, 1999.

ACCESS CONTROL AND INTRUSION DETECTION SYSTEM I (ACIDS I)

Page 27: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-5 Facilities, Systems, and Equipment Assigned for Operations, Maintenance, and Engineering

Information in this attachment references pre-existing NASA and Air Force documentation.

Unless otherwise noted, any reference to LBS or BOC shall be read as J-BOSC. Line Item

#

Document Number

Rev. Date

Avail-ability

Document Name

J - JPMO W - Web Site

223 Modification 10

93. J-BOSC Tech. Exhibit 7.0-007 04/99 W NASA Computer Systems, Applications and Databases

94. J-BOSC Tech Exhibit 7.0-014 11/97 W NASA GFE Maintenance Support 95. J-BOSC Tech Exhibit 7.0-016 10/97 J NASA KSC Grounds Maintenance 96. J-BOSC Tech Exhibit 7.0-017 11/97 W NASA KSC OMEU MATRIX 97. J-BOSC Tech Exhibit 7.0-018 11/97 W USAF CCAS PROPELLANT SYSTEMS O&M 98. J-BOSC Tech Exhibit 7.0-027 05/97 J USAF CCAS Water System Study 99. J-BOSC Tech Exhibit 7.0-028 10/97 J USAF PAFB Grounds Areas and Requirements 100. J-BOSC Tech Exhibit 7.0-032 10/97 J USAF CCAS Electronic Security System

Resource Protection Alarm System

101. J-BOSC Tech Exhibit 7.0-052 12/97 W USAF Airfield Services Equipment Listing for AGE Equipment in support of Transient Alert

102. J-BOSC Tech Exhibit 7.0-053 12/97 W USAF Airfield Services Equipment Listing for Transient Alert

103. J-BOSC Tech Exhibit 7.0-069 10/97 W USAF Vehicle and Maintenance: Government-Furnished Equipment/Contractor Replaced (CCAS/PAFB)

104. JOP 15A-3-10 11/95 J O&M for MLV II 105. JOP 15A-3-5 09/95 J Emergency Power, Building 989 106. JOP 15B-3-3 J O&M, NOTU Areas 107. JOP 15B-3-4 09/93 J Management of Government Dredge Spoil

Areas, CCAS

108. JOP 15C-3-2 07/94 J O&M Responsibilities for Air Force Wharf Facilities at Port Canaveral

109. J-BOSC Tech Exhibit 7.0-109 12/97 W J-BOSC interface with LO&SC at CCAS 110. J-BOSC Tech Exhibit 7.0-110 12/97 J CCAS Maps indicating J-BOSC interface with

LO&SC

111. JOP 15E-3-12 07/97 J O&M Responsibilities for the 20 KW Xenon Searchlight Systems

Deleted: 04/99

Page 28: amendment of solicitation/modification of contract - NASA
Page 29: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-5 Facilities, Systems, and Equipment Assigned for Operations, Maintenance, and Engineering

Information in this attachment references pre-existing NASA and Air Force documentation.

Unless otherwise noted, any reference to LBS or BOC shall be read as J-BOSC. Line Item

#

Document Number

Rev. Date

Avail-ability

Document Name

J - JPMO W - Web Site

223 Modification 10

Page 30: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

11 See Block 16C. 6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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.

X FAR 52.243-2 CHANGES - COST-REIMBURSEMENT (AUG 1987) ALT II (APR 1984) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this Change Order is to provide immediate support for the Launch Complex 39 Emergency Power Plant Upgrade. Work includes outages, shop support, engineering support, procurement support and construction surveillance and inspections. Funding in the amount of $280,000 is available for this effort. The authorization to proceed with the support added under this change is at a level not to exceed $280,000, inclusive of cost and fee. Pending negotiation of an equitable adjustment, any aggregate of cost and fee in excess of $280,000 will be expressly unallowable under the contract unless the contractor receives advance written direction otherwise from the contracting officer. The appropriate Job Order Numbers (JON) to charge are: NCOFSIES for construction surveillance and inspections, not to exceed $41,300 and NROS/PMS under a separate Work Order Number (WON), not to exceed $238,700. As a result of the above change, replacement pages 96 and 96.1 are attached and should be appropriately inserted in copies of the contract.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette - Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /S/ Rene E. Paquette March 29, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer)

Page 31: amendment of solicitation/modification of contract - NASA

NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 32: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

96

Modification 11

includes requirements for construction, modification, and repair projects estimated to cost $200,000 or less.

2.2.1.4 Maintenance Support. SGS shall provide engineering services and studies to ensure the economical maintenance of the CCAS and KSC infrastructure to support spacelift and launch base support mission. SGS shall provide life-cycle sustaining engineering for f/s/e. SGS life-cycle sustaining engineering will provide continuing engineering support to: 1) maintain a design that fulfills its original design intent and is compatible with the operational use; 2) upgrade operational performance capabilities through product improvement redesign for more cost-effective operations; 3) incorporate approved changes in requirements as they evolve; and 4) provide other engineering support herein.

2.2.1.5 Engineering Document Center. SGS shall operate and maintain an engineering document center for KSC and CCAS for the release, storage, and retrieval of documents.

2.2.1.6 Damage Reports. SGS shall report damage of ocean, port, and river shorelines at CCAS and KSC.

2.2.1.7 Clear Drainage Systems. SGS shall clear drainage systems, including culverts, and control vegetation along access roads to allow waters to flow freely to natural basins or collecting points.

2.2.1.8 Preparation for Launch, Test, and Training. SGS shall prepare KSC Pad A&B slidewire bunker areas for launch, test, or training exercises.

2.2.1.9 Special Projects for Customers, Support construction, modification, repair, and other special projects from customer as needed.

a. Upgrade of Launch Complex 39 Emergency Power Plant - Modification 11 Work includes submission of outage requests and dig permits and coordination of these with the launch support team, construction surveillance and inspections (including witnessing system tests), electrical switching and engineering support, CCS hardware and software modifications, assuring compliance with environmental regulations, review/development of required documentation (including System Assurance Analysis, as-built drawings, Spare Parts Analysis, Operations and Maintenance Specifications, Operations and Maintenance Instructions and Preventive Maintenance Instructions), procurement support, training on all aspects of the new system and other operational support required to ensure smooth and reliable transition to the new system.

2.2.1.10 Office Moves and Alterations. SGS shall perform moves and office alterations, including the relocation of personnel and office materials, partitions, and systems furniture, and perform the necessary design layout. (The Launch Operations and Support Contract [LO&SC], Space Flight Operations Center [SFOC], KSC Visitor Complex Concessionaire, and Payloads Ground Operations Center [PGOC] are responsible for moves and non-floor-to-ceiling alterations within their assigned areas.) Services extend to minor modifications as necessary (such as the requirement to modify HVAC systems, lighting systems, and fire detection and alarm systems, and to remove and install electrical convenience outlets required for the move). In all facilities, SGS shall design and implement all necessary convenience outlets, lighting, fire

Page 33: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

96

detection and alarm, and HVAC systems to accommodate the move. SGS shall apply best commercial practices

Page 34: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

96.1

Modification 11

for outsourcing non-core functions to a commercial business that specializes in providing office furniture systems, installations, moves, and relocations. SGS shall outsource the function by distributing at least five RFPs to office mover companies in the Space Coast area.

2.2.1.11 Move/Relocate Portable Facilities. SGS shall move or relocate portable buildings, trailers, and mobile homes, including all associated preparation, siting, utilities, and fixtures. SGS shall perform minor site work for house trailers, boxcars, and portable guard shacks, which includes moving single- and double-wide trailers and installing tie-downs, steps, blocking, and skirting.

Page 35: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

12 See Block 16C. 6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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.

X FAR 52.243-2 CHANGES - COST-REIMBURSEMENT (AUG 1987) ALT II (APR 1984) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this Change Order is to provide immediate support for remediation activities of contaminated ditches surrounding the sandblast facility and excess yard on Ransom Road at Kennedy Space Center. Funding in the amount of $300,000 is available for this effort. The authorization to proceed with the support added under this change is at a level not to exceed $300,000, inclusive of cost and fee. Pending negotiation of an equitable adjustment, any aggregate of cost and fee in excess of $300,000 will be expressly unallowable under the contract unless the contractor receives advance written direction otherwise from the contracting officer. The appropriate Job Order Number (JON) to charge is: NENV7075. As a result of the above change, replacement pages 96 and 96.1 are attached and should be appropriately inserted in copies of the contract.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette - Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY April 6, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 36: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

96

Modification 12

includes requirements for construction, modification, and repair projects estimated to cost $200,000 or less.

2.2.1.4 Maintenance Support. SGS shall provide engineering services and studies to ensure the economical maintenance of the CCAS and KSC infrastructure to support spacelift and launch base support mission. SGS shall provide life-cycle sustaining engineering for f/s/e. SGS life-cycle sustaining engineering will provide continuing engineering support to: 1) maintain a design that fulfills its original design intent and is compatible with the operational use; 2) upgrade operational performance capabilities through product improvement redesign for more cost-effective operations; 3) incorporate approved changes in requirements as they evolve; and 4) provide other engineering support herein.

2.2.1.5 Engineering Document Center. SGS shall operate and maintain an engineering document center for KSC and CCAS for the release, storage, and retrieval of documents.

2.2.1.6 Damage Reports. SGS shall report damage of ocean, port, and river shorelines at CCAS and KSC.

2.2.1.7 Clear Drainage Systems. SGS shall clear drainage systems, including culverts, and control vegetation along access roads to allow waters to flow freely to natural basins or collecting points.

2.2.1.8 Preparation for Launch, Test, and Training. SGS shall prepare KSC Pad A&B slidewire bunker areas for launch, test, or training exercises.

2.2.1.9 Special Projects for Customers, Support construction, modification, repair, and other special projects from customer as needed.

a. Upgrade of Launch Complex 39 Emergency Power Plant - Modification 11 Work includes submission of outage requests and dig permits and coordination of these with the launch support team, construction surveillance and inspections (including witnessing system tests), electrical switching and engineering support, CCS hardware and software modifications, assuring compliance with environmental regulations, review/development of required documentation (including System Assurance Analysis, as-built drawings, Spare Parts Analysis, Operations and Maintenance Specifications, Operations and Maintenance Instructions and Preventive Maintenance Instructions), procurement support, training on all aspects of the new system and other operational support required to ensure smooth and reliable transition to the new system.

b. Perform remediation activities of contaminated ditches surrounding the sandblast facility and excess yard on Ransom Road at Kennedy Space Center. Activities include the excavation and disposal of the contaminated soil and reconditioning of the ditches. Work should be accomplished before June 1999.

2.2.1.10 Office Moves and Alterations. SGS shall perform moves and office alterations, including the relocation of personnel and office materials, partitions, and systems furniture, and perform the necessary design layout. (The Launch Operations and Support Contract [LO&SC], Space Flight Operations Center [SFOC], KSC Visitor Complex Concessionaire, and Payloads Ground Operations Center [PGOC] are responsible for moves and non-floor-to-ceiling alterations within their assigned areas.) Services extend to minor modifications as necessary (such as the

Page 37: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

96.1

Modification 12

requirement to modify HVAC systems, lighting systems, and fire detection and alarm systems, and to remove and install electrical convenience outlets required for the move). In all facilities, SGS shall design and implement all necessary convenience outlets, lighting, fire detection and alarm, and HVAC systems to accommodate the move. SGS shall apply best commercial practices for outsourcing non-core functions to a commercial business that specializes in providing office furniture systems, installations, moves, and relocations. SGS shall outsource the function by distributing at least five RFPs to office mover companies in the Space Coast area.

2.2.1.11 Move/Relocate Portable Facilities. SGS shall move or relocate portable buildings, trailers, and mobile homes, including all associated preparation, siting, utilities, and fixtures. SGS shall perform minor site work for house trailers, boxcars, and portable guard shacks, which includes moving single- and double-wide trailers and installing tie-downs, steps, blocking, and skirting.

Page 38: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

13 See Block 16C. 6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc

2411 Dulles Corner Park, Suite 500 9B. DATED (SEE ITEM 11)

Herndon, VA 20171-3430 10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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.

X FAR 52.243-2 CHANGES - COST-REIMBURSEMENT (AUG 1987) ALT II (APR 1984) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this Change Order is to expand logistics/supply services to provide property sales at the NASA Excess and Redistribution Center. Section J, Attachment J-4, Compliance Document Listing is revised to incorporate NPG 4300.1, NASA Personal Property Disposal Procedures and Guidelines. Funding in the amount of $66,159 is available for the period 1 Jun 99 through 30 Sep 99. The appropriate JON to charge is: NXSALES0. As a result of the above change, replacement pages 122 - 124.1 and 213 - 213.1 are attached and should be appropriately inserted in copies of the contract.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Tammy S. Burlein Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/ Tammy S. Burlein 13 Apr 99

(Signature of person authorized to sign) (Signature of Contracting Officer)

Page 39: amendment of solicitation/modification of contract - NASA

NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 40: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

122

Modification 13

• Maintain the IM03 KSC Records Management System database or its equivalent;

• Manage the KSC Petroleum, Oils, and Lubricants (POL) hazardous materials storage facility;

• Deliver fuels to all KSC stationary and mobile equipment, including KSC and CCAS railroad maintenance GFE;

• Provide life-cycle tracking of contractor-acquired hazardous materials at KSC; and

• Report contractor-acquired hazardous materials for use at CCAS, PAFB, and the Florida Annexes via the Air Force Environmental Management Information System (AF-EMIS).

3.2.1.1 Logistics Management Services. SGS shall perform the following:

• Catalog program, standby, and stores stock in the inventory management system;

• Screen Manufacturer's Part Numbers (MPNS) through DLSC for adoption of existing National Stock Numbers (NSNs), request assignment of new NSNs, and ensure compatibility between NSNs common to the installation and DLSC;

• Research stock, GSA/DLA, and Federal Supply Schedules to determine the source of supply for material requirements documents;

• Perform material requirements planning for Mod-Kits requested by NASA; and

• Provide services for NASA/KSC. The type of support includes: Port-o-let service, cash register service, linen service, waste pickup from Ransom Road, and bottled water delivery; it also includes providing maintenance of coveralls, microwave ovens, calculators, mail equipment, scales, typewriters, Government-owned bicycles, and the like).

3.2.1.2 Provide Supply Operations. SGS shall perform the following:

• Provide warehousing services to support operational activities of KSC/NASA. Functions include binning incoming materials, issuing outgoing materials, entering material requirements into KIMS, management of shelf-life controlled materials, management of the hazardous materials storage facility (POL), assembly of NASA modification kits, and maintenance of warehouse location control system;

• Through coordination with the NASA Property Disposal Officer, provide sales of NASA owned surplus, recycled, or exchange/sale of personal property. Perform all aspects of sales preparation including, but not limited to, sales scheduling, lotting, advertising, staging property for sale, customer assistance with inspection of property, security for inspection and sales, loading customer after sale, contract administration, and preparation of all required documentation;

• Perform all aspects of the excess function to include, but not limited to: incheck, locate, store and screen; ultimate disposition through federal transfers, donations (i.e., Stevenson-Wydler/Computers for Learning), sales abandonment and destruction; prepare and maintain all official record files;

Modification 13

Page 41: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

123

• Stock, issue, and purge forms and publications; fill orders or notify of non-availability within 3 days of request; accommodate requests for stocked forms and publications via electronic communication and internal mail system;

• Manage the KSC RSA and update the on-line KSC Records Management System (IM03) pertaining to authorized records disposition;

• Provide supplies and materials to customers;

• Provide customer service for NASA/KSC. Specific requirements include entering customer material requirements into KIMS or another automated supply management system, replenishing bench stocks (including HAZMAT), processing over-the-counter issues, binning, distributing incoming material to all customers within a 50-mile radius of KSC, issuing protective garments, and issuing loan tools and test equipment;

• Provide furniture support to NASA and all authorized customers (SGS shall receive, store, assemble, repair, reupholster, clean, deliver, and pick up for retention and/or excess, all office furniture; SGS shall regularly replenish stock levels, periodically adjusted based on actual demand, for furniture, including executive furniture);

• Conduct inventories of all stock listed supplies and materials;

• Provide temporary custodial storage space to NASA and customers (SGS shall pick up, store, and deliver items;

• Provide receiving services required to support NASA/KSC and CCAS as specified. Specific functions include receiving freight shipments consigned to NASA; in-processing materials and equipment; inspecting for over, short, damaged, special handling or storage requirements; verifying proper receipt documentation; resolving receipt discrepancies; processing documents to ensure accountability; using KIMS or another automated inventory system to support receiving functions, and processing all receipt documentation to the appropriate procurement department); and

• Provide services to the KSC Public Affairs Office and for KSC special events.

3.2.1.3 Provide Property Management. SGS shall bar code equipment for J-BOSC and NASA equipment. This includes bar-coding the items and the creation of an equipment receipt record equipment. This includes bar-coding the items and the creation of an equipment receipt record (ERR) with supporting documentation. Items are to be listed in NEMS for equipment used by J-BOSC. SGS shall also maintain control of J-BOSC equipment.

SGS shall conduct equipment inventories. Equipment inventories include the NASA 100 percent triennial inventory, NASA sensitive item random sample inventory, and the J-BOSC biennial inventory. A semiannual J-BOSC Equipment Loss Rate shall be calculated based on line items lost during the fiscal year.

SGS shall perform excess property management for excess property identified by NASA, J-BOSC, and KSC contractors. This includes entering information into the NASA Property Disposal Management System (NPDMS) to accomplish NASA and other federal agency screening and disposition. SGS shall record excess property freezes and dispositions using

Modification 13

Page 42: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

124

NPDMS and retain the official documentation file for receipts and dispositions of excessed property.

Performance Standard

3.2.1-1 (PS) 90% of supplies, materials, and support services provided to meet the customer’s negotiated need date, but in no case shall be later than three work days after the negotiated need date.

3.2.1-2 (DS) Report hazardous materials transactions via AF-EMIS within one work day. 3.2.1-3 (DS) Warehousing actions shall be processed within two work days after receipt of

appropriate documentation, with none to exceed four work days. 3.2.1-4 (DS) Equipment inventory results available within 30 days of completion. 3.2.1-5 (DS) Initiate actions to resolve frustrated shipments within five work days. 3.2.1-6 (DS) Distribute available forms and publications within three work days of request. 3.2.1-7 (DS) Perform routine RSA transactions within three work days and priority transactions

performed as requested. 3.2.1-8 (DS) Custodial storage and retrieval actions shall be completed within five (5) work days

after receipt of approved document, with none to exceed ten (10) work days. 3.2.1-9 (DS) Support shall be provided to the KSC Public Affairs Office and for KSC special

events to meet negotiated need dates for each respective event. 3.2.1-10 (DS) A NASA Tagging Accuracy rate of 85% shall be maintained. The tagging accuracy

rate = 1 - (items tagged with error or errors/total items tagged for the period). 3.2.1-11 (DS) NASA equipment inventories shall be performed on 100% of the items on the

account triennially in accordance with SGS documented inventory schedule. 3.2.1-12 (DS) NASA sensitive item random sample inventories shall be performed (20% of

accounts items) in accordance with SGS documented inventory schedule.

3.2.2 Transportation. SGS shall provide transportation services to meet scheduled and unscheduled operations, to include off-site support, authorized programs, and special events as directed by the Government.

3.2.2.1 General Transportation Services. SGS shall close the KSC motor pool and consolidate it into the much larger CCAS motor pool. SGS shall provide transportation services required to support KSC, CCAS, and PAFB. Transportation services at PAFB will be provided through a sub-motor pool at that location. This sub-motor pool will provide taxi, bus (both scheduled and flight line) and U-Drive-It vehicle pool. The general purpose vehicle fleet will be GSA leased and maintained. Scheduled bus service at PAFB will be with 15-, 20-, and 40-passenger buses. Maintenance of Government owned buses will be at CCAS. Refueler Maintenance will continue to be provided at PAFB from Building 676. The basic functions include shipping, receiving, packing and crating, pick up and delivery of supplies, materials, and equipment. The motor pools will also be storage locations for vehicles, where operational maintenance is performed, and from where the vehicles will be dispatched. SGS shall provide the following transportation services:

Provide transportation of flight hardware, support equipment and general labor services on KSC, CCAS, and PAFB;

Page 43: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

124.1

Modification 13

• Control the custody of, accounting for, preparation of, correction of, and conversion of Government Bills of Lading (GBL) for use with Government shipments, and maintain records, files, and documentation;

• Provide cargo pickup/delivery between facilities located on KSC, CCAS, and KSC;

• Provide transportation support of electronic and other equipment for calibration at KSC, CCAS, and PAFB;

Page 44: amendment of solicitation/modification of contract - NASA

NAS10-99001 SECTION J, ATTACHMENT J-4 COMPLIANCE DOCUMENTS

WBS

Document Number

Avail-ability Book

#

Rev. Date

Document Name

Key: J - JPMO; O - Other, generally available through other sources; T - Tailored; W - Web Site

213

Modification 13

3.1.3 Executive Order 12148, Section 2-101

O 08/82 Federal Emergency Management

3.1.3 Executive Order 12472 O 04/84 Telecommunications Emergency Preparedness 3.1.3 Executive Order 12656 O 11/88 Assignment of Emergency Preparedness Responsibilities 3.1.3 Federal Radiological

Emergency Response Plan J 05/96 Federal Radiological Emergency Response Plan (FRERP)

3.1.3 NPG 8715.1 (replaces NHB 1040.3)

J 08/96 NASA Emergency Preparedness Plan

3.2.1 AFI 32-7086 W 07/97 Hazardous Materials Management 3.2.1 J-BOSC Tech Exhibit 7.0-001 W 01/98 NASA Supply Customer Support Matrix

3.2.1.2 NHB 4300.1 W NASA Personal Property Disposal Manual 3.2.2 AFI 24-301 (T) W 04/95 Vehicle Operations 3.2.2 45SW OPLAN 10-403 W 09/96 Installation Deployment Plan 3.2.2 45SW OPLAN 28-31 (Being

revised: will be OPLAN 10-404) J 02/94 Base Support Plan

3.2.2 IATA O 97th ed. International Airline Transportation Association 3.2.2 ICAO O 96-98 International Civil Aviation Organization 3.2.2 IMDG O 1996 International Maritime Dangerous Goods 3.2.2 J-BOSC Tech Exhibit 7.0-005 W 10/97 NASA Transportation Customer Support Matrix 3.2.2 SA 15A-1-13 W 10/95 437 MAW 3.2.2 SA 15A-1-16 W 04/97 Det 3 ASC 3.2.2 SA 15A-1-19 W 02/95 HQ AFROTC (Sr ROTC) 3.2.2 SA 15A-1-2 W 10/96 333 USAFRSQ 3.2.2 SA 15A-1-23 W 12/96 822 ASTS 3.2.2 SA 15A-1-26 W 07/95 301 RQS 3.2.2 SA 15A-1-32 J 03/92 ESC/OL-AT (JOINT STARS) 3.2.2 SA 15A-1-36 W 02/95 HQ AFROTC (Jr. ROTC)

Page 45: amendment of solicitation/modification of contract - NASA

NAS10-99001 SECTION J, ATTACHMENT J-4 COMPLIANCE DOCUMENTS

WBS

Document Number

Avail-ability Book

#

Rev. Date

Document Name

Key: J - JPMO; O - Other, generally available through other sources; T - Tailored; W - Web Site

213.1

Modification 13

3.2.2 SA 15A-1-7 W 08/95 114 CCS 3.2.2 SA 15A-1-9 J 08/92 AFTAC 3.2.2 SA 15B-1-1 W 05/96 MSCO 3.2.2 SA 15B-1-4 J 12/90 NOTU 3.2.2 SA 15B-1-5 W 03/95 CD, NSWC

Page 46: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

14 See Block 16C. 6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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.

X FAR 52.243-2 CHANGES - COST-REIMBURSEMENT (AUG 1987) ALT II (APR 1984) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this Change Order is to provide immediate support for the disposal of remediation waste at the Mobile Launch Platform (MLP) Parksite at Kennedy Space Center. Funding in the amount of $340,000 is available for this effort. The authorization to proceed with the support added under this change is at a level not to exceed $340,000, inclusive of cost and fee. Pending negotiation of an equitable adjustment, any aggregate of cost and fee in excess of $340,000 will be expressly unallowable under the contract unless the contractor receives advance written direction otherwise from the contracting officer. The appropriate Job Order Number (JON) to charge is: NENV7075. As a result of the above change, replacement pages 96 and 96.1 are attached and should be appropriately inserted in copies of the contract.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette - Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /S/ Rene E. Paquette April 22, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 47: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

96

Modification 14

includes requirements for construction, modification, and repair projects estimated to cost $200,000 or less.

2.2.1.4 Maintenance Support. SGS shall provide engineering services and studies to ensure the economical maintenance of the CCAS and KSC infrastructure to support spacelift and launch base support mission. SGS shall provide life-cycle sustaining engineering for f/s/e. SGS life-cycle sustaining engineering will provide continuing engineering support to: 1) maintain a design that fulfills its original design intent and is compatible with the operational use; 2) upgrade operational performance capabilities through product improvement redesign for more cost-effective operations; 3) incorporate approved changes in requirements as they evolve; and 4) provide other engineering support herein.

2.2.1.5 Engineering Document Center. SGS shall operate and maintain an engineering document center for KSC and CCAS for the release, storage, and retrieval of documents.

2.2.1.6 Damage Reports. SGS shall report damage of ocean, port, and river shorelines at CCAS and KSC.

2.2.1.7 Clear Drainage Systems. SGS shall clear drainage systems, including culverts, and control vegetation along access roads to allow waters to flow freely to natural basins or collecting points.

2.2.1.8 Preparation for Launch, Test, and Training. SGS shall prepare KSC Pad A&B slidewire bunker areas for launch, test, or training exercises.

2.2.1.9 Special Projects for Customers, Support construction, modification, repair, and other special projects from customer as needed.

a. Upgrade of Launch Complex 39 Emergency Power Plant - Modification 11 Work includes submission of outage requests and dig permits and coordination of these with the launch support team, construction surveillance and inspections (including witnessing system tests), electrical switching and engineering support, CCS hardware and software modifications, assuring compliance with environmental regulations, review/development of required documentation (including System Assurance Analysis, as-built drawings, Spare Parts Analysis, Operations and Maintenance Specifications, Operations and Maintenance Instructions and Preventive Maintenance Instructions), procurement support, training on all aspects of the new system and other operational support required to ensure smooth and reliable transition to the new system.

b. Perform remediation activities of contaminated ditches surrounding the sandblast facility and excess yard on Ransom Road at Kennedy Space Center. Activities include the excavation and disposal of the contaminated soil and reconditioning of the ditches. Work should be accomplished before June 1999.

c. Disposal of remediation waste at the Mobile Launch Platform (MLP) Parksite at KSC - Modification 14. Disposal includes both Toxic Substance Control Act (TSCA) waste and non-TSCA waste. Work can only be accomplished while MLP is not at the Parksite. Work must be completed no later than June 30, 1999.

2.2.1.10 Office Moves and Alterations. SGS shall perform moves and office alterations, including the relocation of personnel and office materials, partitions, and systems furniture, and perform the necessary design layout. (The Launch Operations and Support Contract [LO&SC], Space Flight Operations Center [SFOC], KSC Visitor Complex Concessionaire, and Payloads

Page 48: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

96.1

Modification 14

Ground Operations Center [PGOC] are responsible for moves and non-floor-to-ceiling alterations within their assigned areas.) Services extend to minor modifications as necessary (such as the requirement to modify HVAC systems, lighting systems, and fire detection and alarm systems, and to remove and install electrical convenience outlets required for the move). In all facilities, SGS shall design and implement all necessary convenience outlets, lighting, fire detection and alarm, and HVAC systems to accommodate the move. SGS shall apply best commercial practices for outsourcing non-core functions to a commercial business that specializes in providing office furniture systems, installations, moves, and relocations. SGS shall outsource the function by distributing at least five RFPs to office mover companies in the Space Coast area.

2.2.1.11 Move/Relocate Portable Facilities. SGS shall move or relocate portable buildings, trailers, and mobile homes, including all associated preparation, siting, utilities, and fixtures. SGS shall perform minor site work for house trailers, boxcars, and portable guard shacks, which includes moving single- and double-wide trailers and installing tie-downs, steps, blocking, and skirting.

Page 49: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT NAS10-99001 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

15 See Block 16C. 6. ISSUED BY CODE OP-ESO RP 7. ADMINISTERED BY (If other than Item 6) CODE OP-ESO RP

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support 2411 Dulles Corner Park, Suite 500 Herndon, VA 20171-3430

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 copies 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 ACKNOWLEDGMENT 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

x D. OTHER (Specify type of modification and authority) Unilateral Modification in accordance with Attachment J8, JBOSC Award Fee Evaluation Plan

E. IMPORTANT: Contractor [X] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to revise Articles B-3 and B-4 to reflect the amount of award fee earned as determined by the Fee Determination Official on April 26, 1999, for the period October 1, 1998 through March 31, 1999. Notice is hereby given that award fee in the amount of $6,190,000 has been earned for the stated period. The total available award fee pool is therefore reduced by $1,546,689 from $7,736,689 to $6,190,000. NOTE: PROVISIONAL AWARD FEE PAYMENT DISBURSED TO DATE IN THE AMOUNT OF $3,868,344, IS HEREBY DEDUCTED FROM THE EARNED AWARD FEE of $6,190,000 FOR A NET PAYAMENT DUE OF $2,321,656. 2. As a result of the above changes, pages 9 and 10 of said contract, as modified, are hereby deleted and new pages 9 and 10 , are substituted in lieu thereof.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/ Rene E. Paquette April 27, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 50: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

9

Mod No. 15

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) -- -- $1,113,485

Basic Period (10/1/98-9/30/03) $961,306,821 $75,357,857 $1,036,664,678

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002

Subtotal $962,776,267 $75,475,413 $1,039,365,165

OptionsOption 1 (10/1/03-9/30/08) $1,023,958,290 $81,916,663 $1,105,874,953

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3A (10/1/99-9/30/03) $8,654,746 $692,380 $9,347,126

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08 $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563

TOTAL $2,025,732,073 $160,511,876 $2,187,357,434

*Earned fees for past periods plus the available fees for future periods.

Page 51: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

10

Mod No. 15

ARTICLE B-4 AWARD FEE SCORES

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, the award fee score, and the adjective rating.

B ASICM ax Ava ilab le

Award FeeEarned Award

Fee M od N o.10/01/98 03/31/99 $7,736,689 $6,190,000 1504/01/99 09/30/99 $7,749,74910/01/99 03/31/00 $7,503,20004/01/00 09/30/00 $7,503,20010/01/00 03/31/01 $7,747,37304/01/01 09/30/01 $7,747,37310/01/01 03/31/02 $7,695,38104/01/02 09/30/02 $7,695,38110/01/02 03/31/03 $7,821,87804/01/03 09/30/03 $7,821,878T O T AL $77,022,102 $6,190,000

O PT IO N10/01/03 03/31/04 $7,942,25404/01/04 09/30/04 $7,942,25410/01/04 03/31/05 $8,035,78704/01/05 09/30/05 $8,035,78710/01/05 03/31/06 $8,154,29604/01/06 09/30/06 $8,154,29610/01/06 03/31/07 $8,317,05304/01/07 09/30/07 $8,317,05210/01/07 03/31/08 $8,508,94204/01/08 09/30/08 $8,508,942

T O T AL $81,916,663G R AN D T O T AL $158,938,765 $6,190,000

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

In accordance with FAR Clause 52,216-15, the contractor shall submit within six (6) months after its fiscal year end, and on an annual basis, an adequate final indirect cost rate proposal to the contracting officer concurrent with the

Page 52: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

16 See Block 16C. MR983310 S-7 6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

IM/CW-1/400000/2590C/34/98 Increase $15,500,042 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Contract Article G-2, Contract Funding and FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Incremental funding is increased by $15,500,042 as reflected in revised Contract Article G-2, Contract Funding. The funds are estimated to be adequate for contract performance through September 30, 1999. Replacement page 27 is attached and should be appropriately inserted in copies of the contract.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette - Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /S/ Rene E. Paquette June 23, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 53: amendment of solicitation/modification of contract - NASA

27

Mod No. 16

PART I - THE SCHEDULE

Section G

Contract Administration Data

ARTICLE G-1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE

(FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://nais.msfc.nasa.gov/msfc/nasa_ref.html

NASA FAR SUPPLEMENT (48 CFR CHAPTER 18) CLAUSES:

Clause Number Title 1852.227-70 NEW TECHNOLOGY (JUL 1995) 1852.242-71 TRAVEL OUTSIDE OF THE UNITED STATES (DEC 1988) 1852.242-73 NASA CONTRACTOR FINANCIAL MANAGEMENT REPORTING (JUL

1997) ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $1,113,485 09/30/1998

2 $3,260,000 $283,343 $3,543,343 10/04/1998

3 $75,604,000 $6,048,000 $81,652,000 01/31/1999

4 $7,700,000 $226,616 $7,926,616 02/10/1999 5 $10,217,447 $888,474 $11,105,921 02/20/1999 6 $37,945,595 $0 $37,945,595 03/26/1999 7 $31,621,891 $0 $31,621,891 7/06/1999 8 $2,560,029 $0 $2,560,029 09/30/1999 9 $1,587,002 15 -$1,546,689 16 $14,260,039 $1,240,003 $15,500,042 09/30/1999 TOTAL $1,039,365,165 $184,282,486 $8,686,436 $192,968,922 09/30/1999

Deleted: 16

Deleted: $14,260,039

Deleted: $1,240,003

Deleted: $15,500,042

Deleted: 09/30/1999

Deleted: TOTAL

Deleted: $1,039,365,165

Deleted: $184,282,486

Deleted: $8,686,436

Deleted: $192,968,922

Deleted: 09/30/1999

Page 54: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

17 See Block 16C. 6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost-Reimbursement (Aug 1987) Alt II (Apr 1984)

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [ X] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to incorporate the requirements to support Video Teleconferencing Systems (ViTS) and Collaborative Engineering Environment (CEE) Labs into the base period effective July 1, 1999 through September 30, 2003, and into option 1 for the period of October 1, 2003, through September 30, 2008. Equitable adjustment, including fee, for the base period is $561,314 and for option 1 $751,019, with a total of $1,312,333. Article B-3, Contract Value, Article B-4, Award Fee Scores, Article G-2, Contract Funding, Section J-1, Statement of Work, paragraph 3.3.2.1, and Section J-5, Facilities, Systems, and Equipment Assigned for Operations, Maintenance, and Engineering, Technical Exhibit 7.0-007, NASA Computer Systems, Applications and Databases are updated to reflect this change. Replacement pages 9, 10, 27, 140 and 223 are attached and should be appropriately inserted in copies of the contract. In consideration of the modification agreed to herein as complete equitable adjustments for the contractor’s proposal for adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposal for adjustment.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Rene E. Paquette Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/ ROBERT J. COFFMAN July 1, 1999 BY /S/ RENE E. PAQUETTE July 1, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer)

Page 55: amendment of solicitation/modification of contract - NASA

NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 56: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

9

Mod No. 17

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) -- -- $1,113,485

Basic Period (10/1/98-9/30/03) $961,826,556 $75,399,436 $1,037,225,992

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002

Subtotal $963,296,002 $75,516,992 $1,039,926,479

OptionsOption 1 (10/1/03-9/30/08) $1,024,653,678 $81,972,294 $1,106,625,972

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3A (10/1/99-9/30/03) $8,654,746 $692,380 $9,347,126

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08 $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563

TOTAL $2,026,947,196 $160,609,086 $2,188,669,767

*Earned fees for past periods plus the available fees for future periods.

Page 57: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

10

Mod No. 17

ARTICLE B-4 AWARD FEE SCORES

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, the award fee score, and the adjective rating.

B ASICM ax Availab le

Aw ard FeeEarned Aw ard

Fee M od N o.10 /01 /98 03/31/99 $7,736,689 $6,190,000 1504/01 /99 09/30/99 $7,752,03810/01 /99 03/31/00 $7,507,93004/01 /00 09/30/00 $7,507,93010/01 /00 03/31/01 $7,752,21704/01 /01 09/30/01 $7,752,21810/01 /01 03/31/02 $7,700,34704/01 /02 09/30/02 $7,700,34710/01 /02 03/31/03 $7,826,98204/01 /03 09/30/03 $7,826,983T O T AL $77,063,681 $6,190,000

O PT IO N10/01 /03 03/31/04 $7,947,50504/01 /04 09/30/04 $7,947,50610/01 /04 03/31/05 $8,041,18804/01 /05 09/30/05 $8,041,18810/01 /05 03/31/06 $8,159,84904/01 /06 09/30/06 $8,159,84910/01 /06 03/31/07 $8,322,77104/01 /07 09/30/07 $8,322,77010/01 /07 03/31/08 $8,514,83404/01 /08 09/30/08 $8,514,834

T O T AL $81,972,294G R AN D T O T AL $159,035,975 $6,190,000

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

In accordance with FAR Clause 52,216-15, the contractor shall submit within six (6) months after its fiscal year end, and on an annual basis, an adequate final indirect cost rate proposal to the contracting officer concurrent with the

Page 58: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

27

Mod No. 17

PART I - THE SCHEDULE

Section G

Contract Administration Data

ARTICLE G-1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://nais.msfc.nasa.gov/msfc/nasa_ref.html

NASA FAR SUPPLEMENT (48 CFR CHAPTER 18) CLAUSES:

Clause Number Title 1852.227-70 NEW TECHNOLOGY (JUL 1995) 1852.242-71 TRAVEL OUTSIDE OF THE UNITED STATES (DEC 1988) 1852.242-73 NASA CONTRACTOR FINANCIAL MANAGEMENT REPORTING (JUL

1997) ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $1,113,485 09/30/1998

2 $3,260,000 $283,343 $3,543,343 10/04/1998

3 $75,604,000 $6,048,000 $81,652,000 01/31/1999

4 $7,700,000 $226,616 $7,926,616 02/10/1999 5 $10,217,447 $888,474 $11,105,921 02/20/1999 6 $37,945,595 $0 $37,945,595 03/26/1999 7 $31,621,891 $0 $31,621,891 07/06/1999 9 $1,587,002 15 -$1,546,689 16 $14,260,039 $1,240,003 $15,500,042 09/30/1999 17 $561,314 TOTAL $1,039,926,479 $184,282,486 $8,686,436 $192,968,922 09/30/1999

Page 59: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

140

Mod No. 17

• Provide client/server and database management capability and systems, plus functional and physical interface to external providers of mainframe, desktop, and communication services;

• Ensure year 2000 compliance for all existing and/or new applications/systems (including COTS products), and provide quarterly input for Center report to Office of Management and Budget (OMB);

• Support NASA in reviewing and implementing Chief Information Officer (CIO) directives and standards, and comply with those directives after they have been adopted;

• Provide a semi-annual Information Technology Plan that identifies priorities and schedules for IT systems support and re-engineering efforts; and Perform risk management, disaster recovery, and security for supported systems/applications.

Performance Standard 3.3.1-1 (PS) Computer systems and applications shall be operational and/or available 99% of the

time, with unscheduled downtime not exceeding four hours for critical systems or 12 hours for non-critical systems for each incident.

3.3.1-2 (PS) Unauthorized actions that result in system access, denial of service, loss of data, loss of system or data integrity, or disclosure of sensitive information shall be reported to the Government within two hours of detection.

3.3.1-3 (PS) Year 2000 Compliance Metrics shall be maintained, met, and reported. 3.3.1-4 (PS) 98% of IT milestones and products shall be provided as scheduled or as negotiated

with the customer. 3.3.1-5 (PS) 98% of software deliverables shall run without error two weeks of delivery to the

customer. 3.3.1-6 (PS) System up-time and maintenance response shall be complied with 100% of the time. 3.3.1-7 (PS) The IT Security Plan shall be complied with 100% of the time.

3.3.2 Communications. SGS shall operate and maintain the administrative/institutional computer and data communication systems and their associated equipment and data communications circuits/cables, and provide end user computer/workstation support. In accomplishing these activities, SGS shall ensure the end-to-end integrity of all communications equipment, and provide resources required to support J-BOSC responsibility.

3.3.2.1 General Requirements. SGS shall provide communication support for NASA administrative and institutional management, including:

• Local area networking and administrative communications;

• Provide network management, planning and requirements coordination, operation and maintenance, SE, and upgrade of the Kennedy Data Network;

• Interface with the KSC cable plant, backbone, and other communication systems and providers;

• Provide pagers and cell phone loaner pool administration. • Provide low bandwidth video and video conferencing support to include Video

Teleconferencing Systems (ViTS) and Collaborative Engineering Environment (CEE) Labs.

Page 60: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-5 Facilities, Systems, and Equipment Assigned for Operations, Maintenance, and Engineering

Information in this attachment references pre-existing NASA and Air Force documentation.

Unless otherwise noted, any reference to LBS or BOC shall be read as J-BOSC. Line Item

#

Document Number

Rev. Date

Avail-ability

Document Name

J - JPMO W - Web Site

223

93. J-BOSC Tech. Exhibit 7.0-007 06/99 W NASA Computer Systems, Applications and Databases

94. J-BOSC Tech Exhibit 7.0-014 11/97 W NASA GFE Maintenance Support 95. J-BOSC Tech Exhibit 7.0-016 10/97 J NASA KSC Grounds Maintenance 96. J-BOSC Tech Exhibit 7.0-017 11/97 W NASA KSC OMEU MATRIX 97. J-BOSC Tech Exhibit 7.0-018 11/97 W USAF CCAS PROPELLANT SYSTEMS O&M 98. J-BOSC Tech Exhibit 7.0-027 05/97 J USAF CCAS Water System Study 99. J-BOSC Tech Exhibit 7.0-028 10/97 J USAF PAFB Grounds Areas and Requirements 100. J-BOSC Tech Exhibit 7.0-032 10/97 J USAF CCAS Electronic Security System

Resource Protection Alarm System

101. J-BOSC Tech Exhibit 7.0-052 12/97 W USAF Airfield Services Equipment Listing for AGE Equipment in support of Transient Alert

102. J-BOSC Tech Exhibit 7.0-053 12/97 W USAF Airfield Services Equipment Listing for Transient Alert

103. J-BOSC Tech Exhibit 7.0-069 10/97 W USAF Vehicle and Maintenance: Government- Furnished Equipment/Contractor Replaced (CCAS/PAFB)

104. JOP 15A-3-10 11/95 J O&M for MLV II 105. JOP 15A-3-5 09/95 J Emergency Power, Building 989 106. JOP 15B-3-3 J O&M, NOTU Areas 107. JOP 15B-3-4 09/93 J Management of Government Dredge Spoil

Areas, CCAS

108. JOP 15C-3-2 07/94 J O&M Responsibilities for Air Force Wharf Facilities at Port Canaveral

109. J-BOSC Tech Exhibit 7.0-109 12/97 W J-BOSC interface with LO&SC at CCAS 110. J-BOSC Tech Exhibit 7.0-110 12/97 J CCAS Maps indicating J-BOSC interface with

LO&SC

111. JOP 15E-3-12 07/97 J O&M Responsibilities for the 20 KW Xenon Searchlight Systems

Deleted: 06/99

Page 61: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-5 Facilities, Systems, and Equipment Assigned for Operations, Maintenance, and Engineering

Information in this attachment references pre-existing NASA and Air Force documentation.

Unless otherwise noted, any reference to LBS or BOC shall be read as J-BOSC. Line Item

#

Document Number

Rev. Date

Avail-ability

Document Name

J - JPMO W - Web Site

223

Mod No. 17

Page 62: amendment of solicitation/modification of contract - NASA

J - JPMO W - Web Site

223

Page 63: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If

applicable) 18 See Block 16C.

6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: Mutual Agreement of the Parties

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [ X] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to change SOW paragraph 2.2.1.3 Work Orders to allow SGS additional flexibility in performing work by allowing work to be performed based on mission priorities and customer requirements as intended in Article H-19, Priorities. It also removes the $200K financial ceiling for Type I, II, and III work as intended by the Air Force.

Statement of Work, paragraph 2.2.1.3 is updated to reflect this change. Replacement pages 95, 96 and 96.1are attached and should be appropriately inserted in copies of the contract. In consideration of the modification agreed to herein as complete equitable adjustments for the contractor’s proposal for adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposal for adjustment.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Jane D. Rievley Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/ ROBERT J. COFFMAN July 21, 1999 BY /S/ JANE D. RIEVLEY July 21, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 64: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

95

Modification 18

identify tasks and resources required to support those tasks. SGS shall identify tasks and work necessary to ensure that all facilities, structures, systems, and equipment for which O&M responsibility is assigned shall continue to function in their original capacity and at their design efficiency. Work to be identified includes preventive maintenance, corrective maintenance, and overhaul or replacement to obtain optimum value for resources expended.

SGS shall provide and maintain an on-line, interactive automated work control system that provides current, accurate visibility of all applicable work. The system shall provide sufficient information to allow customers to track work to completion.

SGS shall develop a maintenance management system for all facilities, systems, and equipment for which SGS is assigned the maintenance responsibility. SGS shall ensure the reliability of assigned facilities, systems, and equipment. Maintenance shall be performed to prevent deterioration to the point at which major refurbishing is required prior to the end of the designed life cycle to restore the system, facility, or equipment.

Warranty Maintenance. SGS shall maintain warranty or guarantee records for all equipment and material in the facilities support area during the time they are under warranty or guarantee; investigate the failure of any covered equipment or material and report findings by telephone to the appropriate customer; and take no action that would void a warranty without prior approval from the Government Representative. SGS shall be responsible for obtaining warranty documents on all warranted equipment and materials installed by SGS. Warranty documents shall be provided to SGS upon installation of new equipment by others.

2.2.1.1 Operations, Maintenance, and Engineering. SGS shall provide operations, maintenance, and engineering (o/m/e) for all assigned fixed and portable f/s/e/u, identified in Section J, Attachment J-5 (Facilities, Systems, and Equipment assigned for Operations, Maintenance, and Engineering), including firmware and software. SGS shall implement a state-of-the-art, fully integrated management information system for receiving, validating, scheduling, controlling, and tracking all work necessary to ensure that all facilities, structures, systems, and equipment for which O&M responsibility is assigned will continue to function safely, reliably, and efficiently. Work to be identified includes preventive and predictive maintenance, corrective maintenance, and overhaul or replacement to obtain optimum value for resources expended.

2.2.1.2 Operations. SGS shall provide safe, reliable, and efficient operations of all assigned f/s/e/u. SGS shall implement a maintenance management system for all facilities, systems, and equipment for which SGS is assigned the maintenance responsibility. SGS shall ensure the reliability of assigned f/s/e. SGS shall establish a Recurring Work Program (RWP) for all electrical, mechanical, and fire protection RPIE/PCCIE systems. The RWP will ensure the continued operation of all facilities to prevent the consequences of critical equipment breakdowns. SGS shall maintain the capability to correct any emergency condition 24 hours a day, 7 days a week, respond to emergency conditions immediately, and correct the condition as soon as possible to avoid additional damage to base facilities.

2.2.1.3 Work Orders. SGS shall initiate and/or respond to NASA construction, modification, and repair work orders costing $200,000 or less. Facilities projects will be documented in

Deleted: ,

Deleted: in

Deleted: 95

Page 65: amendment of solicitation/modification of contract - NASA
Page 66: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

96

Modification 18

accordance with NPG 8820.2B. SGS shall initiate and/or respond to AF construction, modification, and repair work orders within the dollar ceiling limits of AFI 32-1032. Projects greater than $200K require AF coordination/approval prior to implementation. AF work orders will be managed based on mission priorities and customer requirements.

2.2.1.4 Maintenance Support. SGS shall provide engineering services and studies to ensure the economical maintenance of the CCAS and KSC infrastructure to support spacelift and launch base support mission. SGS shall provide life-cycle sustaining engineering for f/s/e. SGS life-cycle sustaining engineering will provide continuing engineering support to: 1) maintain a design that fulfills its original design intent and is compatible with the operational use; 2) upgrade operational performance capabilities through product improvement redesign for more cost-effective operations; 3) incorporate approved changes in requirements as they evolve; and 4) provide other engineering support herein.

2.2.1.5 Engineering Document Center. SGS shall operate and maintain an engineering document center for KSC and CCAS for the release, storage, and retrieval of documents.

2.2.1.6 Damage Reports. SGS shall report damage of ocean, port, and river shorelines at CCAS and KSC.

2.2.1.7 Clear Drainage Systems. SGS shall clear drainage systems, including culverts, and control vegetation along access roads to allow waters to flow freely to natural basins or collecting points.

2.2.1.8 Preparation for Launch, Test, and Training. SGS shall prepare KSC Pad A&B slidewire bunker areas for launch, test, or training exercises.

2.2.1.9 Special Projects for Customers, Support construction, modification, repair, and other special projects from customer as needed.

a. Upgrade of Launch Complex 39 Emergency Power Plant - Modification 11 Work includes submission of outage requests and dig permits and coordination of these with the launch support team, construction surveillance and inspections (including witnessing system tests), electrical switching and engineering support, CCS hardware and software modifications, assuring compliance with environmental regulations, review/development of required documentation (including System Assurance Analysis, as-built drawings, Spare Parts Analysis, Operations and Maintenance Specifications, Operations and Maintenance Instructions and Preventive Maintenance Instructions), procurement support, training on all aspects of the new system and other operational support required to ensure smooth and reliable transition to the new system.

b. Perform remediation activities of contaminated ditches surrounding the sandblast facility and excess yard on Ransom Road at Kennedy Space Center. Activities include the excavation and disposal of the contaminated soil and reconditioning of the ditches. Work should be accomplished before June 1999.

c. Disposal of remediation waste at the Mobile Launch Platform (MLP) Parksite at KSC - Modification 14. Disposal includes both Toxic Substance Control Act (TSCA) waste and non-TSCA waste. Work can only be accomplished while MLP is not at the Parksite. Work must be completed no later than June 30, 1999.

Deleted: ¶

Deleted: construction,

Deleted: Projects

Deleted: orders

Deleted: requirements

Page 67: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

96.1

Modification 18

2.2.1.10 Office Moves and Alterations. SGS shall perform moves and office alterations, including the relocation of personnel and office materials, partitions, and systems furniture, and perform the necessary design layout. (The Launch Operations and Support Contract [LO&SC], Space Flight Operations Center [SFOC], KSC Visitor Complex Concessionaire, and Payloads Ground Operations Center [PGOC] are responsible for moves and non-floor-to-ceiling alterations within their assigned areas.) Services extend to minor modifications as necessary (such as the requirement to modify HVAC systems, lighting systems, and fire detection and alarm systems, and to remove and install electrical convenience outlets required for the move). In all facilities, SGS shall design and implement all necessary convenience outlets, lighting, fire detection and alarm, and HVAC systems to accommodate the move. SGS shall apply best commercial practices for outsourcing non-core functions to a commercial business that specializes in providing office furniture systems, installations, moves, and relocations. SGS shall outsource the function by distributing at least five RFPs to office mover companies in the Space Coast area.

2.2.1.11 Move/Relocate Portable Facilities. SGS shall move or relocate portable buildings, trailers, and mobile homes, including all associated preparation, siting, utilities, and fixtures. SGS shall perform minor site work for house trailers, boxcars, and portable guard shacks, which includes moving single- and double-wide trailers and installing tie-downs, steps, blocking, and skirting.

Page 68: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If

applicable) 19 See Block 16C.

6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost-Reimbursement (Aug 1987) Alt II (Apr 1984)

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [ X] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to incorporate Office Copier Services as a Government Furnished Service in Article H-15 and to add Data Requirement 3.4.1-01,Office Copier Justification to Install, Move or Upgrade, Monthly and 4-Months Detail to Invoice Summary Sheets into the base period effective August 2, 1999 through September 30, 2003, and into Option 1 for the period of October 1, 2003 through September 30, 2008. Equitable adjustment, including fee, for the base period is a decrease of $529,246 and for option 1 a decrease of $432,546 for a total decrease of $961,792. Revisions have been made to the following replacement pages 9 (Article B-3, Contract Value), 10 (Article B-4, Award Fee Scores), 27 (Article G-2, Contract Funding), 44 (Article H-15, Government Furnished Services),145 (Statement of Work paragraph 3.4.1.1), 176 (Data Requirements Listing) and 204.1 (Data Requirement 3.4.1-01)and are attached and should be appropriately inserted in copies of the contract.

In consideration of the modification agreed to herein as complete equitable adjustments for the contractor’s proposal for adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposal for adjustment. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Tammy S. Burlein Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY

(Signature of person authorized to sign) (Signature of Contracting Officer)

Page 69: amendment of solicitation/modification of contract - NASA

NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 70: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

9

Mod No. 19

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract PeriodEstimated

CostAvailable

Award Fee* Contract ValueP has e-In P erio d (Sept. 1998) $ 1,113,485 -- $ 1,113,485

Bas ic P erio d (10/1/98-9/30/03) $ 961,336,514 $ 75,360,232 $ 1,036,696,746

Optio n 5A (4/1/99-9/30/03) $ 1,469,446 $ 117,556 $ 1,587,002

Subto tal $ 963,919,445 $ 75,477,788 $ 1,039,397,233

Optio nsOptio n 1 (10/1/03-9/30/08) $ 1,024,253,173 $ 81,940,253 $ 1,106,193,426

Optio n 2A (10/1/01-9/30/03) $ 2,963,637 $ 237,091 $ 3,200,728

Optio n 2B (10/1/03-9/30/08) $ 8,255,142 $ 660,411 $ 8,915,553

Optio n 3A (10/1/99-9/30/03) $ 8,654,746 $ 692,380 $ 9,347,126

Optio n 3B (10/1/03-9/30/08) $ 12,352,470 $ 988,198 $ 13,340,668

Optio n 4A (1/1/02-9/30/03) $ 1,235,322 $ 98,825 $ 1,334,147

Optio n 4B (10/1/03-9/30/08 $ 3,878,269 $ 310,262 $ 4,188,531

Optio n 5B (10/1/03-9/30/08) $ 1,657,930 $ 132,633 $ 1,790,563

TOTAL $ 2,027,170,134 $ 160,537,841 $ 2,187,707,975

*Earned fees fo r pas t perio ds plus the available fees fo r future perio ds .

Deleted: 95

Page 71: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

10

Mod No. 19

ARTICLE B-4 AWARD FEE SCORES

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, the award fee score, and the adjective rating.

B A S ICM a x A va ila b le

A w a rd F e eE a rn e d A w a rd

F e e M o d N o .1 0 /0 1 /9 8 0 3 /3 1 /9 9 $ 7 ,7 3 6 ,6 8 9 $ 6 ,1 9 0 ,0 0 0 1 50 4 /0 1 /9 9 0 9 /3 0 /9 9 $ 7 ,7 3 8 ,5 8 51 0 /0 1 /9 9 0 3 /3 1 /0 0 $ 7 ,5 0 4 ,6 9 40 4 /0 1 /0 0 0 9 /3 0 /0 0 $ 7 ,5 0 4 ,6 9 41 0 /0 1 /0 0 0 3 /3 1 /0 1 $ 7 ,7 4 8 ,9 9 50 4 /0 1 /0 1 0 9 /3 0 /0 1 $ 7 ,7 4 8 ,9 9 51 0 /0 1 /0 1 0 3 /3 1 /0 2 $ 7 ,6 9 7 ,1 3 70 4 /0 1 /0 2 0 9 /3 0 /0 2 $ 7 ,6 9 7 ,1 3 61 0 /0 1 /0 2 0 3 /3 1 /0 3 $ 7 ,8 2 3 ,7 7 60 4 /0 1 /0 3 0 9 /3 0 /0 3 $ 7 ,8 2 3 ,7 7 6T O T A L $ 7 5 ,4 7 7 ,7 8 8 $ 6 ,1 9 0 ,0 0 0

O P T IO N1 0 /0 1 /0 3 0 3 /3 1 /0 4 $ 7 ,9 4 4 ,2 9 90 4 /0 1 /0 4 0 9 /3 0 /0 4 $ 7 ,9 4 4 ,2 9 91 0 /0 1 /0 4 0 3 /3 1 /0 5 $ 8 ,0 3 7 ,9 8 50 4 /0 1 /0 5 0 9 /3 0 /0 5 $ 8 ,0 3 7 ,9 8 41 0 /0 1 /0 5 0 3 /3 1 /0 6 $ 8 ,1 5 6 ,6 4 90 4 /0 1 /0 6 0 9 /3 0 /0 6 $ 8 ,1 5 6 ,6 4 91 0 /0 1 /0 6 0 3 /3 1 /0 7 $ 8 ,3 1 9 ,5 6 70 4 /0 1 /0 7 0 9 /3 0 /0 7 $ 8 ,3 1 9 ,5 6 71 0 /0 1 /0 7 0 3 /3 1 /0 8 $ 8 ,5 1 1 ,6 2 70 4 /0 1 /0 8 0 9 /3 0 /0 8 $ 8 ,5 1 1 ,6 2 7

T O T A L $ 8 1 ,9 4 0 ,2 5 3G R A N D T O T A L $ 1 5 7 ,4 1 8 ,0 4 1 $ 6 ,1 9 0 ,0 0 0

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

In accordance with FAR Clause 52.216-15, the contractor shall submit within six (6) months after its fiscal year end, and on an annual basis, an adequate final indirect cost rate proposal to the contracting officer concurrent with the

Page 72: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

27

Mod No. 19

PART I - THE SCHEDULE

Section G

Contract Administration Data

ARTICLE G-1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE

(FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://nais.msfc.nasa.gov/msfc/nasa_ref.html

NASA FAR SUPPLEMENT (48 CFR CHAPTER 18) CLAUSES:

Clause Number Title 1852.227-70 NEW TECHNOLOGY (JUL 1995) 1852.242-71 TRAVEL OUTSIDE OF THE UNITED STATES (DEC 1988) 1852.242-73 NASA CONTRACTOR FINANCIAL MANAGEMENT REPORTING (JUL

1997) ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $1,113,485 09/30/1998

2 $3,260,000 $283,343 $3,543,343 10/04/1998

3 $75,604,000 $6,048,000 $81,652,000 01/31/1999

4 $7,700,000 $226,616 $7,926,616 02/10/1999 5 $10,217,447 $888,474 $11,105,921 02/20/1999 6 $37,945,595 $0 $37,945,595 03/26/1999 7 $31,621,891 $0 $31,621,891 07/06/1999 9 $1,587,002 15 -$1,546,689 16 $14,260,039 $1,240,003 $15,500,042 09/30/1999 17 $561,314 19 -$529,246 TOTAL $1,039,397,233 $181,722,457 $8,686,436 $190,408,893 09/30/1999

Page 73: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section H

44

Mod No. 19

ARTICLE H-13 CONVERSION TO FIXED PRICE

The government reserves the right to direct the contractor to enter into negotiations to convert all or part of the contract to a type of fixed price contractual arrangement.

ARTICLE H-14 SMALL BUSINESS AND SMALL DISADVANTAGED SUBCONTRACTING PLAN

Pursuant to the clause entitled “Small Business and Small Disadvantaged Business Contracting Plan,” the following approved contractor’s subcontracting plans are incorporated herein by reference:

Period Covered Plan Date

10/01/98 - 09/30/99 July 6, 1998

Subcontracting plans must be submitted on a yearly basis.

ARTICLE H-15 GOVERNMENT FURNISHED SERVICES

The government will furnish the following services to the contractor on a no-charge-for-use basis to the extent reasonably necessary for the contractor to fulfill its contractual obligations:

A. Electrical Service.

B. Water & sewage.

C. Telephone communication services.

D. Natural Gas.

E. Maintenance for items listed in Technical Exhibit 7.0-008, USAF Communication Support Equipment.

F. Calibration for AF GFE, until exercise of Option 3A and 3B.

G. Base reference standards for AF GFE, upon exercise of Option 3A and 3B.

H. Office Copier Services. ARTICLE H-16 CATALOG OF SERVICES

The government has a requirement for a fixed price catalog of services to facilitate budgeting and billing processes. The contractor shall develop, deliver and maintain a catalog of the services provided under this contract. The list of specific services and/or service category shall be developed in cooperation with the government and its customers. The catalog shall include a

Page 74: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section H

44

fixed price for each service or service category. The pricing shall include all associated costs and

Page 75: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

145

Mod No. 19

• Produce NASA/KSC publications to include the KSC Bulletin and the Spaceport News;

• Provide dedicated writing and publication dissemination (hardcopy and web) services in support of KSC Public Affairs operations and document monthly transactions;

• Graphics illustration support and document composition shall be provided for all NASA organizational elements; and

• Maintain Printing and Micro-imaging Information System (PAMIS) SI07, work order database, and SI05 Forms database or their equivalents.

• Provide office copier reports as specified in DRL Item No. 3.4.1-01.

3.4.1.2 Specific Requirements. SGS shall perform the following tasks:

• Provide copying, duplicating, electronic publishing, remote mainframe computer laser printing, and document finishing; SGS shall comply with the NASA Electronic Document Distribution Program to promote inter-center electronic publishing;

• Provide color copying and document finishing of originals and copies;

• Provide engineering drawing reproductions from originals;

• Provide multi-color digital printing, including folding and document finishing, and provide reproductions containing as many as three colors;

• Provide center-wide micro-imaging services including maintenance of an engineering drawing central microform repository, microfilming, duplicate production, hardcopy reproduction, and scanning/indexing/CD-ROM mastering;

• Serve as custodian of Film Storage Building, M6-639, and assign shelf space for records storage by KSC organizations; and

• Provide on-site customer access 4 hours daily, except weekends and SGS holidays, and at other times, as necessary, to support special requirements.

SGS shall provide the following product groups, replacing microfilming with electronic imaging, in accordance with customer transition schedules: • 16mm microfilming, cartridges, and CD-ROM discs; • Microfiche, Diazo dupes, and CD-ROM discs; • 105mm computer output microfiche silver masters; • Microfiche vesicular dupes; • 16mm computer output microfilm and duplicates; • 35mm Aperture cards encoded, interpreted and printed; • 35mm Aperture card duplicates; • Aperture card scanning for KEDS master files; • 16mm rotary continuous microfilming; and • Aperture card and microfiche prints (8.5 11 to 18 24 inches).

Page 76: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-2

176

Mod No. 19

DATA REQUIREMENTS LIST

DRL NUMBER:

REVISION

PROJECT/SYSTEM Joint Base Operations and Support Contract CONTRACT NUMBER

PREPARATION DATE 12 Dec 97

CONTRACTOR

TECHNICAL APPROVAL

ATTACHMENT NUMBER Section J, Attachment J-2

EXHIBIT NUMBER

ITEM NO.

TITLE CHANGE STATUS

1.1-01 Report, Equal Employment Opportunity 1.1-02 Report, Launch Operations Cost Estimate - Fixed Price 1.1-03 Report, Contract Performance (Metrics) 1.1-04 Report, Anomaly 1.1-05 Plan, Integrated Management 1.1-06 Report, Automated Data Extract 1.3-01 Report, Weekly Job Ordered Costs 1.3-02 Report, Geographic Economic Impact 1.3-03 Reports, Contractor Financial Management Analysis, 533M and

533Q

1.3-04 Report, Cost Allocation Algorithm 1.3-05 Report, Year End Cost Estimate 1.3-06 Report, Project Funds Management Record (PFMR) Summary 1.3-07 Report, Contractor Commitment Cost Data 1.3-08 Report, Launch Scrub Costs 2.2-01 Report, Facilities, Systems, and Equipment

Operations/Maintenance/Engineering/User Matrix

3.2.4-01 Reports, Propellant Analysis 3.3-01 Plan, IT Investment and Purchase 3.4.1-01 Report, Office Copiers Justifications, Monthly and 4-months

Details

Page 77: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-2

204.1

Mod No. 19 DATA REQUIREMENT

CONTRACT APPLICATION INFORMATION FOR DRL ____________ A. ITEM NO. 3.4.1-01

B. LINE ITEM TITLE: WBS 3.4.1, Publications C. OPR. JPMO

D. TYPE 3

E. INSPECT/ ACCEPT 6

F. REQ. a = AR, b = MO, c = Every 4 months

G. INITIAL SUB. b = 8/15/99 c = 10/15/99

H. AS OF DATE b = 30/4 c = 120/4

J. REMARKS:

a = Office Copier Justification to Install, Move or Upgrade b = Monthly Detail to Invoice Summary Sheets c = 4-Months Detail to Invoice Summary Sheets

K. DISTRIBUTION

TOTALS

NO. TYPE FF-S2-A 1 A

DATA REQUIREMENT DESCRIPTION 1. TITLE Reports, Office Copier Justification to Install, Move or Upgrade, Monthly and 4-Months Detail to Invoice Summary Sheets

2. NUMBER 3.4.1-01

3. USE

4. DATE 6 Apr 99

Reports are required to properly manage KSC’s Copier Program for all J-BOSC assigned copiers at KSC, CCAS and PAFB

5. ORGANIZATION

7. INTERRELATIONSHIP

6. REFERENCES NPG 1490.5A, dated 07/08/97

8. PREPARATION INFORMATION

a. Office Copier Justification to Install, Move or Upgrade Report - The format for this report shall be KSC Form 28-51. Instructions for the completion of this form are on the reverse side of the form.

a. Monthly Detail to Invoice Summary Sheets - The format for this report is provided by the Cost-Per-Copy (CPC) copier support contractor on the 15th of each month.

1. Validate meter readings and cost for each copier. 1. Redline discrepancies and provide comments 1. Initial and forward for final processing.

c. 4-Month Detail to Invoice Summary Sheets - The format for this report is provided by the CPC copier support

contractor on the 15th of each month following a 4-month copier triannual review period. (Ref. NAS5-96077, “NASA-wide CPC Contract”, para. 3.2, pg. 6&7)

1. Validate the 4-Month average minimum volume and cost for each copier 1. Redline discrepancies, identify copiers for possible move, downgrade, or upgrade 1. Provide comments, initial and forward for final processing

KSC FORM 16-246 (REV. 1/82) COMPUTER GENERATED

Page 78: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If

applicable) 20 See Block 16C.

6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost-Reimbursement (Aug 1987) Alt II (Apr 1984)

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [ X] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to incorporate the operations, maintenance and engineering of the Liquid Helium Conversion System (K7-486) at Kennedy Space Center into the base period effective October 1, 1998 through September 30, 2003, and into Option 1 for the period of October 1, 2003 through September 30, 2008. Equitable adjustment, including fee, for the base period is $2,204,821 and for option 1 $2,399,469 for a total of $4,604,290. Article B-3, Contract Value, Article B-4, Award Fee Scores, Article G-2, Contract Funding, and Section J-5, Facilities, Systems, and Equipment Assigned for Operations, Maintenance, and Engineering, Technical Exhibit 7.0-017, NASA KSC OMEU Matrix are updated to reflect this change. Replacement pages 9, 10, 27, 27.1 and 223 are attached and should be appropriately inserted in copies of the contract.

In consideration of the modification agreed to herein as complete equitable adjustments for the contractor’s proposal for adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposal for adjustment. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Rene E. Paquette Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/ Robert J. Coffman August 10, 1999 BY /S/ Rene E. Paquette August 12, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer)

Page 79: amendment of solicitation/modification of contract - NASA

NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 80: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

Mod No. 20

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract PeriodEstimated

CostAvailable

Award Fee* Contract ValueP has e-In P erio d (Sept. 1998) $ 1,113,485 -- $ 1,113,485

Bas ic P erio d (10/1/98-9/30/03) $ 963,378,015 $ 75,523,552 $ 1,038,901,567

Optio n 5A (4/1/99-9/30/03) $ 1,469,446 $ 117,556 $ 1,587,002

Subto ta l $ 965,960,946 $ 75,641,108 $ 1,041,602,054

Optio nsOptio n 1 (10/1/03-9/30/08) $ 1,026,474,903 $ 82,117,992 $ 1,108,592,895

Optio n 2A (10/1/01-9/30/03) $ 2,963,637 $ 237,091 $ 3,200,728

Optio n 2B (10/1/03-9/30/08) $ 8,255,142 $ 660,411 $ 8,915,553

Optio n 3A (10/1/99-9/30/03) $ 8,654,746 $ 692,380 $ 9,347,126

Optio n 3B (10/1/03-9/30/08) $ 12,352,470 $ 988,198 $ 13,340,668

Optio n 4A (1/1/02-9/30/03) $ 1,235,322 $ 98,825 $ 1,334,147

Optio n 4B (10/1/03-9/30/08 $ 3,878,269 $ 310,262 $ 4,188,531

Optio n 5B (10/1/03-9/30/08) $ 1,657,930 $ 132,633 $ 1,790,563

TOTAL $ 2,031,433,365 $ 160,878,900 $ 2,192,312,265

*Earned fees fo r pas t perio ds plus the available fees fo r future perio ds .

9

Page 81: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

10

Mod No. 20

ARTICLE B-4 AWARD FEE SCORES

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, the award fee score, and the adjective rating.

B A S ICM a x A va ila b le

A w a rd F e eE a rn e d A w a rd

F e e M o d N o .1 0 /0 1 /9 8 0 3 /3 1 /9 9 $ 7 ,7 3 6 ,6 8 9 $ 6 ,1 9 0 ,0 0 0 1 50 4 /0 1 /9 9 0 9 /3 0 /9 9 $ 7 ,7 7 0 ,5 9 81 0 /0 1 /9 9 0 3 /3 1 /0 0 $ 7 ,5 2 1 ,4 7 40 4 /0 1 /0 0 0 9 /3 0 /0 0 $ 7 ,5 2 1 ,4 7 51 0 /0 1 /0 0 0 3 /3 1 /0 1 $ 7 ,7 6 4 ,9 0 50 4 /0 1 /0 1 0 9 /3 0 /0 1 $ 7 ,7 6 4 ,9 0 61 0 /0 1 /0 1 0 3 /3 1 /0 2 $ 7 ,7 1 3 ,4 0 10 4 /0 1 /0 2 0 9 /3 0 /0 2 $ 7 ,7 1 3 ,4 0 01 0 /0 1 /0 2 0 3 /3 1 /0 3 $ 7 ,8 4 0 ,4 7 40 4 /0 1 /0 3 0 9 /3 0 /0 3 $ 7 ,8 4 0 ,4 7 5T O T A L $ 7 5 ,6 4 1 ,1 0 8 $ 6 ,1 9 0 ,0 0 0

O P T IO N1 0 /0 1 /0 3 0 3 /3 1 /0 4 $ 7 ,9 6 1 ,1 5 60 4 /0 1 /0 4 0 9 /3 0 /0 4 $ 7 ,9 6 1 ,1 5 71 0 /0 1 /0 4 0 3 /3 1 /0 5 $ 8 ,0 5 5 ,2 8 00 4 /0 1 /0 5 0 9 /3 0 /0 5 $ 8 ,0 5 5 ,2 8 01 0 /0 1 /0 5 0 3 /3 1 /0 6 $ 8 ,1 7 4 ,3 9 10 4 /0 1 /0 6 0 9 /3 0 /0 6 $ 8 ,1 7 4 ,3 9 21 0 /0 1 /0 6 0 3 /3 1 /0 7 $ 8 ,3 3 7 ,7 9 50 4 /0 1 /0 7 0 9 /3 0 /0 7 $ 8 ,3 3 7 ,7 9 61 0 /0 1 /0 7 0 3 /3 1 /0 8 $ 8 ,5 3 0 ,3 7 20 4 /0 1 /0 8 0 9 /3 0 /0 8 $ 8 ,5 3 0 ,3 7 3

T O T A L $ 8 2 ,1 1 7 ,9 9 2G R A N D T O T A L $ 1 5 7 ,7 5 9 ,1 0 0 $ 6 ,1 9 0 ,0 0 0

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

In accordance with FAR Clause 52.216-15, the contractor shall submit within six (6) months after its fiscal year end, and on an annual basis, an adequate final indirect cost rate proposal to the contracting officer concurrent with the

Page 82: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 20

PART I - THE SCHEDULE

Section G

Contract Administration Data

ARTICLE G-1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE

(FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://nais.msfc.nasa.gov/msfc/nasa_ref.html

NASA FAR SUPPLEMENT (48 CFR CHAPTER 18) CLAUSES:

Clause Number Title1852.227-70 NEW TECHNOLOGY (JUL 1995) 1852.242-71 TRAVEL OUTSIDE OF THE UNITED STATES (DEC 1988) 1852.242-73 NASA CONTRACTOR FINANCIAL MANAGEMENT REPORTING (JUL

1997) ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $1,113,485 09/30/1998

2 $3,260,000 $283,343 $3,543,343 10/04/1998

3 $75,604,000 $6,048,000 $81,652,000 01/31/1999

4 $7,700,000 $226,616 $7,926,616 02/10/1999 5 $10,217,447 $888,474 $11,105,921 02/20/1999 6 $37,945,595 $0 $37,945,595 03/26/1999 7 $31,621,891 $0 $31,621,891 07/06/1999 9 $1,587,002 15 -$1,546,689 16 $14,260,039 $1,240,003 $15,500,042 09/30/1999 17 $561,314 19 -$529,246

27

Page 83: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

27.1

Mod No. 20

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

TOTAL $1,041,602,054 $181,722,457 $8,686,436 $190,408,893 09/30/1999

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

Page 84: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-5 Facilities, Systems, and Equipment Assigned for Operations, Maintenance, and Engineering

Information in this attachment references pre-existing NASA and Air Force documentation.

Unless otherwise noted, any reference to LBS or BOC shall be read as J-BOSC. Line Item

#

Document Number

Rev. Date

Avail-ability

Document Name

J - JPMO W - Web Site

223 Mod No. 20

93. J-BOSC Tech. Exhibit 7.0-007 06/99 W NASA Computer Systems, Applications and Databases

94. J-BOSC Tech Exhibit 7.0-014 11/97 W NASA GFE Maintenance Support 95. J-BOSC Tech Exhibit 7.0-016 10/97 J NASA KSC Grounds Maintenance 96. J-BOSC Tech Exhibit 7.0-017 08/99 W NASA KSC OMEU MATRIX 97. J-BOSC Tech Exhibit 7.0-018 11/97 W USAF CCAS PROPELLANT SYSTEMS O&M 98. J-BOSC Tech Exhibit 7.0-027 05/97 J USAF CCAS Water System Study 99. J-BOSC Tech Exhibit 7.0-028 10/97 J USAF PAFB Grounds Areas and Requirements 100. J-BOSC Tech Exhibit 7.0-032 10/97 J USAF CCAS Electronic Security System

Resource Protection Alarm System

101. J-BOSC Tech Exhibit 7.0-052 12/97 W USAF Airfield Services Equipment Listing for AGE Equipment in support of Transient Alert

102. J-BOSC Tech Exhibit 7.0-053 12/97 W USAF Airfield Services Equipment Listing for Transient Alert

103. J-BOSC Tech Exhibit 7.0-069 10/97 W USAF Vehicle and Maintenance: Government-Furnished Equipment/Contractor Replaced (CCAS/PAFB)

104. JOP 15A-3-10 11/95 J O&M for MLV II 105. JOP 15A-3-5 09/95 J Emergency Power, Building 989 106. JOP 15B-3-3 J O&M, NOTU Areas 107. JOP 15B-3-4 09/93 J Management of Government Dredge Spoil

Areas, CCAS

108. JOP 15C-3-2 07/94 J O&M Responsibilities for Air Force Wharf Facilities at Port Canaveral

109. J-BOSC Tech Exhibit 7.0-109 12/97 W J-BOSC interface with LO&SC at CCAS 110. J-BOSC Tech Exhibit 7.0-110 12/97 J CCAS Maps indicating J-BOSC interface with

LO&SC

Page 85: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-5 Facilities, Systems, and Equipment Assigned for Operations, Maintenance, and Engineering

Information in this attachment references pre-existing NASA and Air Force documentation.

Unless otherwise noted, any reference to LBS or BOC shall be read as J-BOSC. Line Item

#

Document Number

Rev. Date

Avail-ability

Document Name

J - JPMO W - Web Site

223 Mod No. 20

111. JOP 15E-3-12 07/97 J O&M Responsibilities for the 20 KW Xenon Searchlight Systems

Page 86: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If

applicable) 21 See Block 16C.

6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost-Reimbursement (Aug 1987) Alt II (Apr 1984)

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [ X] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to: 1. Definitize Change Order No. 8, (Contract Change Request 99-11) for Military Radar Unit (MRU) support for the period of April 1, 1998 through September 30, 1999, and to incorporate MRU support into the remaining base period effective October 1, 1999 through September 30, 2003, and into Option 1 for the period of October 1, 2003 through September 30, 2008. Equitable adjustment, including fee, for the change order is $97,101 and for the remaining base period is $545,602, for a total base period of $642,703 and for option 1 $786,129 for a total of $1,428,832. Costs should be charged to Air Force JON 59036200 and NASA JON NSHUTL00. 2. Definitize Change Order No. 12 (Contract Change Request 99-16) for support of remediation activities of contaminated ditches surrounding the sandblast facility and excess yard on Ransom Road at Kennedy Space Center, effective April 6, 1999 through project completion. Equitable adjustment, including fee, for the base period, is $294,298. Costs should be charged to NASA JON NENV7075.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Rene E. Paquette Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/ Robert J. Coffman August 17, 1999 BY /S/ Rene E. Paquette August 17, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer)

Page 87: amendment of solicitation/modification of contract - NASA

NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Standard Form 30 Page 2 of 2 Mod No. 21

3. Definitize Change Order No. 14 (Contract Change Request 99-24) for disposal of remediation waste at the Mobile Launch Platform (MLP) Parksite at Kennedy Space Center, effective April 22, 1999 through project completion. Equitable adjustment, including fee, for the base period, is $499,946. Costs should be charged to NASA JON NENV7075. This modification results in a total increase, including fee, of $1,436,947 for the base period and $786,129 for option 1 for a total of $2,223,076. Article B-3, Contract Value, Article B-4, Award Fee Scores, Article G-2, Contract Funding, and Section J, Attachment J-1, Statement of Work paragraphs 2.2.1.9 and 3.2.5 are updated to reflect this change. Replacement pages 9, 10, 27.1, 96 and 136 are attached and should be appropriately inserted in copies of the contract. In consideration of the modification agreed to herein as complete equitable adjustments for the contractor’s proposal for adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposal for adjustment.

Page 88: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

Mod No. 21

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 -- $1,113,485

Basic Period (10/1/98-9/30/03) $964,708,521 $75,629,993 $1,040,338,514

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002

Subtotal $967,291,452 $75,747,549 $1,043,039,001

OptionsOption 1 (10/1/03-9/30/08) $1,027,202,801 $82,176,223 $1,109,379,024

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3A (10/1/99-9/30/03) $8,654,746 $692,380 $9,347,126

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08 $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563

TOTAL $2,033,491,769 $161,043,572 $2,194,535,341

*Earned fees for past periods plus the available fees for future periods.

9

Page 89: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

Mod No. 21

ARTICLE B-4 AWARD FEE SCORES

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, the award fee score, and the adjective rating.

B ASICM ax A va ilab le

A ward FeeE arned Aw ard

Fee M od N o.10/01/98 03/31/99 $7,736,689 $6,190,000 1504/01/99 09/30/99 $7,799,59110/01/99 03/31/00 $7,563,34004/01/00 09/30/00 $7,526,30910/01/00 03/31/01 $7,769,88004/01/01 09/30/01 $7,769,88210/01/01 03/31/02 $7,718,52104/01/02 09/30/02 $7,718,52110/01/02 03/31/03 $7,845,75204/01/03 09/30/03 $7,845,754T O T AL $75,747,550 $6,190,000

O P T IO N10/01/03 03/31/04 $7,966,59904/01/04 09/30/04 $7,966,60010/01/04 03/31/05 $8,060,90204/01/05 09/30/05 $8,060,90310/01/05 03/31/06 $8,180,19904/01/06 09/30/06 $8,180,20010/01/06 03/31/07 $8,343,80604/01/07 09/30/07 $8,343,80810/01/07 03/31/08 $8,536,60204/01/08 09/30/08 $8,536,605

T O T AL $82,176,224G R AN D T O T AL $157,923,774 $6,190,000

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

In accordance with FAR Clause 52.216-15, the contractor shall submit within six (6) months after its fiscal year end, and on an annual basis, an adequate final indirect cost rate proposal to the contracting officer concurrent with the

10

Page 90: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

Mod No. 21

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

$1,436,947 21

TOTAL $1,043,039,001 $181,722,457 $8,686,436 $190,408,893 09/30/1999

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

27.1

Page 91: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

Modification 21

includes requirements for construction, modification, and repair projects estimated to cost $200,000 or less.

2.2.1.4 Maintenance Support. SGS shall provide engineering services and studies to ensure the economical maintenance of the CCAS and KSC infrastructure to support spacelift and launch base support mission. SGS shall provide life-cycle sustaining engineering for f/s/e. SGS life-cycle sustaining engineering will provide continuing engineering support to: 1) maintain a design that fulfills its original design intent and is compatible with the operational use; 2) upgrade operational performance capabilities through product improvement redesign for more cost-effective operations; 3) incorporate approved changes in requirements as they evolve; and 4) provide other engineering support herein.

2.2.1.5 Engineering Document Center. SGS shall operate and maintain an engineering document center for KSC and CCAS for the release, storage, and retrieval of documents.

2.2.1.6 Damage Reports. SGS shall report damage of ocean, port, and river shorelines at CCAS and KSC.

2.2.1.7 Clear Drainage Systems. SGS shall clear drainage systems, including culverts, and control vegetation along access roads to allow waters to flow freely to natural basins or collecting points.

2.2.1.8 Preparation for Launch, Test, and Training. SGS shall prepare KSC Pad A&B slidewire bunker areas for launch, test, or training exercises.

2.2.1.9 Special Projects for Customers, Support construction, modification, repair, and other special projects from customer as needed.

a. Upgrade of Launch Complex 39 Emergency Power Plant - Modification 11 Work includes submission of outage requests and dig permits and coordination of these with the launch support team, construction surveillance and inspections (including witnessing system tests), electrical switching and engineering support, CCS hardware and software modifications, assuring compliance with environmental regulations, review/development of required documentation (including System Assurance Analysis, as-built drawings, Spare Parts Analysis, Operations and Maintenance Specifications, Operations and Maintenance Instructions and Preventive Maintenance Instructions), procurement support, training on all aspects of the new system and other operational support required to ensure smooth and reliable transition to the new system.

b. Perform remediation activities of contaminated ditches surrounding the sandblast facility and excess yard on Ransom Road at Kennedy Space Center. Activities include the excavation and disposal of the contaminated soil and reconditioning of the ditches.

c. Disposal of remediation waste at the Mobile Launch Platform (MLP) Parksite at KSC - Modification 14. Disposal includes both Toxic Substance Control Act (TSCA) waste and non-TSCA waste. Work can only be accomplished while MLP is not at the Parksite.

2.2.1.10 Office Moves and Alterations. SGS shall perform moves and office alterations, including the relocation of personnel and office materials, partitions, and systems furniture, and perform the necessary design layout. (The Launch Operations and Support Contract [LO&SC], Space Flight Operations Center [SFOC], KSC Visitor Complex Concessionaire, and Payloads

96

Page 92: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

Mod No. 21

personnel, and procedures for meeting rescue and firefighting requirements. SGS shall evaluate and prepare for outside evaluations of air traffic system safety in accordance with AFI 13-218, Air Traffic System Evaluation Program.

SGS shall provide day-to-day scheduled, and unscheduled, diagnostic checks and preventive maintenance to ensure airworthiness and availability of NASA/KSC Mission Management Aircraft and helicopters. SGS shall perform all required work at PAFB except for repairs at off-site locations required to allow for the safe continuation of flight mission or return to home station. Should the JPMO exercise options 5a and/or 5b, SGS shall also provide transient aircraft ground services at PAFB including minor maintenance for aircraft visiting KSC on NASA-related business.

SGS shall use manufacturer maintenance requirements and manuals as well as the current FAA-approved inspection program as guidance to provide aircraft services. SGS shall maintain the FAA Airworthiness Certificate for the G-159 current.

SGS shall provide required scheduled and unscheduled diagnostic checks and preventive maintenance to ensure airworthiness and availability of NASA/KSC Mission Management Aircraft (G-159) and helicopters (UH-1H). At off-site locations, SGS shall perform required repairs to the aircraft to allow the safe continuation of flight mission or return to home station.

Perform the duties of a Military Radar Unit (MRU) during the hours of 0600 - 2230 daily, except federal holidays, or when operational requirements dictate. MRU functions would require performance at either the Range Operations Control Center (ROCC) or the Shuttle Landing Facility (SLF).

3.2.5.1 Aircraft Maintenance. SGS shall provide fully qualified, certified, and experienced personnel to perform maintenance, preventive maintenance, rebuilding, and alterations. SGS shall implement controls to ensure that only authorized personnel approve aircraft, airframes, aircraft engines, propellers, appliances, or component parts for return to service after maintenance, preventive maintenance, rebuilding, or alteration.

SGS shall maintain visual approach aids, obstruction lighting, control equipment, and approach lighting systems at CCAS and the SLF.

3.2.5.2 General Requirements. SGS shall perform the following tasks:

• Support astronaut flight crew rescue and emergency medical response training activities at KSC;

• Provide documentation and assistance required to support Government procurement and/or acquisition efforts relating to major overhaul or repair of components;

• Pilot the G-159 aircraft and the UH-1H helicopters safely and efficiently, ensuring that the aircraft are operated within the performance limits prescribed by the aircraft manufacturer, DoD, FAA, or established by a formal NASA airworthiness review (SGS pilots shall strictly comply at all times with FAR Part 91, General Operating and Flight Rules, and shall have specific and current knowledge and understanding at all times of special use and restricted airspace, as specified in FAR Part 73);

136

Page 93: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If

applicable) 22 See Block 16C.

6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: Mutual Agreement of the Parties and Article B-8, Priced Option for Calibration Services to the Eastern Range Sites for the Precision Measurement Equipment Laboratory (SOW 3.2.3.2)

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [ X] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Change Option 3A, period of performance of 10/1/99-9/30/03, to four options with the following number and corresponding periods of performance: Option 3AA 10/1/99-9/30/00, Option 3AB 10/1/00-9/30/01, Option 3AC 10/1/01-9/30/02, Option 3AD 10/1/02-9/30/03. This modification also exercises Option 3AA for Calibration Services to the Eastern Range Sites for Precision Measurement Equipment Laboratory for period of 1 October 1999 through 30 September 2000 in the amount of $2,230,979. Article B-1, Supplies or Services, Article B-3, Contract Value, Article B-4, Award Fee Scores, Article F-1 Deliveries or Performance, and Article G-2, Contract Funding are updated to reflect the exercise of this option. Replacement pages 7, 8, 9, 10, 25, 27.1 are attached and should be appropriately inserted in copies of the contract. No additional funding is being provided with this modification, therefore FAR 52.232-18 applies. In consideration of the modification agreed to herein as complete equitable adjustments for the contractor’s proposal for adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposal for adjustment. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Jane D. Rievley Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/ROBERT J. COFFMAN AUGUST 26, 1999 BY /S/JANE D. RIEVLEY August 30, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 94: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

7

Mod No. 22 PART I - THE SCHEDULE

Section B

Supplies or Services and Prices/Costs

ARTICLE B-1 SUPPLIES OR SERVICES

The contractor shall provide joint base operations and support services/supplies in accordance with this contract and the Statement of Work, Attachment J-1.

PHASE-IN A firm-fixed-price phase-in period between award and initiation of the basic period of performance, not to exceed 23 days

BASIC Joint Base Operations and Support Services for a 5 year performance period. (10/1/98-9/30/03)(Excludes work contained in Option 2A)

OPTION 1 Joint Base Operations and Support Services to extend the term of the contract for a period of 5 years. (10/1/03-9/30/08) (Excludes work contained in Option 2B)

OPTION 2A Continuation of communication support for NASA administrative and institutional management. (10/1/01-9/30/03) (See Article B-7)

OPTION 2B Continuation of communication support for NASA administrative and institutional management. (10/1/03-9/30/08) (See Article B-7) (Exercise of this option is contingent upon exercise of Options 1 and 2A)

OPTION 3AA Option for calibration services to the Eastern Range sites Precision Measurement Equipment Laboratory. (10/1/99-9/30/00) (See Article B-8)

OPTION 3AB Option for calibration services to the Eastern Range sites Precision Measurement Equipment Laboratory. (10/1/00-9/30/01) (See Article B-8)

OPTION 3AC Option for calibration services to the Eastern Range sites Precision Measurement Equipment Laboratory. (10/1/01-9/30/02) (See Article B-8)

OPTION 3AD Option for calibration services to the Eastern Range sites Precision Measurement Equipment Laboratory. (10/1/02-9/30/03) (See Article B-8)

OPTION 3B Option for calibration services to the Eastern Range sites Precision Measurement Equipment Laboratory. (10/1/03-9/30/08) (See Article B-8) (Exercise of this option is contingent upon exercise of Option 1)

Page 95: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

8

Mod No. 22

OPTION 4A Option for laboratory and in-place calibration services to support the NASA Payload Processing contractor. (1/1/02-9/30/03) (See Article B-9)

OPTION 4B Option for laboratory and in-place calibration services to support the NASA Payload Processing contractor. (10/1/03-9/30/08) (See Article B-9) (Exercise of this option is contingent upon exercise of Option 1)

OPTION 5A Option for transient alert/AGE maintenance services at Patrick Air Force Base. (4/1/99-9/30/03)(See Article B-10)

OPTION 5B Option for transient alert/AGE maintenance services at Patrick Air Force Base. (10/1/03-9/30/08) (See Article B-10) (Exercise of this option is contingent upon exercise of Option 1)

ARTICLE B-2 SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS SUBCONTRACTING

NASA’s objective is to ensure the execution of a vigorous program at the prime contract and subcontractor levels which will optimize the opportunity for subcontract participation of small business, small disadvantaged business, and women owned business concerns. To this end and notwithstanding the language in clauses FAR 52.219-9 "Small Business and Small Disadvantaged Business Subcontracting Plan," and NFS 1852.219-76 "NASA 8 Percent Goal," the contractor shall, as a minimum, establish the following for subcontracting in amounts equaling the specified percentages of total contract value: Small Business (SB)* 36% Small Disadvantaged Businesses (SDB)** 15% Women-Owned Businesses (WOB)*** 5% * includes SB, SDB, and WOB ** includes only SDB *** includes only WOB These goals may be met by any combination of vendor purchases, subcontracts, or other business arrangements.

Page 96: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

9

Mod No. 22

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 -- $1,113,485

Basic Period (10/1/98-9/30/03) $964,708,521 $75,629,993 $1,040,338,514Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002

Subtotal $969,357,173 $75,912,807 $1,045,269,980

OptionsOption 1 (10/1/03-9/30/08) $1,027,202,801 $82,176,223 $1,109,379,024Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563

TOTAL $2,033,491,769 $161,043,572 $2,194,535,341*Earned fees for past periods plus the available fees for future periods.

Page 97: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

10

Mod No. 22

ARTICLE B-4 AWARD FEE SCORES

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, the award fee score, and the adjective rating.

B A SICM ax A va ilab le

A w ard FeeE arned Aw ard

Fee M od N o.10/01/98 03/31/99 $7,736,689 $6,190,000 1504/01/99 09/30/99 $7,799,59110/01/99 03/31/00 $7,645,96904/01/00 09/30/00 $7,608,93810/01/00 03/31/01 $7,769,88004/01/01 09/30/01 $7,769,88210/01/01 03/31/02 $7,718,52104/01/02 09/30/02 $7,718,52110/01/02 03/31/03 $7,845,75204/01/03 09/30/03 $7,845,753TO TA L $75,912,807 $6,190,000

O PTIO N10/01/03 03/31/04 $7,966,59904/01/04 09/30/04 $7,966,60010/01/04 03/31/05 $8,060,90204/01/05 09/30/05 $8,060,90310/01/05 03/31/06 $8,180,19904/01/06 09/30/06 $8,180,20010/01/06 03/31/07 $8,343,80604/01/07 09/30/07 $8,343,80810/01/07 03/31/08 $8,536,60304/01/08 09/30/08 $8,536,603

TO TA L $82,176,223G R A N D TO TA L $158,089,030 $6,190,000

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

In accordance with FAR Clause 52.216-15, the contractor shall submit within six (6) months after its fiscal year end, and on an annual basis, an adequate final indirect cost rate proposal to the contracting officer concurrent with the

Deleted:

Page 98: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section F

25

Mod No. 22

PART I - THE SCHEDULE

Section F

Deliveries or Performance

ARTICLE F-1 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://nais.msfc.nasa.gov/msfc/nasa_ref.html

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES:

Clause Number Title

52.242-15 STOP-WORK ORDER (AUG 1989) -- ALTERNATE I (APR 1984)

ARTICLE F-2 PLACE OF PERFORMANCE

The place of performance shall be at the Kennedy Space Center, Cape Canaveral Air Station, Patrick Air Force Base, Florida Annexes and at such other locations within the scope of this contract or as approved in writing by the contracting officer.

ARTICLE F-3 NFS 1852.211-72 PERIOD OF PERFORMANCE (DEC 1988)

The initial period of performance of this contract shall be five years, from 1 October 98 through 30 September 03.

Pursuant to the option provisions of this contract, options exercised under this contract will be annotated below to reflect the option number(s), performance period(s), and the applicable contract modification number(s) as follows:

Option Period of Performance Exercised Via Modification

5A 4/1/99 –9/30/03 9

3AA 10/1/99 –9/30/00 22

Page 99: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

27.1

Mod No. 22

FUNDING AS OF MOD

#

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 TOTAL $1,045,269,980

$182,388,487 $10,686,436 $193,074,923 09/25/1999

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

Deleted: 30

Page 100: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

23 See Block 16C. 6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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.

X FAR 52.243-2 CHANGES - COST-REIMBURSEMENT (AUG 1987) ALT II (APR 1984) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this Change Order is to provide immediate support for the replacement of high voltage oil switches at Cape Canaveral Air Station. Funding in the amount of $878,000 is available for this effort. The authorization to proceed with the support added under this change is at a level not to exceed $878,000, inclusive of cost and fee. Pending negotiation of an equitable adjustment, any aggregate of cost and fee in excess of $878,000 will be expressly unallowable under the contract unless the contractor receives advance written direction otherwise from the contracting officer. The appropriate Air Force Job Order Number (JON) to charge is: 59036300. As a result of the above change, replacement pages 96 and 96.1 are attached and should be appropriately inserted in copies of the contract.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Tammy S. Burlein - Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /S/ Tammy S. Burlein September 21, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 101: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

96

Modification 23

accordance with NPG 8820.2B. SGS shall initiate and/or respond to AF construction, modification, and repair work orders within the dollar ceiling limits of AFI 32-1032. Projects greater than $200K require AF coordination/approval prior to implementation. AF work orders will be managed based on mission priorities and customer requirements.

2.2.1.4 Maintenance Support. SGS shall provide engineering services and studies to ensure the economical maintenance of the CCAS and KSC infrastructure to support spacelift and launch base support mission. SGS shall provide life-cycle sustaining engineering for f/s/e. SGS life-cycle sustaining engineering will provide continuing engineering support to: 1) maintain a design that fulfills its original design intent and is compatible with the operational use; 2) upgrade operational performance capabilities through product improvement redesign for more cost-effective operations; 3) incorporate approved changes in requirements as they evolve; and 4) provide other engineering support herein.

2.2.1.5 Engineering Document Center. SGS shall operate and maintain an engineering document center for KSC and CCAS for the release, storage, and retrieval of documents.

2.2.1.6 Damage Reports. SGS shall report damage of ocean, port, and river shorelines at CCAS and KSC.

2.2.1.7 Clear Drainage Systems. SGS shall clear drainage systems, including culverts, and control vegetation along access roads to allow waters to flow freely to natural basins or collecting points.

2.2.1.8 Preparation for Launch, Test, and Training. SGS shall prepare KSC Pad A&B slidewire bunker areas for launch, test, or training exercises.

2.2.1.9 Special Projects for Customers, Support construction, modification, repair, and other special projects from customer as needed.

2.2.1.9 Special Projects for Customers, Support construction, modification, repair, and other special projects from customer as needed.

a. Upgrade of Launch Complex 39 Emergency Power Plant - Modification 11 Work includes submission of outage requests and dig permits and coordination of these with the launch support team, construction surveillance and inspections (including witnessing system tests), electrical switching and engineering support, CCS hardware and software modifications, assuring compliance with environmental regulations, review/development of required documentation (including System Assurance Analysis, as-built drawings, Spare Parts Analysis, Operations and Maintenance Specifications, Operations and Maintenance Instructions and Preventive Maintenance Instructions), procurement support, training on all aspects of the new system and other operational support required to ensure smooth and reliable transition to the new system.

b. Perform remediation activities of contaminated ditches surrounding the sandblast facility and excess yard on Ransom Road at Kennedy Space Center. Activities include the excavation and disposal of the contaminated soil and reconditioning of the ditches.

c. Disposal of remediation waste at the Mobile Launch Platform (MLP) Parksite at KSC - Modification 14. Disposal includes both Toxic Substance Control Act (TSCA) waste and non-TSCA waste. Work can only be accomplished while MLP is not at the Parksite.

d. Replacement of High Voltage Oil Switches at Cape Canaveral Air Station – Modification 23. Work involves the replacement of high voltage oil switches with gas switches for Phase I.

Page 102: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

96.1

Modification 23

2.2.1.10 Office Moves and Alterations. SGS shall perform moves and office alterations, including the relocation of personnel and office materials, partitions, and systems furniture, and perform the necessary design layout. (The Launch Operations and Support Contract [LO&SC], Space Flight Operations Center [SFOC], KSC Visitor Complex Concessionaire, and Payloads Ground Operations Center [PGOC] are responsible for moves and non-floor-to-ceiling alterations within their assigned areas.) Services extend to minor modifications as necessary (such as the requirement to modify HVAC systems, lighting systems, and fire detection and alarm systems, and to remove and install electrical convenience outlets required for the move). In all facilities, SGS shall design and implement all necessary convenience outlets, lighting, fire detection and alarm, and HVAC systems to accommodate the move. SGS shall apply best commercial practices for outsourcing non-core functions to a commercial business that specializes in providing office furniture systems, installations, moves, and relocations. SGS shall outsource the function by distributing at least five RFPs to office mover companies in the Space Coast area.

2.2.1.11 Move/Relocate Portable Facilities. SGS shall move or relocate portable buildings, trailers, and mobile homes, including all associated preparation, siting, utilities, and fixtures. SGS shall perform minor site work for house trailers, boxcars, and portable guard shacks, which includes moving single- and double-wide trailers and installing tie-downs, steps, blocking, and skirting.

Page 103: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If

applicable) 24 See Block 16C.

6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Contract Article G-2, Contract Funding and FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [ X ] is not, [] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Incremental funding is increased by $2,666,030 as reflected in revised Contract Article G-2, Contract Funding. The funds are estimated to be adequate for contract performance through September 25, 1999. Replacement Page 27.1 is attached and should be appropriately inserted in copies of the contract. NOTE: THIS MODIFICATION IS BEING ISSUED PRIOR TO MODIFICATION NUMBERS 22 AND 23.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /S/ Rene E. Paquette August 25, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer)

Page 104: amendment of solicitation/modification of contract - NASA

NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 105: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

Mod No. 24

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

$1,436,947 21

$2,230,979 22

$666,030 $2,000,000 $2,666,030 09/25/1999 24

TOTAL $1,043,039,001 $182,388,487 $10,686,436 $193,074,923 09/25/1999

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

27.1

Page 106: amendment of solicitation/modification of contract - NASA
Page 107: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If

applicable) 25 See Block 16C.

6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Contract Article G-2, Contract Funding and FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [ X ] is not, [] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Incremental funding is increased by $7,436,340 as reflected in revised Contract Article G-2, Contract Funding. The funds are estimated to be adequate for contract performance through September 30, 1999. Replacement Page 27.1 is attached and should be appropriately inserted in copies of the contract.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Tammy S. Burlein Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /S/ Tammy S. Burlein September 22, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer)

Page 108: amendment of solicitation/modification of contract - NASA

NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 109: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

Mod No. 25

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

$1,436,947 21

$2,230,979 22

$666,030 $2,000,000 $2,666,030 09/25/1999 24

$5,000,000 $2,436,340 $7,436,340 09/30/1999 25

TOTAL $1,045,269,980 $187,388,487 $13,122,776 $200,511,263 09/30/1999

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

27.1

Page 110: amendment of solicitation/modification of contract - NASA
Page 111: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

26 See Block 16C. 6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost-Reimbursement (Aug 1987) Alt II (Apr 1984)

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [ X] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to definitize Change Order No. 13, (Contract Change Request 99-4) for property sales support at the NASA Excess and Redistribution Center for the period of June 1, 1999 through September 30, 1999 and to incorporate property sales support at the NASA Excess and Redistribution Center into the remaining base period effective October 1, 1999 through September 30, 2003, and into Option 1 for the period of October 1, 2003 through September 30, 2008. Equitable adjustment, including fee, for the change order is $51,492 and for the remaining base period is $466,496, for a total base period of $517,988 and for Option 1 $669,026 for a total of $1,187,014. Costs should be charged to NASA Job Order Number NXSALES0. Article B-3, Contract Value, Article B-4, Award Fee Scores and Article G-2, Contract Funding are updated to reflect this change. Replacement pages 9, 10 and 27.1 are attached and should be appropriately inserted in copies of the contract.

In consideration of the modification agreed to herein as complete equitable adjustments for the contractor’s proposal for adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposal for adjustment. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Tammy S. Burlein Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/ Robert J. Coffman September 29, 1999 BY /S/ Tammy S. Burlein September 29, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 112: amendment of solicitation/modification of contract - NASA
Page 113: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

Mod No. 26

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 -- $1,113,485

Basic Period (10/1/98-9/30/03) $965,188,462 $75,668,040 $1,040,856,502Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002

Subtotal $969,837,114 $75,950,854 $1,045,787,968

OptionsOption 1 (10/1/03-9/30/08) $1,027,822,270 $82,225,780 $1,110,048,050Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563

TOTAL $2,034,591,179 $161,131,176 $2,195,722,355*Earned fees for past periods plus the available fees for future periods.

9

Page 114: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

Mod No. 26

ARTICLE B-4 AWARD FEE SCORES

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, the award fee score, and the adjective rating.

BASICMax Available

Award FeeEarned Award

Fee Mod No.10/01/98 03/31/99 $7,736,689 $6,190,000 1504/01/99 09/30/99 $7,803,08210/01/99 03/31/00 $7,650,10804/01/00 09/30/00 $7,613,07510/01/00 03/31/01 $7,774,13704/01/01 09/30/01 $7,774,13910/01/01 03/31/02 $7,722,89704/01/02 09/30/02 $7,722,89810/01/02 03/31/03 $7,850,25904/01/03 09/30/03 $7,850,259TOTAL $75,950,854 $6,190,000

OPTION10/01/03 03/31/04 $7,971,24204/01/04 09/30/04 $7,971,24310/01/04 03/31/05 $8,065,69204/01/05 09/30/05 $8,065,69310/01/05 03/31/06 $8,185,14104/01/06 09/30/06 $8,185,14210/01/06 03/31/07 $8,348,91804/01/07 09/30/07 $8,348,92010/01/07 03/31/08 $8,541,89404/01/08 09/30/08 $8,541,895

TOTAL $82,225,780GRAND TOTAL $158,176,634 $6,190,000

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

In accordance with FAR Clause 52.216-15, the contractor shall submit within six (6) months after its fiscal year end, and on an annual basis, an adequate final indirect cost rate proposal to the contracting officer concurrent with the

10

Page 115: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

Mod No. 26

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 TOTAL $1,045,787,968 $187,388,487 $13,122,776 $200,511,263 09/25/1999

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

27.1

Page 116: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If

applicable) 27 See Block 16C.

6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) (x)

9A. AMENDMENT OF SOLICITATION NO.

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost-Reimbursement (Aug 1987) ALT II (Apr 1984)

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [ X] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to incorporate Y2K Compliance for Government Furnished Property and Government Furnished Equipment (CCR 99-19) effective February 26, 1999 through March 31, 2000. Equitable adjustment, including fee, for the base period is $1,358,056. Article B-3, Contract Value, Article B-4, Award Fee Scores, Article G-2, Contract Funding, and Section J, Attachment J-1, Statement of Work paragraph 33.1.1 are updated to reflect this change. Replacement pages 9, 10, 27.1 and 140 are attached and should be appropriately inserted in copies of the contract. In consideration of the modification agreed to herein as complete equitable adjustments for the contractor’s proposal for adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposal for adjustment. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Tammy S. Burlein Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/ Robert J. Coffman September 29, 1999 BY /S/ Tammy S. Burlein September 29, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer)

Page 117: amendment of solicitation/modification of contract - NASA

NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 118: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

9

Mod No. 27

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 -- $1,113,485

Basic Period (10/1/98-9/30/03) $966,445,921 $75,768,637 $1,042,214,558Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002

Subtotal $971,094,573 $76,051,451 $1,047,146,024

OptionsOption 1 (10/1/03-9/30/08) $1,027,822,270 $82,225,780 $1,110,048,050Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563

TOTAL $2,035,848,638 $161,231,773 $2,197,080,411*Earned fees for past periods plus the available fees for future periods.

Page 119: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 27

ARTICLE B-4 AWARD FEE SCORES

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, the award fee score, and the adjective rating.

B ASICM ax A va ilab le

A ward FeeE arned Aw ard

Fee M od N o.10/01/98 03/31/99 $7,736,689 $6,190,000 1504/01/99 09/30/99 $7,927,49510/01/99 03/31/00 $7,626,29204/01/00 09/30/00 $7,613,07510/01/00 03/31/01 $7,774,13704/01/01 09/30/01 $7,774,13910/01/01 03/31/02 $7,722,89704/01/02 09/30/02 $7,722,89810/01/02 03/31/03 $7,850,25904/01/03 09/30/03 $7,850,259T O T AL $76,051,451 $6,190,000

O P T IO N10/01/03 03/31/04 $7,971,24204/01/04 09/30/04 $7,971,24310/01/04 03/31/05 $8,065,69204/01/05 09/30/05 $8,065,69310/01/05 03/31/06 $8,185,14104/01/06 09/30/06 $8,185,14210/01/06 03/31/07 $8,348,91804/01/07 09/30/07 $8,348,92010/01/07 03/31/08 $8,541,89404/01/08 09/30/08 $8,541,895

T O T AL $82,225,780G R AN D T O T AL $158,277,231 $6,190,000

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

In accordance with FAR Clause 52.216-15, the contractor shall submit within six (6) months after its fiscal year end, and on an annual basis, an adequate final indirect cost rate proposal to the contracting officer concurrent with the

10

Page 120: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

Mod No. 27

FUNDING AS OF MOD

#

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 TOTAL $1,047,146,024 $187,388,487 $13,122,776 $200,511,263 09/30/1999

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

27.1

Page 121: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

Mod No. 27

• Provide client/server and database management capability and systems, plus functional and physical interface to external providers of mainframe, desktop, and communication services;

• Ensure year 2000 compliance for all existing and/or new applications/systems (including COTS products), and provide quarterly input for Center report to Office of Management and Budget (OMB);

• Ensure Y2K certification and compliance for all existing AF and NASA Government assets (GFE and GFP).

• Support NASA in reviewing and implementing Chief Information Officer (CIO) directives and standards, and comply with those directives after they have been adopted;

• Provide a semi-annual Information Technology Plan that identifies priorities and schedules for IT systems support and re-engineering efforts; and

• Perform risk management, disaster recovery, and security for supported systems/applications. Performance Standard

3.3.1-1 (PS) Computer systems and applications shall be operational and/or available 99% of the time, with unscheduled downtime not exceeding four hours for critical systems or 12 hours for non-critical systems for each incident.

3.3.1-2 (PS) Unauthorized actions that result in system access, denial of service, loss of data, loss of system or data integrity, or disclosure of sensitive information shall be reported to the Government within two hours of detection.

3.3.1-3 (PS) Year 2000 Compliance Metrics shall be maintained, met, and reported. 3.3.1-4 (PS) 98% of IT milestones and products shall be provided as scheduled or as negotiated with the customer. 3.3.1-5 (PS) 98% of software deliverables shall run without error two weeks of delivery to the customer. 3.3.1-6 (PS) System up-time and maintenance response shall be complied with 100% of the time. 3.3.1-7 (PS) The IT Security Plan shall be complied with 100% of the time.

3.3.2 Communications. SGS shall operate and maintain the administrative/institutional computer and data communication systems and their associated equipment and data communications circuits/cables, and provide end user computer/workstation support. In accomplishing these activities, SGS shall ensure the end-to-end integrity of all communications equipment, and provide resources required to support J-BOSC responsibility.

3.3.2.1 General Requirements. SGS shall provide communication support for NASA administrative and institutional management, including:

• Local area networking and administrative communications;

• Provide network management, planning and requirements coordination, operation and maintenance, SE, and upgrade of the Kennedy Data Network;

• Interface with the KSC cable plant, backbone, and other communication systems and providers;

• Provide pagers and cell phone loaner pool administration. • Provide low bandwidth video and video conferencing support to include Video

Teleconferencing Systems (ViTS) and Collaborative Engineering Environment (CEE) Labs.

140

Page 122: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT NAS10-99001 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

28 See Block 16C. MR-983310-S10 6. ISSUED BY CODE OP-ESO RP 7. ADMINISTERED BY (If other than Item 6) CODE OP-ESO RP

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support 2411 Dulles Corner Park, Suite 500 Herndon, VA 20171-3430

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 copies 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 ACKNOWLEDGMENT 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)

IM/CW-1/400000/2590C/34/98 Increase of $25,137,728 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: x D. OTHER (Specify type of modification and authority)

Contract Article G-2, Contract Funding and FAR 52.232-22, Limitation of Funds E. IMPORTANT: Contractor { X } is not, [] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Incremental funding is increased by $25,137,728 as reflected in revised Contract Article G-2 Contract Funding. The funds are estimated to be adequate for contract performance through October 15, 1999. As a result of the above change, page 27.1 of this contract is hereby deleted, and a new page 27.1 is substituted in lieu thereof.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/ Rene E. Paquette 9/30/99

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 123: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

27.1

Mod No. 28

FUNDING AS OF MOD

#

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 TOTAL $1,047,146,024 $210,515,197 $15,133,794 $225,648,991 10/15/1999

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

Page 124: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT NAS10-99001 1 3 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

29 See Block 16C. 6. ISSUED BY CODE OP-ESO RP 7. ADMINISTERED BY (If other than Item 6) CODE OP-ESO RP

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support 2411 Dulles Corner Park, Suite 500 Herndon, VA 20171-3430

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 copies 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 ACKNOWLEDGMENT 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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.

x THE CHANGES CLAUSE “FAR 52-243-2 CHANGES-COST-REIMBURSEMENT (AUG 1987) - ALT II (APR 1984)”

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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor { X } is not, [] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this change order is to incorporate Multi-medial/ViTS and other support services for the Fourth Floor Executive Conference Room of the KSC Headquarters Building commencing October 1, 1999 and continuing through September 30, 2008. (continued on page 2)

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/ Rene E. Paquette 9/30/99

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 125: amendment of solicitation/modification of contract - NASA

Modification No. 29 Page 2 Change Order Accounting is required for this action. Funding in the amount of $418,732 is available for this effort. The authorization to proceed with the support added under this change is at a level not to exceed $418,732, inclusive of cost and fee. Pending negotiation of an equitable adjustment any aggregate of cost and fee in excess of $418,732 will be expressly unallowable under the contract unless the contractor receives advance written direction otherwise from the contracting officer. The appropriate ACN to charge is: NROS0000. Paragraph 3.3.2.1 General Requirements is hereby modified to include this effort.

2. As a result of the above change, page141 of said contract, as modified, is hereby deleted and a new page 141 , is substituted in lieu thereof.

Page 126: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

Modification No. 29

• Provide Multi-media/ViTS and other support to the KSC Hqtrs Bldg., 4th Floor Executive Conference Room.

(The above functions may be transitioned out of J-BOSC per Section B.) • Provide hand-held/vehicle radios for emergency and/or operational support (NASA/45th

SW); • Provide risk management, disaster recovery, and security for supported communication

systems;

• Provide support for data warehousing, web page/server development and administration, audio/video, Channel 60, and the communication centers;

• Transition the communication systems and support listed above to the Consolidated Space Operations Contract per RFP Section B;

• Manage the radio frequency spectrum;

• Implement and maintain KSC’s administrative institutional computer and data communications systems, and provide interfaces to other contractor computer systems at KSC;

• Conduct software engineering activities for the applications software base (applications shall be developed in response to users' needs);

• Fully support KSC’s computer and data communications users by providing problem resolution, consultation services, advice, and assistance;

• Seek opportunities to extend the productive life of KSC’s administrative computer and communications resources and to provide the technical staff and users with improved FIP working environments; this includes investigating and implementing proven new products, new technologies, and/or innovative processes that offer opportunities for productivity improvement, reduced operational cost, and/or extended technological life for existing IT resources; and

• Provide technical expertise to support NASA IT projects, reviews, and data calls; these projects may include, but are not limited to, the following: 1) The Integrated Financial Management Program (IFMP); 2) NASA Online Directives Information System (NODIS)/Center Directives Management System (CDMS); 3) Year 2000 compliance and integration; 4) KIMS Migration to Defense Information Services Agency (DISA); 5) PeopleSoft (NPPS replacement); 6) AdminSTAR (NTDS replacement); 7) Utility Outage Project Scheduling (UOPS), and 8) FMPS and Personnel Access and Security System (PASS).

3.3.2.2 Applications Software Engineering. SGS shall conduct essential software engineering for custom applications software. Software engineering activities shall include analysis, design, development, testing, implementation, and maintenance. Maintenance shall include error correction, functional enhancement, and conversion. SGS Functional Area Configuration Control Boards (CCBs) shall establish priorities. Software engineering activities shall be conducted in support of the following major custom applications systems/clusters: • E-Mail; • Administrative Computer Systems hosted by the NACC at Marshall Space Flight Center; • KIMS (priority shall be given to sustaining engineering maintenance of software); and

141

Page 127: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT NAS10-99001 1 3 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

30 See Block 16C. 6. ISSUED BY CODE OP-ESO RP 7. ADMINISTERED BY (If other than Item 6) CODE OP-ESO RP

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support 2411 Dulles Corner Park, Suite 500 Herndon, VA 20171-3430

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 copies 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 ACKNOWLEDGMENT 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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.

x THE CHANGES CLAUSE “FAR 52-243-2 CHANGES-COST-REIMBURSEMENT (AUG 1987) - ALT II (APR 1984)”

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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor { X } is not, [] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this change order is to incorporate the effort to remove existing Load Break Switches (LBS) and install/replace 22 LBS at LC-39 Pad B. The Statement of Work, WBS 2.2.1.9 is hereby modified to incorporate the above change. (continued on page 2)

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/ Rene E. Paquette 9/30/99

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 128: amendment of solicitation/modification of contract - NASA

Modification No. 30 Page 2 Change Order Accounting is required for this action. Funding in the amount of $522,800 is available and shall be charged to: ACN NCF78190.

2. As a result of the above change, page 96.1 of said contract, as modified, is hereby deleted and a new page 96.1 , is substituted in lieu thereof.

Page 129: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

Modification 30

e. Remove 22 Load Break Switches at LC-39 Pad B. Replace 7 switches with Vacuum Fault Interrupters(VFI).

2.2.1.10 Office Moves and Alterations. SGS shall perform moves and office alterations, including the relocation of personnel and office materials, partitions, and systems furniture, and perform the necessary design layout. (The Launch Operations and Support Contract [LO&SC], Space Flight Operations Center [SFOC], KSC Visitor Complex Concessionaire, and Payloads Ground Operations Center [PGOC] are responsible for moves and non-floor-to-ceiling alterations within their assigned areas.) Services extend to minor modifications as necessary (such as the requirement to modify HVAC systems, lighting systems, and fire detection and alarm systems, and to remove and install electrical convenience outlets required for the move). In all facilities, SGS shall design and implement all necessary convenience outlets, lighting, fire detection and alarm, and HVAC systems to accommodate the move. SGS shall apply best commercial practices for outsourcing non-core functions to a commercial business that specializes in providing office furniture systems, installations, moves, and relocations. SGS shall outsource the function by distributing at least five RFPs to office mover companies in the Space Coast area.

2.2.1.11 Move/Relocate Portable Facilities. SGS shall move or relocate portable buildings, trailers, and mobile homes, including all associated preparation, siting, utilities, and fixtures. SGS shall perform minor site work for house trailers, boxcars, and portable guard shacks, which includes moving single- and double-wide trailers and installing tie-downs, steps, blocking, and skirting.

96.1

Page 130: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If

applicable) 31 See Block 16C.

6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) (x)

9A. AMENDMENT OF SOLICITATION NO.

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost-Reimbursement (Aug 1987) ALT II (Apr 1984)

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [ X] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to definitize Change Order No. 11, (Contract Change Request 99-10) for Launch Complex 39 Emergency Power Plant Upgrade. This modification includes a descope associated with the reduction in operations and maintenance of the upgraded facility. Equitable adjustment for the base period, including fee, for the change order is $313,134. Equitable adjustment associated with the descope, for the period of January 1, 1999 through September 30, 2003, is a decrease of $220,723, including fee, and for the period of October 1, 2003 through September 30, 2008 is a decrease of $274,193, including fee. Total adjustment, including fee, to contract for the base period is an increase of $92,411 and for option 1 is a decrease of $274,193, for a total decrease of $181,782. Article B-3, Contract Value, Article B-4, Award Fee Scores, and Article G-2, Contract Funding are updated to reflect this change. Replacement pages 9, 10, and 27.1 are attached and should be appropriately inserted in copies of the contract. In consideration of the modification agreed to herein as complete equitable adjustments for the contractor’s proposal for adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposal for adjustment. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Tammy S. Burlein Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

Page 131: amendment of solicitation/modification of contract - NASA

/S/ Robert J. Coffman October 4, 1999 BY /S/ Tammy S. Burlein October 4, 1999 (Signature of person authorized to sign) (Signature of Contracting Officer)

NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 132: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

9

Mod No. 31

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 -- $1,113,485

Basic Period (10/1/98-9/30/03) $966,531,485 $75,775,484 $1,042,306,969Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002

Subtotal $971,180,137 $76,058,298 $1,047,238,435

OptionsOption 1 (10/1/03-9/30/08) $1,027,568,390 $82,205,467 $1,109,773,857Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563

TOTAL $2,035,680,322 $161,218,307 $2,196,898,629*Earned fees for past periods plus the available fees for future periods.

Page 133: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 31

ARTICLE B-4 AWARD FEE SCORES

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, the award fee score, and the adjective rating.

B ASICM ax A va ilab le

A ward FeeE arned Aw ard

Fee M od N o.10/01/98 03/31/99 $7,736,689 $6,190,000 1504/01/99 09/30/99 $7,944,77510/01/99 03/31/00 $7,626,47504/01/00 09/30/00 $7,613,25910/01/00 03/31/01 $7,772,38604/01/01 09/30/01 $7,772,38810/01/01 03/31/02 $7,721,10104/01/02 09/30/02 $7,721,10210/01/02 03/31/03 $7,848,40604/01/03 09/30/03 $7,848,406T O T AL $76,058,298 $6,190,000

O P T IO N10/01/03 03/31/04 $7,969,33504/01/04 09/30/04 $7,969,33510/01/04 03/31/05 $8,063,72604/01/05 09/30/05 $8,063,72710/01/05 03/31/06 $8,183,11504/01/06 09/30/06 $8,183,11510/01/06 03/31/07 $8,346,82404/01/07 09/30/07 $8,346,82610/01/07 03/31/08 $8,539,73204/01/08 09/30/08 $8,539,732

T O T AL $82,205,467G R AN D T O T AL $158,263,765 $6,190,000

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

In accordance with FAR Clause 52.216-15, the contractor shall submit within six (6) months after its fiscal year end, and on an annual basis, an adequate final indirect cost rate proposal to the contracting officer concurrent with the

10

Page 134: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

Mod No. 31

FUNDING AS OF MOD

#

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 31 $92,411 TOTAL $1,047,238,435 $210,515,197 $15,133,794 $225,648,991 10/15/1999

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

27.1

Page 135: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT NAS10-99001 1 3 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

32 See Block 16C. 6. ISSUED BY CODE OP-ESO RP 7. ADMINISTERED BY (If other than Item 6) CODE OP-ESO RP

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support 2411 Dulles Corner Park, Suite 500 Herndon, VA 20171-3430

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 copies 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 ACKNOWLEDGMENT 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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.

x THE CHANGES CLAUSE “FAR 52-243-2 CHANGES-COST-REIMBURSEMENT (AUG 1987) - ALT II (APR 1984)”

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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor { X } is not, [] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this change order is to direct the contractor to provide design effort, labor, equipment and materials required to repair and replace damages to the interior and exterior of the mechanical room and the highbay of the Transporter Canister Facility (Bldg M7-0777). Repairs and replacement includes replacing the damaged highbay roof system (7200sf), any and all damaged standing seam roof panels, gypsum board ceiling and walls in the highbay (1800sf), insulation below the existing metal roof in the mechanical room (1200sf), and openings in the north wall of the mechanical room. Paint walls and ceilings to match existing paint.

(continued on page 2) Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/ Rene E. Paquette 10/15/99

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 136: amendment of solicitation/modification of contract - NASA

Modification No. 32 Page 2 Change Order Accounting is required for this action. Funding in the amount of $325,000 is available for this effort. The authorization to proceed with the support added under this change is at a level not to exceed $325,000 cost and fee, inclusive of the design effort. The negotiation of an equitable adjustment for any aggregate of cost and fee in excess of $325,000 will be expressly unallowable under the contract unless the contractor receives advance written direction otherwise from the contracting officer. The appropriate ACN to charge is: ROS/PMS. Paragraph 2.2.1.9 Special Projects is hereby modified to include this effort.

2. As a result of the above change, page 96.1 of said contract, as modified, is hereby deleted and a new page 96.1, is substituted in lieu thereof.

Page 137: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

Modification 32

e. Remove 22 Load Break Switches at LC-39 Pad B. Replace 7 switches with Vacuum Fault

Interrupters(VFI). f. Provide labor, equipment and materials required to repair and replace damages to the interior and

exterior of the mechanical room and the highbay of the Transporter Canister Facility (Bldg M7-0777). This includes replacing the damaged highbay roof system, any and all damaged standing seam roof panels, gypsum board ceiling and walls in the highbay, insulation below the existing metal roof in the mechanical room, and 3 openings in the north wall of the mechanical room. Paint walls and ceilings to match existing paint.

2.2.1.10 Office Moves and Alterations. SGS shall perform moves and office alterations, including the relocation of personnel and office materials, partitions, and systems furniture, and perform the necessary design layout. (The Launch Operations and Support Contract [LO&SC], Space Flight Operations Center [SFOC], KSC Visitor Complex Concessionaire, and Payloads Ground Operations Center [PGOC] are responsible for moves and non-floor-to-ceiling alterations within their assigned areas.) Services extend to minor modifications as necessary (such as the requirement to modify HVAC systems, lighting systems, and fire detection and alarm systems, and to remove and install electrical convenience outlets required for the move). In all facilities, SGS shall design and implement all necessary convenience outlets, lighting, fire detection and alarm, and HVAC systems to accommodate the move. SGS shall apply best commercial practices for outsourcing non-core functions to a commercial business that specializes in providing office furniture systems, installations, moves, and relocations. SGS shall outsource the function by distributing at least five RFPs to office mover companies in the Space Coast area.

2.2.1.11 Move/Relocate Portable Facilities. SGS shall move or relocate portable buildings, trailers, and mobile homes, including all associated preparation, siting, utilities, and fixtures. SGS shall perform minor site work for house trailers, boxcars, and portable guard shacks, which includes moving single- and double-wide trailers and installing tie-downs, steps, blocking, and skirting.

96.1

Page 138: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If

applicable) 33 See Block 16C.

6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost-Reimbursement (Aug 1987) Alt II (Apr 1984)

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to decrease $21,789,784 of costs and $1,854,249 of fee, for a total of $23,644,033, from the Installation Improvement Program (Article B-12 and WBS 4.0). The decrease will be effective in the base period, Award Fee Period 2, April 1, 1999 through September 30, 1999. Article B-3, Contract Value, Article B-4, Award Fee Scores and Article G-2, Contract Funding are updated to reflect this change. Replacement pages 9, 10 and 27.1 are attached and should be appropriately inserted in the contract. In consideration of the modification agreed to herein as complete equitable adjustments for the contractor’s proposal for adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposal for adjustment. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Quentin W. Worthy Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/ Robert J. Coffman October 22, 1999 BY /S/ Quentin W. Worthy October 26, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 139: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

Mod No. 33

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 -- $1,113,485

Basic Period (10/1/98-9/30/03) $944,741,701 $73,921,235 $1,018,662,936

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002

Subtotal $949,390,353 $74,204,049 $1,023,594,402

OptionsOption 1 (10/1/03-9/30/08) $1,027,568,390 $82,205,467 $1,109,773,857

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563

TOTAL $2,013,890,538 $159,364,058 $2,173,254,596*Earned fees for past periods plus the available fees for future periods.

9

Page 140: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

Mod No. 33

ARTICLE B-4 AWARD FEE SCORES

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, the award fee score, and the adjective rating.

B A SICM ax A va ilab le

A w ard FeeE arned Aw ard

Fee M od N o.10/01/98 03/31/99 $7,736,689 $6,190,000 1504/01/99 09/30/99 $6,090,52610/01/99 03/31/00 $7,626,47504/01/00 09/30/00 $7,613,25910/01/00 03/31/01 $7,772,38604/01/01 09/30/01 $7,772,38810/01/01 03/31/02 $7,721,10104/01/02 09/30/02 $7,721,10210/01/02 03/31/03 $7,848,40604/01/03 09/30/03 $7,848,406T O TA L $74,204,049 $6,190,000

O P TIO N10/01/03 03/31/04 $7,969,33504/01/04 09/30/04 $7,969,33510/01/04 03/31/05 $8,063,72604/01/05 09/30/05 $8,063,72710/01/05 03/31/06 $8,183,11504/01/06 09/30/06 $8,183,11510/01/06 03/31/07 $8,346,82404/01/07 09/30/07 $8,346,82610/01/07 03/31/08 $8,539,73204/01/08 09/30/08 $8,539,732

TO T A L $82,205,467G R A N D TO TA L $156,409,516 $6,190,000

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

In accordance with FAR Clause 52.216-15, the contractor shall submit within six (6) months after its fiscal year end, and on an annual basis, an adequate final indirect cost rate proposal to the contracting officer concurrent with the

10

Page 141: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

Mod No. 33

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 31 $92,411 33 -$23,644,033 TOTAL $1,023,594,402 $287,811,565 $21,855,217 $309,666,782 04/15/2000

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

27.1

Page 142: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT NAS10-99001 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

35 See Block 16C. MR 006001 6. ISSUED BY CODE OP-ESO RP 7. ADMINISTERED BY (If other than Item 6) CODE OP-ESO RP

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support 2411 Dulles Corner Park, Suite 500 Herndon, VA 20171-3430

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 copies 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 ACKNOWLEDGMENT 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)

CW-1/2540C/40000/52/00 Increase of $84,017,791 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: x D. OTHER (Specify type of modification and authority)

Contract Article G-2, Contract Funding and FAR 52.232-22, Limitation of Funds E. IMPORTANT: Contractor { X } is not, [] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Incremental funding is increased by $84,017,791 as reflected in revised Contract Article G-2 Contract Funding. The funds are estimated to be adequate for contract performance through April 15, 2000. As a result of the above change, page 27.1 of this contract is hereby deleted, and a new page 27.1 is substituted in lieu thereof.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/ Rene E. Paquette 10/20/99

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 143: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

27.1

Mod No. 35

FUNDING AS OF MOD

#

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 31 $92,411 35 $77,296,368 $6,721,423 $84,017,791 04/15/2000 TOTAL $1,047,238,435 $287,811,565 $21,855,217 $309,666,782 04/15/2000

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

Page 144: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT NAS10-99001 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

36 See Block 16C. Y CODE OP-ESO RP 7. ADMINISTERED BY (If other than Item 6) CODE OP-ESO RP

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) (x)

9A. AMENDMENT OF SOLICITATION NO.

Space Gateway Support 2411 Dulles Corner Park, Suite 500 Herndon, VA 20171-3430

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X

10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 copies 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 ACKNOWLEDGMENT 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

x D. OTHER (Specify type of modification and authority) Unilateral Modification in accordance with Attachment J8, JBOSC Award Fee Evaluation Plan

E. IMPORTANT: Contractor [X] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to revise Articles B-3 and B-4 to reflect the amount of award fee earned as determined by the Fee Determination Official on November 9, 1999, for the period April 1, 1999 through September 30, 1999. Notice is hereby given that award fee in the amount of $4,900,000 has been earned for the stated period. The total available award fee pool is therefore reduced by $ 1,190.526 from $6,090,526 to $4,900,000. NOTE: PROVISIONAL AWARD FEE PAYMENT DISBURSED TO DATE IN THE AMOUNT OF $3,876,019, IS HEREBY DEDUCTED FROM THE EARNED AWARD FEE of $4,900,000 FOR A NET PAYMENT DUE OF $1,023,981. 2. As a result of the above changes, pages 9 and 10 of said contract, as modified, are hereby deleted and new pages 9 and 10 , are substituted in lieu thereof.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 145: amendment of solicitation/modification of contract - NASA
Page 146: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

9

Mod No. 36

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 -- $1,113,485

Basic Period (10/1/98-9/30/03) $944,741,701 $72,730,709 $1,017,472,410

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002

Subtotal $949,390,353 $73,013,523 $1,022,403,876

OptionsOption 1 (10/1/03-9/30/08) $1,027,568,390 $82,205,467 $1,109,773,857

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563

TOTAL $2,013,890,538 $158,173,532 $2,172,064,070*Earned fees for past periods plus the available fees for future periods.

Page 147: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

10

Mod No. 36

RTICLE B-4 AWARD FEE SCORES

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, the award fee score, and the adjective rating.

B A SICM ax Ava ilab le

A w ard FeeEarned Aw ard

Fee M od N o.10/01/98 03/31/99 $7,736,689 $6,190,000 1504/01/99 09/30/99 $6,090,526 $4,900,000 3610/01/99 03/31/00 $7,626,47504/01/00 09/30/00 $7,613,25910/01/00 03/31/01 $7,772,38604/01/01 09/30/01 $7,772,38810/01/01 03/31/02 $7,721,10104/01/02 09/30/02 $7,721,10210/01/02 03/31/03 $7,848,40604/01/03 09/30/03 $7,848,406T O TA L $73,013,523 $11,090,000

O P TIO N10/01/03 03/31/04 $7,969,33504/01/04 09/30/04 $7,969,33510/01/04 03/31/05 $8,063,72604/01/05 09/30/05 $8,063,72710/01/05 03/31/06 $8,183,11504/01/06 09/30/06 $8,183,11510/01/06 03/31/07 $8,346,82404/01/07 09/30/07 $8,346,82610/01/07 03/31/08 $8,539,73204/01/08 09/30/08 $8,539,732

TO T A L $82,205,467G R A N D TO TA L $155,218,990 $11,090,000

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

In accordance with FAR Clause 52.216-15, the contractor shall submit within six (6) months after its fiscal year end, and on an annual basis, an adequate final indirect cost rate proposal to the contracting officer concurrent with the

Page 148: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

27.1

Mod No. 36

FUNDING AS OF MOD

#

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 31 $92,411 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/2000 36 -$1,190,526 TOTAL $1,022,403,876 $287,811,565 $21,855,217 $309,666,782 04/15/2000

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

This is the designated billing office for cost vouchers for purposes of the prompt payment clause of this contract.

B. The contractor shall prepare vouchers as follows:

1. One original Standard Form SF 1034, SF 1035, or equivalent contractor's attachment.

2. Seven copies of SF 1034A, SF 1035A, or equivalent contractor's attachment.

3. The contractor shall mark SF 1034A copies 1, 2, 3, 4, and such other copies as may be directed by the contracting officer by insertion in the memorandum block the names and addresses as follows:

Page 149: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If

applicable) 37 See Block 16C.

6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) (x)

9A. AMENDMENT OF SOLICITATION NO.

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost-Reimbursement (Aug 1987) ALT II (Apr 1984)

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [ X] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to definitize Change Order No. 10, (Contract Change Request 99-15) for the Personnel Access and Security System (PASS) for the period of May 6, 1999, through October 4, 1999. Total equitable adjustment for the basic period is cost $431,430 and fee $34,515, for a total of $465,945. JON: NPASS000 Article B-3, Contract Value, Article B-4, Award Fee Scores, and Article G-2, Contract Funding are updated to reflect this change. Replacement pages 9, 10, and 27.1 are attached and should be appropriately inserted in copies of the contract. In consideration of the modification agreed to herein as complete equitable adjustments for the contractor’s proposal for adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposal for adjustment. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Jane D. Rievley Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/ Robert J. Coffman November 16, 1999 /s/ Jane D. Rievley November 16, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 150: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

Mod No. 37

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 -- $1,113,485

Basic Period (10/1/98-9/30/03) $945,173,131 $72,765,224 $1,017,938,355

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002

Subtotal $949,821,783 $73,048,038 $1,022,869,821

OptionsOption 1 (10/1/03-9/30/08) $1,027,568,390 $82,205,467 $1,109,773,857

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563

TOTAL $2,014,321,968 $158,208,047 $2,172,530,015*Earned fees for past periods plus the available fees for future periods.

9

Page 151: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

10

Mod No. 37

ARTICLE B-4 AWARD FEE SCORES

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, the award fee score, and the adjective rating.

B A SICM ax A va ilab le

A w ard FeeE arned Aw ard

Fee M od N o.10/01/98 03/31/99 $7,736,689 $6,190,000 1504/01/99 09/30/99 $6,124,475 $4,900,000 3610/01/99 03/31/00 $7,660,99004/01/00 09/30/00 $7,613,25910/01/00 03/31/01 $7,772,38604/01/01 09/30/01 $7,772,38810/01/01 03/31/02 $7,721,10104/01/02 09/30/02 $7,721,10210/01/02 03/31/03 $7,848,40604/01/03 09/30/03 $7,848,406T O TA L $73,048,038 $11,090,000

O P TIO N10/01/03 03/31/04 $7,969,33504/01/04 09/30/04 $7,969,33510/01/04 03/31/05 $8,063,72604/01/05 09/30/05 $8,063,72710/01/05 03/31/06 $8,183,11504/01/06 09/30/06 $8,183,11510/01/06 03/31/07 $8,346,82404/01/07 09/30/07 $8,346,82610/01/07 03/31/08 $8,539,73204/01/08 09/30/08 $8,539,732

TO T A L $82,205,467G R A N D TO TA L $155,253,505 $11,090,000

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

In accordance with FAR Clause 52.216-15, the contractor shall submit within six (6) months after its fiscal year end, and on an annual basis, an adequate final indirect cost rate proposal to the contracting officer concurrent with the

Page 152: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

Mod No. 37

FUNDING AS OF MOD

#

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 31 $92,411 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/2000 36 -$1,190,526 37 $465,945 TOTAL $1,022,869,821 $287,811,565 $21,855,217 $309,666,782 04/15/2000

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

27.1

Page 153: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If

applicable) 38 See Block 16C.

6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost-Reimbursement (Aug 1987) Alt II (Apr 1984)

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to incorporate support of the NASA International Visitors Program and Federal Employees Security Program into the base period effective December 1, 1999 through September 30, 2003, and into option 1 for the period of October 1, 2003 through September 30, 2008. Equitable adjustment, including fee, for the base period is $502,222 and for option 1 $526,560 for a total of $1,028,782. Article B-3, Contract Value, Article B-4, Award Fee Scores, Article G-2, Contract Funding, and Section J, Attachment J-1, Statement of Work, paragraph 3.1.2.8, are updated to reflect this change. Replacement pages 9, 10, 27.1, 117 and 117.1 are attached and should be appropriately inserted in the contract. In consideration of the modification agreed to herein as complete equitable adjustments for the contractor’s proposal for adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposal for adjustment. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Tammy S. Burlein Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/ Robert J. Coffman November 23, 1999 BY /S/ Tammy S. Burlein November 23, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 154: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

Mod No. 38

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 -- $1,113,485

Basic Period (10/1/98-9/30/03) $945,638,151 $72,802,426 $1,018,440,577

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002

Subtotal $950,286,803 $73,085,240 $1,023,372,043

OptionsOption 1 (10/1/03-9/30/08) $1,028,055,945 $82,244,471 $1,110,300,416

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563

TOTAL $2,015,274,543 $158,284,253 $2,173,558,796*Earned fees for past periods plus the available fees for future periods.

9

Page 155: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

Mod No. 38

ARTICLE B-4 AWARD FEE SCORES

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, the award fee score, and the adjective rating.

B A SICM ax Ava ilab le

Aw ard F eeEarned Aw ard

Fee M od N o.

TG

10/01 /98 03/31 /99 $7,736,689 $6,190,000 1504/01 /99 09/30 /99 $6,124,475 $4,900,000 3610/01 /99 03/31 /00 $7,669,37104/01 /00 09/30 /00 $7,621,42910/01 /00 03/31 /01 $7,775,72704/01 /01 09/30 /01 $7,775,73410/01 /01 03/31 /02 $7,724,53804/01 /02 09/30 /02 $7,724,54310/01 /02 03/31 /03 $7,851,94704/01 /03 09/30 /03 $7,851,951TO TA L $73,085,240 $11,090,000

O PTIO N10/01 /03 03/31 /04 $7,972,98604/01 /04 09/30 /04 $7,972,98810/01 /04 03/31 /05 $8,067,49104/01 /05 09/30 /05 $8,067,49810/01 /05 03/31 /06 $8,187,00204/01 /06 09/30 /06 $8,187,00710/01 /06 03/31 /07 $8,350,84604/01 /07 09/30 /07 $8,350,85310/01 /07 03/31 /08 $8,543,89804/01 /08 09/30 /08 $8,543,902

O T A L $82,244,471R A N D TO TA L $155,329,711 $11,090,000

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

In accordance with FAR Clause 52.216-15, the contractor shall submit within six (6) months after its fiscal year end, and on an annual basis, an adequate final indirect cost rate proposal to the contracting officer concurrent with the

10

Page 156: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

27.1

Mod No. 38

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 31 $92,411 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/2000 36 -$1,190,526 37 $465,945 38 $502,222 TOTAL $1,023,372,043 $287,811,565 $21,855,217 $309,666,782 04/15/2000

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

Page 157: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

117

Mod No. 38

• Prepare and publish Operations Plans, supplements to NASA and Air Force Regulations/Instructions, local directives, and Post Instructions; and

• Administer the waiver/deviation program.

3.1.2.7 Badging and Identification. SGS shall provide badging/identification services including:

• Receiving visit request data and processing, fabricating, and issuing all types of badges and permits;

• Logging, reporting, and filing all transactions and invalidating all lost or unaccounted for badges and permits;

• Providing level of clearance verification during non-duty hours in response to telephonic requests;

• Reviewing, validating, and processing requests for machine passes, picture badges, area permits, and temporary area authorizations transmitted by electronic means from other KSC/CCAS SGS security offices;

• Obtaining, maintaining, and issuing reserve gate badges, pouches, and equipment consistent with local strike plans;

• Coordinating visits to KSC by foreign nationals through the IRO at NASA Headquarters. The IRO shall provide accreditation for foreign nationals to SGS through an automated system. SGS shall support the KSC terminal of the IRO's automated system and provide required badging services to support this effort;

• Providing fingerprint services to the appropriate CCAS/KSC personnel; and

• Providing AIR FORCE/NASA Badging Program support.

3.1.2.8 Personnel Security. SGS shall provide appropriate personnel security support for KSC/CCAS and perform the following:

• Process (as applicable) routine investigative requests for KSC Personnel Reliability Program (PRP) and CCAS/KSC AIS, and Personnel Security Programs;

• Conduct pre-employment screening for Interim PRP;

• Accept from and certify to other NASA Centers PRP Certifications; and

• Conduct interviews, perform record checks, review and summarize outprocessing of civil servants and maintain a database of current and pending actions for the Federal Employees Security Program.

• Provide administrative, investigative, database management systems, and customer interface support to the NASA International Visitors Program at KSC.

Page 158: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

117.1

Mod No. 38

3.1.2.9 Security Education and Training. SGS shall develop and implement a Security Education and Training Program Plan for all personnel at KSC/CCAS and the Florida Annexes in accordance with NPG 1620 (Draft), AFI 31-209, and Lead Center Agreement.

SGS shall provide NASA Federal Law Enforcement Training at KSC and other NASA centers and maintain records in support of the Lead Center Agreement for Agency policy and standards development and training in the area of security and law enforcement including the NASA Federal Arrest Authority program. Security Force Trainers shall be trained and certified by

Deleted: 118

Page 159: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT NAS10-99001 1 3 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

39 See Block 16C. 6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE OP-ESO

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support 2411 Dulles Corner Park, Suite 500 Herndon, VA 20171-3430

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 copies 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 ACKNOWLEDGMENT 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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.

x THE CHANGES CLAUSE “FAR 52-243-2 CHANGES-COST-REIMBURSEMENT (AUG 1987) - ALT II (APR 1984)”

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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor { X } is not, [] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

1. The purpose of this change order is to direct the contractor to provide operations and maintenance for the KSC Wide Area Network security firewall system. Statement of Work 3.3.2.1 will incorporate the details of this effort. 2. Change Order Accounting is required for this action. Funding in the amount of $207,322 is available for this fiscal year (through September 30, 2000) with a total amount of $907,127 for the basic period for this effort. The authorization to proceed with the support added under this change is at a level not to exceed $207,322 for this fiscal year for cost and fee. The negotiation of an equitable adjustment for any aggregate of cost and fee in excess of $207,322 will be expressly unallowable under the contract unless the contractor receives advance written direction otherwise from the contracting officer. The appropriate ACN to charge is: NROS0000. 3. As a result of the above change, replacement pages 141 and 141.1 are attached and should be appropriately inserted in copies of the contract.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

TAMMY S. BURLEIN Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /S/ Tammy S. Burlein 12/7/1999

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 160: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

141

Modification 39 • Provide Multi-media/ViTS and other support to the KSC Hqtrs Bldg., 4th Floor Executive

Conference Room. • Provide operations and maintenance for the KSC Wide Area Network (WAN) security firewall

system, which consists of the external interfaces to the NASA WAN services/internet and the CCAS/PAFB networks. SGS shall operate and maintain this system, providing transparent connectivity and network based security services to the entire KSC network environment. These services will be provided in accordance with NPG 2810, “Security of Information Systems”, and other relevant NASA/KSC IT security policy guidelines.

(The above functions may be transitioned out of J-BOSC per Section B.) • Provide hand-held/vehicle radios for emergency and/or operational support (NASA/45th

SW); • Provide risk management, disaster recovery, and security for supported communication

systems;

• Provide support for data warehousing, web page/server development and administration, audio/video, Channel 60, and the communication centers;

• Transition the communication systems and support listed above to the Consolidated Space Operations Contract per RFP Section B;

• Manage the radio frequency spectrum;

• Implement and maintain KSC’s administrative institutional computer and data communications systems, and provide interfaces to other contractor computer systems at KSC;

• Conduct software engineering activities for the applications software base (applications shall be developed in response to users' needs);

• Fully support KSC’s computer and data communications users by providing problem resolution, consultation services, advice, and assistance;

• Seek opportunities to extend the productive life of KSC’s administrative computer and communications resources and to provide the technical staff and users with improved FIP working environments; this includes investigating and implementing proven new products, new technologies, and/or innovative processes that offer opportunities for productivity improvement, reduced operational cost, and/or extended technological life for existing IT resources; and

• Provide technical expertise to support NASA IT projects, reviews, and data calls; these projects may include, but are not limited to, the following: 1) The Integrated Financial Management Program (IFMP); 2) NASA Online Directives Information System (NODIS)/Center Directives Management System (CDMS); 3) Year 2000 compliance and integration; 4) KIMS Migration to Defense Information Services Agency (DISA); 5) PeopleSoft (NPPS replacement); 6) AdminSTAR (NTDS replacement); 7) Utility Outage Project Scheduling (UOPS), and 8) FMPS and Personnel Access and Security System (PASS).

3.3.2.2 Applications Software Engineering. SGS shall conduct essential software engineering for custom applications software. Software engineering activities shall include analysis, design, development, testing, implementation, and maintenance. Maintenance shall include error correction, functional enhancement, and conversion. SGS Functional Area Configuration

Page 161: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

141.1

Modification 39

Control Boards (CCBs) shall establish priorities. Software engineering activities shall be conducted in support of the following major custom applications systems/clusters: • E-Mail; • Administrative Computer Systems hosted by the NACC at Marshall Space Flight Center; • KIMS (priority shall be given to sustaining engineering maintenance of software); and

Page 162: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If

applicable) 40 See Block 16C.

6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost-Reimbursement (Aug 1987) Alt II (Apr 1984)

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to incorporate additional Geographical Information System and Information Technology (CCR 00-05) support into the base period effective December 13, 1999 through September 30, 2003, and into option 1 for the period of October 1, 2003 through September 30, 2008. Equitable adjustment, including fee, for the base period is not to exceed $12,000,000 and for option 1 not to exceed $15,000,000 for a total of not to exceed $27,000,000. Costs should be charged to Job Order Number: NROS/PMS. Article B-3, Contract Value, Article B-4, Award Fee Scores, Article B-13, NASA/KSC Information Technology/ Geographical Information System Applications Development, Article G-2, Contract Funding, Section J, Attachment J-1, Statement of Work, paragraphs 2.1.1 and 3.3.1.1 and Section J, Attachment J-5, Facilities, Systems, and Equipment Assigned for Operations, Maintenance, and Engineering, Technical Exhibit 2.1.1-01 are updated to reflect this change. Replacement pages 9, 10, 14, 27.1, 89, 140 and 225 are attached and should be appropriately inserted in the contract. In consideration of the modification agreed to herein as complete equitable adjustments for the contractor’s proposal for adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposal for adjustment. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Quentin W. Worthy Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/ Robert J. Coffman December 13, 1999 BY /S/ Quentin W. Worthy December 13, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 163: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

Mod No. 40

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 -- $1,113,485

Basic Period (10/1/98-9/30/03) $956,749,263 $73,691,314 $1,030,440,577

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002

Subtotal $961,397,915 $73,974,128 $1,035,372,043

OptionsOption 1 (10/1/03-9/30/08) $1,041,944,834 $83,355,582 $1,125,300,416

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563

TOTAL $2,040,274,544 $160,284,252 $2,200,558,796*Earned fees for past periods plus the available fees for future periods.

9

Page 164: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

Mod No. 40

ARTICLE B-4 AWARD FEE SCORES

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, the award fee score, and the adjective rating.

B A SICM ax Ava ilab le

Aw ard F eeEarned Aw ard

Fee M od N o.

TG

10/01 /98 03/31 /99 $7,736,689 $6,190,000 1504/01 /99 09/30 /99 $6,124,475 $4,900,000 3610/01 /99 03/31 /00 $7,780,48204/01 /00 09/30 /00 $7,732,54010/01 /00 03/31 /01 $7,886,83804/01 /01 09/30 /01 $7,886,84510/01 /01 03/31 /02 $7,835,64904/01 /02 09/30 /02 $7,835,65410/01 /02 03/31 /03 $7,963,05804/01 /03 09/30 /03 $7,963,062TO TA L $73,974,128 $11,090,000

O PTIO N10/01 /03 03/31 /04 $8,084,09704/01 /04 09/30 /04 $8,084,09910/01 /04 03/31 /05 $8,178,60204/01 /05 09/30 /05 $8,178,60910/01 /05 03/31 /06 $8,298,11304/01 /06 09/30 /06 $8,298,11810/01 /06 03/31 /07 $8,461,95704/01 /07 09/30 /07 $8,461,96410/01 /07 03/31 /08 $8,655,00904/01 /08 09/30 /08 $8,655,014

O T A L $83,355,582R A N D TO TA L $157,329,710 $11,090,000

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

In accordance with FAR Clause 52.216-15, the contractor shall submit within six (6) months after its fiscal year end, and on an annual basis, an adequate final indirect cost rate proposal to the contracting officer concurrent with the

10

Page 165: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

14

Mod No. 40

ARTICLE B-11 ADMINISTRATIVE LEAVE REIMBURSEMENT

A. When administrative leave is granted to government employees (e.g., as a result of inclement weather, potentially hazardous conditions, or other special circumstances), contractor personnel working in affected areas may be granted administrative leave to the extent such leave is in accord with the contractor’s (i.e., employers’) established leave-and-earnings policy and consistent with the contractor’s performance under the contract. However, the contractor shall provide sufficient on-site personnel to perform round-the-clock requirements of critical work already in process, unless otherwise instructed by the contracting officer or authorized representative. The contractor shall not grant administrative leave in accordance with the circumstances above prior to coordination with and concurrence by the Contracting Officer.

B. Any costs associated with the contractor’s grant of administrative leave under this Article shall be treated in accordance with the express provisions of this contract and other applicable cost principles and limitations, including those set forth in FAR Part 31. In any event, no additional costs associated with those employees not granted administrative leave will be reimbursable pursuant to this Article.

ARTICLE B-12 INSTALLATION IMPROVEMENT PROGRAM The total value of this contract includes an estimated $25,000,000 per year (excluding fee) to accomplish various, discrete “in-scope” projects or purchases for improvement of the installation. The contracting officer will establish a cost ceiling for all projects or purchases. All work performed under this Article will be approved by the contracting officer prior to initiation and will be subject to the Limitation of Funds clause.

All fee associated with work to be performed under this Article is included in the award fee reflected in the contract for each award fee period. If the total estimated cost for work approved under this Article is less than $22,500,000 or greater than $27,500,000 in any government fiscal year, the parties shall negotiate an adjustment to estimated cost and fee.

ARTICLE B-13 NASA/KSC INFORMATION TECHNOLOGY/GEOGRAPHICAL INFORMATION SYSTEM APPLICATIONS DEVELOPMENT

This Article applies to Statement of Work paragraphs 2.1.1 and 3.3.1.1 and Technical Exhibit 2.1.1-01. The total value of this contract includes an estimated $3,000,000 per year (including fee) to support NASA/KSC Information Technology/Geographical Information System Applications Development for the period of December 13, 1999 through September 30, 2003 for the base period and October 1, 2003 through September 30, 2008 for Option 1.

All fee is included in the $3,000,000 annual value. Each award fee period contains $111,111 associated with this effort. If the total estimated cost for work approved under this Article is less than $2,700,000 in any government fiscal year, the parties shall negotiate a downward adjustment to estimated cost and fee. Total cost, including fee, in any fiscal year should not exceed $3,000,000.

Page 166: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

27.1

Mod No. 40

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 31 $92,411 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/2000 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 TOTAL $1,035,372,043 $287,811,565 $21,855,217 $309,666,782 04/15/2000

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

Page 167: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

89

Mod No. 40

SGS shall provide field surveys, siting approval, excavation permits, updating Master Plan documentation, cartographic support, Geographical Information System (GIS) support, and Geographic Information Management System (GIMS) support.

SGS shall develop and implement a plan to provide, within 5 years of contract award, BIGs and maps to the 45th Space Wing Communications Squadron (CS) GIMS and the KSC Real Property Reports and maps to GIS.

In addition, SGS shall provide enhanced GIS support to various government applications which KSC users require. Examples of the types of applications that will be involved are in Technical Exhibit 2.1.1-01, Section I. The annual contract values to support the additional applications are in Technical Exhibit 2.1.1-01, Section III. The additional applications to be implemented shall be selected by the government. The data-handling requirement of the enhanced GIS including the additional applications is to be approximately one terabyte within 5 years of contract award. SGS shall maintain an up-to-date GIS project plan, which includes performance standards and associated metrics.

SGS shall provide and update annually a 5-year facilities projects program and a 20- to 25-year Facility Master Plan for facility and infrastructure improvement, modernization and major repair.

SGS shall serve as the coordinating agency for all space allocation activities.

SGS shall provide engineering support to perform the Facility Master Planning function, including conducting field surveys and reviewing excavation permits; update Master Plan documentation; and provide cartographic support. SGS shall provide computer-aided design (CAD)-generated drawings of geographic sites or areas depicting both existing and future facilities, utilities, roads, and the like.

2.1.1.3 Facility Project Planning and Programming. SGS shall perform comprehensive planning services for KSC, CCAS, and the Florida Annex sites.

SGS shall support the planning and programming of facility construction projects, real property maintenance projects, and programming.

Performance Standard 2.1.1-1 (PS) 97% of real property activities during a six-month period shall be completed correctly the first

time (requiring no re-work or revision due to inaccuracy of real property records, space utilization information, maps, plans, and facility management information).

2.1.1-2 (PS) 90% of all changes to real property records, space utilization documents, maps, plans, and facility management information shall be posted on a continuous basis with no required change taking more than 45 calendar days to post.

2.1.1-3 (DS) Required comprehensive and master planning products, maps, site plans, and programming documents shall be delivered no later than five working days after negotiated delivery date.

2.1.1-4 (DS) Siting request packages shall be prepared within five working days of receipt. 2.1.1-5 (DS) All required facilities, systems, equipment, services, personnel, and documentation shall be

ready to support major mission milestones and payload processing activity. 2.1.1-6 (DS) Required excavation services shall be complied with 100%. 2.1.1-7 (DS) No utility damage shall result from contractor failure to properly locate or mark identifiable

utility systems. 2.1.1-8 (DS) The services provided (EDC) for other than critical and mission-essential documentation shall

be available to the user 98% of the time when essential to the user's activities as determined by the user.

Page 168: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

140

Mod No. 40

• Provide client/server and database management capability and systems, plus functional and physical interface to external providers of mainframe, desktop, and communication services;

• Ensure year 2000 compliance for all existing and/or new applications/systems (including COTS products), and provide quarterly input for Center report to Office of Management and Budget (OMB);

• Ensure Y2K certification and compliance for all existing AF and NASA Government assets (GFE and GFP).

• Support NASA in reviewing and implementing Chief Information Officer (CIO) directives and standards, and comply with those directives after they have been adopted;

• Provide a semi-annual Information Technology Plan that identifies priorities and schedules for IT systems support and re-engineering efforts; and

• Perform risk management, disaster recovery, and security for supported systems/applications.

• Develop and maintain new institutional applications and Web pages and provide Web page audit functions as defined in Attachment J-5, Technical Exhibit 2.1.1-01.

Performance Standard 3.3.1-1 (PS) Computer systems and applications shall be operational and/or available 99% of the time,

with unscheduled downtime not exceeding four hours for critical systems or 12 hours for non-critical systems for each incident.

3.3.1-2 (PS) Unauthorized actions that result in system access, denial of service, loss of data, loss of system or data integrity, or disclosure of sensitive information shall be reported to the Government within two hours of detection.

3.3.1-3 (PS) Year 2000 Compliance Metrics shall be maintained, met, and reported. 3.3.1-4 (PS) 98% of IT milestones and products shall be provided as scheduled or as negotiated with the

customer. 3.3.1-5 (PS) 98% of software deliverables shall run without error two weeks of delivery to the customer. 3.3.1-6 (PS) System up-time and maintenance response shall be complied with 100% of the time. 3.3.1-7 (PS) The IT Security Plan shall be complied with 100% of the time.

3.3.2 Communications. SGS shall operate and maintain the administrative/institutional computer and data communication systems and their associated equipment and data communications circuits/cables, and provide end user computer/workstation support. In accomplishing these activities, SGS shall ensure the end-to-end integrity of all communications equipment, and provide resources required to support J-BOSC responsibility.

3.3.2.1 General Requirements. SGS shall provide communication support for NASA administrative and institutional management, including:

• Local area networking and administrative communications;

• Provide network management, planning and requirements coordination, operation and maintenance, SE, and upgrade of the Kennedy Data Network;

• Interface with KSC cable plant, backbone, and other communication systems and providers; • Provide pagers and cell phone loaner pool administration. • Provide low bandwidth video and video conferencing support to include Video

Teleconferencing Systems (ViTS) and Collaborative Engineering Environment (CEE) Labs.

Deleted: 118

Page 169: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-5 Facilities, Systems, and Equipment Assigned for Operations, Maintenance, and Engineering

Information in this attachment references pre-existing NASA and Air Force documentation.

Unless otherwise noted, any reference to LBS or BOC shall be read as J-BOSC. Line Item

#

Document Number

Rev. Date

Avail-ability

Document Name

J - JPMO W - Web Site 225

1. SA 15B-1-1 05/96 W (USAF) MSCO 2. SA 15C-1-12 08/91 J (USAF) PM SATCOM FFO (HARRIS, INC.) 3. SA 15D-1-13 02/97 W (USAF) DDMS 4. SA 15D-1-2 08/96 W (USAF) DEOMI 5. SA 15D-1-6 09/93 J (USAF) DRMO 6. SA 15E-1-5 09/92 J (USAF) DOS-INM ISA 137. J-BOSC Technical Exhibit 7.0-118 02/98 W KSC Grove Pump Listing & Locations 138. J-BOSC Technical Exhibit 7.0-009 05/98 W KIMS Printer Maintenance 139. J-BOSC Technical Exhibit 7.0-126 06/98 W NASA Desktop/PC Equipment 140. J-BOSC Technical Exhibit 2.1.1-01 12/99 W NASA/KSC Information Technology/

Geographical Information System Applications Development

Mod No. 40

Deleted: 118

Page 170: amendment of solicitation/modification of contract - NASA

December 1999

J-BOSC TECHNICAL EXHIBIT 2.1.1-01

NASA/KSC Information Technology/Geographical Information System Applications Development

I. EXAMPLES OF GIS APPLICATIONS Over 60 possible KSC GIS applications have been identified so far. Some of the applications include: 1. Comprehensive master planning requirements 2. Safety and mission assurance applications 3. Emergency fire and medical incidents mapping 4. Custom map production 5. KEDS Geo-referencing application 6. Facilities management information integrated with GIS 7. Excavation permit tracking 8. Pavement management system 9. 3D line-of-sight modeling 10. GIS maps for NASA and Air Force websites 11. Flight hardware status viewer 12. Storm and flood warning / planning 13. Utility outage notification mapping 14. IWIMS / ACES interface 15. Security 3D modeling 16. Air Force and NASA utility distribution mapping 17. Point and click to assess building footprint

1

Page 171: amendment of solicitation/modification of contract - NASA

II. NASA SOFTWARE APPLICATION/WEB PAGE DEVELOPMENT

AND WEB PAGE AUDIT Provide the following application/Web page development, operations and maintenance, and Web page audit functions.

a. NASA Software Applications Development

SGS shall develop applications software/systems for NASA based on the following sizing categories: (1) Simple Development; Corrective O&M - User requirements are minimal and well-defined; application functionality is straightforward with minimal decision- making requirements; none or minor interfaces with other systems or subsystems; design and testing phases do not require detailed efforts, with minimal user interaction. (2) Moderately Complex Development; Preventive and Perfective O&M - User requirements are fairly well-defined; application functionality contains significant decision-making requirements, and allocation of functions has to be made (designed) to multiple subsystems (configuration items); many external and internal system interfaces exist of moderate complexity; design and testing phases require detailed efforts with significant user interaction. (3) Complex Development; Adaptive and Predictive O&M - Multi-user requirements are not well-defined, necessitating a major systems engineering effort; application functionality contains major decision-making requirements, and involves complex processes and algorithms for which similar systems have not been developed; allocation of functions has to be made (designed) to multiple subsystems; many complex external interfaces exist with other systems or databases; design and testing phases are highly detailed, requiring major user interaction with users in order to field a robust, multi-user operational system. Each application to be developed shall be presented to a Joint NASA/J-BOSC Configuration Control Board (CCB) to concur with the requirements. This body shall also determine and agree upon the complexity and level of effort required for the product's development and implementation. The Government reserves the right to adjust proposed project mix based on requirements, but not to exceed the annual contract value baseline.

2

Page 172: amendment of solicitation/modification of contract - NASA

Difficulty FY00 Projects FY01 Projects FY02 Projects# Dev # O&M # Dev # O&M # Dev # O&M

Simple 2 4 4 3 4 3Moderately Complex 1 2 1 2 1 2Complex 0 0 0 0 0 0Difficulty FY03 Projects FY04 Projects FY05 Projects

# Dev # O&M # Dev # O&M # Dev # O&MSimple 3 4 4 3 1 3Moderately Complex 1 1 2 2 0 2Complex 0 0 0 0 1 0Difficulty FY06 Projects FY07 Projects FY08 Projects

# Dev # O&M # Dev # O&M # Dev # O&MSimple 1 3 1 3 1 3Moderately Complex 0 2 0 2 0 2Complex 1 0 1 0 1 0

3

Page 173: amendment of solicitation/modification of contract - NASA

b. NASA WEB Development SGS shall develop Web pages and Web sites for NASA of the following catagories: (1) Simple Web Page - devoid of graphics (other than standard background and navigation) and will just contain text. Uses existing banner. Simple corrections and changes to existing web pages. (2) Moderately Complex Web Page - creating graphics and a banner identifying the client page. Includes standard background and navigation. More complex changes to existing web pages. (3) Complex page - creation of intensive graphics and a banner with specialized graphics for borders, navigation and background. The page could also include animated graphics, sound, video and flash multimedia. There will be a code structure. This will also support complex changes or rewrite of existing web pages or sites. Each Web page, application, or site to be developed shall be presented to a Joint NASA/J-BOSC CCB to concur with the requirements. This body shall also determine and agree upon the complexity and level of effort required for the product's development and implementation. The Government reserves the right to adjust proposed project mix based on requirements, but not to exceed the annual contract value baseline.

FY00 Projects FY01 Projects FY02 ProjectsDifficulty # Pages # Pages # PagesSimple 1,240 1,240 1,240Moderately Complex 500 500 500Complex 170 170 170

FY03 Projects FY04 Projects FY05 ProjectsDifficulty # Pages # Pages # PagesSimple 1,240 1,240 1,860Moderately Complex 500 500 720Complex 170 170 270

FY06 Projects FY07 Projects FY08 ProjectsDifficulty # Pages # Pages # PagesSimple 1,860 1,860 1,860Moderately Complex 720 720 720Complex 270 270 270

4

Page 174: amendment of solicitation/modification of contract - NASA

c. NASA Web Page Audit

SGS shall conduct an annual audit of 1% of existing web sites (KSC.NASA.GOV, currently estimated to contain 400,000 pages) for compliance with NASA Web policy, directives and style. Audits of NASA Web pages shall begin not earlier than January 1, 2000 for FY00. For FY01 through FY08, a 1% audit of NASA Web pages shall be conducted throughout each contract year.

NASA Web Site Audits FY00 FY01 FY02

Estimated total pages 400,000 440,000 484,000Pages to be audited (1%) 4,000 4,400 4,840

FY03 FY04 FY05

Estimated total pages 532,400 585,640 644,204Pages to be audited (1%) 5,324 5,856 6,442

FY06 FY07 FY08

Estimated total pages 708,624 779,487 857,436Pages to be audited (1%) 7,086 7,795 8,574

5

Page 175: amendment of solicitation/modification of contract - NASA

III. ANNUAL CONTRACT VALUE TO SUPPORT ADDITIONAL GIS

AND IT APPLICATIONS (Reference WBS 2.1.1 and 3.3.1):

Not To Exceed Contr. Val. Cost Fee

Contract Year 2 FY00 $3,000,000 $2,777,778 $222,222 Contract Year 3 FY01 $3,000,000 $2,777,778 $222,222 Contract Year 4 FY02 $3,000,000 $2,777,778 $222,222 Contract Year 5 FY03 $3,000,000 $2,777,778 $222,222 BASIC Subtotal (Not to Exceed): $12,000,000 $11,111,112 $888,888 Contract Year 6 FY04 $3,000,000 $2,777,778 $222,222 Contract Year 7 FY05 $3,000,000 $2,777,778 $222,222 Contract Year 8 FY06 $3,000,000 $2,777,778 $222,222 Contract Year 9 FY07 $3,000,000 $2,777,778 $222,222 Contract Year 10 FY08 $3,000,000 $2,777,778 $222,222 OPTION Subtotal (Not to Exceed): $15,000,000 $13,888,890 $1,111,110 TOTAL (Not to Exceed): $27,000,000 $25,000,002 $1,999,998 Notes: 1. The final approval authority for additional GIS and IT applications shall be the KSC

Associate Director for Information Technology. 2. Procurement of high value equipment in contract year 2 to support additional GIS and IT

applications shall be amortized in accordance with SGS procedures. The amount to be amortized in each contract year is included in the annual estimated equipment values shown above. Leasing of equipment is acceptable.

3. Estimated annual equipment cost is $300,000. Estimated annual labor cost is $2,700,000. 4. See Article B-13, NASA/KSC Information Technology/Geographical Information System

Applications Development, for adjustments to contract value.

6

Page 176: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT NAS10-99001 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

41 See Block 16C. MR 006001 6. ISSUED BY CODE OP-ESO RP 7. ADMINISTERED BY (If other than Item 6) CODE OP-ESO RP

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support 2411 Dulles Corner Park, Suite 500 Herndon, VA 20171-3430

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 copies 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 ACKNOWLEDGMENT 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)

CW-1/2540C/40000/52/00 Increase of $48,261,227 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: x D. OTHER (Specify type of modification and authority)

Contract Article G-2, Contract Funding and FAR 52.232-22, Limitation of Funds E. IMPORTANT: Contractor { X } is not, [] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Incremental funding is increased by $48,261,227 as reflected in revised Contract Article G-2 Contract Funding. The funds are estimated to be adequate for contract performance through May 10, 2000. As a result of the above change, page 27.1 of this contract is hereby deleted, and a new page 27.1 is substituted in lieu thereof.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY 12/13/99

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 177: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

27.1

Mod No. 35

FUNDING AS OF MOD

#

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 31 $92,411 35 $77,296,368 $6,721,423 $84,017,791 04/15/2000 TOTAL $1,047,238,435 $287,811,565 $21,855,217 $309,666,782 04/15/2000

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

Page 178: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If

applicable) 42 See Block 16C.

6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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.

X 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to move all performance standards to Section J, Attachment J-1, Statement of Work, Appendix C – Performance Standards or to incorporate into Statement of Work text (CCR 99-23) and to reorganize and renumber Section J, Attachment J-1, Statement of Work, paragraph 3.4.1 to support full cost accounting (CCR 00-09). This is an administrative change only and, therefore, no change in contract value is necessary. Section J, Attachment J-1, Statement of Work (including Appendix A, B and C), is revised in its entirety. Replacement pages 65 through 163 are attached and should be appropriately inserted in the contract. Please note that pages 163 – 174 are reserved. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Tammy S. Burlein Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /S/ Tammy S. Burlein December 28, 1999

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Deleted: 44

Page 179: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

43 See Block 16C. 6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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.

X FAR 52.243-2 CHANGES - COST-REIMBURSEMENT (AUG 1987) ALT II (APR 1984) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to decrease $839,926 of costs and $67,194 of fee, for a total decrease of $907,120 for Descope of Patrick AFB Grounds Maintenance in FY00/CY02. The decrease will be effective in the basic period, Award Fee Period 3, October 1, 1999 through March 31, 2000. This modification also corrects an error in the award fee distribution for Modification 9 and the funding totals in Modification 41. Article B-6, Incremental Transition of Work Requirements has been updated to reflect this change generated by CCR 99-40. Replacement pages 9, 10, 12, and 27.1 are attached and should be appropriately inserted in the contract. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor’s proposal for adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposal for adjustment.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Jane D. Rievley Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/ Robert J. Coffman BY /s/ Jane D. Rievley

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 180: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

12

Modification 43

an allowable direct or indirect costs under this contract. The contractor shall provide a summary of incentive compensation for each contract year to the contracting officer and corporate administrative contracting officer within 60 days of the end of the prior year.

E. Bonuses to Hourly Employees

As a result of paying "bonuses" to hourly employees, the contractor is required under 29 CFR Section 778.208 of the Fair Labor Standards Act to recalculate base rates for purposes of determining overtime pay for the period covered by the bonus payment. This will result in an additional one time, retroactive payment for overtime worked during the period. Such retroactive payments shall not be considered allowable costs under this contract.

F. Transfer of Accrued Benefits

The successful offeror will accept transfer of accrued sick leave hours of personnel hired from the incumbent contractor without a break in service from the predecessor contract in excess of 60 days. However, the costs of these carry-over hours will not be paid under the successor contract unless used. Additionally, the successor offeror will recognize the vacation accrual rates, earned through seniority, of personnel hired from the incumbent contractor without a break in service from the predecessor contract in excess of 60 days.

ARTICLE B-6 INCREMENTAL TRANSITION OF WORK REQUIREMENTS

The following requirements shall be transitioned into the J-BOSC in accordance with the following table:

Work Requirement

BeginningFY

SOW

Grounds Maintenance at CCAS (Including Florida Annexes) 01 Dec 99 2.2.2 Asbestos Removal at PAFB 00 2.2.1 Elevator Maintenance at PAFB 00 2.2.1 Grounds Maintenance at PAFB 01 2.2.2 Pest Control at CCAS (Including Florida Annexes) 01 2.2.2 Family Housing Maintenance at PAFB (includes grounds maintenance contained in 2.2.2)

01 2.2.3 2.2.2

Custodial Services at PAFB 01 2.2.4 Oil/Water Separators at PAFB 01 2.2.1 Refuse Collection at CCAS (Including Florida Annexes) and PAFB 01 2.2.2 Athletic Field Maintenance at PAFB 02 2.2.2

Deleted: 00

Page 181: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

9

Modification 43

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 -- $1,113,485

Basic Period (10/1/98-9/30/03) $955,909,337 $73,615,755 $1,029,525,092Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002

Subtotal $960,557,989 $73,898,569 $1,034,456,558

OptionsOption 1 (10/1/03-9/30/08) $1,041,944,834 $83,355,582 $1,125,300,416Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563

TOTAL $2,039,434,618 $160,208,693 $2,199,643,311*Earned fees for past periods plus the available fees for future periods.

Page 182: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

10

Modification 43

ARTICLE B-4 AWARD FEE SCORES

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, the award fee score, and the adjective rating.

B A SICM ax Ava ilab le

Aw ard FeeEarned Aw ard

Fee M od N o.10/01 /98 03/31 /99 $7,736,689 $6,190,000 1504/01 /99 09/30 /99 $6,132,840 $4,900,000 3610/01 /99 03/31 /00 $7,745,84504/01 /00 09/30 /00 $7,697,90410/01 /00 03/31 /01 $7,885,67904/01 /01 09/30 /01 $7,885,68710/01 /01 03/31 /02 $7,834,54704/01 /02 09/30 /02 $7,834,55210/01 /02 03/31 /03 $7,962,17504/01 /03 09/30 /03 $7,962,180TO TA L $73,898,569 $11,090,000

O PTIO N10/01 /03 03/31 /04 $8,084,09704/01 /04 09/30 /04 $8,084,09910/01 /04 03/31 /05 $8,178,60204/01 /05 09/30 /05 $8,178,60910/01 /05 03/31 /06 $8,298,11304/01 /06 09/30 /06 $8,298,11810/01 /06 03/31 /07 $8,461,95704/01 /07 09/30 /07 $8,461,96410/01 /07 03/31 /08 $8,655,00904/01 /08 09/30 /08 $8,655,014

TO T A L $83,355,582G R A N D TO TA L $157,254,151 $11,090,000

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

In accordance with FAR Clause 52.216-15, the contractor shall submit within six (6) months after its fiscal year end, and on an annual basis, an adequate final indirect cost rate proposal to the contracting officer concurrent with the

Page 183: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

27.1

Modification 43

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 31 $92,411 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/2000 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/2000 43 -$907,120 TOTAL $1,034,456,558 $332,211,894 $25,716,115 $357,928,009 05/10/2000

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

Page 184: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT NAS10-99001 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

44 See Block 16C. 6. ISSUED BY CODE OP-ESO RP 7. ADMINISTERED BY (If other than Item 6) CODE OP-ESO RP

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) (x)

9A. AMENDMENT OF SOLICITATION NO.

Space Gateway Support 2411 Dulles Corner Park, Suite 500 Herndon, VA 20171-3430

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X

10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 copies 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 ACKNOWLEDGMENT 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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.

x THE CHANGES CLAUSE “FAR 52-243-2 CHANGES-COST-REIMBURSEMENT (AUG 1987) - ALT II (APR 1984)” 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor { X } is not, [] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this change order is incorporate the requirement for PEGASUS Lightning Protection (design and installation of a deployable Mast Lightning Protection System and associated support) into subject contract. The contractor was directed to commence this effort on November 10, 1999, under Contract Article B-5B (effort under $200K). (continued on page 2)

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY

(Signature of person authorized to sign) (Signature of Contracting Officer)

Page 185: amendment of solicitation/modification of contract - NASA

NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Modification No. 44 Page 2 The estimated cost of the effort will now exceed the threshold of B-5B, therefore, this change order authorizes the contractor to continue the effort, however the estimated cost and fee of the task shall not exceed $300,000. The complete effort shall be completed not later than April 30, 2000. Funding in the amount of $300,000 is available for this effort. The authorization to proceed with the support added under this change is at a level not to exceed $300,000 inclusive of cost and fee. Pending negotiation of an equitable adjustment any aggregate of cost and fee in excess of $300,000 will be expressly unallowable under the contract unless the contractor receives advance written direction otherwise from the contracting officer. The appropriate Job Order Number (JON) to charge is: NELVHESI. Paragraph 2.2.1.9 Special Projects is hereby modified to include the following effort:

g. Design and install a deployable mast lightning protection system and associated support bases, pneumatics and ground counterpoise. Also, provide 15kv feeder and transformers with required secondary systems to support mission requirements.

End of Mod.

Page 186: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1

NAS10-99001

JOINT BASE OPERATIONS AND SUPPORT

CONTRACT

ATTACHMENT J-1

STATEMENT OF WORK

(CHANGES CURRENT THROUGH MOD 42)

65

Page 187: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

TABLE OF CONTENTS

SECTION PAGE

1.0 PROJECT MANAGEMENT 67

1.1 MANAGEMENT AND CONTROL 70

1.2 SAFETY AND MISSION ASSURANCE 75

1.3 FINANCIAL MANAGEMENT 76

2.0 PUBLIC WORKS 78

2.1 ENGINEERING SERVICES AND WORK CONTROL 78

2.2 INFRASTRUCTURE 84

3.0 BASE SUPPORT SERVICES 91

3.1 PROTECTIVE SERVICES 91

3.2 LOGISTICS 107

3.3 INFORMATION TECHNOLOGY 122

3.4 ADMINISTRATIVE SERVICES 126

3.5 MEDICAL AND ENVIRONMENTAL 132

4.0 INSTALLATION IMPROVEMENT PROGRAM 147

APPENDIX A – TAILORED DOCUMENTS 149

APPENDIX B – STATEMENT OF OBJECTIVES 154

APPENDIX C – PERFORMANCE STANDARDS 156

66

Page 188: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

Scope. Space Gateway Support (SGS) shall provide management and technical support, integration, administrative functions, personnel, equipment, materials, supplies, repair parts, and the required services to accomplish all requirements of the Joint Base Operations Support Contract (J-BOSC), except as set forth in the RFP to be provided by the Government or others. SGS shall provide unified base support services to Kennedy Space Center (KSC), the 45th Space Wing, and their customers.

Approach. The SGS overall objective will be to provide safe access to space into the 21st century through premier base support for the entire space launch community. We shall accomplish this objective by providing superior, affordable services that meet changing mission requirements in a timely and responsive manner, showing flexibility and innovation in the face of changing requirements. SGS shall employ highly innovative and effective management to provide system dependability, resource protection, proactive and interactive customer support, and visionary long-range planning that leads to overall cost reductions and infrastructure modernization. Within this document, SGS refers to partnering with the Government. The use of this term is to portray close working relationship among equals rather than the establishment of a legal entity.

SGS has formatted this performance-based statement of work (SOW) to the work breakdown structure (WBS) numbering guideline specified on RFP page L-10. This SOW includes discussion of the Statement of Objectives and complies precisely with the instructions to correlate Technical Task Descriptors, Data Requirements List Items, RFP Attachment 4 compliance documents and Technical Exhibits, and industry and company standards. SGS has included a description of tailored documents as Attachment 1 and a comprehensive table of performance metrics as Attachment 2. Table 1 on the following two pages lists the compliance documents discussed in the SOW narrative.

1.0 PROJECT MANAGEMENT

SGS shall implement certain Government initiatives such as the maintenance and restoration of facilities, energy management and conservation, and evolving requirements related to the protection of the environment and minimizing personnel exposure to hazardous materials. Because of constrained budgets, this will require SGS to implement trade-offs with other contract functions for the duration of the contract to ensure compliance with regulatory and statutory requirements. Government personnel will be notified, in a timely manner, of such trade-offs and the impact of these trade-offs to contract requirements. SGS shall support real-time requirements 24 hours a day, 7 days a week.

SGS shall partner with KSC and the 45th Space Wing to maintain public safety and trust as well as the safety of the workforce. We shall maintain safe and secure operating locations and be flexible and innovative in protecting and preserving physical and environmental assets. SGS shall prepare for, and effectively respond to, emergency situations and contingencies.

SGS shall assure superior customer satisfaction at all stages of work from requirement development through service delivery. We shall implement and sustain a customer-oriented work control and planning process that will provide responsive base support and simultaneously support a multitude of customers having conflicting requirements and priorities.

67

Page 189: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

The following listed compliance documents are incorporated into the SOW at the referenced paragraph,as required by RFP Section L.D.1.b.

SOW Document Number Rev. Date

SOW Document Number Rev. Date

1.1 45 SW CWC Compliance Plan 07/94 2.2.1 NPG 8820.2B 04/97 1.1 ANSI/ASQC Q-9001-1994 08/94 2.2.1 NPG 8831.2B 10/94 1.1 DoD 5220.22-M 01/95 2.2.1 SA 15A-1-2 10/96 1.1 PA-40007 09/97 2.2.1 SA 15A-1-26 07/95 1.1 USAF INF Compliance Plan 10/96 2.2.1 SA 15A-1-32 03/92 1.2 EWR 127-1 (T) 03/95 2.2.1 SA 15A-1-38 03/95 1.2 KHB 1710.2C (T) 02/97 2.2.1 SA 15A-1-39 03/95 1.3 45SWI 65-601 08/95 2.2.1 SA 15A-1-7 08/95 1.3 J-BOSC Tech Exhibit 5.1-504 10/97 2.2.1 SA 15A-1-9 08/92 1.3 NPG 9501.2C 04/96 2.2.1 SA 15B-1-1 05/96 2.0 NFPA (T) 10/97 2.2.1 SA 15C-1-12 08/91 2.1 NPG 8831.2B 10/97 2.2.1 SA 15D-1-13 02/97

2.1.1 AFI 32-1021 05/94 2.2.1 SA 15D-1-2 08/96 2.1.1 AFI 32-1022 06/94 2.2.1 SA 15D-1-6 09/93 2.1.1 AFI 32-1032 05/94 2.2.1 SA 15E-1-5 09/92 2.1.1 NAVFAC MO-322 07/77 2.2.1 NAVFAC P-307 10/96 2.1.1 OPNAVINST 11010.34 02/87 2.2.2 J-BOSC Tech Exhibit 5.5-823 10/97 2.1.1 AFI 32-6002 05/94 2.2.2 J-BOSC Tech Exhibit 5.5-826 10/97 2.1.1 AFI 32-9005 09/94 2.2.2 J-BOSC Tech Exhibit 7.0-016 10/97 2.1.1 Asbestos Management (T) 07/94 2.2.2 J-BOSC Tech Exhibit 7.0-028 10/97 2.1.1 J-BOSC Tech Exhibit 7.0-026 10/96 2.2.3 AFI 32-6003 06/94 2.1.1 KHB 1200.1C 09/94 2.2.3 AFI 32-6004 05/94 2.1.1 Lead-Based Paint Management 05/95 2.2.4 FED-STD-209E 09/92 2.1.1 NHB 7234.2 07/87 2.2.4 KCI-HB-5340.1 03/95 2.1.1 NHB 7320.1B 05/82 3.1 NPG 1620 (Draft) 08/97 2.1.1 NPD 8800.14A 04/97 3.1.1 Fed. Aviation Reg. (FAR) Part 139 05/95 2.1.1 NPG 8820.2B 04/97 3.1.1 NFPA (T) 10/97 2.1.3 Asbestos Management (T) 07/94 3.1.2 AFI 31-101, V1 (or as modified in Section

J, Attachment 9, Glossary) 12.96

2.1.3 Lead-Based Paint Management 05/95 3.1.2 AFI 31-207 08/95 2.1.4 AFEPPM 96-3 3.1.2 AFI 31-209 11/94 2.1.4 Executive Order 12902 03/94 3.1.2 NHB 1620.3C (will be replaced by NPG

1620 Draft in Library, L015 02/93

2.1.4 NPG 8800.17 10/96 3.1.2 SI-PSO-IMI-FAAP-1 07/97 2.1.4 NPG 8831.2B 10/94 3.1.3 Exec Order 12148, Section 2-101 03/82 2.2 NPD 8800.16 09/95 3.1.3 Executive Order 12472 04/84

2.2.1 KHB 1200.1C 09/94 3.1.3 Executive Order 12656 11/88 2.2.1 45SW Standard Specification for

Asbestos Abatement 10/96 3.1.3 Fed Radiological Emer Resp Plan 05/96

2.2.1 Facility Number Report (CMDS/CID) 11/97 3.1.3 NPG 8715.1 (replaces NHB 1040.3) 08/96 2.2.1 AFI 32-7001 03/94 3.2.1 AFI 32-7086 07/97 2.2.1 AFI 32-7045 04/94 3.2.1 J-BOSC Tech Exhibit 7.0-001 01/98 2.2.1 AFI 32-7061 01/95 3.2.2 45SW OPLAN 10-403 09/96 2.2.1 Asbestos Management (T) 07/94 3.2.2 45SW OPLAN 28-31 (Being revised: will

be OPLAN 10-404) 02/94

2.2.1 Lead-Based Paint Management 09/92 3.2.2 AFI 24-301 (T) 04/95 2.2.1 FED-STD-209E 09/92 3.2.2 IATA 97t\ed 2.2.1 KCI-HB-5340.1 03/95 3.2.2 ICAO 96-98 2.2.1 MOU 15E-2-1 05/91 3.2.2 IMDG 1996 2.2.1 NPD 8800.14A 04/97 3.2.2 J-BOSC Tech Exhibit 7.0-005 10/97

Figure 1. Compliance Documents Listing (Sheet 1 of 2)

68

Page 190: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

SOW Document Number Rev.

Date SOW Document Number Rev.

Date 3.2.2 SA 15A-1-13 10/95 3.3.1 NPG 2800.1 3.2.2 SA 15A-1-16 04/97 3.3.1 NHB 2410.9A 06/93 3.2.2 SA 15A-1-19 02/95 3.3.1 NASA Technical Standards 07/97 3.2.4 JSC SE-S-0073, Revision E 03/97 3.3.1 OMB Circular A-130, App III 02/96 3.2.4 KSC-SPEC-P-0017 10/94 3.3.1 NMI 2410.10B 04/93 3.2.4 KSC-SPEC-P-0018 07/95 3.3.1 OMB Circular A-11 & Supp to Part 3 10/97 3.2.4 KSC-STD-Z-0006, Revision B 10/95 3.3.2 AFI 33-118 08/97 3.2.4 KSC-STD-Z-0008, Revision C 10/96 3.3.2 KHB 2570.1A 02/95 3.2.4 KSC-STD-Z-0009, Revision C 08/94 3.4.1 NPG 1490.5A 07/97 3.2.4 MIL-M-12218, Revision C, Notice 1 06/97 3.4.3 USPS Domestic Mail Manual 01/96 3.2.4 MIL-PRF-27210, Revision G 04/97 3.4.3 USPS International Mail Manual 07/96 3.2.4 MIL-PRF-25508, Revision F 10/95 3.5.1 J-BOSC Tech Exhibit 7.0-036 09/87 3.2.4 MIL-P-25576, Revision C, Amend 2 06/82 3.5.1 J-BOSC Tech Exhibit 7.0-037 05/98 3.2.4 MIL-P-26536, Revision D, Amend 1 06/85 3.5.1 KBM-PL-1.2C 05/95 3.2.4 MIL-P-26539, Revision D, Amend 2 05/95 3.5.1 KMI 1810.1G 06/96 3.2.4 MIL-PRF-27401, Revision D 10/95 3.5.2 ISBN:1-882417-13-5 03/96 3.2.4 MIL-P-27402, Revision B, Amend 1 06/89 3.5.2 J-BOSC Tech Exhibit 7.0-039 03/96 3.2.4 MIL-P-27404, Revision B 05/79 3.5.2 KHB 1820.3A (T) 10/94 3.2.4 MIL-P-27407, Revision A, Amend 1 06/88 3.5.2 KHB 1820.4 (T) 05/93 3.2.4 MIL-P-27415, Notice 1 08/88 3.5.2 KHB 1840.1B (T) 01/95 3.2.4 MIL-PRF-27201, Revision C 12/95 3.5.2 KHB 1860.1C (T) 08/96 3.2.4 MIL-T-83133, Revision D, Amend 1 09/95 3.5.2 KHB 1860.2A (T) 06/93 3.2.4 O-A-445, Revision B, Amend 1 05/83 3.5.2 KHB 1870.1A (T) 05/92 3.2.4 TT-I-735, Revision A, Notice 1 11/91 3.5.2 KMI 1800.2B 05/94 3.2.4 NASA-STD-6001 02/98 3.5.3 KHB 8800.6 (T) 01/93 3.2.5 45SWI 13-202 12/94 3.2.5 AFI 13-203 08/97 3.2.5 AFI 13-213 08/97 3.2.5 AFI 13-213, Supplement 1 12/96 3.2.5 AFI 13-218 11/95 3.2.5 FAA Approval Letter 05/91 3.2.5 FAAH 7110.10L 07/96 3.2.5 FAAH 7110.65J 07/95 3.2.5 FAAH 7210.3N 07/97 3.2.5 FAAH 7220.2A 07/88 3.2.5 FAAO 6850.5C 03/95 3.2.5 FAR Part 139 11/87 3.2.5 FAR Part 43 05/97 3.2.5 FAR Part 65 01/95 3.2.5 FAR Part 73 01/81 3.2.5 FAR Part 91 04/97 3.2.5 Fed Air Regulation (FAR) Part 1 04/97 3.2.6 OPLAN 32-3, Vol. IIIA 09/97 3.2.6 OPLAN 32-3, Vol. IIIB 09/97 3.2.6 OPLAN 32-3, Vol. V-VIII 09/97

Figure 1. Compliance Documents Listing (Sheet 2 of 2)

69

Page 191: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

1.1 MANAGEMENT AND CONTROL

SGS shall provide: 1) an experienced Program Manager who has managed base support projects similar in size and complexity to J-BOSC; 2) a business process re-engineering specialist to manage a Transformation Office dedicated to analyzing, recommending, and managing change and process improvements during the life of the program; and 3) a team selected on the basis of their proven abilities to provide innovative services in their respective fields.

1.1.1 Program Management. SGS shall apply an integrated team approach that incorporates a centralized Program Management Office and a single set of consolidated and easily understandable policies and procedures for the J-BOSC program. SGS shall: 1) take a proactive approach to labor relations involving collective bargaining agreements that includes the formation of a consolidated Labor Management Council; 2) develop an annual operating plan that consolidates forecasting and budgeting across the diverse J-BOSC functions; 3) implement a business approach that incorporates “right-sizing” the workforce staffing profile with resulting cost savings; 4) implement an incentive plan for the entire workforce that rewards employees for suggesting and developing ideas that result in quantifiable benefits; and 5) use a fully integrated Management Information System (MIS) capable of delivering on-line real-time and historical data to decision-makers.

SGS shall review program/operational requirements documents to assess capability, provide estimates, and assist in developing operational directives. SGS shall provide support for operational requirements to include launch and landing milestones, port operations, operational tests, and payload processing.

1.1.2 Phase-In. SGS shall execute an effective phase-in to address all requirements with minimal disruption to incumbent contractor operations. SGS shall assume full responsibility for work in each functional area by the end of a 23-day phase-in period.

1.1.3 Organization. SGS shall optimize J-BOSC support services at the least possible cost within all performance parameters. SGS shall consolidate the existing contractual work efforts into a single, streamlined organization and bring a fresh perspective of how to organize the work functions necessary to support base operations to this contract. The organization structure will balance flexibility and accountability to ensure responsiveness, product quality, and resource control. The workforce will be empowered with the responsibility and authority to achieve performance goals. The staffing will be right-sized to maximize the contribution of each individual worker. The organization will promote simple and direct communication with both colleagues and the Government. The approach will encompass a turnkey J-BOSC solution that fully integrates all resources, people, and systems required to deliver the required services, with a continual focus on reducing costs.

1.1.4 Quality Approach. SGS shall establish and conduct a Quality Assurance (QA) Program for all services provided under this contract that complies with the guidance in ANSI/ASQC/ISO 9001−1994 Standard for Quality Systems⎯Model for Quality Assurance in Design, Production, Installation, and Servicing⎯as well as other supplemental requirements imposed on the contract. SGS shall use ISO 10005 as a guide to document a structure for adapting a QA Plan tailored to each functional area. Our plan will be disseminated to all employees, and we shall provide recurring training for the entire SGS team workforce. The QA Plan shall include a broad-based metrics program that incorporates J-BOSC performance standards. SGS shall submit an electronic Anomaly Report (Data Requirements List [DRL] Item Number 1.1-04) in an SGS format within half a day after an anomaly occurs.

70

Page 192: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

1.1.5 Key Personnel. SGS shall provide a team of managers with a thorough knowledge base of all work tasks to maximize performance. SGS managers shall have the knowledge and experience to achieve the Government’s objective of “highly innovative and effective management to provide system dependability, resource protection, proactive and interactive customer support, and visionary long-range planning leading to overall cost reductions and infrastructure modernization.”

1.1.6 Automated Systems. SGS shall provide an information infrastructure that links all applications, resident on all present systems, via an interface standard to share data and information for real-time decision-making across functional area boundaries. The SGS architecture shall provide for interoperability among all management, operations, administrative, and financial systems to improve the efficiency of services and communications for all stakeholders. The proposed architecture shall provide a functional-area independent mechanism to gather data throughout J-BOSC without interfering with the current business process and provide the backbone necessary to sustain orderly systems and applications migration through a set of phases designed to remove system dependencies and improve communication.

SGS shall provide an on-line commercial off-the-shelf (COTS) work management package to manage scheduled maintenance and repair, corrective maintenance and repair, construction, trouble calls, and other operations and maintenance (O&M) activities with one integrated tool; ensure work orders are properly handled, necessary approvals are obtained, and follow-on work after emergency mitigation is properly planned and scheduled; improve resource planning and efficiencies across departmental boundaries; capture cost and status tracking at all levels of interest, including individual work orders, by accounting code, project, and WBS area, and feed this information into our customized business system. The purchasing function is centralized through its interface with our customized business system.

1.1.7 Business Management. SGS shall provide a detailed business model that includes specific recommendations for using the resources base; a practical modernization approach for equipment and facilities; a stewardship approach; J-BOSC cost reductions; an approach for phasing out general purpose Government property; functions to be subcontracted; a proactive labor relations approach with the six unions; and a detailed phase-in execution plan to ensure activities begin on 1 October 1998.

SGS shall develop, implement, and maintain a management approach to support KSC and the 45th Space Wing’s goal to be the premier gateway to space. We shall employ a highly innovative, entrepreneurial, and efficient management program that challenges the status quo and existing cultures in formulating and implementing high-quality, timely, and cost-effective base support services. We shall manage the project by incorporating quality concepts and monitor performance through meaningful indicators that lead to continuous process improvement. Our program shall achieve common support practices and systems in providing multi-customer base support services.

SGS shall provide a business approach based on stewardship, flexibility, and best business practices. We shall establish a program that embodies sound financial management concepts that result in affordable costs while continuously improving customer support. SGS shall realize cost savings through improved project efficiency while reducing dependency on Government-furnished property and services. Our contract team will partner with KSC, the 45th Space Wing, and their customers to optimize resource management. We shall develop a subcontract program that recruits and selects qualified subcontractors, maximizes the use of commercial services, and provides meaningful subcontracting or teaming opportunities to achieve the J-BOSC socio-economic procurement goals.

71

Page 193: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

SGS shall initiate proactive measures to support the Joint Program Management Office (JPMO) in achieving the goal of becoming the world’s premier gateway to space while concurrently maximizing operational effectiveness for the Government and commercial customers. SGS shall form a full partnership with JPMO to create and implement a beneficial approach to reduce J-BOSC costs associated with relying on Government investments in infrastructure and equipment.

1.1.8 Continuous Improvement. SGS shall continuously assess and benchmark internal processes to look for ways to improve services. SGS shall adopt this principle and apply the basic precepts of process improvements to continually optimize the delivery of services for the J-BOSC environment. The approach will include: 1) creation of the J-BOSC Transformation Office coupled with a dedicated manager to manage the identification, analysis, selection, and implementation of process improvements; 2) discipline methodology to determine the overall effectiveness (by time or cost savings) of improved or new process; 3) review and approval by the Program Director; 4) detailed plan and schedule for implementation; and 5) thorough follow-up and any lessons-learned documented by the Transformation Office.

1.1.9 Phase-Out of Government Property. SGS shall create and adhere to a disciplined methodology and process to significantly reduce time and costs associated with the analysis and purchase of general purpose property. SGS shall assess, recommend, and purchase property necessary for maintaining successful day-to-day J-BOSC operations. SGS shall systematically phase out J-BOSC Government-furnished general purpose property to support the Government’s objective of reducing dependency on Government-furnished property during the contract base period of 5 years.

1.1.10 Cost and Schedule Status Reports. SGS shall prepare a daily electronic Automated Data Extract Report (DRL Item Number 1.1-06), to keep the Government and end customers informed of the cost, schedule, and status of work performed or in progress.

1.1.11 Risk Identification and Mitigation. SGS shall execute a risk mitigation plan for abating all identified management and technical risks, including labor relations with the unions; loss of skill sets and institutional knowledge to support base operations; information systems infra-structure; 23-day phase-in; disruption to current service levels; and the organizational change necessary to implement JPMO’s vision of the premier gateway to space.

The SGS Program Manager is responsible for identifying and managing risk elements for the program. While some risk elements include items that are external and beyond our control, planning for all risks includes proper management recognition and attention to reduce or eliminate them and their impact. The Program Manager identifies all risk elements, prepares mitigation plans, and incorporates the plans into the Integrated Management Plan (IMP). Each quarter, the Program Manager shall review management risk elements and their status concerning potential impact to J-BOSC operations and assess risk elements to be removed or included.

1.1.12 Communications. SGS shall establish and maintain effective lines of communication with all elements of KSC, the 45th Space Wing, and their customers at all levels within the project to ensure flexible, effective base support. We shall play a key role in working issues, devising solutions to problems, and developing future plans. We shall provide and implement an MIS that provides accessibility to timely information for managing this performance-based contract.

SGS shall achieve customer confidence that systems will work and services will be provided when needed. SGS shall ensure systems integrity and reliability, mission readiness, and service

72

Page 194: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

excellence. SGS shall provide the right number of technically competent and qualified personnel for each SOW task at the right time, with the right equipment and material, to do the job right the first time, every time. SGS shall ensure that customer requests are handled in a prompt and courteous manner and emergency calls/services immediately mitigated.

1.1.13 Equal Opportunity Employment. SGS shall comply with all Equal Opportunity Employment requirements. SGS shall submit a quarterly electronic Equal Employment Opportunity Report on KSC Forms 32-58 C/G 1/91 including Attachments A, B, and C, in accordance with DRL Item Number 1.1-01.

1.1.14 Proactive Contract Execution. SGS shall execute this contract in a proactive and flexible manner and shall provide personnel and other resources, except those designated as Government furnished, to accomplish contract requirements. We shall establish a business approach that embodies sound financial management concepts and controls, stewardship, flexibility, and best business practices. SGS shall provide immediate abatement of non-compliant conditions where solutions are readily available. The tasks of this section apply contract-wide.

1.1.15 Resource Management. SGS shall provide a contract resource management system, to include subcontracts, for the total contract work activity. The SGS resource management system shall provide timely and accurate visibility of contract manpower, cost, and schedule performance and the interrelationship between them. This includes data and supporting variance analyses as well as special exercises involving schedules, work flows, and budgets. Work shall be prioritized, managed, and controlled within program funding levels. SGS data shall be current, accurate, and complete and actual costs shall not exceed approved operating plan(s).

1.1.16 Integrated Management Plan. SGS shall provide and maintain an IMP that includes complete information about customer tasks and resources that are available to the user. Information shall be available to all organizations and agencies involved in generating, managing, and using the resources: customers or users, commanders, contractors who generate the resources, and offices that monitor and control the resources. SGS shall submit our IMP (DRL Item Number 1.1-05), at least annually, to the JPMO.

1.1.17 Flexibility. SGS shall respond to changing service requirements and prioritize activities to best accomplish the intent of the contract in terms of mission support, JPMO initiatives, and customer service.

1.1.18 Response Period. SGS shall respond to customer needs 24 hours a day, 365 days a year to include liaison duties between range users, customers, 45th Space Wing and KSC elements, contractors, and host agencies. Liaison duties include, but are not limited to, receiving support requests, coordinating activities such as work clearance request/excavation permits and utility outages, and passing work requirements to other contractors.

1.1.19 Schedules and Cost Estimates. SGS shall provide schedules and cost estimates at the work order level that include cost element breakdowns as requested by the customer.

1.1.20 Work Classification. SGS shall properly classify and prioritize all work through the Work Control Center for day-to-day work requirements and through Engineering Services for facilities projects.

1.1.21 Work Management System. SGS shall provide a controlled-access (network accessible), on-line, interactive automated management and work information system(s). SGS shall provide authorized users with electronic access to this system and other on-line

73

Page 195: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

management information systems and databases. Management and work information systems shall be user friendly and provide required customer data, as needed. Access includes the ability to read and download data, and construct and execute ad hoc queries and custom reports with current and historical data. Data shall be compatible with Microsoft software products or made available through a front end user interface. Data shall be current, accurate, and complete. SGS shall develop and maintain user’s guides, and provide training for user on how to access on-line management information systems and databases.

1.1.22 Performance Metrics. SGS will develop, maintain, analyze and report performance for all contract requirements and provide management reviews. SGS shall provide objective, measurable metrics for each defined performance requirement. SGS will report existing or potential problem areas with recommended solutions. SGS will submit a quarterly electronic Contract Performance (Metrics) Report to the JPMO in accordance with DRL Item Number 1.1-03.

1.1.23 Fixed-Price Launches. SGS shall support fixed-price launches, including providing estimates for the launch agreements. Estimates shall be based on experience data, vendor quotations, labor estimates, other direct costs, and indirect costs. As required by DRL Item Number 1.1-02, SGS shall submit an electronic Fixed-Price Launch Operations Cost Estimate to JPMO 90 days before launch.

1.1.24 Community Special Events. SGS shall provide miscellaneous support for KSC, Cape Canaveral Air Station (CCAS), Patrick Air Force Base (PAFB) special events, and community special events.

1.1.25 Government MIS Systems. SGS shall collect and input required data into Government MIS and databases to support Government reporting requirements.

1.1.26 Meetings and Briefings. SGS shall support meetings, working groups, briefings, and inspections, and prepare, maintain, submit, or make accessible correspondence, records, reports, and data associated with all work requirements.

1.1.27 State-of-the-Art Investigations. SGS shall proactively investigate and implement proven new products, technologies, and processes.

1.1.28 Data Exchange Standards. SGS shall support efforts to develop and use data exchange standards (or equivalent functions) to share information concerning Air Force and NASA resources between organizations.

1.1.29 45th Space Wing CWC Compliance Plan. SGS shall support the 45th Space Wing as assigned and required in the tasks outlined in the 45th Space Wing Chemical Weapons Compliance (CWC) Plan, including:

• Challenge Inspection criteria;

• Protocol procedures and commitments in support of CWC events;

• Administrative support requirements as required by the Government for Challenge Inspection personnel;

• Security guidance for Challenge Inspection activities;

• Safety requirements;

• Communications support;

• Support for command and control procedures;

74

Page 196: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Tracking CWC activity costs and expenses;

• Support for public relations and information activities;

• Challenge Inspection team logistical support;

• Transportation support, as directed; and

• Preparation of required reports and support agreements.

SGS personnel will augment the 45th Space Wing team as directed and will ensure proper documentation of all activities. SGS shall meet all requirements for implementing Operations Security (OPSEC) and will report all unusual activities to the Contracting Officer.

1.1.30 Industrial Security Program. SGS shall establish and implement an Industrial Security Program as specified by the National Industrial Security Program (NISP), and as outlined in Department of Defense (DoD) 5220.22-M, National Industrial Security Program Operating Manual. SGS shall design a plan capable of safeguarding classified information during all phases of the contracting, licensing, and grant processes, including bidding, negotiation, award, performance, and termination.

1.1.31 Support of Space Shuttle Launches. SGS shall provide all services consistent with mission requirements for support of space shuttle launches. These services shall include operations, maintenance, and logistics support in preparation for launches, O&M support during launch operations, and prescribed requirements following launches.

1.1.32 Air Force Intermediate-Range Nuclear Force Compliance Plan. SGS shall provide operations, maintenance, and logistics services as specified by the Government and the Air Force Intermediate-Range Nuclear Force Compliance Plan, Annex J, Change 2. SGS shall provide all required support to the Commonwealth of Independent States (CIS) Inspection Team and the On-Site Inspection Agency (OSIA) Inspection Team, which are referred to as the Intermediate-Range Nuclear Force (INF) Compliance Inspection Team. Support requirements will include:

• Providing transportation and logistics support for arrival and departure of team members;

• Administrative support, participating in training as directed by the Government;

• Practicing and enforcing security requirements; and

• Performing all post-support requirements, including safety, communications, command and control, public affairs, tracking and reporting costs, and medical support; and preparing and submitting all before-, during-, and after-action reports, as specified by the Government.

1.1.33 Training. SGS shall provide a users guide and training for user access to on-line MIS and databases for NASA, Air Force and other specified organizations and personnel. SGS shall provide fire and security awareness training. QA training and recurrent training shall be provided to SGS personnel. Training shall meet customer needs and shall be conducted in a timely and courteous manner. SGS shall maintain current data for all required certifications. SGS shall ensure that there are no violations resulting from lapses in required personnel certifications.

1.2 SAFETY AND MISSION ASSURANCE

SGS shall establish, implement, and maintain a comprehensive safety, health, and mission assurance program that meets current requirements of federal law and nationally recognized consensus standards. SGS shall also participate in the Government/Industry Data Exchange

75

Page 197: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

Program (GIDEP). SGS shall perform risk assessments to identify catastrophic risks associated with systems and operations. Those risks affecting NASA programs managed by other NASA program/centers shall be prepared and processed, as defined by those programs. Safety and health are the paramount responsibilities of project management.

1.2.1 Safety and Health Compliance. SGS shall establish and manage a comprehensive safety operations program. This program includes industrial safety and operations monitoring for the resolution of acts or conditions. The program provides for prompt and thorough investigation and reporting of accidents or “near misses” and for surveillance of hazardous operations including surveillance operations performed by SGS employees and the review and approval of hazardous operating procedures and deviations. SGS shall comply with tailored safety requirements set forth in EWR 127-1, Eastern and Western Range Safety Policies and Processes, and KHB 1710.2C, Kennedy Space Center Safety Practices Handbook. SGS shall participate in the Occupational Safety and Health Administration (OSHA) Voluntary Protection Plan.

1.2.2 Mission Assurance. Risk assessments shall be performed to identify the potentials for catastrophic risks associated with systems and operations; specifically, launch and landings, port operations, operational tests, payload processing, and new facility/systems modification or construction. Risk assessments may be required for other NASA centers’ operations. Requirements for those centers shall be defined by the requesting center. Risks shall be identified in sufficient time to allow correction or acceptable risk mitigation.

1.2.3 GIDEP. SGS shall maintain component failure records and provide information to GIDEP.

1.3 FINANCIAL MANAGEMENT

While responding to the financial reporting needs of NASA and the Air Force, SGS shall employ best business practices in sound financial management of total contract costs. SGS shall prepare and implement flexible and innovative procedures to ensure compliance with various cost-charging policies based on category of customer and sources of funds.

1.3.1 Financial Management System. SGS shall provide an integrated financial management system capable of maintaining complete cost integrity and interfacing with an automated work management system.

1.3.2 Cost Reports. SGS shall provide the following cost reports:

• SGS shall submit a Weekly Job Ordered Costs Report with the capability of identifying costs to a daily level, reference DRL Item Number 1.3-01.

• SGS shall submit detailed and accurate Monthly and Quarterly Financial Management Analysis Reports on Forms 533M and 533Q, respectively, in accordance with DRL Item Number 1.3-03 and instructions in NPG 9501.2C, NASA Contractor Financial Management Reporting.

• SGS shall submit a monthly Cost Algorithm Report in SGS format by the 10th calendar day of each month in accordance with DRL Item Number 1.3-04. The report shall contain allocating algorithms to be applied to cost data for distribution of costs to the Job Order Number level. The initial report shall be delivered within 10 working days after contract start.

• SGS shall submit a Year-End Cost Estimate Report in the format specified in accordance with DRL Item Number 1.3-05.

76

Page 198: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• SGS shall submit a Launch Scrub Costs Report in the format specified in accordance with DRL Item Number 1.3-08.

• SGS shall submit a Contractor Commitment Cost Data Report in the specified format in accordance with DRL Item Number 1.3-07.

1.3.3 Job Ordered Cost Accounting System. SGS shall employ a full job ordered cost accounting system to capture final cost objectives. SGS shall partner with the Government to develop algorithms, as necessary, to distribute indirect costs to appropriate service pools or direct job order number. The SGS cost accounting system shall have adequate internal checks and balances and audit steps built in to isolate and identify erroneous or incomplete data and procedural deviations under controlled conditions and ensure timely and proper corrective actions consistent with the complexity of the situation. All data reflected in the database shall be adequately supported by auditable documentation that is cross referenced to provide readily traceable audit trail(s). The system shall contain controls and edits to ensure that all directly identifiable costs are properly identified and reported.

1.3.4 Cost Distribution. SGS shall update the cost accounting system database so that the status of direct cost to a cost objective or final cost objective can be determined. SGS shall achieve full cost distribution of contract costs to the final cost objective and shall reconcile the SGS general ledger system to the costs distributed to the Job Order Cost Accounting System (JOCAS).

1.3.5 Contract Operating Plan. SGS shall develop and manage a contract-operating plan on the basis of fund source with monthly execution and variance analysis to ensure total contract costs have been reconciled.

1.3.6 Budget Development. SGS shall respond to requests for Program Operating Plan (POP) budget development and other special budget exercises.

1.3.7 Geographic Economic Impact Report. SGS shall submit an electronic Geographic Economic Impact Report on SGS format by 15 October of each contract year in accordance with DRL Item Number 1.3-02.

1.3.8 Reimbursement Policy. SGS shall comply with the requirements of the 45th Space Wing Instruction 65-601, Reimbursement Policy, and J-BOSC Technical Exhibit 5.1-504 when advising the JPMO of direct costs for Range users that can be identified readily with the particular program support. All costs will be directly tied to a particular Job Order Number and Range Scheduling Number. These costs will include labor, materials, minor construction, utilities, equipment, supplies, and any other resources damaged or consumed during operations or testing.

1.3.9 Project Funds Management Record Summary Report. SGS shall submit a monthly Project Funds Management Record (PFMR) Summary Report, in SGS format, in accordance with DRL Item Number 1.3-06.

77

Page 199: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

2.0 PUBLIC WORKS

2.1 ENGINEERING SERVICES AND WORK CONTROL

SGS shall provide engineering services to accomplish base operations and support services in support of facility planning, design, construction, design specifications, and energy and water management at KSC, CCAS, PAFB, and the Florida Annexes. SGS planning, design, engineering, and construction services shall comply with all required NASA and Air Force Instructions and requirements.

SGS shall provide NASA engineering services, as guided by NHB 7320.1B, Facilities Engineering Handbook, and Air Force engineering services as described in succeeding paragraphs. SGS shall maintain Air Force and NASA facilities in a cost-effective manner that protects and preserves investments. SGS shall provide extensive coverage of energy conservation matters.

SGS shall set minimum maintenance and energy standards for Facilities Maintenance and Energy Management.

SGS shall perform management, facilities engineering, operation, maintenance, repair and modification of all real property, real property installed equipment (RPIE), power conditioning and continuation interfacing equipment (PCCIE), structures, facilities, utilities, and equipment on KSC, CCAS, and the Florida Annexes.

SGS shall provide facilities support services management for KSC, CCAS, and the instrumentation and communications sites located on the Florida mainland; and, operate a formal, centralized system for controlling range facilities, support resources and maintenance management at KSC, CCAS, and the Florida Annexes. SGS shall develop and use configuration control procedures for facilities support.

SGS shall employ new systems and techniques that shall permit the realigning of emphasis from remedial and corrective maintenance to a reliability-centered maintenance approach. Management shall practice pride of ownership principles for all Government facilities and equipment entrusted to its use and care.

SGS shall identify actual or potential problems in the facilities support area and coordinate with all affected parties, including other contractors of facilities support activities, to ensure effective, uniform, and economical responses to requirements. SGS shall designate a single point of contact for coordinating efforts and resolving all allied support tasks relating to facilities work.

SGS shall establish and maintain a Real Property Manager/Space Allocation Program for KSC, CCAS, and the Florida Annexes.

SGS shall operate a centralized Work Control Center (WCC) to provide base operations support. Included in the work control functions of the WCC are: facilities work order reception, and processing to provide maximum flexibility in scheduling and assigning personnel, equipment, and materials. SGS shall train Work Control personnel to process base operations support specifically as defined in J-BOSC contract performance requirements.

2.1.1 Facilities Planning. SGS shall provide a full range of facilities planning services for KSC, CCAS, PAFB, and the Florida Annexes, as described in the following paragraphs. SGS shall be committed to preserving Government assets and protecting the environment. SGS shall continuously promote the stewardship of Government resources among managers and the workforce. The SGS approach shall be to protect the Government’s investment through

78

Page 200: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

dedicated maintenance and repair of infrastructure, advocacy for capital improvements, effective land use for all activities and tenants, and continuous observations and recommendations to appropriate Government personnel in all areas.

2.1.1.1 Real Property Management. SGS shall provide management, transactions, physical inventory, and accounting for all real property on KSC, CCAS, and the Florida Annexes, including instruments such as leases, permits, rights of entry, easements, and licenses. Real property records include all KSC, CCAS, and Florida Annex facilities, (including family housing when added to this contract), that are included in the scope of this contract.

SGS shall manage all NASA real property assigned to the J-BOSC contract in accordance with NPD 8800.14A, Policy for Real Property Management for NASA.

SGS shall maintain real estate data for KSC, CCAS, and the Florida Annexes for the Comprehensive Planning function.

SGS shall maintain records of revenues and expenses generated from all real property instruments and provide a utilization inventory for all facilities. Using real property records, SGS shall develop a Facility Consolidation and Reuse Plan, including a Demolition and Disposal Program.

SGS shall maintain and update a current list of all facility managers and serve as the coordinating agency for dissemination of information, training, and instructions. SGS shall provide initial training for all newly assigned facility managers on CCAS.

SGS shall maintain the real property records for CCAS and the Florida Annexes and perform an inventory and make annual physical inspections of each installation to determine condition and utilization of each facility. SGS shall maintain and monitor facilities not in use and prepare and provide, to the Government, a listing of current facility customers.

2.1.1.2 Special Tasks and Document Maintenance. SGS shall maintain the master reproducibles of the Facilities Comprehensive Plans for KSC, CCAS, and the Florida Annexes.

SGS shall develop the Basic Information Guides (BIGs) for KSC, CCAS, and the Florida Annexes.

SGS shall prepare and implement a comprehensive customer interface program to include information, orientation, and a customer’s guide to KSC, CCAS, and the Florida Annexes facility.

SGS shall develop, update, maintain, and revise plans, information guides, airfield waivers, and maps for KSC, CCAS, and the Florida Annexes.

SGS shall provide field surveys, siting approval, excavation permits, updating Master Plan documentation, cartographic support, Geographical Information System (GIS) support, and Geographic Information Management System (GIMS) support.

SGS shall develop and implement a plan to provide, within 5 years of contract award, BIGs and maps to the 45th Space Wing Communications Squadron (CS) GIMS and the KSC Real Property Reports and maps to GIS.

In addition, SGS shall provide enhanced GIS support to various government applications which KSC users require. Examples of the types of applications that will be involved are in Technical Exhibit 2.1.1-01, Section I. The annual contract values to support the additional applications are in Technical Exhibit 2.1.1-01, Section III. The additional applications to be implemented shall be selected by the government. The data-handling requirement of the enhanced GIS including the

79

Page 201: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

additional applications is to be approximately one terabyte within 5 years of contract award. SGS shall maintain an up-to-date GIS project plan, which includes performance standards and associated metrics.

SGS shall provide and update annually a 5-year facilities projects program and a 20- to 25-year Facility Master Plan, for facility and infrastructure improvement, modernization, and major repair.

SGS shall serve as the coordinating agency for all space allocation activities.

SGS shall provide engineering support to perform the Facility Master Planning function, including conducting field surveys and reviewing excavation permits; update Master Plan documentation; and provide cartographic support. SGS shall provide computer-aided design (CAD)-generated drawings of geographic sites or areas depicting both existing and future facilities, utilities, roads, and the like.

2.1.1.3 Facility Project Planning and Programming. SGS shall perform comprehensive planning services for KSC, CCAS, and the Florida Annex sites.

SGS shall support the planning and programming of facility construction projects, real property maintenance projects, and programming.

2.1.2 Design Specification Services

2.1.2.1 Scope. SGS shall perform design services (in-house and subcontract) in support of KSC, CCAS, and the Florida Annexes.

SGS shall perform engineering and drafting services in support of Security Services Management (SSM) tasks. Support shall consist of a skill mix that provides elements such as engineering design, drafting, and cost estimates, to assist in implementing SSM recommendations.

SGS shall provide the capability for on-call dedicated engineering and drafting support for high priority and short suspense special projects, and shall accelerate the design program for these projects when necessary.

SGS shall perform professional engineering services necessary for technical consultations, planning, studies, investigations, surveys, and project books. These services involve civil, structural, mechanical, electrical, environmental, archaeological, and sanitary engineering efforts in varying degrees for most of the projects. Drawings will be sealed by Professional Engineers.

2.1.2.2 Specifications Intact. SGS shall manage the NASA standard master guide specifications, Specifications-Kept-Intact (SPECSINTACT), for the preparation of facility construction project specifications. SGS shall produce updated text changes to the NASA and KSC Mastertext for electronic transfer to the National Institute of Building Science (NIBS) twice annually; produce and maintain the NASA Mastertext database for use by the SPECSINTACT user community; maintain the local KSC SPECSINTACT guide specifications, provide review and engineering support, update the Specification Documentation System (SDS) computer to ensure the latest guide specifications are available; provide engineering support to users; and support the project with involvement in NIBS and the Construction Specifications Institute (CSI). Biannually provide the NASA-COCB information on pertinent industry news, engineering updates, and budget requirements for review and action. SGS shall continuously review and update the KSC-SPECSINTACT database to latest industry reference standards, federal

80

Page 202: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

regulations, and executive orders, and shall ensure that all sections are reviewed at least once every 3 years.

SGS shall perform tasks associated with maintaining the SPECSINTACT computer software in support of all NASA centers, the Army Corps of Engineers, and the Naval Facilities Engineering Command architectural/engineering firms; perform all tasks associated with sections of NASA Mastertext, including analysis and incorporation of change requests; review sections for currency of materials, processes, referenced publications, and format; prepare recommendations for changes to the NASA Control Board; support all NASA and Interagency Control Board meetings, NIBS meetings, and SPECSINTACR presentations; and utilize and maintain a web site for software, text, and documentation distribution.

2.1.2.3 Record Drawings. SGS shall provide services to maintain the record drawing programs and receive and file all record drawings and changes for all real property.

SGS shall review, update, and maintain record drawings for real property facilities, including buildings, utility lines, and roads and grounds. The drawings shall be updated with a field check at least annually.

2.1.2.4 Engineering Documentation. SGS shall prepare, maintain, and deliver baselined and updated documentation for assigned facilities, systems, and equipment. SGS shall provide conceptual, preliminary, and detailed design for all sustaining engineering tasks, as is appropriate to the task.

SGS shall operate an engineering originals repository and file all engineering drawings, specifications, and associated documents.

2.1.2.5 Value Engineering. SGS shall initiate value engineering on all facility projects, assign design personnel to manage field installations, and prepare a detailed step-by-step Facility Activation Plan during the design phase.

2.1.2.6 Waste Management Program. SGS shall establish and maintain a management program for nonhazardous wastes, asbestos, PCBs, storage tanks, and support, in accordance with local, state, federal, and Air Force regulations, technical guidelines, and manuals.

2.1.3 Engineering and Construction Services. SGS shall provide design and engineering services to support facility projects and related engineering studies required for program development. SGS shall perform field surveillance, inspection, surveying, construction services, and associated planning and scheduling of projects implemented by others and assigned to SGS for construction services. SGS shall prepare complete findings of fact (including impact assessments for claims and proposed change orders, supporting cost estimates, and the like) for use by the Government on those construction contracts under surveillance. SGS shall provide Engineering and Construction management services for PAFB on an as-required basis. 2.1.3.1 Construction Management. SGS shall implement a construction management approach that provides high-quality construction performance and facilities that meet functional requirements on schedule and within approved funds. SGS’s construction management approach shall be applicable to all facility projects, regardless of scope and construction agency. SGS shall track, analyze, and report project status and costs consistent with the Facility Project Management Plan, with the level of intensity proportional to the complexity of the project. SGS shall ensure that all bid packages contain complete and detailed documentation that fully describes each facility configuration, performance requirement, and the intent for the facility construction work.

81

Page 203: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

The SGS Construction Management program shall apply to all NASA/KSC and CCAS projects and to PAFB facility projects as required. The construction management program shall include field surveillance, associated services, and support of on-site construction, installation, fabrication and cost analysis, estimating, contract support, and other services normally associated with construction management services.

SGS shall provide construction management services, including surveying and project scheduling for Government-initiated construction projects. SGS shall provide all aspects of construction management, and acceptance of construction contracts implemented by others and assigned to the contractor for construction services. SGS’s construction management services shall include construction project O&M considerations and construction contract completion and acceptance. SGS shall provide facilities, systems, and equipment cost estimating and cost engineering services to support construction activities. SGS shall obtain and review the redlined construction plans and specifications and shall ensure that the design entity provides as-built drawings.

2.1.3.2 Facility Activation Plan. SGS shall implement the Facility Activation Plan and maintain oversight of the activation budget. SGS activation services shall include facility O&M and training considerations, completion and acceptance of facilities and systems, and facility outfitting.

SGS shall provide construction management services at a date no later than the 90-percent constructability review; these services will continue through the construction phase, the beneficial occupancy phase, and the warranty program phase.

2.1.4 Energy and Water Conservation

2.1.4.1 Energy and Water Management Program. SGS shall provide program management support for the overall KSC, CCAS, and PAFB Energy Efficiency and Water Conservation Program. SGS shall conduct an Energy and Water Management Program that plans, implements, and measures the status of conservation initiatives for J-BOSC-responsible f/s/e. SGS shall establish and maintain an Energy and Utilities Conservation Program that shall take all reasonable steps to optimize efficiency of heating, ventilation, and air conditioning (HVAC) systems consistent with facility usage and configuration. SGS shall take all reasonable actions to reduce the amount of energy used by the environmental control systems (such as controlling intakes to ensure that outside air introduced into the system is the minimum required amount, regularly replacing filters, cleaning evaporator and condenser coils and ducts, reducing reheat to the minimums required for the requirement served by the system, balancing air flow to conditioned areas, calibrating thermostats and hemostats, and frequent monitoring of all time clocks and thermostats controlling environmental control systems). SGS shall operate an effective Utilities Conservation Program to control cost and quantity of utilities purchased and produced. These utilities include water, space heat, air conditioning, electric power, and disposal of sewage. Conservation shall be practiced 24 hours a day, 7 days a week.

SGS shall actively pursue an overall Energy Efficiency Management Program for KSC and an Energy Management Program internal to J-BOSC. SGS’s program shall apply to PAFB, KSC, and all NASA facilities, systems, and equipment at CCAS. SGS shall provide project management support for the overall KSC, CCAS, and PAFB Energy Efficiency and Water Conservation Program; achieving the SGS share of mandated consumption reduction goals for KSC, CCAS, PAFB and the Florida Annexes. SGS shall coordinate with, and provide support to, the Energy Savings Performance Contractor (ESPC) for CCAS with respect to the Energy Savings Performance Contract scope of work.

82

Page 204: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

SGS shall actively support the KSC, NASA and CCAS energy and water efficiency program and shall conduct an internal program for J-BOSC. SGS shall provide the following support to the energy and water management and conservation programs:

• Support the coordination of the contract-wide program through information collection and analysis;

• Identify and assist in implementing opportunities for applying cost-effective efficiency and alternative fuel technologies; and

• Identify and assist in implementing opportunities for cost-effective purchasing and application of utilities.

2.1.4.2 Energy Metrics. SGS shall develop energy metrics as defined in NPG 8800.17 for tracking energy use against productive output, facility utilization, or physical facility characteristics to measure progress against NASA energy-efficiency goals.

2.1.4.3 Utility Consumption Data. SGS shall provide program status to the Government and shall collect, analyze, and prepare utility consumption reports and plans. SGS shall input data to the Air Force Defense Utility Energy Reporting System (DUERS) that shall include utility energy consumption and building square footage data for all facilities assigned for this contract.

83

Page 205: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

2.2 INFRASTRUCTURE

SGS shall provide operations, maintenance, engineering, and custodial services for the facilities, systems, equipment, grounds, and utilities at KSC, CCAS, PAFB, and the Florida Annexes to accomplish base operations and support services.

SGS shall implement an infrastructure maintenance program based on Life-Cycle Asset Management (LCAM), Reliability Centered Maintenance (RCM), and Integrated Logistics Support (ILS). SGS shall initiate a Systems Engineering Transition Plan during the first week of phase in. This plan shall establish requirements for an initial comprehensive on-site inventory beginning on the first day of full contract performance of all launch operations support systems and subsystems for which SGS would be responsible, regardless of the extent of each system’s support to launch missions. This step-by-step inventory and systems analysis process shall ensure SGS of developing optimal baselines for each system and subsystem, considering that we will have total visibility of existing systems and that Systems Engineers will analyze and appropriately optimize these systems.

The LCAM process shall provide a systematic method to assess conditions, identify and prioritize needs, and guide the allocation of resources. SGS engineers shall apply the process to any asset at any phase in its life cycle. Utilization strategies shall provide a credible tool to be used for formulating budgets, establishing performance-based maintenance programs, building utilization, facilitating land use, and creating comprehensive planning goals. SGS shall apply these same processes for physical infrastructure and support services and shall develop utilization strategies following the same basic principles.

The SGS evaluation of options shall include a Life-Cycle Cost Analysis (LCCA) that incorporates all costs associated over the life of the option. These costs shall include initial capital investment (or current value), annual expenses (such as maintenance and rent), energy costs, demolition and disposal costs, severance or "quit" costs, and opportunity costs (cost of money) for the useful life of the system/service to the customer. SGS shall also review the probability of success, including factors such as obtaining initial investment capital, community and corporate support (labor support), and legal/regulatory hurdles or roadblocks. When possible, these factors shall be converted into estimated dollars to mitigate. We shall also consider other non-economic factors for application to the evaluation process.

SGS shall submit a Facilities, Systems, and Equipment Operations/Maintenance/Engineering/ User Matrix Report in accordance with DRL Item Number 2.2-01.

2.2.1 Facilities, Systems, Equipment, Utilities. SGS shall implement a state-of-the-art, full-service, integrated management information system for receiving, validating, scheduling, controlling, and tracking all work associated with J-BOSC. The work control function shall identify tasks and resources required to support those tasks. SGS shall identify tasks and work necessary to ensure that all facilities, structures, systems, and equipment for which O&M responsibility is assigned shall continue to function in their original capacity and at their design efficiency. Work to be identified includes preventive maintenance, corrective maintenance, and overhaul or replacement to obtain optimum value for resources expended.

SGS shall provide and maintain an on-line, interactive automated work control system that provides current, accurate visibility of all applicable work. The system shall provide sufficient information to allow customers to track work to completion.

SGS shall develop a maintenance management system for all facilities, systems, and equipment for which SGS is assigned the maintenance responsibility. SGS shall ensure the reliability of assigned facilities, systems, and equipment. Maintenance shall be performed to

84

Page 206: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

prevent deterioration to the point at which major refurbishing is required prior to the end of the designed life cycle to restore the system, facility, or equipment.

Warranty Maintenance. SGS shall maintain warranty or guarantee records for all equipment and material in the facilities support area during the time they are under warranty or guarantee; investigate the failure of any covered equipment or material and report findings by telephone to the appropriate customer; and take no action that would void a warranty without prior approval from the Government Representative. SGS shall be responsible for obtaining warranty documents on all warranted equipment and materials installed by SGS. Warranty documents shall be provided to SGS upon installation of new equipment by others.

2.2.1.1 Operations, Maintenance, and Engineering. SGS shall provide operations, maintenance, and engineering (o/m/e) for all assigned fixed and portable f/s/e/u, identified in Section J, Attachment J-5 (Facilities, Systems, and Equipment assigned for Operations, Maintenance, and Engineering), including firmware and software. SGS shall implement a state-of-the-art, fully integrated management information system for receiving, validating, scheduling, controlling, and tracking all work necessary to ensure that all facilities, structures, systems, and equipment for which O&M responsibility is assigned will continue to function safely, reliably, and efficiently. Work to be identified includes preventive and predictive maintenance, corrective maintenance, and overhaul or replacement to obtain optimum value for resources expended.

2.2.1.2 Operations. SGS shall provide safe, reliable, and efficient operations of all assigned f/s/e/u. SGS shall implement a maintenance management system for all facilities, systems, and equipment for which SGS is assigned the maintenance responsibility. SGS shall ensure the reliability of assigned f/s/e. SGS shall establish a Recurring Work Program (RWP) for all electrical, mechanical, and fire protection RPIE/PCCIE systems. The RWP will ensure the continued operation of all facilities to prevent the consequences of critical equipment breakdowns. SGS shall maintain the capability to correct any emergency condition 24 hours a day, 7 days a week, respond to emergency conditions immediately, and correct the condition as soon as possible to avoid additional damage to base facilities.

2.2.1.3 Work Orders. SGS shall initiate and/or respond to NASA construction, modification, and repair work orders costing $200,000 or less. Facilities projects will be documented in accordance with NPG 8820.2B. SGS shall initiate and/or respond to AF construction, modification, and repair work orders within the dollar ceiling limits of AFI 32-1032. Projects greater than $200K require AF coordination/approval prior to implementation. AF work orders will be managed based on mission priorities and customer requirements.

2.2.1.4 Maintenance Support. SGS shall provide engineering services and studies to ensure the economical maintenance of the CCAS and KSC infrastructure to support spacelift and launch base support mission. SGS shall provide life-cycle sustaining engineering for f/s/e. SGS life-cycle sustaining engineering will provide continuing engineering support to: 1) maintain a design that fulfills its original design intent and is compatible with the operational use; 2) upgrade operational performance capabilities through product improvement redesign for more cost-effective operations; 3) incorporate approved changes in requirements as they evolve; and 4) provide other engineering support herein.

2.2.1.5 Engineering Document Center. SGS shall operate and maintain an engineering document center for KSC and CCAS for the release, storage, and retrieval of documents.

2.2.1.6 Damage Reports. SGS shall report damage of ocean, port, and river shorelines at CCAS and KSC.

85

Page 207: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

2.2.1.7 Clear Drainage Systems. SGS shall clear drainage systems, including culverts, and control vegetation along access roads to allow waters to flow freely to natural basins or collecting points.

2.2.1.8 Preparation for Launch, Test, and Training. SGS shall prepare KSC Pad A&B slidewire bunker areas for launch, test, or training exercises.

2.2.1.9 Special Projects for Customers, Support construction, modification, repair, and other special projects from customer as needed.

a. Upgrade of Launch Complex 39 Emergency Power Plant Work includes submission of outage requests and dig permits and coordination of these with the launch support team, construction surveillance and inspections (including witnessing system tests), electrical switching and engineering support, CCS hardware and software modifications, assuring compliance with environmental regulations, review/development of required documentation (including System Assurance Analysis, as-built drawings, Spare Parts Analysis, Operations and Maintenance Specifications, Operations and Maintenance Instructions and Preventive Maintenance Instructions), procurement support, training on all aspects of the new system and other operational support required to ensure smooth and reliable transition to the new system.

b. Perform remediation activities of contaminated ditches surrounding the sandblast facility and excess yard on Ransom Road at Kennedy Space Center. Activities include the excavation and disposal of the contaminated soil and reconditioning of the ditches.

c. Disposal of remediation waste at the Mobile Launch Platform (MLP) Parksite at KSC. Disposal includes both Toxic Substance Control Act (TSCA) waste and non-TSCA waste. Work can only be accomplished while MLP is not at the Parksite.

d. Replacement of High Voltage Oil Switches at Cape Canaveral Air Station. Work involves the replacement of high voltage oil switches with gas switches for Phase I.

e. Remove 22 Load Break Switches at LC-39 Pad B. Replace 7 switches with Vacuum Fault Interrupters (VFI).

f. Provide labor, equipment and materials required to repair and replace damages to the interior and exterior of the mechanical room and the highbay of the Transporter Canister Facility (Bldg M7-0777). This includes replacing the damaged highbay roof system, any and all damaged standing seam roof panels, gypsum board ceiling and walls in the highbay, insulation below the existing metal roof in the mechanical room, and 3 openings in the north wall of the mechanical room. Paint walls and ceilings to match existing paint.

g. Design and install a deployable mast lightning protection system and associated support bases, pneumatics and ground counterpoise. Also, provide 15kv feeder and transformers with required secondary systems to support mission requirements.

2.2.1.10 Office Moves and Alterations. SGS shall perform moves and office alterations, including the relocation of personnel and office materials, partitions, and systems furniture, and perform the necessary design layout. (The Launch Operations and Support Contract [LO&SC], Space Flight Operations Center [SFOC], KSC Visitor Complex Concessionaire, and Payloads Ground Operations Center [PGOC] are responsible for moves and non-floor-to-ceiling alterations within their assigned areas.) Services extend to minor modifications as necessary (such as the requirement to modify HVAC systems, lighting systems, and fire detection and alarm systems, and to remove and install electrical convenience outlets required for the move). In all facilities, SGS shall design and implement all necessary convenience outlets, lighting, fire detection and alarm, and HVAC systems to accommodate the move. SGS shall apply best commercial practices for outsourcing non-core functions to a commercial business that specializes in providing office furniture systems, installations, moves, and relocations. SGS shall

86

Page 208: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

outsource the function by distributing at least five RFPs to office mover companies in the Space Coast area.

2.2.1.11 Move/Relocate Portable Facilities. SGS shall move or relocate portable buildings, trailers, and mobile homes, including all associated preparation, siting, utilities, and fixtures. SGS shall perform minor site work for house trailers, boxcars, and portable guard shacks, which includes moving single- and double-wide trailers and installing tie-downs, steps, blocking, and skirting.

2.1.12 Abrasive Blasting and Protective Coatings. SGS shall provide abrasive blasting and protective coating services for PGOC, Space Station, SFOC, and LO&SC equipment and materials transported by PGOC, Space Station, SFOC, and the LO&SC contract. SGS shall close the two sandblast shops at KSC and move to the state-of-the-art and newly built facility at Cape Canaveral Building # B-44645.

2.2.1.13 NACE Services. SGS shall provide National Association of Corrosion Engineers (NACE) Level 3 certified services.

2.2.1.14 Asbestos Removal. SGS shall remove asbestos for maintenance, operations, and mission requirements. When health hazards are identified or asbestos is being disturbed because of modification activities, SGS shall remove or encapsulate the asbestos, re-insulating as needed.

2.2.1.15 Utility Coordination. SGS shall coordinate activities required to purchase, sell, and manage utilities.

2.2.1.16 Dredge and Spoil Areas. SGS shall manage Government dredge and spoil areas.

2.2.1.17 Support to Vessels. SGS shall provide support to home-ported and transient vessels at CCAS including ship arrival, dockside, and departure services. SGS shall provide minor ship repairs not associated with vessel structural integrity or seaworthiness.

2.2.1.18 Spill Prevention and Clean-up. SGS shall provide maritime spill prevention and clean-up services. This includes maintaining preventive oil booms for the Naval Ordnance Test Unit (NOTU) to ensure available immediate notice support to the Disaster Response Plan. Equipment includes NOTU boats, trucks, trailers, and the containment boom and must be used for no other purpose. 2.2.1.19 Clean Rooms. SGS shall ensure that NASA and Air Force clean rooms and clean work area facilities and associated support equipment at CCAS meet customer cleanliness requirements (Facility numbers 01428, 01619, 01728, 01732, 49635, 55005, 60505, and 60680). SGS shall use engineering and personnel controls, housekeeping procedures, and contamination generating constraints to monitor and maintain high levels of cleanliness in Contractor Work Authorizations (CWAs) assigned to J-BOSC. SGS shall implement all procedures specified in referenced compliance documents.

2.2.1.20 Reserved.

2.2.1.21 Reserved.

2.2.1.22 Vacuum Pump Overhaul and Vacuum Servicing. SGS shall provide vacuum pump overhaul and vacuum servicing support at KSC and CCAS.

2.2.1.23 LOX Cart. SGS shall maintain the PAFB flight line LOX cart.

87

Page 209: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

2.2.1.24 O/M/E of Roads and Paved Areas. SGS shall perform operations, maintenance, and engineering (O/M/E) on all assigned roads, airfields, parking lots, pavement, and bridges on KSC and CCAS, including marking and street sweeping. SGS shall provide engineering to analyze and make recommendations for road rehabilitation contracts. SGS shall sweep, vacuum, and maintain the concrete Shuttle Landing Facility (SLF) runway and parking aprons.

2.2.1.25 Material Destruction Facility. SGS shall maintain the Centralized Material Destruction Facility at CCAS.

2.2.1.26 Configuration Management Data System. SGS shall maintain the CMDS.

2.2.1.27 Pressure Vessels. SGS shall maintain J-BOSC pressure vessels for KSC and CCAS and certify J-BOSC pressure vessels for KSC only.

2.2.1.28 O/M/E for ESPC-Installed Equipment. SGS shall provide O/M/E for equipment installed under the Energy Savings Performance Contract (ESPC) for CCAS with reference to the provisions of that contract.

2.2.1.29 Grove Pumps. SGS shall maintain, fuel, and operate the nine KSC Grove pumps to a level that allows for the proper control of water levels and prevents the flooding of KSC.

2.2.1.30 Transition and Subsequent Support. SGS shall support the transition of the following activities into J-BOSC, including providing services for these activities thereafter:

• Elevator management at PAFB;

• Asbestos removal at PAFB; and

• Oil and water separators at PAFB.

2.2.2 Refuse, Pest Control, and Grounds Maintenance. SGS shall perform landscape maintenance, grass mowing and care, sanitation (trash pick up and disposal), and pest control for assigned facilities, systems, and equipment. This includes inspection, maintenance, repair, and operation of roads, parking areas, ditches, bridges, and heavy equipment. SGS shall be responsible for all engineering, operation, and maintenance required to perform work related to these functions.

SGS shall consolidate refuse collection and disposal contracts to realize savings from economy of scale. SGS shall mount a video camera adjacent to the land fill operations to supplement landfill monitoring and record disposal activities, reduce staffing, monitor tippage from the weigh station, and improve integrity of documentation. Video shall be saved on CD and monitored remotely via J-BOSC Intranet. To comply with state permit requirements, one landfill operator will be on duty at all times that the landfill is open for disposal activities. This operator will physically witness all tippage and will sign off on manifests as appropriate.

SGS shall maintain the grounds at KSC, PAFB, CCAS, and the Florida Annexes. SGS’s goal shall be to ensure that all grounds present a professional appearance to users and the public at all times.

2.2.2.1 Roads and Grounds. SGS shall provide roads and grounds maintenance at CCAS, PAFB, PAFB Housing, and the Florida Annexes. SGS shall provide engineering to analyze and make recommendations for road rehabilitation contracts. SGS shall sweep, vacuum, and maintain the concrete SLF runway and parking aprons, and the SLF tow-way to K6-894 (OM and K6-848 (VAB) to maintain an environment that is free of foreign object debris (FOD) and ready for Orbiter landing and towing operations. SGS shall provide operator coverage 24 a per day, 7 days a week for the NASA Causeway (Indian River) and Haulover Canal drawbridges

88

Page 210: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

and shall operate the NASA Causeway (Banana River) drawbridge and Jay-Jay railroad bridge on an on-call basis.

SGS responsibilities shall include grass mowing, edging or trimming; eliminating weeds; applying fertilizer; maintaining the landscaping; cleaning up debris; watering; and maintaining the watering system.

SGS shall operate and maintain all Government-furnished equipment (GFE) provided for this contract. Operators shall be properly licensed and equipment shall be maintained in safe and reliable condition.

SGS shall provide grounds and landscape maintenance for KSC, CCAS, the Florida Annexes, and PAFB common areas, athletic fields, vacant Military Family Housing units, and recreation areas (except the PAFB golf course, the NASA KARS facilities, and occupied family housing). SGS shall maintain athletic field line markings.

SGS shall maintain a planting program for improved and semi-improved “A” areas. This task includes pruning trees, shrubs, and hedges and removing the cuttings; replacing grass sod; and removing stumps and dead plants. SGS shall maintain grass, shrubs, and trees in a healthy green color.

2.2.2.2 Pest Control. SGS shall provide pest control for KSC, CCAS, PAFB Family Housing, and the Florida Annexes. SGS shall develop and implement a pest control program. All buildings, facilities, and outside work areas shall be inspected and sprayed at a frequency necessary to prevent damage to structures and control pests that may affect health and morale.

SGS shall provide turf pest and disease control for PAFB using off-base premixed chemicals. SGS shall respond to trouble calls for pest control service.

2.2.2.3 Trash Collection and Disposal. SGS shall collect and dispose of refuse, bulk items, and yard waste for PAFB housing, KSC, and CCAS. For the Florida Annexes, SGS shall only collect, transport, and dispose of refuse. SGS shall also remove and dispose of dead animals from the roads and near buildings or populated areas on KSC, PAFB, CCAS, and the Florida Annexes. SGS shall provide special refuse handling at PAFB, CCAS and KSC for International Regulated Food Waste and trash resulting from food products obtained outside the United States and shall operate the CCAS C&D, CCAS Asbestos Monofill, and KSC Class III landfills. This refuse task includes providing services to empty compactors and containers for CCAS and KSC and refuse removal services for containers at the CCAS Picnic Pavilion, CCAS Museum, PAFB Military Family Housing playgrounds, and at launch viewing sites. SGS shall collect recyclables and dispose of them appropriately for NASA only.

SGS shall support the transition of pest control at CCAS, refuse collection of CCAS and PAFB, athletic fields maintenance at PAFB, and ground maintenance at CCAS, PAFB, PAFB Housing and the Florida Annexes.

2.2.3 Family Housing Maintenance. SGS shall provide maintenance and repair services of all PAFB family housing, including General Officer Quarters. SGS shall provide recurring housing maintenance support including appliances, key and lock control, U-FIX-IT stores, telephone lines and jacks, playgrounds, gazebos, fishing piers, bus stops and mailboxes, well water systems, and family housing cleaning services. SGS shall manage the family housing furnishings program, including appliances. Family Housing maintenance at PAFB will be transitioned into the J-BOSC per Section B.

89

Page 211: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

2.2.4 Custodial. SGS shall provide custodial services at KSC, PAFB, and Jonathan Dickinson Missile Tracking Annex (JDMTA) facilities, including facility cleaning; special events support; immediate response to spills, glass breakage, and overflows; and blood-borne pathogen cleaning. This task includes special cleaning requirements at PAFB pertaining to disaster and mobility exercises, and providing laundry and dry cleaning support for PAFB, towel service for fitness or exercise facilities at KSC (M7-355 and K6-1096), and specialized cleaning services for NASA and Air Force clean room/clean work area facilities and associated support equipment at CCAS (Facility numbers 01428, 01619, 01728, 01732, 49635, 55005, 60505, and 60680) to meet customer cleanliness requirements.

Custodial services at PAFB will be transitioned to J-BOSC by 2001.

SGS shall use engineering and personnel controls, housekeeping procedures, and contamination-generating constraints to monitor and maintain high levels of cleanliness in clean work areas. SGS shall implement all procedures specified in KCI-HB-5340.1, Payload Facility Contamination Control Plan. In addition, SGS shall apply the standard and alternate classes of air cleanliness for clean rooms and clean zones based on specified concentrations of airborne particles, as set forth in FED-STD 209E, Federal Standard Airborne Particulate Cleanliness Classes in Clean Rooms and Clean Zones.

Maintain IM77 custodial cleaning workload database or equivalent.

90

Page 212: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

3.0 BASE SUPPORT SERVICES

SGS shall provide base services for KSC, CCAS, PAFB, and the Florida Annexes as specified, including comprehensive protective services; full logistical capabilities; computer and designated communications; administrative printing; library, mail, and technical training; and medical and environmental health services.

3.1 PROTECTIVE SERVICES

SGS shall provide protective services for KSC, CCAS, and Florida Annexes to protect and safeguard personnel, property and operations for long- and short-term activities, and to mitigate emergencies as necessary based on a flexible, objective and innovative “Public Safety and Trust” program. SGS shall provide a comprehensive fire protection and prevention program at KSC, CCAS, the Florida Annexes that complies with the tailored National Fire Protection Association (NFPA) directives, as well as the OSHA, State of Florida, and customer rules, regulations, laws, standards, and requirements. This program shall be based on the prevention of incidents through education, prevention, and inspection practices. The focus of this prevention program will be a partnership with all employees, the customer, and visitors to the KSC, CCAS, and its Florida Annexes.

3.1.1 Fire Protection Program. SGS shall provide a comprehensive, professionally managed fire prevention, fire protection, and emergency services program for KSC, CCAS, and Florida Annexes that is focused on the provision of quality-driven, customer-oriented services. Activities include: flight crew, high angle, confined space, aircraft, structural, vehicle and fire rescue; fire fighting; return to launch sites (RTLS) support; emergency response and standbys; consolidated training per agency requirements (includes down range stations); aircraft and facility pre-fire plans; fire inspection, fire permits (Burn/POL); fire prevention education, inspection and maintenance of fire extinguishers; fire protection engineering; fire hydrant flow testing and marking; National Fire Incident Reporting System (NFIRS); and hazardous material emergency response support; support technical fire and rescue investigations; emergency medical services, and other agreed to services with outside entities.

The fire department shall maintain fire investigative unit personnel that are continuously trained and certified to complete timely and accurate investigations of fires at KSC, CCAS, and the Florida Annexes. The SGS Fire Chief shall actively participate in the local area mutual aid program from a leadership role and will be actively involved in the emergency preparedness program for KSC, CCAS, and the Florida Annexes as well as at the community, county, state, and federal levels.

SGS shall develop a partnership focused on the concept of one team (comprised of the contractor, NASA, and the Air Force), focused on one mission (the protection of KSC/CCAS and the Florida Annexes and its employees), with consistent emphasis on customer satisfaction. SGS shall implement a Voluntary Protection Program (VPP) to support an employee, management, and customer team approach to the commitment of safety.

SGS shall implement the following actions to save costs:

• SGS shall reduce fire department overtime costs for launch support by deploying on-duty fire department resources. This system-wide deployment of fire department personnel will support the stringent emergency service requirements for launch activities and maintain normal daily facility support activities and emergency response mission activities.

• The SGS Fire Department shall use a central training group to support fire department training. This core training group shall also assist emergency preparedness by developing

91

Page 213: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

and running internal and external drills and exercises as well as supporting mutual aid drills and exercises with county and state agencies. Additional cost savings will be recognized through the use of the training library at the Wackenhut Training Institute.

• The standardization of uniforms, turn-out gear, self-contained breathing apparatus (SCBA), and associated equipment will result in a 30-percent cost savings.

• The fire department shall outsource fire extinguisher maintenance, refill, and repair services and the testing, maintenance, and repair of SCBA. This will reduce operational costs through the liquidation of standing fire extinguisher repair supplies, extinguishing agents, and maintenance part supplies as well as maintenance and repair parts for SCBA. SGS shall distribute a minimum of three to five Requests for Qualification (RFQs) to qualified vendors to ensure hiring of the best-value vendor.

SGS shall centralize the fire department’s rapid response of Advanced Life Support EMS services, including transport, to provide services for KSC and CCAS. SGS shall use one consistently applied Incident Management System for improving the command and control of emergencies.

The fire department shall manage all emergency operations, large or small, with a consistent, nationally accepted Incident Management System that complies with NFPA 1561. Personal Accountability on the incident scene will be a priority consideration by the fire department’s Incident Commander and will be managed in compliance with NFPA 1500 and NFPA 1561.

The mission focus of the fire department will be prevention. This mission will be supported by the department’s operations level, training and education section, and fire prevention unit, as well as through the use of required engineering disciplines to support the prevention posture of the fire department. The fire department shall use a system of work and personnel asset management to support the required missions of KSC, CCAS, and the Florida Annexes.

The fire prevention unit shall, through a planned inspection program, continually assess the fire-safe posture of KSC, CCAS, and the Florida Annexes based upon NFPA 1 and State of Florida standards and requirements. This program will identify problem areas with the power to immediately correct imminent danger situations to prevent any emergency.

All inspections shall be documented, with follow-up and closure activities, to ensure that deficiencies are corrected. The fire prevention unit shall test, inspect, and ensure the maintenance of all fire protection systems, including fire extinguishers, at KSC, CCAS, and the Florida Annexes, according to the agency’s inspection frequency requirements. As part of its public fire and safety education programs the fire department will provide periodic publications focused on fire prevention and safety. These publications will deliver our fire prevention and safety message through a tested medium.

3.1.1.1 Fire Stations. The fire department shall staff six fire stations, in two divisions, 24 hours a day, 365 days a year, to meet the emergency response mission of KSC and CCAS. Each division will have one task force station and two satellite stations that are staffed to handle emergencies based against defined response matrixes. All emergency responses will comply with OSHA 1910.134 requirements for required personnel on scene to enter a fire area. Emergency response at the Florida Annexes will be accomplished through local agreements.

3.1.1.2 Fire Equipment and Services. The fire department shall conduct formalized shift turnover meetings to ensure that all on-duty personnel are informed of activities scheduled for their shift, including special scheduled work details, training requirements, and any special activities. Each shift shall perform detailed inspections of all emergency response apparatus

92

Page 214: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

and equipment, inspect their protective clothing, and ensure that all emergency response elements are functional. All fire apparatus pumps shall be tested annually per NFPA 1911; all aerial ladders shall be tested annually per NFPA 1914; and all ground ladders shall be tested annually per NFPA 1931. All fire department SCBA shall be tested and maintained annually per NFPA 1404 and manufacturer’s requirements. All fire hose shall be tested annually per NFPA 1962. The Division Commander with responsibility for the fire apparatus and equipment at the Shuttle Landing Area (Fire Station #7) shall ensure that all equipment is inspected daily. This fire station shall be manned only when required to support a shuttle landing. All fire department personnel shall be trained and qualified to respond to all aircraft take-offs and landings, to include aircraft emergencies and shuttle landings at KSC and CCAS, in compliance with NFPA 403 and Federal Aviation Administration (FAA) Part 139.

In addition, all fire department personnel shall be trained and equipped to respond to shipboard emergencies at the port. All emergency service and daily communications for the fire department shall be managed through a central police and fire dispatch center, which shall be operational not later than the end of the 2nd quarter after contract start-up. (Note: Prior to the central dispatch center being operational, existing dispatch centers located at KSC and CCAS shall be staffed and utilized). This consolidated center shall manage and direct communications and dispatch emergency service personnel when required. All emergency operations shall be managed by the fire department’s Incident Commander on scene; all communications shall be through the dispatch center.

3.1.1.3 Response and Standbys. The fire department shall support any stand-by requirements to support the mission of KSC and CCAS. All emergency responses shall be within the parameters established by the customer.

The fire department shall, through its shift staffing, provide a rapid intervention crew to provide emergency back-up during interior fire ground operations when they exceed initial response guidelines. This concept of emergency response will ensure that the required manpower and equipment are on scene and available to safely manage, contain, control, and mitigate emergencies at KSC and CCAS. In addition, the fire department shall maintain, on each shift, personnel required to handle hazardous materials emergencies, special rescue emergencies, and emergency medical situations.

3.1.1.4 Rescue and Firefighting. The fire department shall meet all customer requirements for Orbiter flight crew rescue and response to Return to Launch Site Services (RTLS) and landing mishaps at KSC and CCAS. The fire department shall support all training and demonstration requirements requested by the customer. All emergency response activities shall be compliant with OSHA requirements for required personnel on scene to enter a fire area.

3.1.1.5 Protective Clothing. All emergency service protective clothing (such as turn-out gear, Aircraft Rescue and Fire Fighting [ARFF] suits, HAZMAT suits, and uniforms) shall meet all current NFPA 1971, NFPA 1976, and OSHA requirements. Established procedures shall define the inspection process and frequency of inspection for these protective clothing items. Records shall be maintained on protective clothing items.

3.1.1.6 Health Examination and Physical Fitness. All fire department personnel shall receive an annual medical physical based against an ergonomic review of the critical attributes required for emergency service operations. To ensure employee wellness, the fire department shall have physical fitness exercise requirements. Personnel shall exercise for a prescribed length of time during each on-duty shift. The fire department shall run an annual physical requirements test based against the normal functions required on the fire ground. The test shall be used to establish a physical fitness baseline for each employee.

93

Page 215: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

3.1.1.7 Minimum Personnel Qualifications. All fire department personnel shall meet the qualification requirements for Firefighter 2 and qualifications for Fire Instructor, Fire Officer, Firefighter ARFF, Apparatus Operator pumper and aerial ladder, EMT-Paramedic, Fire Inspector, and Apparatus Operator ARFF. All personnel assigned to special operations tasks shall be trained and qualified to function in those specialty areas.

3.1.1.8 Fire Department Training. The fire department shall provide a fire service training program that meets agency standards and the requirements of OSHA, the State of Florida, and the customer. This training program shall provide classroom training from lesson plans, practical factor check-offs for required skills, drills, interactive exercises with support assets, college credit education programs, and evaluated drills.

All fire department members with an emergency response mission shall be required to meet annual training requirements consisting of (but not limited to) the following: SCBA training, live fire training, driver training, HAZMAT training, a minimum of 12 fire training sessions, aircraft rescue and fire fighting, safety training, and fire prevention training. Additional requirements shall be assigned to meet the mission requirements of special skills training and the customer. The fire department shall be supported by the Wackenhut Training Institute for training aids, training materials, training programs, and college education credits. All personnel assigned to the fire prevention unit shall receive training and course education on the requirements of their job (such as fire prevention inspections, testing of fire alarm systems, testing and maintenance of sprinkler systems, and fire extinguisher inspections). The fire department training program shall also run drills to ensure that all customer-established response times are maintained.

3.1.1.9 Fire Inspection and Prevention. SGS shall develop and maintain a Fire Inspection program. SGS shall participate in facility or operational walkdowns as required by OMIs. SGS shall identify all reportable fire discrepancies and track these until closure. SGS shall coordinate inspections and discrepancy closure with the SFOC, PGOC, and other contractors.

Permits. SGS shall prioritize and issue permits (Burn/POL) for scheduled, as well as short-notice, welding and burning/POL operations in all areas of KSC, CCAS, and the Florida Annexes, except when other contractors may be responsible for issuing permits. Requests for permits shall be submitted at least 48 hours before the start of work.

Fire Extinguishers. SGS shall select, purchase, install, and inspect portable fire extinguishers for all facilities, and areas where portable extinguishers are required, in accordance with NFPA 10. However, fire inspectors are only required to inspect fire extinguishers at KSC/CCAS and Florida Annexes during the regularly scheduled facility inspection or quarterly, at a minimum.

Fire Prevention Education. SGS shall conduct fire evacuation drills and train the KSC/CCAS and Florida Annexes populace in maintaining good fire safety habits, recognizing and eliminating fire hazards, reporting fire or emergency situations and evacuating facilities when required. SGS shall ensure that fire protection requirements are included in activities and projects on KSC/CCAS.

3.1.1.10 Fire Protection Engineering. SGS shall develop and implement a KSC Fire Protection Engineering Program that shall govern both KSC and NASA-owned resources at CCAS and Florida Annexes. SGS shall provide Fire Risk Analyses and Fire Protection Engineering Surveys. In addition, SGS shall perform secretariat functions to support the Fire Protection Risk Review Board (FPRRB). SGS shall witness all final acceptance of fire protection systems to ensure compliance with all applicable codes and standards.

94

Page 216: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

SGS shall perform review and support functions for design reviews on all new projects and modifications, including designs performed by other contractors. At a minimum, the initial and final stages of projects and modifications will be reviewed.

3.1.1.11 Hazardous Material Emergency Response Support. SGS shall respond to and mitigate all hazardous material spills or releases at KSC/CCAS and Florida Annexes. SGS shall maintain the Government-provided HAZMAT vehicle with the necessary equipment and materials to support the task.

3.1.1.12 Fire Incident Reporting. Upon notification, SGS shall report fire responses or incidents at KSC/CCAS using the National Fire Incident Reporting System (NFIRS).

3.1.1.13 Fire Hydrant Flow Testing and Marking. SGS shall develop a plan and flow test and mark all fire hydrants on KSC/CCAS.

3.1.2 Security. SGS shall support all related compliance documents including:

• AFI 31-101, Volume 1 (The Air Force Physical Security Program)

• AFI 31-207 (Arming and Use of Force by Air Force Personnel)

• AFI 31-209 (The Air Force Resources Protection Program)

• NPG 1620 (Draft) (NASA Procedures and Guidelines "Security Procedures and Guidelines")

• SI-PSO-IMI-FAAP-1 (NASA Lead Center Agreement or FAAP)

NOTE: The terms security force and security services as used throughout this proposal are all encompassing and include security, plant protection, special response, alarm response, law enforcement, and supervision. Unless specifically addressed to a particular function—such as security or law enforcement—this SOW refers to the security force in total.

SGS shall ensure that all personnel involved with J-BOSC’s security force functions are adequately informed and educated regarding current security and law enforcement standards, accepted by, and designed for all AIR FORCE and NASA security / law enforcement activities. NOTE: SGS shall train and consistently evaluate the proficiency and qualifications of the security force.

SGS shall capture and track all security training requirements.

3.1.2.1 Security Police Services. SGS shall provide a comprehensive security services program for KSC, CCAS, and the Florida Annexes, including armed uniformed security and law enforcement officers, Federal Arrest Authority Program (FAAP) and in-service training, use of force, investigative support, law enforcement, personnel security, primary and secondary perimeter protection, entry gate access controls, Electronic Security Systems (ESS) and Intrusion Detection System (IDS) monitoring, traffic management and parking, crowd control, locksmith services, resources protection program, and SSI. Resource protection program and SSI support includes Florida Annexes and down-range stations. SGS shall develop and implement a Physical Security Plan. The plan will implement a program that detects hostile activity, controls entry and access to sensitive areas, and, if necessary, defeats a hostile force, while adhering to requirements relevant to “arming and use of force.”

SGS shall perform security services at KSC, CCAS, and Florida Annexes. Our services provide for a fully trained SGS Security Force, whose capability and quality meets all AIR FORCE and NASA security standards. SGS shall plan, staff, and manage security surveillance functions, including safeguarding personnel, equipment, flight hardware, facilities, and classified information; providing temporary and permanent badges; performing area control where

95

Page 217: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

required; controlling contraband; and providing Investigative Services, Resources Protection, and Systems Security Integration (SSI). NOTE: Resources Protection and SSI shall be provided at KSC, CCAS, the Florida Annexes, and downrange sites. Essential to this environment are the protection of all AIR FORCE and NASA priority and critical resources, the maintenance of law and order, and the safeguarding of Government property and classified information. The nature of the Security Force mission requires that SGS have the provisions to ensure continuous security services in the event of work stoppage or labor strikes that degrade the security services function. SGS shall provide access to Wackenhut Security Force reserves to accomplish all performance requirements as outlined in this SOW.

SGS shall be responsible for the security of the primary perimeter of CCAS, KSC, and JDMTA. SGS shall staff certain designated internal secondary perimeter posts, in addition to agreed-upon Category A and Priority facilities when critical NASA or AIR FORCE resources are stored or processed in certain facilities. As launch and landing activities occur, scheduled and real-time personnel requirements increase for short-term activities such as parking cars, controlling crowds, and launching and landing day roadblocks. Standards and means of prevention, deterrence, detection, assessment, and response shall be made in accordance with applicable directives on the basis of threat analyses, risk assessments, and other information essential to the protection of critical NASA and Air Force resources, personnel, operations, and facilities.

Miscellaneous security functions required on a scheduled basis include vehicle spot check, guard post relief, flag detail, area clearings, classified destruction duty (classified documents for destruction shall be destroyed in 30 working days), boat security support including DOD port operations, roadblocks, aircraft surveillance support, KSC Visitor’s Complex (KSCVC) support, and explosive and narcotics detection. Other examples of miscellaneous functions include providing a formal in-service program for all officers and managers; providing a K-9 and law enforcement capability; control of non-endangered species population on CCAS ensuring that a designated Arms/Equipment custodian is on duty at all times for issuing weapons, radios, vehicles, and ammunition; and participating in the hurricane/tornado warning program.

SGS shall provide off-site Contingency Landing Support. This support shall require planning, coordination, and implementation of support at KSC and contingency landing sites (CLS) worldwide, and shall require security personnel to be knowledgeable of CLS operational and programmatic issues such as launch and landing, recovery, and ferry. In addition, SGS security personnel shall be required to travel off-site to all designated space shuttle (SS) landing sites for normal end-of-mission landing operations or shuttle refurbishment support and ferrying back to KSC.

SGS shall designate a CLS security coordinator to be responsible for, but not limited to, SGS scheduling, planning, providing badges, performing foreign country health and documentation requirements such as passports, visas, and international driver’s licenses (50 percent of responding personnel should have one), attending required meetings, developing and updating a CLS library, conducting security surveys and threat analysis, protecting critical NASA resources, and determining security equipment and uniform need status both for and at the sites. SGS shall provide a security analyst to deploy to designated CLS areas before each launch and shall be prepared to deploy a Security Force team in the event there is a CLS landing or a critical NASA resources mishap occurring within 25 miles of KSC.

SGS shall maintain a Communications Security (COMSEC) account. This account shall handle all custodial and logistical cryptographic responsibilities for the secure telephone system at KSC, in addition to COMSEC equipment and material for record communications and other administrative systems directly supporting the NASA Security Office. SGS shall provide COMSEC data collections, studies, and analysis; COMSEC account administration; develop-

96

Page 218: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

ment of COMSEC technical security plans and procedures; evaluation of COMSEC material and information; and technical support for COMSEC audits and investigations. SGS shall provide technical expertise and administrative support to design, plan, implement, and operate the NASA Electronic Key Management System (EKMS) and the NASA Communications Security Central Office of Record (COR) with coordination of the NASA COR Manager.

SGS shall operate security systems in support of established operational requirements with the exception of satellite access control systems (such as SPACS, PACS, and LOACS) under operational control of other contractors.

SGS shall provide a locksmith to support NASA, the Air Force, and certain facilities under the cognizance of KSC and CCAS, including, but not limited to, the U.S. Park Service, the U.S. Fisheries and Wildlife Service, and the GSA Motor Pool facilities.

SGS shall provide all necessary equipment for security, badging, and locksmith services in support of AFI 31-101, NPG 1620 (Draft), and subordinate directives. Security Force vehicles shall contain the appropriate emergency equipment and identification. On-duty Security Force members shall be armed with their primary sidearm and/or rifle, as determined acceptable by industry (Police) standards.

The Government will provide existing security equipment to SGS per Section J, Attachment J-3. SGS shall provide security services to other Government payload customers (such as the Department of Energy [DOE], DoD, and SDIO), special components, classified information, and others, as required.

3.1.2.2 Resource Protection Program. SGS shall provide a Resource Protection Program (RPP) for KSC, CCAS, the Florida Annexes, and downrange sites consistent with both NPG 1620 (Draft) and AFI 31-209. By making a potential target inaccessible or unattractive, SGS shall safeguard Government property by reducing the opportunity for theft or terrorist attack. SGS shall promote the use of the Crime Prevention Through Environmental Design (CPTED) principles of natural surveillance, natural access control, and territorial reinforcement, and shall establish procedures and controls that proactively ensure that all personnel safeguard Government property.

SGS shall provide support to conduct threat and vulnerability analysis and studies; ensure that new or modified programs and facilities at KSC and CCAS are evaluated against generic and specific types of threats; and provide recommendations and planning for the appropriate protective measures.

SGS shall provide the greatest degree of protection for the greatest number of resources at the lowest cost by identifying resources, projecting the threat analysis against them, and developing realistic countermeasures based on existing and programmed capabilities. SGS’s Resources Protection Plan shall include all available resources that support emergency situations and contingencies and shall contain, at a minimum, the following elements:

• A threat estimate;

• A terrain and weather analysis of the installation and its surroundings;

• An assessment of the installation’s vulnerability to terrorist acts or sabotage;

• An estimate of support resources from friendly forces; and

• A concept of operations for resources protection contingencies.

97

Page 219: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

Contingency Operations. SGS shall develop contingency operation requirements for the following situations, at a minimum:

• Anti-hijack, anti-robbery, and anti-terrorist measures;

• Bomb threat, civil disturbance, and hostage situations;

• Mass casualty incidents, mobility, and Non-Nuclear Munitions Storage Areas (NMSAs);

• Other mission-essential resources as determined by the Installation Security Council or its equivalent;

• Work stoppages or walkouts;

• Natural disasters;

• Civil disturbance or riot threatening priority or critical resources;

• Overt attack on a restricted or critical area;

• Receipt of Threat Condition Alerting Message (TCAM) orders as the result of a THREATCON change;

• The need to deploy security forces or obtain additional security forces;

• Receipt of Presidential, senior executive mission aircraft (SENEX), specifically designated special air mission aircraft (SDSAM), or special air mission (SAM) aircraft;

• Antihijack;

• Arrival of unidentified or unannounced military or commercial aircraft;

• DOE nuclear shipments;

• Arms, Ammunition and Equipment (AA&E) shipments; and

• All other shipments that require safe-haven status.

SGS shall translate basic Resources Protection and Physical Security requirements into local implementation procedures and will be aware of the following:

• Basic RPP and Physical Security concepts;

• Mission-essential installation resources;

• Potential installation threats; and

• Risk management implementation and CPTED.

SGS shall develop teams to evaluate the installation’s protection needs and programs to support Air Force and NASA resources and coordinate initial and follow-up reviews. These reviews will perform the following:

• Determine whether the installation program adequately protects its resources from criminal activities (on-base and off-base) and terrorist acts;

• Recommend program improvements; and

• Provide feedback for NASA and Air Force action.

Resources Management Program Reviews. Initial reviews consist of conducting a detailed initial survey of the installation—building, facility, remote site, or geographically separated unit (GSU)—and its critical or sensitive assets with follow-up program reviews conducted as

98

Page 220: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

determined by NPG 1620 (Draft), AFI 31-209. As an example, program reviews shall be conducted for the following:

• All AA&E, as specified in compliance documents;

• Areas containing major funds and those areas approved for storage of controlled substances such as pharmacies and other medical supply facilities; and

• All other facilities as determined by NASA and the Air Force.

The reviews shall include methods for indoctrinating personnel on circulation control procedures, an assessment of education and motivation programs, and an assessment of physical protection for facilities and equipment.

The SGS RPP shall address the following issues:

• Anti-robbery tests;

• Community policing;

• Operation Crime Stop Program;

• Receiving reports;

• Recording calls;

• Crime stop;

• Setting up the Field Interview Program;

• Security Education and Motivation Program;

• Installation entry policy;

• Levels of control;

• Minimum controls;

• Unauthorized entry;

• Installation entry point checks;

• Gate closure devices and procedures;

• Installation vehicle entry points; and

• Special-purpose gates.

3.1.2.3 Security Police Operations. SGS Security Forces, at a minimum, shall provide protection of priority resources and restricted/controlled areas; manage ESS communication/ sensor equipment; maintain law and order and wildlife control/enforcement; maintain the capability to perform detailed and specialized investigations of criminal activities; support space launch operations; and immediately notify NASA (Security) and the Air Force (Range Security) of all serious incidents.

During actual and practice launches and landings, SGS shall perform the following:

• Provide teams to clear designated areas (such as Blast Danger Area/Impact Limit Line or SLF Landing approaches);

• Maintain Impact Limit Line clearance and/or roadblocks as defined in appropriate plans to meet customer requirements;

99

Page 221: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Establish roadblocks for perimeter control in the vicinity of the launch/landing pad(s) and/or SLF;

• Establish additional control/surveillance post(s) as stipulated in appropriate Operations Plans;

• Establish chase vehicles for major entry points;

• Establish control roadblocks to protect launch/landing site perimeter area and/or the SLF;

• Provide support for NASA Causeway viewing and other viewing sites;

• Provide protection for VIPs and astronauts and their quarters and during escort to and from the launch and landing pad, following landing and to and from other areas including special presentations/events at KSC Visitor Complex or other sites on the Center;

• Provide protection for special facilities or vantage sites critical to space launches and landings;

• Increase traffic control and direction to ensure the adequate and safe processing of all traffic;

• Augment emergency response forces to affected critical facilities;

• Provide controlled entry at SLF gates;

• Protect SLFs from unauthorized access;

• Provide additional Security Force personnel for waterway and helicopter patrols in support of all launches and/or landings; and

• Provide critical facility controls through launch and landing.

Systems Security/Plant Protection Function. SGS Security Services shall support the security mission for protection of Air Force and NASA Priority/Critical Resources and Space Launch Systems including launch systems, payload systems, and command and control systems, in accordance with applicable Air Force and NASA standards and regulations. Accordingly, operating and post instructions and procedures will be developed to support security force operations.

SGS shall provide a new, state-of-the-art, continuously operated consolidated communications control center and maintain the capability to activate an alternate facility. The control center shall provide continuous security force communications as well as electronic assessment of alarmed or sensored areas. SGS shall install portable sensors in key critical locations during surge periods of activity to augment existing security forces.

Professional dispatchers shall provide Security Forces, specifically Supervisors and On-Scene Commanders, with updated information vital to decision-making. The control center, at a minimum, will contain direct communications while maintaining a continuous chronological listing of events. In addition, the control center shall have 911 and Telephone Device for the Deaf (TDD) capabilities as well as aural, public address, and adverse weather warning systems. Furthermore, the center shall maintain communications with federal, state, and local law enforcement agencies to ensure prompt and efficient response to incidents and emergency situations when jurisdictions external to KSC or CCAS are involved.

SGS shall maintain a capability to routinely support Security Services post and patrol requirements in accordance with applicable directives, including protection of priority and non-priority aircraft. This support—supervisory, assigned, and relief personnel—shall be charged to

100

Page 222: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

appropriate user Job Order Numbers (JONs). Security Services support that cannot readily be identified as supporting a specific user JON will be charged as institutional.

Alarm and Security/Special Response Teams shall be equipped with suitable vehicles for response activity on and off roadway and shall be in constant communication with the consolidated communication control center.

SGS shall perform user special operation support and hazardous operation safety roadblocks by the appropriate safety and security plans. Security Forces shall establish extended restricted areas (ERAs) to preclude entry of unauthorized persons into the expanded temporary restricted or critical areas as outlined in the appropriate approved plans to support launch operations. The ERA support shall be charged to the appropriate launch test number or program. Special intermittent support shall be charged to the appropriate user JON.

SGS shall convoy or escort launch systems payloads, flight hardware, miscellaneous movements, and other dangerous or hazardous movements on CCAS and KSC.

Emergency Response. SGS shall perform the following:

• Provide dedicated Special/Security Response Teams (SRTs) to augment Security Forces in critical or isolated sections of KSC and CCAS (the On-Scene Commander shall be responsible for all SRT actions with each SRT having a team leader);

• Ensure that necessary SRT personnel are available 24 hours a day, 7 days a week to supplement the normally assigned security posts in the event of emergency, operational need, or other scheduled or unscheduled contingencies; and

• Maintain SRT team proficiency in special weapons, tactics, and survival techniques.

3.1.2.4 Law Enforcement. SGS shall provide law enforcement (LE) in support of institutional and user requirements and develop operating and post instructions and procedures to support the LE function. SGS responsibilities shall be to protect Government and high-value property.

SGS shall perform the following tasks:

• Apprehend violators;

• Investigate incidents and offenses;

• Safeguard disaster and crime scenes;

• Enforce traffic laws and regulations;

• Investigate traffic accidents;

• Issue traffic citations;

• Appear at hearings before the U.S. Magistrate and other Judicial agencies;

• Direct traffic;

• Process police forms;

• Maintain records;

• Control entry to the installation and to specified controlled or sensitive areas;

• Protect Government high-value, sensitive resources to include funds and munitions or fuel storage areas;

• Maintain radio equipped motorized patrols to enforce law and order;

101

Page 223: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Respond to alarms and other emergencies;

• Conduct security checks of closed, controlled, or sensitive areas at intervals as prescribed by compliance directives on a non-predictable basis;

• Respond to and investigate threats or penetrations of KSC and CCAS or their facilities and the Florida Annexes;

• Conduct launch and landing day traffic flow support, and response to anomalies, such as stranded motorists;

• Perform protection escorts for astronauts or their families, VIP visits when required, and intra-site movement of nuclear isotope power sources;

• Operate and maintain the KSC/CCAS Reserved Parking Program;

• Implement the Traffic Appeals Board where applicable;

• Support the KSC/CCAS Traffic Management Review Board; and

• Implement and enforce compliance with state requirements of all new or modified KSC/CCAS traffic signals, signs, and roadway markings.

The LE desk shall be located in the consolidated communications control center. It shall contain the communications equipment and alarm enunciators and shall be the communications hub for all LE activity. At a minimum, the control center shall contain all required direct communications while maintaining a continuous chronological listing of events.

SGS shall control ingress and egress at specified CCAS and KSC installation entry control points in accordance with applicable KSC/CCAS directives and plans, and maintain a deposit box at manned entry control points for depositing passes, badges, and cargo clearances for outgoing personnel.

Security Forces shall conduct random entry and exit point checks of vehicles entering or leaving the installation using an agreed upon formula. These checks shall be conducted to safeguard Government property, prevent introduction of contraband, and preclude the unauthorized removal of classified information.

3.1.2.5 Investigations. SGS shall perform the following:

• Conduct investigations and surveillance of actual or suspected criminal activity in areas under the cognizance of KSC, CCAS, and Florida Annexes;

• Plan, collect, evaluate, analyze, and integrate criminal and security information involving KSC, CCAS, and Florida Annexes;

• Determine appropriate criminal code violations and jurisdictional responsibility and coordinate investigations with appropriate law enforcement agencies;

• Testify on criminal investigations in court or other appropriate forum;

• Assist in NASA/Range Security Office or NASA Office of the Inspector General (OIG)/Air Force Office of Special Investigations (OSI) investigation and surveillance activities;

• Coordinate all other investigative matters involving other KSC or CCAS contractors through the appropriate SGS investigative elements;

• Control, maintain, and use surveillance equipment; and

• Protect, store, and control evidence in accordance with appropriate state and federal evidentiary rules and practices.

102

Page 224: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

3.1.2.6 Security Plans. SGS shall develop normal (day-to-day) and contingency operations plans to ensure the smooth functioning of NASA and CCAS security services. As a minimum, SGS shall perform the following:

• Provide information and coordination to ensure that launch and landing operations, critical activities, and other special events are performed in compliance with established or real-time requirements, procedures, and constraints;

• Compile statistical data, prepare recommendations, and present briefings concerning security controls for major hazardous activities, special escorts, and mission-specific events;

• Prepare and publish Operations Plans, supplements to NASA and Air Force Regulations/Instructions, local directives, and Post Instructions; and

• Administer the waiver/deviation program.

3.1.2.7 Badging and Identification. SGS shall provide badging/identification services including:

• Receiving visit request data and processing, fabricating, and issuing all types of badges and permits;

• Logging, reporting, and filing all transactions and invalidating all lost or unaccounted for badges and permits;

• Providing level of clearance verification during non-duty hours in response to telephonic requests;

• Reviewing, validating, and processing requests for machine passes, picture badges, area permits, and temporary area authorizations transmitted by electronic means from other KSC/CCAS SGS security offices;

• Obtaining, maintaining, and issuing reserve gate badges, pouches, and equipment consistent with local strike plans;

• Coordinating visits to KSC by foreign nationals through the IRO at NASA Headquarters. The IRO shall provide accreditation for foreign nationals to SGS through an automated system. SGS shall support the KSC terminal of the IRO's automated system and provide required badging services to support this effort;

• Providing fingerprint services to the appropriate CCAS/KSC personnel; and

• Providing AIR FORCE/NASA Badging Program support.

3.1.2.8 Personnel Security. SGS shall provide appropriate personnel security support for KSC/CCAS and perform the following:

• Process (as applicable) routine investigative requests for KSC Personnel Reliability Program (PRP) and CCAS/KSC AIS, and Personnel Security Programs;

• Conduct pre-employment screening for Interim PRP;

• Accept from and certify to other NASA Centers PRP Certifications;

• Conduct interviews, perform record checks, review and summarize outprocessing of civil servants and maintain a database of current and pending actions for the Federal Employees Security Program; and

• Provide administrative, investigative, database management systems, and customer interface support to the NASA International Visitors Program at KSC.

103

Page 225: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

3.1.2.9 Security Education and Training. SGS shall develop and implement a Security Education and Training Program Plan for all personnel at KSC/CCAS and the Florida Annexes in accordance with NPG 1620 (Draft), AFI 31-209, and Lead Center Agreement.

SGS shall provide NASA Federal Law Enforcement Training at KSC and other NASA centers and maintain records in support of the Lead Center Agreement for Agency policy and standards development and training in the area of security and law enforcement including the NASA Federal Arrest Authority program. Security Force Trainers shall be trained and certified by Wackenhut at the DOE Central Training Academy and required to travel to other NASA Centers or Facilities or to other locations to conduct training.

Furthermore, SGS shall develop and maintain a Training Automated Records Management System (TARMS) that allows tracking of the following:

• Historical Training Information. Includes a complete history of all training and certifications received by each Security Force member.

• Current Employee Information. Shows assignment changes and tracks assignment requests made by Security Force members. This portion of the system also tracks Seniority, Weapons Restriction List, and the Fitness for Duty Report.

• Physical Fitness Information. Tracks the physical qualifications of the Security Force. This portion of the program will also track all due dates based on contract requirements.

• Scheduling of Training. This is the control point for scheduling employees for training and tracking training qualifications. These programs interface with the Master Training Plan, Weapons, and Physical Fitness Modules. All courses are scheduled for Security Forces through the Scheduling Module to ensure that no conflicts in training occur.

• Requalification of Specific Courses. Tracks due dates for all course requirements and assists in scheduling future training. Is capable of generating updated reports to NASA/Range Security 30 days before expiration of current certification

• Weapons Qualification and Requalification. This portion of the program is an unbound form that is used to enter Firing Records into the firearms table.

Through TARMS, current Security Officer information is stored, reported, and manipulated. The system is capable of immediately identifying special qualifications and future training needs. Furthermore, a Security Force member’s history can be tracked from his or her contract hire date to reassignment or termination. Updated training and qualification records shall be maintained by the Chief of Security for the life of the contract and by SGS for 3 years beyond completion of the contract. All records shall be available for review by authorized personnel.

SGS shall certify initially as they qualify, and subsequently each year, that Security Force members meet the minimum requirements to perform in compliance with AFI 31-101 and NPG 1620 (Draft).

3.1.2.10 Personnel Minimum Qualifications and Health Standards. Personnel to be employed under the provisions of this WBS shall meet appropriate medical and physical requirements.

3.1.2.11 Certificate Requirements. SGS shall be responsible for obtaining the appropriate certifications to accomplish this WBS. Certification requirements are specified in compliance documents and shall include, but not be limited to, the following:

• Law enforcement and investigative personnel successfully completing the Basic Police Standards Course (Florida Department of Police Standards) or equivalent;

104

Page 226: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• First Aid/CPR-trained Security Force members (the first aid course shall cover the basics and be part of the pre-service training requirements; 20 percent of the Security Force shall be CPR qualified, with emphasis on training the law enforcement, SRT, and supervisory personnel [uniformed] level);

• Deputized officers meeting the requirements for a Brevard County deputy sheriff (sufficient supervisors and security officers shall be deputized to enable enforcement of state criminal and traffic law on KSC/CCAS);

• SRT certification of Security Force members;

• Locksmiths completing an accredited master key system/locksmith course;

• Security Force members obtaining and maintaining a SECRET clearance and the NASA PRP certification, as necessary;

• All Security Force members being weapons qualified;

• SGS providing certified Intoxilizer operators to conduct Intoxilizer tests, as required by State of Florida requirements;

• SGS providing certified detention cell personnel to perform detention and care of prisoners to ensure compliance with the appropriate state and federal requirements;

• SGS providing certified vehicular homicide investigators; and

• Security Force members supporting specialized activities (such as K-9, helicopter, and boat patrol) being certified in accordance with appropriate NASA, Air Force, federal, and state requirements.

3.1.2.12 Document Control. SGS shall be responsible for operating and maintaining a classified document control system for KSC and prepare procedures and plans. This shall include the destruction of classified material and providing classified material custodian training for all KSC custodians.

In addition, all outgoing certified and registered mail shall be processed through the Classified Material Control Center to ascertain the presence or absence of classified material. Appropriate receipts will be prepared by SGS to maintain accountability records.

SGS shall perform the following:

• Maintain accountability for all classified material sent to or received at KSC and ensure delivery to the appropriate accountability records custodian;

• Maintain accountability records for all SECRET and accountable CONFIDENTIAL material sent to or received at KSC;

• Receive all registered and certified mail addressed to Kennedy Space Center, FL 32899, open and inspect for classified material, attach appropriate documentation, and deliver material (exceptions: all mail addressed to NASA Procurement, NASA Office of Inspector General, NASA Personnel, NASA Security Office, and NASA Legal Counsel will be delivered unopened to the addressee);

• Prepare classified documents and equipment for mailing or shipping;

• Receive all accountable classified material destined for destruction, screen and record such material prior to destroying it, ensure that all destruction is witnessed by an authorized employee, and ensure that all classified material originating at KSC has been reviewed by the NASA Library and NASA Historical Office prior to destruction;

105

Page 227: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Screen mail and notify the NASA Security Office of bomb threats, suspicious-looking letters or packages, and crank letters;

• Maintain a current list of KSC accountable record custodians and locations of all classified document containers; and

• Reproduce small amounts of classified material in support of real-time operations. 3.1.2.13 Records. SGS shall maintain and operate the following systems of records:

1. Personnel Security Records Subsystems: a. Pre-employment screenings b. PBIMS records c. PSSO records

2. Locksmiths Records Subsystems: a. Work requests b. Individual hand receipts for keys

3. Document Control Records Subsystems: a. Classified documents b. Registered mail (incoming and outgoing) c. Certified mail (incoming and outgoing)

4. Criminal Investigative Records Subsystems: a. Incident reports b. Investigative reports

5. Traffic Records Subsystems: a. Traffic accidents records b. Traffic tickets (CCAS/KSC)

SGS shall ensure that in addition to the above, all other record keeping and documentation as defined in this contract meets the requirements of PL 93-579.

3.1.3 Emergency Preparedness. SGS shall develop a single Joint Emergency Preparedness Program and Plan for KSC, CCAS, and the Florida Annexes that ensures constant readiness for preparing for, mitigating, responding to, and recovering from emergencies. SGS shall consolidate the two communication/control centers (CCAS and KSC) into one state-of-the-art control center at KSC. SGS shall operate this Joint KSC/CCAS Control Center and related equipment in addition to the Disaster Preparedness Control Center. The SGS Plan shall effectively and essentially respond to Executive Order 12148, Section 2-101 for Federal Emergency Management; Executive Order 12472 for Telecommunications Preparedness; Executive Order 12656 for Assignment of Emergency Preparedness Responsibilities; and the Federal Radiological Emergency Response Plan (FRERP), which shall establish SGS requirements for joining into an organized and integrated effort for timely, coordinated response by federal agencies to peacetime radiological emergencies.

The SGS Emergency Preparedness Plan shall specify J-BOSC actions to support the contract mission under a full range of emergency conditions and support KSC, CCAS, and Florida Annexes in saving lives, protecting the environment, minimizing the loss and damage of Government resources, assisting in recovery from emergencies toward timely resumption of normal operations, assisting in mitigating hazards and minimizing the effects of a natural or

106

Page 228: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

technological emergency or disaster, and supporting local, state, and federal agencies and appropriate emergency response authorities.

SGS shall develop and administer a Disaster Preparedness Office to ensure constant readiness while preparing for, mitigating, responding to, and recovering from emergencies at KSC, CCAS, and the Florida Annexes.

SGS shall coordinate activities with NASA and other KSC organizations, the Air Force, CCAS, the Brevard County Emergency Management group, and other local Government agencies. SGS shall ensure coordination of activities with KSC and CCAS contractors and Government organizations, including external federal, county, state, and local agencies as necessary, as well as maintaining program documentation.

3.2 LOGISTICS

SGS shall provide logistics capabilities to include: logistics services, vehicle operations & maintenance, airfield services, laboratory services, propellants & life support services, and controlled waste management. SGS shall develop and implement a logistics support plan to ensure that all resources identified in this SOW are operationally ready to perform scheduled mission support. The plan shall describe to the Government and SGS personnel how SGS will obtain or provide logistics support. SGS shall provide a centralized point of contact for logistics support functions.

3.2.1 Logistics Services. SGS shall perform the following:

• Provide supply functions for NASA and KSC and specified service at CCAS, including acquisition, accountability, storage and warehousing support, and the receipt and issuance of supplies, materials, and equipment;

• Provide mod-kits, port-o-let service, cash register maintenance, and linen service;

• Provide bottled water delivery at CCAS and for NASA/KSC;

• Provide maintenance of coveralls, office and administrative equipment, and Government-owned bicycles;

• Issue protective garments, loan tools, and test equipment;

• Provide property management including tagging for Government-owned equipment, equipment records management (using NEMS), training equipment custodians, performing excess property management, and inventorying NASA equipment and document findings;

• Provide temporary custodial storage space to NASA and customers including pickup, storage, and delivery of items;

• Provide warehousing support to the Excess Property Disposal and Redistribution Facility (ERC);

• Provide furniture support to NASA and all authorized customers, including the purchase of executive furniture, when needed;

• Provide warehousing and issuing of forms and publications;

• Manage the KSC Records Staging Area (RSA) and document authorized records dispositions;

107

Page 229: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Maintain the IM03 KSC Records Management System database or its equivalent;

• Manage the KSC Petroleum, Oils, and Lubricants (POL) hazardous materials storage facility;

• Deliver fuels to all KSC stationary and mobile equipment, including KSC and CCAS railroad maintenance GFE;

• Provide life-cycle tracking of contractor-acquired hazardous materials at KSC; and

• Report contractor-acquired hazardous materials for use at CCAS, PAFB, and the Florida Annexes via the Air Force Environmental Management Information System (AF-EMIS) within one work day.

3.2.1.1 Material Management Services. SGS shall perform the following:

• Catalog program, standby, and stores stock in the inventory management system;

• Screen Manufacturer's Part Numbers (MPNS) through DLSC for adoption of existing National Stock Numbers (NSNs), request assignment of new NSNs, and ensure compatibility between NSNs common to the installation and DLSC;

• Research stock, GSA/DLA, and Federal Supply Schedules to determine the source of supply for material requirements documents;

• Perform material requirements planning for Mod-Kits requested by NASA; and

• Provide services for NASA/KSC. The type of support includes: Port-o-let service, cash register service, linen service, waste pickup from Ransom Road, and bottled water delivery; it also includes providing maintenance of coveralls, microwave ovens, calculators, mail equipment, scales, typewriters, Government-owned bicycles, and the like).

3.2.1.2 Supply Operations. SGS shall perform the following:

• Provide warehousing services to support operational activities of KSC/NASA. Functions include binning incoming materials, issuing outgoing materials, entering material requirements into KIMS, management of shelf-life controlled materials, management of the hazardous materials storage facility (POL), assembly of NASA modification kits, and maintenance of warehouse location control system);

• Through coordination with the NASA Property Disposal Officer, provide sales of NASA owned surplus, recycled, or exchange/sale of personal property. Perform all aspects of sales preparation including, but not limited to, sales scheduling, lotting, advertising, staging property for sale, customer assistance with inspection of property, security for inspection and sales, loading customer after sale, contract administration, and preparation of all required documentation;

• Perform all aspects of the excess function to include, but not limited to: in-check, locate, store and screen; ultimate disposition through federal transfers, donations (i.e., Stevenson-Wydler/Computers for Learning), sales abandonment and destruction; prepare and maintain all official record files;

• Stock, issue, and purge forms and publications; fill orders or notify of non-availability within 3 days of request; accommodate requests for stocked forms and publications via electronic communication and internal mail system.

• Manage the KSC RSA and update the on-line KSC Records Management System (IM03) pertaining to authorized records disposition;

108

Page 230: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Provide supplies and materials to customers;

• Provide customer service for NASA/KSC. Specific requirements include entering customer material requirements into KIMS or another automated supply management system, replenishing bench stocks (including HAZMAT), processing over-the-counter issues, binning, distributing incoming material to all customers within a 50-mile radius of KSC, issuing protective garments, and issuing loan tools and test equipment;

• Provide furniture support to NASA and all authorized customers (SGS shall receive, store, assemble, repair, reupholster, clean, deliver, and pick up for retention and/or excess, all office furniture; SGS shall regularly replenish stock levels, periodically adjusted based on actual demand, for furniture, including executive furniture);

• Conduct inventories of all stock listed supplies and materials;

• Provide temporary custodial storage space to NASA and customers (SGS shall pick up, store, and deliver items;

• Provide receiving services required to support NASA/KSC and CCAS as specified. Specific functions include receiving freight shipments consigned to NASA; in-processing materials and equipment; inspecting for over, short, damaged, special handling or storage requirements; verifying proper receipt documentation; resolving receipt discrepancies; processing documents to ensure accountability; using KIMS or another automated inventory system to support receiving functions, and processing all receipt documentation to the appropriate procurement department); and

• Provide services to the KSC Public Affairs Office and for KSC special events.

3.2.1.3 Property Management. SGS shall bar code equipment for J-BOSC and NASA equipment. This includes bar-coding the items and the creation of an equipment receipt record (ERR) with supporting documentation. Items are to be input in the NASA Equipment Management System (NEMS). SGS shall also maintain control of J-BOSC equipment.

SGS shall conduct equipment inventories. Equipment inventories include the NASA 100 percent triennial inventory, and the J-BOSC biennial inventory. Equipment inventory results shall be available within 30 days of completion. A semiannual J-BOSC Equipment Loss Rate shall be calculated based on line items lost during the fiscal year, found on station, reinstated equipment, and equipment surveyed.

SGS shall perform excess property management for excess property identified by NASA, J-BOSC, and KSC contractors. This includes entering information into the NASA Property Disposal Management System (NPDMS) to accomplish NASA and other federal agency screening and disposition. SGS shall record excess property freezes and dispositions using NPDMS and retain the official documentation file for receipts and dispositions of excessed property.

3.2.1.4 Transportation Services. SGS shall provide transportation services to meet scheduled and unscheduled operations, to include off-site support, authorized programs, and special events. The basic functions include shipping, receiving, packing and crating, pick up and delivery of supplies, materials, and equipment. SGS shall provide the following transportation services:

• Transportation of flight hardware, support equipment and general labor services on KSC, CCAS, and PAFB;

109

Page 231: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Control the custody of, accounting for, preparation of, correction of, and conversion of Government Bills of Lading (GBL) for use with Government shipments, and maintain records, files, and documentation;

• Cargo pickup/delivery between facilities located on KSC, CCAS, and PAFB;

• Transportation support of electronic and other equipment for calibration at KSC, CCAS, and PAFB;

• Package and prepare hazardous materials for shipment; ensure that all shipments con-taining hazardous materials are packaged, packed, marked, labeled, and all documentation complies with applicable Federal, state, international and military regulations;

• Process all requested international shipments through Customs for both imports and exports (SGS shall recommend the requirements of a license and license exceptions when appropriate, properly complete all required documentation, and forward to the responsible NASA officer);

• Provide excess cargo and equipment service at KSC, CCAS, and PAFB;

• Pick up and deliver excess Air Force-owned equipment to the Defense Reutilization and Marketing Office (DRMO);

• Excess NASA equipment will be turned in at ERC;

• Providing comprehensive freight shipper service at KSC including inspection and preparation of items and all documentation necessary for shipment of material;

• Coordinating, processing, and completing all claims actions on in-bound freight involved in OS&D items received at KSC;

• Serving as liaison between the carrier and the customer for all information required about a shipment; and

• Conducting Performance Oriented Package (POP) testing on packages to be used to transport HAZMAT by all modes of transportation for domestic and international shipments;

• SGS shall perform Non-Bulk Combination packaging tests, including Drop Test, Stacking Test, and Vibration Standard Test.

3.2.2 Vehicle Operations & Maintenance. SGS shall close the KSC motor pool and consolidate it into the much larger CCAS motor pool. SGS shall provide vehicle operations & maintenance services required to support KSC, CCAS, and PAFB. Vehicle operations & maintenance services at PAFB will be provided through a sub-motor pool at that location. This sub-motor pool will provide taxi, bus (both scheduled and flight line) and U-Drive-It vehicle pool. The general purpose vehicle fleet will be GSA leased and maintained. Scheduled bus service at PAFB will be with 15-, 20-, and 40-passenger buses. Maintenance of Government owned buses will be at CCAS. Refueler Maintenance will continue to be provided at PAFB from Building 676. The motor pools will also be storage locations for vehicles, where operational maintenance is performed, and from where the vehicles will be dispatched.

3.2.2.1 Vehicle Operations. SGS shall provide the following vehicle operations services:

• Taxi and bus transportation service at CCAS (Skid Strip), KSC (SLF), and PAFB (flightline), to support air crews and passengers traveling either to or from aircraft that are arriving or departing to various destinations both on and off the installation;

• Scheduled bus service at PAFB, KSC, and NASA facilities on CCAS; and

110

Page 232: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• U-Drive-It (UDI) vehicle support at PAFB and CCAS.

Additional operations shall include provision of the following:

• Performing dispatch services (such as taxi and UDI) at CCAS and PAFB;

• Providing dispatch data for upward required reports;

• Performing vehicle pick-up and delivery repair service for Government-assigned GSA vehicles;

• Providing vehicles and drivers to support the loading and off-loading of ships;

• Providing support for the Decontamination Team and the Base Disaster Preparedness Team; and

• Provide flight-line service at CCAS, KSC, and PAFB.

3.2.2.2 Vehicle Maintenance. SGS shall maintenance for government vehicles and equipment to include:

• Maintaining Air Force vehicles to the appropriate Air Force standards;

• Collecting and inputting required maintenance data into the On-line Vehicle Integrated Management System (OLVIMS) and provide data for required reports; and

• Performing vehicle maintenance related services.

3.2.2.3 Locomotives and Railroad Facilities. SGS shall operate Government-owned locomotives to accomplish the movement of railcars on KSC and CCAS tracks.

Equipment Maintenance, Repairs, and Modifications. SGS shall perform maintenance, repair, and modifications of Government-owned locomotives and railcars. An exception is that SGS has no repair responsibility for Government-owned railcars when operation is off KSC/CCAS in interchange service; NASA shall handle all such repairs in accordance with the Interchange Agreement of the AAR. SGS shall allow designated railcars to be used by other activities and organizations and shall ensure that such cars are properly maintained.

Corrosion Control of Rails and Fittings. SGS shall perform quarterly corrosion control of rails and fittings on all KSC and CCAS track using spray application of an appropriate corrosion resisting material using an existing modified "Trackmobile."

Operation and Maintenance of the KSC Jay Jay Railroad Bridge and Track Systems. SGS shall provide operations and maintenance of the Jay Jay Railroad Bridge and associated systems, excluding the track and walkways attached thereto.

3.2.3 Laboratories. SGS shall provide a sufficient number of qualified personnel to ensure the quality of the laboratory services provided by SGS to KSC, CCAS, and PAFB. The services include the nondestructive evaluation of various kinds of hardware, standards and calibration services at KSC, sampling and analysis of waste and propellant commodities, component cleaning and refurbishment services, and other related services, including the following:

• Permeability and compatibility studies of materials used in conjunction with hypergolic fluids;

• Toxic Vapor Detector (TVD) calibrations and repairs and mercury spill cleanups;

• Developmental and sustaining engineering support in the science of hypergolic TVDs;

• Development and sustaining engineering services and leadership in the development of non-CFC cleaning and verification processes;

111

Page 233: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Standards and calibration specialty support on Government initiatives including the Measurement Assurance Program (MAPs) as lead center for DC Volt, Vacuum Leak Rate, and Mass MAPS, and a participating center in Acceleration, Resistance, and Temperature MAPs; and

• Development and maintenance of capabilities manuals for all laboratories.

Contractors on the current SFOC, PGOC and Space Station contracts are responsible for providing their own laboratory services, except as noted below.

3.2.3.1 Nondestructive Evaluation Laboratory. SGS shall provide Level III certification in each respective NDE method and Level II certification for all NDE tasks involving NDE inspections. SGS shall provide test and inspection services, including in-situ NDE and related engineering services, other NASA centers, and other Government agencies as required. To SFOC, PGOC, and Space Station contractors, SGS shall provide only radiographic services and associated engineering support. SGS shall use the full spectrum of non-invasive inspection methods in carrying out the NDE function of evaluating the quality and integrity of GSE and flight equipment hardware, components and parts, systems, and structures submitted for evaluation.

The services fall into three basic categories: surface and near surface inspections by Visual, Mag Particle, Liquid Penetrant, Eddy Current, and Infrared Testing; volumetric inspections using Leak Testing, Radiography (computed tomography [CT], gamma, x-ray, microfocus real-time), and other Ultrasonic methodologies; other specialized testing such as spark testing of dielectric materials and bearing analyses.

SGS shall conduct pre-inspection meetings with the customer to define the requirements and objectives of the inspection, the physical and design features of the item, the test acceptance criteria, and the NDE methods to be employed. Individual items scheduled for NDE shall be received, inspected, and evaluated (or alternately, inspected in-situ). Following the examination SGS shall prepare a report presenting the inspection results and appropriate recommendations. The report will be reviewed and approved internally and issued to the customer.

SGS shall provide at least two Level III-certified personnel in each NDE discipline in all NDE methods and at least one Level II-certified technician in each NDE inspection.

3.2.3.2 Standards and Calibration. SGS shall provide standards and calibration of test and measuring equipment including related metrology engineering support, repairs, and cleaning incidental to calibration to NASA/KSC only.

SGS’ primary tasks include the following:

• Provide laboratory and in-place calibrations for required technical disciplines and instruments;

• Maintain KSC reference standards and provide working standard measurement data traceable to National Institute of Standards and Technology (NIST) or intrinsic standards for KSC;

• Serve as pivot laboratory for the East Coast Voltage, Resistance and Multifunction Calibration MAP and participate and support other MAPs as required;

• Preparing and maintaining the Standards and Calibration Measurement Capabilities Report that defines the measurement parameters supported by the labs; the range, media, accuracy, and uncertainty; and the technique, system, and equipment associated with each parameter;

112

Page 234: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Maintaining existing and developing new laboratory procedures;

• Operating and maintaining the Metrology Information System to recall and control standards and test equipment systems; and

• Operating and maintaining the Shared Resources Management System used to control automated calibration work stations;

• If Options 3A and 3B are exercised, SGS will provide Eastern Range sites Precision Measurement Equipment Laboratory (PMEL) services; and

• If Options 4A and 4B are exercised, SGS will provide laboratory and in-place calibration support to the KSC Payload Processing contractor.

SGS shall prepare and implement a Quality Assurance Program (QAP) that ensures the quality of the calibrations performed on reference and working standards and on the test equipment in the inventory.

Calibration Tasks. The calibration function is divided into four primary sections or departments: Calibration and Control Office, Electrical Calibration, Pressure/Flow Calibration, and Physical /Mass Calibration. The calibration effort includes cleaning surfaces incidental to the calibration effort, analyzing particulates and hydrocarbons on surfaces exposed to fluid media, and making equipment repairs.

SGS metrology and management specialists in the Calibration Control Office shall perform the following functions: laboratory administration and management, metrology engineering, equipment/parts receiving, control and release of calibrated equipment, inventory control, Government equipment control and administration, safety, quality control, maintenance of the MIS, entering data on incoming/outgoing work, data archiving, dispatch, delivery, and the pick up and drop off of equipment.

SGS Electrical Calibration Specialists shall typically perform the following electrical calibration tasks:

• Calibrate standards such as capacitors, resistors, cells, magnetic reference, AC/DC voltage reference, phase angle standards, and frequency standards;

• Calibrate thermal connectors, frequency generators and oscillators, current sources and shunts, Kelvin ratio bridges, voltage sources, Capacitance bridges, decade resistors, meters, power amplifiers, frequency counters, DVMs, power meters, voltage regulators, direction detectors, directional couplers, thermistor mounts, attenuators, and power supplies;

• Calibrate digital thermometers, thermistors, glass thermometers, standard platinum resistance thermometers, triple-point-of-water cells, thermocouples, Quartz thermometers, pyrometers, black bodies and controllers, irradiance probes, and bandpass filters; and

• Calibrate moisture analyzers, dewpoint indicators, hydrometers, and moisture generators.

SGS Pressure and Flow Specialists shall typically perform the following Pressure and Flow tasks:

• Calibrate air piston gauges, manometers, air data systems, pressure transducers, pressure gauges, digital pressure indicators, leak rates, dynamic pressure sensors, dead weight testers, vacuum gauges, vacuum meters, vacuum indicators, ion gauges and controllers, microphones, sound meters, sound analyzers, sound level calibration, piston phones, mass flow meters, and laminar flow elements; and

113

Page 235: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Clean instruments and systems incidental to calibration to ensure the removal of particulate and residue.

SGS Physical and Mass Specialists shall typically measure and calibrate the following physical and mass-related items:

• Interferometric flatness and length, parallelism, surface finish, and defects;

• Plugs, rings, thread gages, surface plates, balls, angle blocks, gage blocks, flatness, linear scales, indexing tables, autocollimators and X,Y,Z coordinates; and

• Load cells, proving rings, torque devices, dynamometers, force kits, universal testing machine, precision gages, accelerometers, vibration pickups, precision weight sets, and balances.

SGS shall inventory the GFE, implement a property control system, and assume responsibility for all laboratory GFE used on the contract.

SGS shall develop and maintain laboratory procedures including the following standard operating procedures: equipment receiving, storage, distribution, issue, accounting, and control; procedures governing the individual calibration and test processes; Government access to facilities and equipment; equipment and systems maintenance; and property management and disposal.

3.2.3.3 Sampling and Analysis. SGS shall provide sampling services and related engineering support. SGS shall provide analysis services to NASA/KSC only. These services include sampling and analysis of non-hazardous and hazardous waste, gases, fuels, oxidizers, cryogenics, hypergolics, coolants and other materials (such as certain types of propellants); delivering controlled samples; compatibility studies for hypergolic fluids; TVD calibration and repair; and HAZWASTE characterization and environmental regulations compliance.

SGS shall perform gas specification and particulates analyses, liquid specification and particulates analyses, TCLP analyses of waste/environmental materials, and compatibility and permeability analyses to determine conformance with appropriate specifications. SGS shall perform other laboratory and field analyses, tests, and measurements such as moisture, pH, conductivity, dissolved oxygen, temperature determinations, air flow rate, particulate contaminant and fallout counts, and non-volatile residue (NVR) weights in determining surface contamination. Waste samples shall be drawn and analyzed.

SGS shall support developmental efforts including evaluation, acceptance tests of new devices, and the development of new methodologies (such as toxic vapor detector devices, technology advancement, and new instrumentation).

Other principle subtasks include:

• Assisting Range users in drawing samples of materials under their control;

• Cleaning and maintaining sampling equipment;

• Returning sample residuals to the requesting agency for disposal;

• Preparing laboratory analysis reports documenting sample history and chemical analysis by lab profile sample control number; and

• Collecting, managing, and disposing of all wastes from decontamination/cleaning operations.

114

Page 236: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

3.2.3.4 Component Cleaning and Refurbishment. SGS shall provide decontamination, precision cleaning, refurbishment, and other related services. The work includes the cleaning, refurbishment (repair and modification), and cleanliness certification of fluid and gaseous system components, selected flight hardware, and functional component hardware. Inspections shall be performed to demonstrate compliance with item specifications, drawings, and standards, including, as applicable, re-certification to manufacturers’ original equipment specifications.

SGS shall perform the disassembly, decontamination, rough cleaning, precision cleaning, refurbishment, inspection, and certification subtasks in compliance with KSC-C-123H, Specification for Surface Cleanliness of Fluid Systems. Surface cleanliness levels, test methods, cleaning and packaging requirements, and protection and inspection procedures for determining surface cleanliness shall be specified for each product by program and system requirements.

Typical subtasks include: • Provide laboratory services, in the lab and in-situ (solution spraying or by closed-loop

circulation), including disassembly, decontamination, rough cleaning, precision cleaning, refurbishing and replacing parts, and testing and packaging of Range and launch-related items and systems to the requirements of KSC-C-123H;

• Develop and maintain procedures for the particular operations involved in the cleaning and refurbishment process and the inspection and acceptance;

• Determine and implement environmental/health safety practices to be followed to ensure that the cleaning work is done in compliance with OSHA regulations;

• Train and certify all operators and safety and QA personnel involved in the cleaning and refurbishment operations;

• Coordinate with all on-site agencies in the vicinity of the cleaning operations area before initiating field cleaning operations;

• Package all items immediately following precision cleaning using KSC-C-123H for guidance;

• Ensure the proper storage of, and maintain accurate accountability of, all hazardous materials, such as cleaning solutions used in the cleaning, testing, and packaging processes;

• Define and implement appropriate waste reduction practices; and

• Continue investigations into the development and implementation of aqueous cleaning processes.

3.2.4 Propellant Services. SGS shall provide the following propellant services: (a) manage and provide propellants and related resources for KSC, CCAS, and PAFB, including scheduling, acquisition, storage, processing, certification, delivery, pick-up, recovery, excessing, disposal, and/or recycling; (b) provide on-site management of the Air Force Directorate of Aerospace Fuels Management (DAFM) Missile Fuels controlled storage functions; and (c) provide life support services supporting NASA/KSC, CCAS, and PAFB.

SGS shall serve as the point of contact between designated supplier/supply agencies and various KSC/CCAS and PAFB uses, and will be the on-site manager of the controlled storage functions. SGS shall refer to the Specification for Space Shuttle Fluid Procurement and Use Control, JSC SE-S-0073, Revision F, Last Modification. SGS shall also comply with BB-F-1421, Revision B, for Refrigerant 21. Particular subtasks include:

115

Page 237: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Providing procurement information to other procuring activities such as DAFM, to establish propellant contracts; collecting consumption and cost information and updating database for major propellants (helium, hydrogen, hypergols, nitrogen, oxygen, and solvents); analyzing "cradle to grave" propellant logistics; and developing, recommending, and implementing reliable and cost-effective support procedures; and methodologies.

• Documenting pre- and post-shipment anomalies involving vendor equipment and equipment of KSC, CCAS, and PAFB to the equipment owners and the propellant services organization.

SGS shall function as a Controlled Storage Point receiving, storing, issuing, reporting, forecasting, and accounting for propellants, oxidizers, pressurants, and other related inventory. SGS shall maintain, control, and inventory missile fuels including commodity sampling and implementing procedures to ensure contamination control and product integrity.

SGS shall serve as the focal point for propellant ordering information (including pricing, available containers, and commodity specifications. SGS shall implement a Product Integrity Program to ensure that commodities issued to CCAS, KSC, and PAFB meet specifications.

SGS shall consolidate user requirements, identify requirements to the various supply sources, and coordinate all deliveries with the respective supply vendors. The work scope includes management of the controlled storage of Air Force items.

3.2.4.1 Propellant Operations. The work to be performed by SGS includes the following subtasks:

• Coordinating, identifying, and reporting deficiencies, and inspecting supplier deliveries for Government-procured, direct-delivery propellants; SGS shall document all anomalies, coordinate with appropriate organizations, determine and implement corrective action, and follow up on the implementation process;

• Providing propellant billing validations for Government-procured propellants; SGS shall process all acquisition, receipt, and inventory documents;

• Developing 3-year propellant forecasts on NASA Form 558 to support Government propellant procurement planning; commodity projections shall be derived from usage estimates obtained from NASA/45th Space Wing and other user entities;

• Providing technical assistance (engineering, safety, environmental, and operations and maintenance) in propellant deliveries to systems operated and maintained by others;

• Providing propellant-related services in the dockside replenishment of submarine compressed air systems, in NASA aircraft and helicopter refueling activities, and in packaging K-bottles for downrange shipments;

• Operating customer servicing equipment to support customer servicing/de-servicing operations (such as S70-0797 unit for Orbiter refrigerant 21 servicing);

• Providing thermal conditioning of Delta hypergolic propellant and NO enrichment of Nitrogen Tetroxide;

• Inspecting and servicing non-NASA/45th Space Wing equipment staged at KSC and CCAS, inspecting and certifying (pre- and post-shipping) equipment loaned off base, draining propellant systems, weighing cargo tanks, and storing and moving customer- owned hypergolic equipment;

• Supplying propellant handling equipment to accommodate facility on-site storage, anomaly and malfunction testing, and off-center hardware re-certification and overhaul;

116

Page 238: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Documenting and reporting on all Department of Transportation (DOT) compliance waiver/deviation issues associated with propellant fleet operation before propellant equipment is used for propellant handling;

• Maintaining the fluids handbook to provide current information on the management of various types of propellants;

• Maintaining the existing fluids sampling plan and analyzing trends to ensure the integrity of the plan and the sampling frequency; and

• Preparing Propellant Cost Estimate Reports and Cost Tracking Reports as specified by DRL Item Number 3.2.4-01.

3.2.4.2 Propellant Operation and Maintenance. SGS shall provide services to the 45th Space Wing including operating, maintaining, and constructing assigned fixed and portable propellant facilities, systems, and utilities. SGS shall establish and maintain an ongoing maintenance, refurbishment, and overhaul program that ensures the safety and operational readiness of propellant equipment and facilities. SGS shall ensure that related certifications and exemptions are maintained.

SGS shall provide propellant logistics services (such as deliveries and processing) to customers in accordance with customers' quality, quantity, and schedule requirements and contained within conveyances appropriate for the intended use.

SGS shall provide operational statements, progress reviews, and periodic mission support reviews (KSC/CCAS launches) to NASA. SGS shall provide pre-launch propellant readiness status and GSPN/anomaly post-launch debriefing for Shuttle Operations, and shall publish a post-launch summary for all launches.

SGS shall provide support 24 hours a day, 7 days a week at Port Canaveral. Port activity includes pumping bilges of ships and missile tubes, providing compressed air to submarines, and drum PUMP transfer of petroleum base fuels to Military Sealift Command ships.

SGS shall support 45th Space Wing downrange activity including delivery and pick up of compressed gas cylinders to the Port Canaveral Wharf for shipment downrange by others.

SGS shall provide KSC and 45th Space Wing vacuum pump overhaul and vacuum system servicing support.

In addition to SLF support, SGS shall provide refueling at the Occupational Health Helipad and contingency refueling at the CCAF skid strip to support aircraft and helicopter requirements.

SGS shall provide operations and maintenance support for the following entities:

• CX-40 Gaseous Helium System (gas storage area);

• SMARF Gaseous Nitrogen System;

• CX-40 Gaseous Nitrogen System (gas storage area east side and air conditioning system);

• CX-40 Breathing Air System;

• CX-41 Breathing Air System; and

• CX-40/41 Helium Railcar System.

SGS shall perform the following tasks:

117

Page 239: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Maintain records/documentation files including specifications, drawings, standards, manuals, and guidelines for all systems and equipment;

• Maintain a system to record total inventory, provide equipment utilization assessment document inventory problems, and predict required inventory levels; and

• Conduct a requirements assessment and system-level review for each specific launch- related mission or project to include contingency planning and post-launch operational assessment.

3.2.4.3 Propellant Engineering. SGS shall provide engineering services for propellant-related facilities, systems, and utilities.

SGS shall provide certification for propellant packaging to ensure compliance with DOT and shipping requirements when equipment is shipped off Government installations. SGS shall monitor the condition of propellant equipment on loan to other agencies.

3.2.4.4 Life Support Systems. SGS shall establish and maintain an ongoing operations, maintenance, refurbishment, and overhaul program that ensures the safety and operational readiness of life support equipment and facilities. SGS shall provide life support services to the STS and Payload Contractor Programs at KSC, the Titan, Delta, Atlas/Centaur programs at CCAS, airline operations, and the spacecraft/payload processing facilities at KSC and CCAS. SGS shall maintain all related certifications. Particular subtasks include the following:

• Inspecting and testing hazardous material suits, to include those provided by others;

• Fabricating, maintaining, managing, inspecting, testing, certifying, and issuing life support equipment, PPE, and respiratory equipment to personnel working in hostile environments such as in propellant- or oxygen-deficient atmospheres or during emergency breathing operations;

• Providing and maintaining personnel protection and respiratory equipment; setting up required support equipment at KSC, CCAS, and PAFB; and training personnel in the use of such equipment (services rendered shall include assisting user personnel in donning protective gear, filling backpacks, manning communications equipment, and operating various support equipment used in life support operations;

• Providing actions testing and minor maintenance/modification services for life preserver units used on KSC aircraft;

• Providing propellant and life support engineering in support of others;

• Maintaining the 7,000+ Emergency Life Support Apparatus items in the inventory in such condition that they can reliably perform their respective functions under extreme environmental and emergency conditions; and

• Providing and maintaining propellant and life support equipment capabilities manuals.

3.2.5 Airfield Services. SGS shall perform maintenance on NASA aircraft operating out of PAFB, KSC, and CCAS and pilot NASA aircraft assigned to KSC. SGS shall provide airfield services at the CCAS Skid Strip and the KSC Shuttle Landing Facility. Current airfield operating hours are as follows: Skid strip 0730-1600 Monday- Friday, SLF 0600-2230 daily.

Air Traffic Control at both locations shall be performed as specified in FAAH 7110.65J. SGS shall provide fully qualified, certified, and experienced Air Traffic Controllers to respond to Skid Strip and SLF requirements.

118

Page 240: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

SGS shall provide airfield services at the CCAS Skid Strip and the KSC Shuttle Landing Facility. SGS shall maintain at the airfield the appropriate firefighting equipment and agents required to maintain the required Airfield Index and shall maintain the facilities, equipment, personnel, and procedures for meeting rescue and firefighting requirements. SGS shall evaluate and prepare for outside evaluations of air traffic system safety in accordance with AFI 13-218, Air Traffic System Evaluation Program.

SGS shall provide day-to-day scheduled, and unscheduled, diagnostic checks and preventive maintenance to ensure airworthiness and availability of NASA/KSC Mission Management Aircraft and helicopters. SGS shall perform all required work at PAFB except for repairs at off-site locations required to allow for the safe continuation of flight mission or return to home station. Should the JPMO exercise options 5a and/or 5b, SGS shall also provide transient aircraft ground services at PAFB including minor maintenance for aircraft visiting KSC on NASA-related business.

SGS shall use manufacturer maintenance requirements and manuals as well as the current FAA-approved inspection program as guidance to provide aircraft services. SGS shall maintain the FAA Airworthiness Certificate for the G-159 current.

SGS shall provide required scheduled and unscheduled diagnostic checks and preventive maintenance to ensure airworthiness and availability of NASA/KSC Mission Management Aircraft (G-159) and helicopters (UH-1H). At off-site locations, SGS shall perform required repairs to the aircraft to allow the safe continuation of flight mission or return to home station.

Perform the duties of a Military Radar Unit (MRU) during the hours of 0600 - 2230 daily, except federal holidays, or when operational requirements dictate. MRU functions would require performance at either the Range Operations Control Center (ROCC) or the Shuttle Landing Facility (SLF).

3.2.5.1 Aircraft Maintenance. SGS shall provide fully qualified, certified, and experienced personnel to perform maintenance, preventive maintenance, rebuilding, and alterations. SGS shall implement controls to ensure that only authorized personnel approve aircraft, airframes, aircraft engines, propellers, appliances, or component parts for return to service after maintenance, preventive maintenance, rebuilding, or alteration.

SGS shall maintain visual approach aids, obstruction lighting, control equipment, and approach lighting systems at CCAS and the SLF.

3.2.5.2 General Requirements. SGS shall perform the following tasks:

• Support astronaut flight crew rescue and emergency medical response training activities at KSC;

• Provide documentation and assistance required to support Government procurement and/or acquisition efforts relating to major overhaul or repair of components;

Pilot the G-159 aircraft and the UH-1H helicopters safely and efficiently, ensuring that the aircraft are operated within the performance limits prescribed by the aircraft manufacturer, DoD, FAA, or established by a formal NASA airworthiness review (SGS pilots shall strictly comply at all times with FAR Part 91, General Operating and Flight Rules, and shall have specific and current knowledge and understanding at all times of special use and restricted airspace, as specified in FAR Part 73);

• Employ FAAH 7220.2A, Operational Position Standards (The OPS Handbook), in Air Traffic Operations, to achieve the desired standardization of position operation at CCAS and the SLF;

119

Page 241: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Provide airfield services to all 45th Space Wing and KSC customers to include airfield management, control tower operations, flight operations, and ground operations;

• Ensure that airfield services are available during all requested periods for aircraft arrivals, departures, servicing periods based on Prior Permission Required (PPR), and as mission requirements dictate;

• Support unique mission requirements such as shuttle launches/landings, Shuttle Training Aircraft (STA) activities, and handling of classified payloads;

• Maintain a flight planning room by providing applicable aeronautical publications and notices to airmen (NOTAM) to assist aircrews in their flight planning duties;

• Provide an aircrew/passenger waiting area and adequate facilities to accommodate arrivals/departures;

• Provide transient alert services at PAFB to all non-assigned aircraft from 0900−1900 daily, as well as 24-hour on-call services;

• Perform all aspects of aircraft launch/recovery support, follow-me service, FOD control, crash recovery, and marshaling;

• Service transient aircraft including fuels, oils, hydraulics, pneumatics, liquid/gaseous oxygen, nitrogen and water;

• Maintain transient aircraft documentation and coordinate maintenance activities with home base if required;

• Provide 24-hour on-call capability for crash recovery and contingency operations with a response time as soon as possible;

• Maintain AGE assigned to PAFB. Perform scheduled periodic inspections, service inspections, special inspections, and unscheduled minor/major maintenance;

• Ensure AGE is available to support transient aircraft and crash recovery scenes; and

• Operate and maintain liquid/gaseous oxygen and gaseous nitrogen carts and associated equipment; and maintain historical records, supply records, and technical operating data.

3.2.5.3 Daily Flight Missions. SGS shall be required to support daily flight missions by shifting work schedules to support the scheduled flights. Aircraft services on all aircraft may occasionally be required to meet scheduled flights during the early morning, the late evening, or on the weekend. A flight mechanic shall be aboard the G-159 during each mission flight. SGS shall arrange for and pick up food or meals for use on missions as requested and shall provide requested general services (such as fuel/oil service, tire repair, delivery of baggage/cargo, landing gear lock pins, pylon lock pins, boarding ladder, tie down, and collection and disposal of trash/debris from aircraft) and other ground services as directed by NASA Air Operations for transient aircraft on NASA-related business to ensure the scheduled departure and minimize impact to flight mission. In addition, SGS shall perform the following tasks:

• Provide an aircraft mechanic to be on-site with aircraft to maintain airworthiness of the aircraft and support astronaut flight crew rescue and emergency medical response training activities at KSC;

• Submit timely requests for required major overhaul and/or repair to preclude overflight of a component, meet component time-change requirements, and minimize impact to scheduled mission flight;

120

Page 242: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Prepare a detailed written request for required overhaul and/or repair including recommended course of action, analyses, cost estimate, schedule, options, and list of vendor sources (this request shall be submitted to the Government; in emergencies, the request may be verbal, but it shall be subsequently documented in writing); and

• Establish and maintain a training program to provide trained, qualified, and certified personnel; training records shall be maintained and shall include, at a minimum, the following: 1) Certified record of ratings held; 2) Certified record of all formal training; 3) Record indicating that the maintenance and inspection procedures have been read and understood; 4) other pertinent records relating to maintenance enrichment training; and 5) a Copy of FAA Medical Certificate.

3.2.6 Hazardous and Controlled Waste

3.2.6.1 Hazardous and Controlled Waste Management. SGS shall provide hazardous and controlled waste management for KSC, PAFB, and CCAS, including hazard determination, pick up, storage, and manifesting; and off-site shipment for treatment and disposal of hazardous and controlled waste including subcontracting for off-site disposal services.

3.2.6.2 Post-Emergency. SGS shall provide and coordinate post-emergency clean-up, decontamination, neutralization, and disposal of hazardous substances.

121

Page 243: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

3.3 INFORMATION TECHNOLOGY

SGS shall provide computer and designated communications support for KSC as described below; this includes preparing an IT Investment and Purchase Plan, as specified by Data Requirement Item 3.3-01.

3.3.1 Computer Systems. SGS shall provide operations and maintenance, sustaining engineering (SE), configuration management, database administration, and user support for existing and/or new automated applications/systems supporting KSC institutional and other base operation disciplines (such as KIMS and CMDS).

3.3.1.1 General Requirements. SGS shall perform the following tasks:

• Provide coordination, SE, and configuration control board support (including demonstrating systems enhancements) for the KSC-led, multi-agency SPECSINTACT;

• Support planning and implementation of new/re-engineered NASA wide and KSC systems/applications (such as IFMP);

• Provide client/server and database management capability and systems, plus functional and physical interface to external providers of mainframe, desktop, and communication services;

• Ensure year 2000 compliance for all existing and/or new applications/systems (including COTS products), and provide quarterly input for Center report to Office of Management and Budget (OMB);

• Ensure Y2K certification and compliance for all existing AF and NASA Government assets (GFE and GFP).

• Support NASA in reviewing and implementing Chief Information Officer (CIO) directives and standards, and comply with those directives after they have been adopted;

• Provide and comply with a semi-annual Information Technology Plan that identifies priorities and schedules for IT systems support and re-engineering efforts;

• Perform risk management, disaster recovery, and security for supported systems/ applications; and

• Develop and maintain new institutional applications and Web pages and provide Web page audit functions as defined in Attachment J-5, Technical Exhibit 2.1.1-01.

3.3.2 Communications. SGS shall operate and maintain the administrative/institutional computer and data communication systems and their associated equipment and data communications circuits/cables, and provide end user computer/workstation support. In accomplishing these activities, SGS shall ensure the end-to-end integrity of all communications equipment, and provide resources required to support J-BOSC responsibility.

3.3.2.1 General Requirements. SGS shall provide communication support for NASA administrative and institutional management, including:

• Local area networking and administrative communications;

• Provide network management, planning and requirements coordination, operation and maintenance, SE, and upgrade of the Kennedy Data Network;

• Interface with the KSC cable plant, backbone, and other communication systems and providers;

• Provide pagers and cell phone loaner pool administration;

122

Page 244: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Provide low bandwidth video and video conferencing support to include Video Teleconferencing Systems (ViTS) and Collaborative Engineering Environment (CEE) Labs;

• Provide Multi-media/ViTS and other support to the KSC Hqtrs Bldg., 4th Floor Executive Conference Room; and

• Provide operations and maintenance for the KSC Wide Area Network (WAN) security firewall system, which consists of the external interfaces to the NASA WAN services/internet and the CCAS/PAFB networks. SGS shall operate and maintain this system, providing transparent connectivity and network based security services to the entire KSC network environment. These services will be provided in accordance with NPG 2810, “Security of Information Systems”, and other relevant NASA/KSC IT security policy guidelines.

(The above functions may be transitioned out of J-BOSC per Section B.) • Provide hand-held/vehicle radios for emergency and/or operational support (NASA/45th SW); • Provide risk management, disaster recovery, and security for supported communication

systems;

• Provide support for data warehousing, web page/server development and administration, audio/video, Channel 60, and the communication centers;

• Transition the communication systems and support listed above to the Consolidated Space Operations Contract per RFP Section B;

• Manage the radio frequency spectrum;

• Implement and maintain KSC’s administrative institutional computer and data communications systems, and provide interfaces to other contractor computer systems at KSC;

• Conduct software engineering activities for the applications software base (applications shall be developed in response to users' needs);

• Fully support KSC’s computer and data communications users by providing problem resolution, consultation services, advice, and assistance;

• Seek opportunities to extend the productive life of KSC’s administrative computer and communications resources and to provide the technical staff and users with improved FIP working environments; this includes investigating and implementing proven new products, new technologies, and/or innovative processes that offer opportunities for productivity improvement, reduced operational cost, and/or extended technological life for existing IT resources; and

• Provide technical expertise to support NASA IT projects, reviews, and data calls; these projects may include, but are not limited to, the following: 1) The Integrated Financial Management Program (IFMP); 2) NASA Online Directives Information System (NODIS)/ Center Directives Management System (CDMS); 3) Year 2000 compliance and integration; 4) KIMS Migration to Defense Information Services Agency (DISA); 5) PeopleSoft (NPPS replacement); 6) AdminSTAR (NTDS replacement); 7) Utility Outage Project Scheduling (UOPS), and 8) FMPS and Personnel Access and Security System (PASS).

3.3.2.2 Applications Software Engineering. SGS shall conduct essential software engineering for custom applications software. Software engineering activities shall include analysis, design, development, testing, implementation, and maintenance. Maintenance shall include error correction, functional enhancement, and conversion. SGS Functional Area Configuration Control Boards (CCBs) shall establish priorities. Software engineering activities shall be conducted in support of the following major custom applications systems/clusters: • E-Mail;

123

Page 245: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Administrative Computer Systems hosted by the NACC at Marshall Space Flight Center; • KIMS (priority shall be given to sustaining engineering maintenance of software); and • LANs and J-BOSC assigned Server (Microcomputer) Systems.

SGS shall provide application-specific user assistance and training for the applications' entire computing environment including communications, the application, and the database or files manager.

3.3.2.3 Operations and Maintenance. SGS shall conduct day-to-day computer operations and maintenance for multi-user hardware systems to support processing of varying on-line and batch applications and schedules, and shall provide weekly update data to a NASA-operated Disaster Recovery Library that holds copies of system and backup tapes outside the data processing facility. In addition, SGS shall perform the following tasks:

• Maintain computer tape and disk library files, program test and production libraries, and system boot media;

• Support test development and implement acceptance testing for Government-acquired hardware systems, subsystems, and components installations;

• Prepare and verify job execution programs;

• Perform production control and configuration control of librarian functions;

• Provide data entry services and distribution of job labor and time cards;

• Perform maintenance for data entry equipment;

• Perform preventive and remedial maintenance; and

• Monitor vendor-provided maintenance or warranty maintenance compliance.

3.3.2.4 End User Services. SGS shall operate an IT Help Desk for SGS desktop and personal computers and for other systems required to be maintained by the SGS. This desktop/personal computer support includes the installation, configuration, integration, troubleshooting, and repair of hardware units, software products, and hardware components. SGS shall assist in transition planning to state-of-the-art office automation tools, and shall provide training, network support, and hardware and software support.

3.3.2.5 System, Utility, and Commercial Software Support. SGS shall conduct data and system administration, analysis, tuning, and systems programming activities in support of the Administrative Computer System, KIMS, KDN, LANs, and J-BOSC-assigned Server Systems (microcomputers). In addition, SGS shall perform the following tasks:

• Monitor system/subsystem efficiency and provide capability for troubleshooting and tuning systems, subsystems, peripherals, and interfaces;

• Monitor and control disk storage allocation;

• Provide technical assistance in developing plans for activating updated system software and utility software products;

• Provide database management system and associated software support to legacy AIM applications by performing the following services;

• Logical and physical design;

• Installation and testing of database product updates;

• Strategic information planning;

124

Page 246: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Enterprise data modeling; and

• Data security and integrity.

SGS shall evaluate, integrate, and maintain site-specific configuration; SGS shall also coordinate with vendor- and Government-lead centers, provide troubleshooting for user community and database upgrades, and administer commercial software licensing and maintenance contracts.

3.3.2.6 IT Resources Management. SGS shall participate in KSC's implementation of the NASA Automated Information Security Program. The scope of this program includes all automated information resources owned by KSC and operated by SGS as well as other automated information resources that are operated or controlled by SGS if they are used to store, process, or transmit sensitive NASA information. For each system that is within scope and is identified by the Government, SGS shall perform the following tasks:

• Designate a computer security official;

• Provide sensitive applications user training in both general and application-specific security requirements;

• Provide technical assistance in acquisition of IT resources by assisting in the development of planning and pre-solicitation documentation; and

• Perform studies as requested to determine the most cost-effective techniques to achieve economies of computer and data communications resource utilization.

125

Page 247: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

3.4 ADMINISTRATIVE SERVICES

SGS shall provide support services to include publications development and reproduction, technical library administration, mail processing and distribution, and training certification for safety, health, skills, and operational area access.

3.4.1 Publications. SGS shall provide printing and micro-imaging reproduction services to KSC. Services include printing/duplicating, color copying, engineering drawing reproduction, multicolor digital printing, microfilming, document scanning, and CD-ROM mastering. SGS shall convert the COM camera customer base from microfiche to CD-ROM media. This action will be completed by the end of the first quarter – base year of the contract. SGS shall coordinate with the KSC Printing Management Officer on jobs that require printing by GPO contract. The PAMIS (Printing And Micrographics Information System) database, or equivalent, will be maintained to provide customer and workload accountability. SGS shall meet printing quality standards of GPO Publication 310.1, Level III quality standards for color copying, and Level IV, quality standards for printing/duplicating. 3.4.1.1 Printing. SGS shall perform the following:

• Provide Center wide duplicating, networked electronic publishing and color copying;

• Electronically Transfer and Publish Launch, Landing, Orbiter Processing, and Payload Operating and Maintenance Instructions (OMI’s);

• Electronically receive and publish Integrated Control Schedules for Shuttle Orbiters, Shuttle Payload and Space Station processing;

• Electronically receive and publish NASA Payroll, NASA Personnel documentation, NASA Stars Report, Shuttle, Payloads, and J-BOSC KIMS and NEMS reports via remote mainframe Laser Printers;

• Controlled Color Copying support Center wide;

• Electronic Document Distribution to other NASA Centers;

• Operate Printing and MicroImaging Information System (PAMIS) (SI07) for printing reporting;

• Provide copying, duplicating, electronic publishing, remote mainframe computer laser printing, and document finishing;

• Provide engineering drawing reproductions from originals and microfilm;

• Provide multi-color digital printing, including folding and document finishing, and provide reproductions containing as many as three colors; and

• Aperture card and microfiche prints (8.5x11 to 18x24 inches).

3.4.1.2 MicroImaging. SGS shall perform the following: • Provide Center wide Microfilming and MicroImaging support;

• Document Conversion;

• CD-ROM Mastering and duplicating;

• Scanning and indexing of documents to include Shuttle Quality Data, NASA Spares Logistics Depot (NSLD), NEMS, KIMS, NASA Accounting, Boeing Configuration Management Data, NASA Payload and other NASA documentation for placement on film, CD’s or PC fileservers for WEB access;

126

Page 248: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Operate Printing and MicroImaging Information System (PAMIS) (SI07) for microimaging reporting;

• Operate Kennedy Electronic Documents System (KEDS);

• Operate Computer Output Laser Disk System (COLD);

• Manufacture 35mm Aperture cards of ALL KSC Engineering Drawings; and

• Support Kennedy Electronic Document System (KEDS), aperture card scanning for KEDS master files.

Provide the following mircoform products and services:

• 35mm Aperture cards encoded, interpreted and printed; and

• 35mm Aperture card duplicates.

3.4.1.3 Engineering Document Control. SGS shall perform the following: • Operate and maintain Engineering Drawing Original Repository, Technical Records Center

(TRC), (M6-489);

• Operate and maintain climate controlled records microfilm/computer tape storage facility (M6-639);

• Provide on-site customer access 4 hours daily, except weekends and SGS holidays, and at other times, as necessary, to support special requirements;

• Engineering Technical Records management to transition records to Federal Records Center or the National Archive and Records Administration (NARA);

• Over-the-counter customer service support to the engineering community;

• Provide CAD networked workstation for viewing, plotting of electronic digitized raster/vector images of engineering documentation;

• Officially release KSC Facilities and ground support equipment via Document Release Authorizations and input racking information into the Configuration Management Data System (CMDS);

• Operate Printing and MicroImaging Information System (PAMIS (SI07)) for engineering documentation reporting; and

• Maintain a central microform/imaging repository of KSC released drawings, including duplicate microforms as required for viewing and printing.

3.4.1.4 Graphics And Other Services. SGS shall perform the following:

GRAPHICS SERVICES. SGS shall perform the following:

• Provide graphics illustration support and document composition to all NASA organizational elements;

• Provide Audio Visual presentation services to NASA and support contractors on KSC and NASA supported Off-center events;

• Provide projectionist support for viewgraph, motion picture, slide projector, video projection equipment, and VCR audiovisual presentations in KSC conference rooms, the KSC Auditorium (M735 1), the O&C Mission Briefing Room in M7-355, and NASA-supported off-center events;

127

Page 249: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Provide audio visual equipment loans to all KSC personnel;

• Provide NASA space program video cassette recording loans;

• Prepare, edit, and provide camera ready copy for weekly printing of KSC Bulletin;

• Prepare Scientific and Technical Information (STI) for placement on NASA STI Homepage;

• Maintain monthly workload data pertaining to each workload function to permit periodic review;

• Produce the following graphics products for NASA KSC organizations;

• Graphics illustrations (art renderings, cartooning, logo design, photo-retouching, and technical drawings);

• Presentation Aides (slides/viewgraphs);

• Displays and Posters;

• Graphics charts, graphs, and diagrams;

• Graphics support elements and processes (badges, certificates, labels, lettering, name plates, tent cards, signage, sign-out boards, dry mounting, laminating, matting, framing, and scanning of graphic elements);

• Support NASA/KSC functional requirements including production of the KSC Bulletin; publications design and development services; and Web page maintenance for Public Affairs Design and update documents and general and educational publications produced for NASA KSC organizations including brochures, manuals, programs, document covers, fact sheets, flyers, title pages, photos, certificates, newsletters and KSC countdown;

• Provide desktop publishing services including scanning, composition, and text processing;

• Provide document file conversions to enable electronic publishing by the KSC duplicating facility and GPO contractors; and

• Provide office copier reports as specified in DRL Item 3.4.1-01.

FORMS CONTROL. Provide NASA/KSC forms development/acquisition/dissemination (hardcopy and electronic), and Government publications/forms acquisition to meet customer requirements;

• Analyze and design new and revised KSC and SGS forms;

• Design electronic forms using JetForm FormFlow Designer;

• Design forms requiring hardcopy for GPO Printing;

• Requisition Government forms and publications via both printed in-house and through the Government Printing Office (GPO);

• Maintain Forms inventory using the Forms Automated Tracking and Reporting System database (SI07);

• Prepare and disseminate annual form index; • Provide center-wide analysis, development, and electronic dissemination of forms for KSC

operations as follows:

128

Page 250: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Analyze and develop forms as required by Center customers for hardcopy and electronic use;

• Analyze and develop "intelligent” electronic forms;

• Convert KSC forms to electronic forms shells, using software application packages;

• Provide electronic forms to KSC personnel via forms server and Center networks;

• Prepare GPO requisitions and KSC Printing Work Orders for KSC forms and publications; and

• Requisition Government forms and publications.

INFORMATION SUPPORT. SGS shall perform the following:

• Respond to public inquiries received through Fan mail and Public Affairs Office;

• Distribute printed materials in response to questions, e.g. teachers kits, student kits;

• Issue all General Public Launch Passes;

• Operate and maintain the Fan Mail Inventory Tracking System (SI11) for the NASA Education Office;

• Select, package, and mail out Public Affairs student/teacher kits and other informational literature in response to written requests from students, teachers, and other requesters; and

• Receive, schedule, and mail out launch passes to the general public.

PUBLIC AFFAIRS WRITING SUPPORT. Provide dedicated writing and publication dissemination (hardcopy and Web) services in support of KSC Public Affairs operations and document monthly transactions.

• Provide creative, technical feature and speech writing for NASA Public Affairs and the NASA Education Branch;

• Produce SpacePort News, KSC’s internal news and information publications;

• For each Spaceport News edition, prepare, edit, and provide camera-ready copy (electronic and hardcopy), to the GPO contract printer;

• Operate and maintain Public Affairs Media Reference Library and Distribution Center located at the NASA Press site;

• Maintain reference materials provided in the Public Affairs Media Reference Library to support media and Public Affairs Education Office;

• Write, edit and produce BI-Weekly Countdown document;

• Maintain Public Affairs Home Page;

• Update and maintain Web pages to include the Public Affairs Information Series Server and the KSC Bulletin, and electronic forms;

• Provide PAO escort and tour support;

• Provide escorts and tours for news media, VIPs, and other visitors, and assist in preparing news, education, and guest activities;

• Support all Launch and Landing activities;

• Write scripts, photo captions, news releases, and press kits;

129

Page 251: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Write speeches, news releases, and fact sheets, and provide information summaries (such as space shuttle wall charts);

• Produce annual NASA KSC Financial Report;

• Provide writing support for KSC Annual Open House, KSC VIP events, Combined Federal Campaign, Disability Awareness Month, NASA Savings Bond Drive and Mission Chronology Reports;

• Update electronic versions of the Mission Chronology and Spaceport News; and

• Prepare briefing scripts and slides, car pass and news media fact sheets, mission chronology, and posters.

3.4.2 Library. SGS shall provide technical library services to KSC to include other KSC contractor personnel. These services include reference services, acquisitions, cataloging/ processing, circulation, publications, KSC archives, technical report server, online reference service, and Scientific and Technical Information (STI) Program support. SGS shall maintain monthly workload data pertaining to each work function to permit periodic review.

3.4.2.1 Specific Requirements. SGS shall perform the following services:

• Provide reference service to library patrons in Reader Services, Documents, Acquisitions, and Archives Departments by responding to requests for information and assisting in searches (public areas shall be available to patrons a minimum of 8 hours a day, Monday through Friday, except SGS holidays and NASA-directed closings);

• Order/acquire library and office copy materials including, but not limited to, archival material, books, specifications, standards, serials, documents, photographs, interlibrary loans, and other media necessary to meet information requirements of library patrons;

• Catalog and process library and office copy materials in accordance with AACR2 and Library of Congress Classification Schedules;

• Maintain library shelves and currency of library materials; maintain records of KSC Library holdings in the Agency-wide integrated library system and OCLC, library WWW pages, or local databases (including KSC library technical report server); evaluate and catalog archival materials; maintain a physical shelf list of all library holdings; and prepare library materials to be bound;

• Circulate library and office copy materials; maintain records on automated circulation, document distribution, and serials management systems; provide exit clearances; and maintain a prospective and bidder collection;

• Prepare and issue annual indexes and publications including, but not limited to, Index of KSC Specifications and Standards, Index to the Spaceport News, and Annual Chronology of KSC and KSC Related Events; these items shall be issued no later than the 10th. working day of February;

• Provide access to on-line computer terminal service for patrons during library hours of operation including, but not limited to, access to the NASA library system electronic catalog, KSC Library CD-ROMs, the Internet, and STI Program systems;

• Acquire serials and publications for KSC;

• Provide on-site distribution of external shuttle/payload program documentation and maintain a documents repository;

130

Page 252: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Maintain currency of the NASA library network (GALAXIE) with KSC holdings and bibliographic listings; and

• Provide electronic document editing support to the NASA Scientific and Technical Information (STI) Program.

3.4.3 Mail. SGS shall consolidate mail operations between the CCAS and KSC. SGS shall provide mail and distribution services (documents and parcels under 70 pounds) to KSC, CCAS, JDMTA, Malabar, selected stops at PAFB, and the highway A1A connecting route. These services shall be performed in compliance with the U.S. Postal Service Domestic and International Mail Manuals and include timely external mail processing, NASA mail metering, daily (work day) office distribution, classified mail handling, dedicated shuttle program courier service, and ADP delivery runs. Mail requirements include the pick up and delivery of mail, messages, and other related items (such as boxes and film canisters) once daily, Monday through Friday, according to the SGS-provided schedule.

SGS shall distribute routine and priority documentation between organizational elements to include mission-critical OMIs and mission control schedules. Customer mail services shall be provided during first shift, from 7:30 a.m. to 4:00 p.m. daily, Monday through Friday, except on designated SGS holidays and NASA-directed closings, unless otherwise noted. SGS shall operate a Contract Branch Post Office (including remote postage machines and letter drop boxes), maintain KSC Official bulletin boards and building directories and Public Affairs newsletter holders, operate and maintain the KSC Personnel Locator Service to include the RCO2 database or equivalent, support preparation of the KSC Telephone Directory, and furnish bond to the U.S. Postal Service in the minimum amount of $70,000.

3.4.3.1 Specific Requirements. SGS shall provide special distribution support for NASA mission O&M, scheduling, and readiness review documentation to meet customer schedules. In addition, SGS shall perform the following tasks:

• Provide NASA procurement document packaging, distribution, and mailing support;

• Maintain monthly accountability of postal expenses;

• Pick up, process, and deliver mail, including packages up to 70 pounds, at KSC and designated areas of CCAS, PAFB, Titusville, and Orlando;

• Provide mail drop box collection service twice daily, Monday through Friday;

• Transport mail between the Orlando Post Office Sectional Center, twice daily, Monday through Friday, with an additional early pick up trip on Monday mornings;

• Provide for next business day delivery of pouch mail to NASA Centers as designated by the Government and use Priority Pouch Mail to all other NASA Centers on a daily basis;

• Coordinate with postal authorities in Orlando, Titusville, Cape Canaveral, and Cocoa Beach, FL, and other NASA installations pertaining to mail schedules, pick up, delivery, lost/misdirected mail, and other comparable items affecting a postal and distribution facility;

• Address and deliver the Kennedy Integrated Control Schedule (KICS) and the Payloads Operations Support Schedule (POSS) daily; distribution shall be expedited no later than 6:30 a.m.;

• Provide special pick up and delivery courier service from the KSC Duplicating Center for major Space Shuttle Operations and Payload Operations Readiness Reviews;

• Provide special courier service once a day, excluding holidays, for KSC Shuttle Operations Directorate per customer schedule requirements;

131

Page 253: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Hand carry sensitive mail (such as bids or proposals) erroneously routed to the mail room to the NASA Acquisition Management Office (OP-AMO);

• Screen, X-ray, and handle suspect mail, as appropriate;

• Provide special ADP pickups/deliveries daily;

• Provide manual and automated addressing of documents and package for distribution, and maintain database listings, per customer requirements;

• Readdress and forward misdirected mail;

• Provide PAO courier support and launch event philatelic services per the NASA Public Affairs Support Plan;

• Open and screen all public correspondence "fan mail," and forward it to the proper office;

• Obtain service for postage meters within the KSC registry that are used by KSC and several KSC SGS organizations;

• Provide metering service for NASA Official mail;

• Provide reproduction and mailing of procurement packages, including: — Provide coordination and mail out of jobs daily per the Government’s schedule, including

customer coordination, document staging, distribution, and mail metering of bid packages, amendments and purchase orders;

— Receive and store drawings and specifications; — Prepare all certified return receipts and Overnight express mail for NASA procurement; — Maintain an up-to-date prospective bidders lists; — Provide priority distribution of bid packages to the Central Industry Assistance Office

(CIAO); and — Provide support for recycling of the KSC and Brevard County telephone directories.

3.4.4 Technical Training. SGS shall provide safety, health, skills, and operational area access training and certification for KSC, such as hazardous materials/emergency response, respirator training, SCAPE/hypergol training, heavy equipment training, firefighting training, skills type training, area access to controlled sites, and astronaut training. SGS shall provide selected training for CCAS and PAFB to include environmental, safety, and NASA facility area familiarization and walkdown training. SGS shall administer a certification program and maintain training and certification records using the NASA PM50 Training, Certification, and Record System TCRS, and shall document training course content and associated certification requirements of all training to be performed.

SGS shall use the J-BOSC Intranet to provide motivation for desktop, self-paced training for re-certification, emergency training, security training, and other areas.

3.5 MEDICAL AND ENVIRONMENTAL

SGS shall provide comprehensive medical and environmental support to maintain a healthful and productive workforce and to ensure regulatory compliant resource stewardship of KSC and the 45th Space Wing environmental assets.

3.5.1 Medical. SGS shall provide services in accordance with J-BOSC 7.0-036, Memorandum of Understanding, including occupational health examinations, treatments, medical reviews, laboratory, Emergency Medical Services (EMS), Employee Assistance Program (EAP), health

132

Page 254: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

education and wellness, health training, and administrative management for KSC and CCAS. All medical services shall be performed by certified/licensed medical staff. SGS shall conduct medical treatments and first aid for occupational illnesses and injuries, and team with the NASA medical officer to develop and maintain NASA/KSC physical examination standards and waiver procedures. Services shall be in accordance with NASA/KSC and Air Force physical examination standards.

3.5.1.1 General Requirements. SGS shall perform the following tasks:

Operate the medical facilities to meet customer needs, the Health Information Management System (HIMS), and a proprietary Health Unit Management System (HUMS) system for the administrative and technical management of Occupational Medicine (OM) and Environmental Health (EH) functions, as specified in KMI 1810.1G, KSC Occupational Medicine Program; SGS shall use HUMS to automate the entire clinic operation, including imaging and storage of medical records;

• Implement an Emergency Medical Services Plan at all facilities consistent with KBM PL-1-1.2C and provide certified emergency medical service on all shifts;

• Provide certified medical laboratory services;

• Provide counseling and intervention services as part of the EAP to include substance abuse and support special NASA/AIR FORCE initiatives such as the Drug Free Workplace Program and the NASA Workplace Violence Committee;

• Provide support to NASA and Air Force launches and landings, including staff for TAL sites;

• Provide support to NASA’s travel medicine program;

• Operate the first aid station at the KSC visitors complex; and

• Provide medical logistical and consultative support to SRB recovery ships. 3.5.1.2 Clinical Medicine

Employees. All employees shall receive physical examinations at a frequency and scope determined by workplace assessments.

Firefighters and Security Police. Firefighter physical examinations shall be conducted yearly on individuals who serve in an active capacity. Security police physicals shall be given on an age-related frequency.

Air Traffic Controllers. Air traffic controllers shall receive yearly physicals by an examiner certified by the Federal Aviation Administration (FAA). SGS shall ensure the following:

• Air traffic control personnel shall report all medical treatments received outside the Cape or KSC dispensaries for inclusion in the work medical record and assessment of fitness for duty before returning to operational air traffic control duties; and

• Waiver authority for deviations to medical standards cited in the above standards lies with 45th Space Wing MED GP/SG.

SGS is responsible for providing the occupational medicine (OM) and environmental health (EH) services required for KSC and CCAS, with EH services only to be provided at PAFB and 45th Space Wing mainland annexes as described herein.

SGS shall provide support to activities, personnel, and facilities on KSC and CCAS including ships/boats, when moored to the dock, that are operated by the U.S. Government. OM services

133

Page 255: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

(excluding emergency medical services) and EH services, as deemed necessary by appropriate NASA OM or EH personnel to support the OM services, shall also be provided to KSC/CCAS contractors whose normal site of operations is on-site at KSC/CCAS, but who may be placed temporarily off-site (in the KSC vicinity). Support shall also be provided at certain shuttle landing sites other than KSC (such as TAL sites and emergency landing sites). Support shall be provided to specific activities when requested through appropriate authority at NASA, KSC, or the 45th Space Wing.

SGS shall operate and maintain a comprehensive Occupational Medicine and Environmental Health (OMEH) Program. Program orientation will be directed primarily toward predictive and preventive systems. The OM Program shall include activities to minimize sick leave, and reduced productivity caused by marginal physical disability, and to reduce permanent disability and premature death. The EH Program shall provide for operational support, consultation, and audit services that permit KSC, CCAS, PAFB and its mainland annexes and their centers, tenants and visitors to provide a safe and healthful work environment through regulatory compliance and the implementation of an integrated OMEH Program.

The services under this contract shall be made available to all personnel at KSC and CCAS and to SGS and tenant personnel operating at KSC/CCAS. In addition, EH services shall be provided to Air Force facilities, including CCAS, PAFB, Malabar Transmitter Annex, Melbourne Beach Optical Tracking Annex, and Jonathan Dickinson Missile Tracking Annex. All services shall be performed within the limitations contained in their respective contracts, JOP 15E-3-8, and other agreements.

3.5.1.3 Specific Work Requirements. SGS shall provide a preventive medicine program to promote the physical and psychological well being of the worker in the work place and the maintenance and improvement of the health of employees.

Health Examinations. Health examinations shall be provided for, but not limited to, the following:

• Pre-employment/pre-placement (when standards have been established);

• Food service personnel;

• Preventive health programs;

• Employee Health Maintenance Examination (Federal Employee Health Program);

• Executive Health Management (civil servant, SGS, and other contractors);

• Periodic examinations for hazardous assignments;

• Launch critical assignments;

• Specified disease screening;

• Post-illness/injury (return to work) evaluation;

• Fitness for duty (including retirement and compensation);

• Fitness for temporary assignment to remote locations;

• Visual and/or hearing performance evaluations;

• Multiphasic screening;

• Motor vehicle operators;

• Examinations in support of the EH Program;

134

Page 256: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Recommendation for handicap parking;

• Recommendation for special furniture or equipment for the partially disabled;

• FAA Medical certification, as required for assigned duties;

• Special certification (job safety);

• Shipboard, downrange, and diving certifications;

• Exercise facility fitness certifications;

• Respirator use certifications;

• Animal contact examinations;

• Flight crew primary contact examination (as part of the implementation of the JSC Health Stabilization Program);

• Personnel reliability program review of medical records; and

• Additional 65-100 USA personnel, presently located off-base.

Physicals for SGS employees (such as General Managers, their immediate assistants, and division heads) will not exceed 2 percent of the individual corporate population at KSC. Employees who receive job certification physicals and are also eligible for the Executive Health Management program shall be provided with a single examination to satisfy both purposes.

Medical Services. SGS shall provide emergency medical services consistent with the highest standards of practice in this field. SGS shall assure appropriate certifications for those providing emergency medical care and maintain ambulance emergency equipment and supplies.

Emergency medical coverage shall be provided within the competence and training of a paramedic in consultation with a physician or qualified registered nurse. On-site treatment will be directed at relief of pain; preservation of life, limb, and function; and stabilization. Transportation to on-site medical facilities or evacuation to local hospitals for evaluation and definitive and/or continuing treatment will be determined by the on-site physician or on duty registered nurse in consultation with a physician. Backup paramedic capability will be provided at the minimum level necessary for nominal two ambulance coverage at KSC.

A physician with emergency training will be available either on-site (KSC/CCAS) or on-call during identified activities rated as hazardous operations.

For operations requiring medical coverage, an ALPHA or BRAVO medical employee is required to be located either at the site or on stand-by at medical facilities. A BRAVO team will consist of a physician having current ACLS or ATLS certification as well as either two certified paramedics or one certified paramedic and one EMT driver. An ALPHA team will differ only by the absence of the physician. As often as possible in instances where a patient is to be transported while advanced life support procedures are in progress, the ALPHA team will be provided an additional assistant, preferably another paramedic.

A Mass Casualty/Disaster Vehicle (MC/DV) capable of bringing basic emergency provisions to a contingency scene will be maintained in a ready condition by SGS. During launch and landing operations, SGS shall provide emergency medical services, including flight crew contingency care and first aid coverage for visitors.

In the event of mass casualties or operational contingencies, SGS shall call local medical resources.

135

Page 257: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

SGS shall complete and forward to the 45th AMDS/SEG and to 45th AMDS/SGO, each, one COPY of an approved form comparable to the 45th AMDS Form 9 for each Air Force employee (military or civilian) treated for injuries.

SGS shall provide 20-minute response emergency services for all areas of CCAS, including Port Canaveral. This emergency response capability will be provided at the Cape Dispensary on a 2 shift/5-day basis by ACLS qualified paramedics who will be full-time medical response personnel with no fire fighting duties. This support is subject to emergency support drills as established through the Air Force Hospital Commander. Technical guidance for all activities of these personnel will be provided by the Hospital Commander. The Cape Dispensary will be open from 7:30 a.m. to 4:00 p.m., Monday through Friday. During the third shift and on weekends and holidays, emergency services response will be provided from KSC.

SGS shall provide a registered nurse to support visitor and employee activities at the Visitor Complex. The support provided will be one shift per day (normally 9 a.m. to 5 p.m.), 7 days per week. This nursing support, operating under the direction of SGS medical director and by protocols established within the J-BOSC medical department, shall provide evaluation of medical problems and treatment/disposition of minor medical problems for visitors at the Visitor's Center. The nursing support shall also provide OM services to the Visitor's Center employees at levels comparable to that provided by nurses at other KSC OM facilities. The nurses shall also provide OM consultative services to the Visitor's Center management.

SGS shall provide clinical services in K6-1145 (Launch Area Clinic) (minimum of a registered nurse) 24 hours a day, 7 days a week and in M6495 (Occupational Health Facility) 10 hours a day, 5 days a week. Occupational injuries and illnesses shall be evaluated and treated, and appropriate recommendations shall be made for disposition. The disposition, depending upon severity, may include the following:

• Treat and return the individual to work with a minimum time away from the job, stating appropriate work limitations, if any; the single point of contact (to be designated by the employer) at the employee's assigned work site shall be advised of any limitations;

• Treat and recommend release from duty to return to the on-site medical facility for follow-up care; this disposition shall apply in those cases of relatively minor injuries that require no specialty examinations, consultations, or treatment beyond the capability of the staff at the on-site medical facility; SGS shall complete the proper forms and notify the designated single point of contact; and

• Provide first care evaluation, treatment, and referral for further physician care.

SGS shall identify trends associated with minor or major injuries or illnesses that may be related to the work environment, investigate the causes of these injuries and illnesses and recommend actions required for prevention. Minor non-occupational illnesses that develop on the job shall be evaluated. If the diagnosis is apparent and minimal treatment without release from work is appropriate, requiring no follow-up, that treatment shall be rendered and the individual returned to duty. If these conditions warrant diagnostic or consultative services beyond that available at the on-site medical facility, or if a private physician’s services shall be necessary to ensure comprehensive evaluation and/or treatment following first care necessary for stabilization and transport, the individual shall be referred to the private physician rather than being given further treatment at the on-site medical facility.

Minor non-occupational illnesses or injuries that develop or occur during non-working hours, and can be treated without lost time and additional follow-up visits may be treated by the on-site medical facility. Those non-occupational illnesses or injuries that will result in the individual’s

136

Page 258: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

release from duty, duty limitation, or referral to a private physician, whether initially or in follow--up shall not be at the on-site medical facility, with the exception of first care necessary for stabilization and transport.

For all patients returning to work through the OM facilities after illnesses or lost time injuries, SGS shall ensure that appropriate clearance or duty limitations are specified to their employers.

Employment related physical examinations (such as pre-employment, periodic, and special physical examinations or those evaluations to determine an employee's fitness or suitability for a specific task or assignment) shall be performed on a scheduled appointment basis.

Laboratory, x-ray, or other tests within the scope and capability of the on-site medical facility may be performed at the request of a private physician if the conditions under evaluation or treatment are job related.

For non-occupational related illnesses or injuries, requests for laboratory or x-ray procedures that are received from private physicians shall only be conducted at the time of scheduled physical examinations. Exceptions to this may be made for military and military reservists on active duty at KSC and CCAS who may come to the OM facilities instead of going to other U.S. Government Medical Facilities, where they are authorized full care. Other exceptions may include NASA retirees with medical disabilities whose continued surveillance by NASA physicians is considered of special interest to the Government.

The on-site medical facility shall administer treatments or medications (such as shots, blood pressure checks, and hormonal therapy) prescribed by the employee's private physician (or other treatments specifically requested by designated NASA or AIR FORCE officials) if these on-site activities enable the employee to remain at work for the balance of the normal work shift or are otherwise in the best interest of the Government. Services requested by the employee's private physician must be in writing. An SGS physician shall evaluate and approve, as appropriate, the written request. The necessary medications shall be furnished by the employee.

When significant abnormal conditions are discovered at the time of scheduled physical examinations or in the course of treatment for occupational illnesses or injuries, but which in themselves are not related to the patient’s employment, patients will generally be referred to their private physician. Information on the evaluation and treatment will be requested from the private physician to determine any effect on employment or need for work limitations.

Preventive Services. SGS shall provide an EAP. The EAP will include services related to alcohol and drug abuse prevention. It will also focus on management training and education in the identification and treatment of employee stress. This will be followed by emphasis on a consultation, evaluation and referral approach to the services provided.

SGS shall develop and implement a Hazard Communication Program. SGS shall provide a workplace free from hazards that may cause illness, physical harm, or death. The SGS program shall comply with the OSHA Hazard Communications Standard and shall communicate hazard information, maintain inventories of hazardous substances, train the workforce in the safe usage of hazardous materials, disseminate MSDS information, and assure the proper labeling of hazardous substances.

SGS shall make health maintenance examinations available to all NASA civil service employees. The scope and schedule of these Federal Employee Health Program (FEHP) examinations will be in accordance with KMI 1810.1. SGS shall develop and implement a program to offer mammography testing to NASA/KSC civil service employees in conjunction

137

Page 259: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

with the FEHP. Examinations or reasonable tests (including, but not limited to, serum thyroid studies and lipoprotein fractionation) may be required by designated officials of NASA or AIR FORCE. SGS shall also provide annual physical examinations to certain authorized personnel (including, but not limited to, National Park Services, Defense Contract Audit Agency), who reside in regional KSC communities for whom KSC is geographically more expedient than other federal facilities. These physical examinations will be completed according to the directives and benefits prescribed by their agency or department policies.

A Health Education Program with emphasis on prevention by education shall include but not be limited to the following services:

• Annual health screenings: — Cardiovascular screening inclusive of blood pressure, blood cholesterol, HDL,

triglycerides, glucose, and cholesterol/HDL ratio, and risk factors; screening shall be provided on weekdays in February, excluding holidays, apportioned among the industrial, launch, and CCAS areas;

— Colorectal cancer screening one month per year; — High blood pressure screening every day, all operating shifts at all medical facilities, and

a 2-hour weekly screening in non-medical facilities in May; — Health information packets providing current information on wellness and healthy

lifestyles;

• Presentations: Lectures and seminars on current health issues, including annual AIDS Information Month: — Counseling on health issues for individuals and groups; — Surveys on effectiveness of health education programs; — Video presentation of JSCs Health Stabilization Program for astronaut health at KSC to

designated employees; — Coordination of health education information with, and assistance to, other NASA

centers; — Interface with KSC exercise facility for coordinating health and physical fitness

programs; and — Interface with KSC and CCAS cafeterias and food service for health promotion, diet, and

weight control.

SGS shall provide on-site Health Training Programs for NASA, Air Force, and SGS employees to include, but not be limited, to the following services:

• First aid for KSC job certification requirements;

• Cardiopulmonary resuscitation (CPR) skills per American Heart Association National Standards for the following: — KSC job certification requirements; — KSC voluntary requirements; and — Physicians, nurses, and emergency service personnel in accordance with state and local

governmental requirements.

• Advanced Cardiac Life Support (ACLS) for physicians, nurses, and emergency service personnel in accordance with state and local Governmental requirements;

138

Page 260: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Risk management and AIDS education programs for physicians and nurses in accordance with state requirements;

• Re-certification and re-licensing educational contact hours for physicians, nurses, and emergency service personnel in accordance with state requirements;

• OSHA-directed programs for physicians, nurses, and emergency service personnel and other health care providers;

• Blood-borne infectious diseases;

• Other selected medical self-help programs and environmental hazards programs; and

• Other services as required by applicable state and federal standards and regulations.

Clinical Laboratory Services. SGS shall provide, laboratory procedures, x-rays (interpreted by certified radiologist), and other tests as appropriate to support the OM and Preventive Health Programs. These services shall be accredited (by the appropriate accreditation program) and shall regularly participate in the applicable survey programs. In-house laboratory procedures and output will be subjected to periodic quality control measures. Collection of medical microbiological samples will be provided.

Medical Support to SRB Retrieval Ships. SGS shall provide medical supplies and materials for use on the SRB retrieval ships as directed by the Government. SGS medical director, in consultation with the Government, and in conjunction with the SRB ship Captains, will determine which medications and items will be supplied. This will include over-the-counter medications as well as prescription items. The designated ship authority (the ship's Captain) will have responsibility for storage, security, disposition, inspection and inventory. SGS shall conduct manual inventories of all ships controlled medications and supplies. Between annual inventories, the ship’s Captain will conduct inspections of supplies and medications to determine expiration status and quality, returning any questionable supplies and medications to SGS for verification and replacement.

Medical Administrative Support. SGS shall provide administrative support through the use of a Health Information Management System (HIMS) that supports physical examination management, patient scheduling and notification, front desk operations, and records management with capability for statistical and analytical data collection and retention. The system will interface with the NASA Training Computer (PM50) for the automatic upload of medical certification data.

OMEHS Support to Transatlantic Abort Landing (TAL) Sites. SGS shall provide a comprehensive travel medicine program, to include a physician, as part of the TAL Site team pre-deployed to Banjul, The Gambia. The prime responsibility of this individual shall be to provide emergency medical and occupational medical care to the team and to communicate with and provide liaison between the pre-deployed team and local health care providers.

In the event of an actual TAL, SGS shall provide a team headed by a physician that will be deployed to the site as part of the Rapid Response Team. The specific composition of the team shall be determined prior to each launch and coordinated with the Government. SGS shall be responsible for providing and maintaining the appropriate medications, equipment, and supplies for J-BOSC-provided health care and EH support at TAL sites.

Consulting Services. SGS shall provide OM consulting services to approved Government and Government SGS organizations. This service will be provided by a physician, Board certified, in the specialty of OM and other members of the medical and environmental health staff as appropriate. Responsibilities include the evaluation of the workplace to make recommendations

139

Page 261: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

with regard to physical examination requirements for specific jobs or generic job categories based on assessment of the demands of the job and the environment in which it is accomplished. Such recommendations will be made through the Government to the requesting agency/SGS. Such evaluations may also address specific health and safety concerns of the agency/SGS that may be unique to the job or work area and may be supplemented by environmental studies accomplished by EH specialists to support appropriate OM recommendations.

3.5.2 Environmental Health Services. SGS shall provide Industrial Hygiene (IH), Health Physics (HP), and Environmental Sanitation/Pollution Control (ESPC) services, laboratory support, and operation of associated computer management systems. Environmental Health (EH) will include both scheduled and nonscheduled surveys of all KSC and CCAS facilities and inspection of corresponding activities. Findings of the surveys and inspections will be correlated with occupational injuries and diseases to identify, evaluate, and recommend corrective actions concerning health hazards and regulatory compliance. Prioritized schedules of surveys and inspections will be determined by operational requirements.

SGS will generate and maintain documentation for the EH program including reports for compliance requirements, and will insure that reports to customers clearly describe the work performed, including observations, findings, and recommendations. SGS will provide IH services to include assessments of work place health hazards analysis and management of data, reviews of documents, compliance assessments, recommendation of corrective actions, and consultations.

SGS will provide inspections of Federal employee workplaces ant least annually.

SGS will provide ESPC services to include sanitation inspections (e.g., food service surveillance, animal care facility inspections, and disease vector identification) for KSC, and CCAS.

SGS will provide environmental support functions for NASA/KSC, CCAS, PAFB, and its mainland annexes including consultation and sampling (such as permitted operations, potable water systems, pollution sources, suspect environmental contamination, spill response, and investigation), planning and implementing monitoring programs, and mosquito surveillance at CCAS, including the management and analysis of monitoring data.

IH services include asbestos hazard assessments and abatement program support for NASA/KSC, CCAS, PAFB, and its mainland annexes.

SGS will participate in the EPA National Voluntary Laboratory Accreditation Program.

Routine support will be provided on-site KSC, PAFB, CCAS, and mainland annexes on a first shift basis, excluding SGS holidays. IH support will be provided for scheduled activities that may occur 24 hours a day, 7 days a week. Additional support may be required where operations dictate.

SGS shall generate automated forms and labels in the field via hand-held palm top computers for environmental health sampling.

SGS shall operate the KSC Material Safety Data Sheets (MSDS) Management System and the KSC Facility Asbestos Management System and will publish the KSC Index of MSDS quarterly.

EH support shall include participation in emergency response activities and exercises at KSC and CCAS (such as Hazardous Material Response Teams). All operational elements of EH will

140

Page 262: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

maintain a 24-hour on-call capability to support operations including emergency response requirements.

SGS shall maintain current an EH regulatory/reference library. SGS shall tailor the following documents as shown at Attachment 1 and will specifically comply with the requirements.

Document Number Document Title KHB 1820.3A KSC Hearing Conservation KHB 1820.4 KSC Respiratory Protection Program KHB 1840.1B KSC Industrial Hygiene Handbook KHB 1860.1C KSC Ionizing Radiation Protection Program KHB 1860.2A KSC Non-Ionizing Radiation Protection Program KHB 1870.1A KSC Sanitation and Pollution Control Handbook

3.5.2.1 Industrial Hygiene Program. SGS shall implement a comprehensive IH Program in accordance with KHB 1840.1B(T), KSC Industrial Hygiene Handbook. The program will include consultation, support to operations, and audits. SGS shall perform the following tasks:

• Provide baseline HR evaluations of operations and procedures that involve the use and potential exposure to hazardous chemical and physical agents; follow-up surveys shall be conducted at least annually when baseline data show significant potential for exposures to hazardous agents or when SGS becomes aware of process or operation changes that may affect the potential or type of exposure;

• Investigate employee potential exposures to HAZMAT materials following employee visits to OH facilities; such investigation shall be provided within 2 hours of receipt of notification;

• Investigate employee complaints of potential workplace hazards; investigation response shall be provided within 3 working days of receipt of complaint; SGS shall coordinate with safety, medical, facilities management, and engineering (staff as appropriate) to resolve issues;

• Investigate reported indoor air quality complaints within 10 working days of receipt of complaint;

• Evaluate work conducted in confined spaces;

• Provide specialized support services to launch, landing, and processing operations;

• Review identified hazardous operations and procedures to determine and document the adequacy of preventive measures and controls, and ensure compliance with applicable federal OSHA, NASA, and Air Force regulations and requirements; field audits shall be conducted: 1) as a follow-up when noncompliance conditions were previously identified; 2) by random inspection; 3) on notification of possible noncompliance conditions through employee complaints; 4) as part of mishap investigations; or 5) as scheduled by appropriate Government officials;

• Provide IH monitoring services to sample and analyze air contaminants (gases, vapors, dusts, fumes, mists, fibers, and smoke) using real-time measurement techniques and time-weighted sampling methodologies requiring subsequent laboratory analysis;

• Provide IH laboratory services to support IH surveys and audits; the laboratory shall be accredited by the American Industrial Hygiene Association (AIHA).

141

Page 263: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

Perform on-site polarized light microscopy (PLM) evaluation of bulk materials that contain or are suspected of containing asbestos; the on-site asbestos PLM turnaround time will be 10 days, and the analytical laboratory shall be accredited by the National Institute of Standards and Technology/National Volunteer Laboratory Accreditation Program to analyze asbestos by PLM; SGS shall ensure a follow-on evaluation of questionable bulk samples by other appropriate analytical techniques (such as x-ray diffraction, scanning or electron microscopy);

• Perform analysis services for phase contrast microscopy (PCM) in accordance with regulatory protocol, ensure that the analysis capability is eligible for accreditation by the AIHA, and conduct follow-up analysis of questionable samples and final asbestos abatement air samples by transmission electron microscopy (TEM);

• Provide IH consultations that may include monitoring to evaluate and analyze hazardous temperature extremes, illumination, ventilation systems, ergonomic issues, and noise using real-time and time-averaged sampling methodologies;

• Perform annual IH walk-through inspections and audits of all KSC and CCAS facilities to identify potential health risks/hazards or vulnerabilities;

• Implement an exhaust ventilation system testing program to include an inventory of all ventilation systems used to control hazardous air contaminants generated by hazardous operations and processes;

• Implement a breathing air system testing program, to include an inventory of all KSC/CCAS-operated compressor-supplied breathing air systems and inspections and testing of supplied air to meet OSHA, Air Force and NASA requirements;

• Implement a confined space program to include an inventory of all confined spaces, hazard assessments for each type of confined space, specific requirements for entry and work based on the hazards identified, and management of the confined space permit entry system for KSC/CCAS;

• Implement an asbestos abatement monitoring program to include bulk sampling and analysis of suspect asbestos containing materials (ACM), facility surveys and inspections to identify suspect ACM, hazard (risk) analysis of facilities where ACM is present, assessment of written asbestos abatement procedures, pre-abatement inspections, surveys and audits of asbestos abatement operations, clearance level air monitoring for all abatement projects; perform asbestos grade surveys for PAFB facilities;

• Work with OM to provide employee exposure monitoring data, including individual dosimeter monitoring results, for incorporation into employee medical records; and

• Provide supportive, advisory services to NASA, AIR FORCE, and their resident contractors in fulfillment of their federal and state regulatory obligations.

3.5.2.2 Environmental Sanitation/Pollution Control (ESPC) Program. SGS shall develop and implement an ESPC Program. SGS shall provide the following services:

• Inspection and monitoring for all permitted pollution sources to evaluate permit compliance; for permitted facilities covered by site specific monitoring plans, parameter analytical data shall be maintained for each site; generated parameter data shall be submitted on the appropriate permit analytical report form;

• Inspection and monitoring of all identified non-permitted pollution sources to evaluate compliance with applicable Air Force/NASA and federal and state regulations;

142

Page 264: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Sampling and analysis support to perform RCRA preliminary assessments of NASA/KSC potential contamination sites in accordance with USEPA and FDEP protocols. Sampling site priorities shall be conducted in accordance with KSC permit provisions and regulatory agreements;

• Surveillance/inspection and sampling/analysis to evaluate compliance with Air Force, NASA, federal and state standards (microbiological analysis shall be obtained from the designated KSC Microbiological Laboratory); provide surveillance, evaluation, inspection, sampling, analysis, and monitoring to ensure compliance with Air Force, NASA, federal, and state regulations for issues related to sanitation and pollution control including, but not limited to: — Permitted operations; — Potable water supplies, including modifications to water systems, water complaints, and

bottled water; — Air pollution sources; — Surface and groundwater for permit compliance and assessments for contamination; — Launch and landing activities; — Sewage treatment operations and effluents; — Solid waste facilities (landfills) sampling and analysis only; — Sanitary surveys of food, day care, and exercise facilities; — Mosquito surveillance (CCAS only); and — Chemical toilets and bottled water dispensers.

• Identification of training and certification requirements in the EH aspects of food service sanitation for all food service employees; these training requirements shall be identified for both NASA and Air Force Contractors;

• Supportive and advisory services to resident NASA, Air Force, and their resident contractors in fulfillment of their federal and state regulatory obligations/compliance;

• Specialized investigative, monitoring, sampling and analysis, and advisory support to real-time accidents, incidents, and/or complaints;

• Sanitation surveillance and inspection of all food service facilities (including vending) and various facilities such as Astronaut Quarters, KARS I and II, NASA Exercise Facilities, NASA Stress Laboratory, the Animal Care Facility, and the Kennedy Children’s Center;

• Establish and maintain a field screening laboratory for the on-site evaluation of potential pollution agents/sources; SGS shall ensure follow-on evaluation of questionable samples;

• Participation in the KSC Technical Advisory Committee on Hazardous Waste, the KSC Environmental Working Group, and the 45th Space Wing Environmental Protection Committee; and

• Evaluation of environmental monitoring data to identify trends in environmental quality and environmental compliance.

3.5.2.3 Laboratory Analysis. SGS shall ensure that comprehensive EH laboratory services are provided. The laboratory services shall be fully accredited/certified by the State of Florida and by AIHA. In addition, SGS shall ensure that all other accreditation’s/certifications required for laboratory operations are maintained.

The laboratory shall provide analysis of plant or animal tissue for specified contaminants on a case-by-case basis.

143

Page 265: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

3.5.2.4 Natural Resources Activities. SGS shall be responsible for providing technical support in the preparation and review of National Environmental Policy Act (NEPA) documentation, wetlands related projects, threatened and endangered species issues, and other resource projects and programs.

3.5.2.5 Health Physics (Radiation Protection) Program. SGS shall provide the following services:

• Identification and control of radiological health hazards relating to all relevant sources of ionizing radiation and non-ionizing electromagnetic radiation as required by KHB 1860.1C(T) and KHB 1860.2A(T); the Radiation Protection Program shall be maintained in accordance with applicable policies; SGS shall maintain NRC Materials Licenses for KSC and CCAS;

• Hazard evaluation and review of current and proposed uses of radiation sources at KSC and CCAS;

• Inventory verification activities and area surveys/audits for all identified radiation sources in use or in storage at KSC and CCAS;

• Surveillance, evaluation, inspection, sampling, analysis, monitoring audits, and surveys to ensure compliance with Air Force, NASA, and federal regulations for issues related to radiation protection, including, but not limited to: — Ionizing radiation sources; — Non-ionizing radiation sources; — Selected radiological operations; and — Launch and landing activities involving non-routine radiation sources.

• Maintenance of the KSC/CCAS personnel ionizing radiation dosimeter program for normal operations to include technical management of vendor subcontract(s), establishment of dosimetry requirements for personnel, issuance of appropriate dosimetry, assessment and assignment of radiation dose, and maintenance of exposure histories as required by applicable regulations; provide technical expertise and support for specialized dosimetry applications, as required;

• Handling, collection, and temporary storage of single-hazard, low-level radioactive waste, including the operation and maintenance of a dedicated storage facility pending material disposal or disposition;

• Surveillance, monitoring, and technical support of all activities associated with the generation and processing of both single hazard and multi-hazard or radioactive mixed waste;

• Maintenance and operation of a health physics laboratory in accordance with applicable USNRC, State of Florida, and other consensus standards, with the following analytical capabilities: — Low-level alpha/beta simultaneous counting capable of detecting less than 0.005

microCuries of radioactive material; — Gamma spectroscopy analysis (minimum 4,000-channel capability) with portable field

data collection capability; and — Alpha spectroscopy analysis capability commensurate with commercially available

technology. • Supportive and advisory services to resident NASA, Air Force, and their respective

contractors regarding compliance with federal and state regulatory requirements;

144

Page 266: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Maintenance of radiological emergency response capability including training exercises, personnel, equipment, instrumentation and supplies;

• Maintenance of appropriate State of Florida and USNRC licenses and registrations for radioactive materials and radiation producing machines;

• Maintenance and support of the NASA/KSC USNRC Broad Scope Radioactive Materials License; and

• Support for the Government at KSC RPC and 45th Space Wing AMDS RPC meetings.

3.5.2.6 KSC Toxic Substances Registry System (TSRS). SGS shall operate and maintain a TSRS of hazardous chemical substances at KSC/CCAS.

3.5.2.7 Personnel Licensure, Certification, Training and Experience. J-BOSC Personnel supporting the OMEH program shall possess licensure, certification, training, credentials, experience and qualifications commensurate with their functional areas.

All physicians shall be graduates of accredited schools of medicine or osteopathy and shall be licensed to practice medicine/surgery in one of the 50 states, the District of Columbia, or one of the U.S. territories. A Florida license to practice medicine and surgery must be obtained within 24 months of employment.

The Director of the OMEH program shall be a physician, Board certified, in a preventive medicine specialty. The Deputy Medical Director and the Internist/Cardiologist shall be physicians Board certified in either a preventive medicine or primary cam specialty. All other physicians will be Board certified in, or have completed residency in either a preventive medicine or primary care specialty, or have completed residency training in a non-preventive medicine or non-primary care specialty, and have a minimum of 2 years practice experience in occupational medicine or another preventive medicine or primary care field. Board certification in occupational medicine will be encouraged.

All physicians will maintain current American Heart Association (AHA) Basic Cardiac Life Support (BCLS), Course C; AHA ACLS provider, and ATLS certifications.

All staff nurses shall maintain a current State of Florida license, maintain current AHA BCLS, Course C and ACLS provider certifications, and obtain certification in OH Nursing within 2 years after becoming eligible by the criteria established by the American Board of Occupational Health Nurses.

All Emergency Medical Technicians will maintain current State of Florida certifications as an EMT; maintain current AHA Basic Cardiac Life support (BCLS), Course C certification; demonstrate annually the physical capability to manipulate one end of a stretcher with a 200- pound load, carried without interruption over a 100-foot distance and to load the stretcher/load into an ambulance; provide verification of completion of an emergency vehicle operator’s course (EVOC) in accordance with State of Florida guidelines; and maintain a State of Florida non-commercial drivers license, Class D.

All Paramedics (PMs) shall:

• Maintain current State of Florida certification;

• Maintain current AHA BCLS, Course C, and ACLS provider certifications;

• Provide verification of completion of an EVOC Course per State of Florida guidelines;

• Maintain a State of Florida Non-Commercial Driver’s License, Class D;

145

Page 267: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

• Demonstrate physical capability annually by successfully completing the applicable requirements;

• Maintain AHA BCLS instructor level certifications (CCAS PMs only); and

• Maintain American Red Cross (ARC) Standard First Aid, New Method, (SFA, NM), instructor certifications (CCAS PMs only).

Employee Assistance Program Administrator(s) and/or Counselor(s) shall:

• Possess a Masters Degree in Social Sciences, Psychology, or a related field, or the equivalent education/experience; and

• Achieve EAP certification within 1 year after becoming eligible.

All Radiological-Laboratory Technologists shall maintain State of Florida licensure as a Certified Radiological Technologist and maintain current AHA BCLS, Course C, certification.

All Cardiopulmonary Technicians shall maintain current AHA BCLS, Course C, certification and demonstrate proficiency in conducting exercise stress tests and pulmonary function tests.

Health Physics. Each professional and technical member of the Health Physics staff shall possess an academic degree in the discipline or an equivalent combination of education and experience suitable to the responsibilities of their position.

At least one health physicist shall have American Board of Health Physics (ABHP) certification (comprehensive practice) or an equivalent level of training, education, and experience. Each professional and technical member of the Health Physics staff (Assistant Health Physicist and Health Physics Specialists) shall be National Registry of Radiation Protection Technologist (NRRPT) certified or possess an equivalent level of training, education, and experience.

Industrial Hygiene (IH). Each professional and technical member of the IH staff shall possess an academic degree in the discipline, or an equivalent combination of education and experience suitable to the responsibilities of their position.

At least two members of the staff shall be ABIH Certified Industrial Hygienists. The IH staff shall include at least one State of Florida licensed Asbestos Consultant. All industrial hygienists working under the direction of the licensed asbestos consultant shall meet the State of Florida asbestos training requirements.

Environmental Sanitation and Pollution Control. Each professional and technical member of the ESPC staff shall possess an academic degree in their discipline, or an equivalent combination of education and experience suitable to the responsibilities of their position.

At least two members of the staff shall be certified as visible emissions evaluators by the State of Florida; at least two members of the staff shall be registered sanitarians; at least one member of the staff shall be registered by the State of Florida as a Geologist; and at least one member of the staff shall be certified as a hazardous waste site manager.

SGS shall interface with the Florida State Regulatory Agencies and the Department of Professional Regulation for licensures, certification and maintenance, and safety of laboratory and x-ray equipment.

SGS shall ensure accreditation for Industrial hygiene laboratory by the American Industrial Hygiene Association.

146

Page 268: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

147

3.5.3 Environmental Services. SGS shall provide environmental support services to NASA for technical support of environmental programs in accordance with KHB 8800.6, Kennedy Space Center Environmental Control Handbook. Services include technical regulatory consultation for interface with regulatory agencies; inspection of regulated facilities and systems; preparation of permits, reports, and other regulatory documents; and development and review of environmental documentation.

3.5.3.1 General Requirements. SGS shall perform the following services:

• Support the Government in meeting Government initiatives and prepare associated reports, such as pollution prevention, waste reduction, and Superfund Amendment and Reauthorization Act (SARA) and Toxic Release Inventory (TRI) reporting, recycling, and affirmative procurement; and

• Develop an approach for reducing TRI chemical releases and hazardous waste.

3.5.3.2 Specific Requirements. SGS shall comply with all pertinent environmental statutory and regulatory environmental requirements and executive orders that encompass issues related to environmental management, including energy efficiency and water conservation, protection of cultural and natural resources, environmental justice, and pollution prevention. SGS shall comply with pertinent federal, state, local, and territorial environmental regulations.

SGS shall consider environmental factors at every step in program development and execution, including the life-cycle analysis of costs and environmental impacts of program and process alternatives. SGS shall regularly review this requirement as part of the project management process. SGS shall foster and actively support environmentally related technology transfer and research and development. SGS shall consult, as appropriate, with federal, state, and local regulatory agencies on the best techniques to prevent, control, and manage energy, hazardous waste, and environmental requirements. SGS shall provide documented justification for all environmental budgeting, including installation restoration.

4.0 INSTALLATION IMPROVEMENT PROGRAM In accordance with Article B-12, perform all work necessary to implement Government directed tasks.

Page 269: amendment of solicitation/modification of contract - NASA
Page 270: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

Appendix A - Tailored Documents

Appendix A – Tailored Documents

SOW Paragraph

Document Number or Description

Document

Title

Description of Tailoring to be Performed

1.2

1.2

EWR 127-1(T) KHB 1710.2C(T)

Eastern and Western Range Safety Policies and Processes Kennedy Space Center Safety Practices Handbook

In tailoring these documents, SGS proposes to adopt all sections of both the Eastern and Western Range Safety Policies and Processes and the Kennedy Space Center Safety Practices Handbook for integration into a single SGS internal Safety Plan. Our process will be to first develop an outline consisting of similar safety requirements from both documents, supplement the outline with unique items from both documents, and then fill the outline using material from both documents. We will clearly specify agency applicability throughout the merged document.

2.1.1 2.1.3 2.2.1

Asbestos Asbestos Management and Operations Plan

In tailoring the 45th Space Wing Asbestos Management and Operations Plan, SGS proposes to adopt all sections of the Plan and expand on Section 4.3, Planning, as it applies to J-BOSC requirements for 45th Space Wing. The Section 4.3 expansion will outline in detail the J-BOSC requirements for SOW Section 2.1.1, Facilities Planning; SOW Section 2.1.2, Design Specification Service; and SOW Section 2.2.1, Facilities, Systems, Equipment, and Utilities. No Asbestos Management and Operations Plan was provided as a compliance document for KSC. SGS will tailor sections of the 45th Space Wing Asbestos Management and Operations Plan as the basis for an integrated Asbestos Management and Operations Plan for KSC, CCAS, and PAFB. SGS will tailor the 45th Space Wing Plan by integrating applicable KSC requirements into each of the 45th Space Wing Plan outline requirements. The tailoring scope will include:

• Section 1.0, Introduction to include KSC; • Section 2.0, include KSC organizational roles and responsibilities; • Section 3.0, include NASA/KSC record keeping and reporting requirements; • Section 4.0, include KSC-unique asbestos management activities, planning ACM

abatement, scheduling, training, and quality control requirements; • Section 5.0, include NASA-licensed asbestos consultants; • KSC facilities, and • Licensing requirements.

SGS will add a renewable attachment containing KSC, CCAS, and PAFB current lists of ACM-bearing facilities. Lists will include building number, location, extent and

149

Page 271: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

Appendix A - Tailored Documents

SOW Paragraph

Document Number or Description

Document

Title

Description of Tailoring to be Performed

description of ACM, estimate to abate, and other related information. SGS adopts this approach based on the rationale that the 45th Space Wing Plan was developed from EPA standards and guidelines that also drive NASA KSC compliance, and the integration described above will provide a single document for more efficient implementation of the SGS asbestos program. SGS will number and title this tailored document in accordance with the scheme selected following contract award.

3.1.1 NFPA 1561 Fire Department Incident Management

In tailoring this document, the Fire Department proposes to use NFPA 1561 as the basis for managing all types of emergency incidents. NFPA 1561 is the basis for the nationally accepted system for incident management.

3.1.1 NFPA 1 Fire Prevention Code

In tailoring this document the Fire Department will use this code as the basis for its fire prevention program.

3.1.1 NFPA 1500 Fire Department Occupational Safety and Health Program

In tailoring this document, the Fire Department will use NFPA 1500 as the base document to support the health and safety program for its employees. This code will be applied on a daily basis to ensure that the Fire Department maintains a safe work environment.

3.1.1.1 FAA Part 139

Federal Aviation Administration Document Guiding Aircraft Rescue and Fire Fighting Services

The Fire Department will use this as a tailorable document to insure that all aircraft Rescue and Fire Fighting services, training, and operations meet the needs of the air fields serviced.

3.1.1.1 OSHA 1910.134

The Federal Law Governing Respiratory Protection Program

This document will be used to ensure compliance with OSHA regulations pertaining to entry into a structure that is on fire or any Immediately Dangerous to Life and Health (IDLH) hazard situation.

3.1.1.2 NFPA 403 Aircraft Rescue and Fire Fighting Services at Airports

The Fire Department will use this an as tailorable document to ensure that Aircraft Rescue and Fire Fighting services meet the needs of the airport and landing strip facilities at KSC and CCAS.

3.1.1.2 NFPA 1911 Service Tests of The Fire Department will use this as a tailorable document to ensure that all fire

150

Page 272: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

Appendix A - Tailored Documents

SOW Paragraph

Document Number or Description

Document

Title

Description of Tailoring to be Performed

Fire Pump Systems on Fire Apparatus

department pumping apparatus are fully functional and reliable.

3.1.1.2 NFPA 1914 Fire Department Aerial Devices, Testing

The Fire Department will use this as a tailorable document to ensure that the fire department’s aerial ladder unit is tested annually, and fully functional and safe for use during emergencies.

3.1.1.2 NFPA 1931 Design Of and Verification Tests for Fire Department Ground Ladders

The Fire Department will use this as a tailorable document to ensure that all ground ladders purchased for use by the Fire Department are constructed and tested in compliance with established safety standards.

3.1.1.2 NFPA 1404 Self-Contained Breathing Apparatus Program

In tailoring the document, the Fire Department will use NFPA 1404 to establish the use, care, maintenance, and training to SCBA.

3.1.1.2 NFPA 1962 Care, Use, and Service Testing of Fire Hose Including Connections

The Fire Department will use this as a tailorable document to ensure that all Fire Department hose is maintained properly and tested annually to ensure its reliability.

3.1.1.5 NFPA 1971 Protective Ensemble for Structural Fire Fighting

The Fire Department will use this as a tailorable document to ensure that all Fire Department personnel responding to structural fire situations are wearing protective clothing that is designed and tested to ensure full body protection from fire, heat, hot liquids, and gases.

3.1.1.5 NFPA 1976 Protective Clothing for Proximity Fire Fighting

The Fire Department will use this as a tailorable document to ensure that all Fire Department personnel engaged in Aircraft Rescue and Fire Fighting operations have protective clothing that is specifically designed and tested to ensure their safety.

3.1.1.9 NFPA 10 Portable Fire Extinguishers

The Fire Department will use this as a tailorable document to ensure that all extinguishers at KSC, CCAS, and the Florida Annexes are inspected to ensure operability and have maintenance performed to ensure reliability.

3.2.2 AFI 24- Vehicle No Vehicle Operations Plan was provided as a compliance document for KSC. To

151

Page 273: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

Appendix A - Tailored Documents

SOW Paragraph

Document Number or Description

Document

Title

Description of Tailoring to be Performed

301(T) Operations provide a single document for management and guidance for both 45th Space Wing and KSC, SGS will tailor all sections of AFI 24-301, Vehicle Operations, to integrate KSC requirements. SGS is proposing to consolidate KSC and CCAS motor pool operations at CCAS. All vehicles that are not GSA-owned will be moved from the KSC area to the CCAS motor pool. With differing command requirements for NASA and Air Force vehicle operations, SGS will prepare a wholesale change of the AFI. In addition to modifying the current seven chapters to identify separate agency requirements, SGS will add chapters as necessary for NASA/KSC-unique vehicle operations requirements that are not included in the seven chapters of AFI 24-301. SGS will number and title this tailored document in accordance with the scheme selected following contract award.

3.5.2 3.5.2 3.5.2 3.5.2 3.5.2 3.5.2

KHB 1820.3A KHB 1820.4(T) KHB 1840.1B(T) KHB 1860.1C(T) KHB 1860.2A(T) KHB 1870.1A(T)

KSC Hearing Conservation KSC Respiratory Protection Program KSC Industrial Hygiene Handbook KSC Ionizing Radiation Protection Program KSC Non-Ionizing Radiation Protection Program KSC Sanitation and Pollution

Following our discussions at the contract site and consideration of purpose for merging these documents, SGS concluded that the only tailoring required for these documents is to make them applicable to both KSC and the 45th Space Wing. SGS will, therefore, develop this health program as individual documents, which apply to both agencies.

152

Page 274: amendment of solicitation/modification of contract - NASA

Section J, Attachment J-1, Mod 42

Appendix A - Tailored Documents

153

SOW

Paragraph

Document Number or Description

Document

Title

Description of Tailoring to be Performed

Control Handbook

3.5.3 KHB 8800.6(T)

KSC Environmental Control Handbook

Since the general guidance for this document was derived from Presidential Executive Orders, Federal Congressional Acts, the Code of Federal Regulations, and State and Regional Documents and since mission requirements for KSC and CCAS are similar, the Environmental Control guidance can likewise be similar. No 45th Space Wing environmental control compliance document was provided. To provide a single document for management and guidance for both 45th Space Wing and KSC, SGS will prepare a general modification of KHB 8800.6 to integrate CCAS. The modification will also include any unique CCAS environmental issuances as a separate presentation within the document. SGS will number and title this tailored document in accordance with the scheme selected following contract award.

NAS10-99001

Page 275: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

Appendix B - Statement of Objectives

Appendix B – Statement of Objectives

1.0 Program Objective The purpose of the Joint Base Operations and Support Contract (J-BOSC) is to provide unified base support services to Kennedy Space Center (KSC), the 45th Space Wing and their customers. The overall objective is to provide safe access to space into the 21st century through premier base support for the entire space launch community. This will be accomplished by obtaining superior, affordable services that meet changing mission requirements in a timely and responsive manner, showing flexibility and innovation in the face of changing requirements. The J-BOSC will employ highly innovative and effective management to provide system dependability, resource protection, proactive and interactive customer support, and visionary long range planning leading to overall cost reductions and infrastructure modernization.

2.0 Specific Objectives

2.1 Management

2.1.1 Management Approach Develop, implement, and maintain a management approach to support KSC and the 45th Space Wing’s goal to be the premier gateway to space. Employ a highly innovative, entrepreneurial, and efficient management program that challenges the status-quo and existing cultures in formulating and implementing high quality, timely and cost-effective base support services. Manage the project through incorporation of quality concepts. Monitor performance through meaningful indicators that lead to continuous process improvement. Achieve common support practices and systems in providing multi-customer base support services.

2.1.2 Business Approach

Provide a business approach based on stewardship, flexibility and best business practices. Establish a program which embodies sound financial management concepts that result in affordable costs while continuously improving customer support. The contractor must realize cost savings through improved project efficiency while reducing dependency on government furnished property and services. Team with KSC, the 45th Space Wing, and their customers to optimize resource management. Develop a subcontract program that recruits and selects qualified subcontractors, maximizes the use of commercial services, and provides meaningful subcontracting or teaming opportunities to achieve the J-BOSC socio-economic procurement goals.

154

Page 276: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

Appendix B - Statement of Objectives

2.1.3 Communications Establish and maintain effective lines of communication with all elements of KSC, the 45th Space Wing, and their customers at all levels within the project to ensure flexible, effective base support. Play a key role in working issues, devising solutions to problems and developing future plans. Develop and implement a management information system that provides accessibility to timely information for management of this performance based contract.

2.2 Performance

2.2.1 Dependability Achieve customer confidence that systems will work and services will be provided when needed. Ensure systems integrity and reliability, mission readiness, and service excellence. Provide the right number of technically competent personnel at the right time, with the right equipment and material, to do the job right the first time, every time.

2.2.2 Resource Stewardship Partner with KSC and the 45th Space Wing to maintain public safety and trust as well as the safety of the workforce. Maintain safe and secure operating locations. Be flexible and innovative in the protection and preservation of physical and environmental assets. Prepare for and effectively respond to emergency situations and contingencies.

2.2.3 Customer Support Assure superior customer satisfaction at all stages of work from requirement development through service delivery. Implement and sustain a customer-oriented work control and planning process that will provide responsive base support. Simultaneously support a multitude of customers having conflicting requirements and priorities.

155

Page 277: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

Appendix C – Performance Standards No. Performance Description 1. 1.1-1 No mission milestone schedule impact due to action or inaction of the

contractor shall occur. 2. 1.2-1 No OSHA reportable injuries or illness to non-contractor personnel resulting

from contractor action or inaction. 3. 1.2-2 Mishap frequency and severity rate shall not exceed the KSC three-year

average. 4. 1.2-3 Risks shall be identified with sufficient time so as to allow either correction or

acceptance of risk with no impact to major mission milestones or operational schedules.

5. 1.2-4 On new facilities/systems/equipment (f/s/e) or major modifications to existing f/s/e, no risks are found which were not identified in the contractor’s risk assessment for i) hazards with a severity of catastrophic (ii) or critical (II), and ii) critical items of category 1, 1R, 1S or 2.

6. 1.2-5 OSHA-recordable personal injuries or traffic accidents in a Government-owned vehicle or piece of equipment at CCAS shall be verbally reported to the Cape Commander within four hours and submitted, in writing, to the Cape Commander and the 45th Space Wing Ground Safety Office within five calendar days of each occurrence.

7. 1.2-6 Contractor operations at CCAS that result in an OSHA-recordable mishap of non-contractor personnel (including first aid requirements) or damage to non-contractor-owned property or equipment shall be verbally reported to the 45th SW Ground Safety Office and the Cape Commander’s Office within four hours and submitted, in writing, to each office within five calendar days of each occurrence.

8. 1.3-1 Costs shall be 99% accurate when reported to the JOCAS system. 9. 1.3-2 Monthly accrual estimates shall be 95% accurate to actual reported costs for

the same period. 10. 1.3-3 Monthly variance analyses of actual costs to the operating plan shall be clear

and concise; and actual costs shall not exceed approved operating plan(s). 11. 1.3-4 Reimbursement Policy and Reimbursement Charging Policy shall be supported

with no customer complaints. 12. 2.1.1-1 97% of real property activities during a six-month period shall be completed

correctly the first time (requiring no re-work or revision due to inaccuracy of real property records, space utilization information, maps, plans, and facility management information).

13. 2.1.1-2 90% of all changes to real property records, space utilization documents, maps, plans, and facility management information shall be posted on a continuous basis with no required change taking more than 45 calendar days to post.

14. 2.1.1-3 Required comprehensive and master planning products, maps, site plans, and programming documents shall be delivered no later than five working days after negotiated delivery date.

15. 2.1.1-4 97% of siting request packages shall be prepared within ten working days of receipt.

156

Page 278: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

16. 2.1.1-5 No utility damage shall result from contractor failure to properly locate or mark identifiable utility systems.

17. 2.1.2-1 99% of the changes and additions to the SPECSINTACT NASA Mastertext shall be completed correctly the first time.

18. 2.1.2-2 75% of all technical support questions shall be resolved within eight working hours. The remaining 25% of technical support calls shall be resolved within 24 working hours.

19. 2.1.2-3 The services provided (EDC) for critical and mission-essential documentation shall be available to the user 100% of the time when essential to the user's activities as determined by the user.

20. 2.1.2-4 (EDC) 99% of requests shall be completed as negotiated between SGS and the requester, but in no case shall impact major program schedule milestones.

21. 2.1.2-5 90% of EDC master file shall be kept current, with no products later than 30 calendar days.

22. 2.1.3-1 Engineering design cost estimates shall be accurate to 90% of actual acquisition costs.

23. 2.1.3-2 Engineering design completion rate shall be 98% of program schedule. 24. 2.1.3-3 Cost growth in construction shall be no more than 5% due to design error or

omission. 25. 2.1.3-4 Construction management shall maintain cost growth within 5% of awarded

cost, schedule growth shall be no more than 2% of awarded schedule, and compliance with drawings and specifications.

26. 2.1.3-5 Construction-related cost estimates shall be accurate within 10% of actual cost.

27. 2.1.4-1 BTU reduction shall be equal to the contractor’s percentage of the total KSC, CCAS and PAFB reduction.

28. 2.2.1-1 Services and functions provided by critical and mission-essential f/s/e/u shall be ready to the user 100% of the time when needed by the user’s activities.

29. 2.2.1-2 Services and functions provided by all other f/s/e/u shall be ready to the user 98% of the time when needed by the user’s activities.

30. 2.2.1-3 No more than 20 false fire alarms per month or 13 facility evacuations shall occur per month resulting from o/m/e attributed action/inaction of the contractor.

31. 2.2.1-4 100% of emergency work orders shall be mitigated within 24 hours and completed within 10 calendar days of the original call.

32. 2.2.1-5 100%of urgent work orders mitigated within 72 hours and completed within 20 calendar days of the original call.

33. 2.2.1-6 90% of routine work orders completed within 30 calendar days with 100% completed within 60 calendar days of original call.

34. 2.2.1-7 95% of type three work orders shall be completed as scheduled. 35. 2.2.1-8 95% accuracy rate in work category and classification determinations shall be

maintained. 36. 2.2.2-1 No dumpsters shall be visibly overflowing, and dumpsters shall be maintained

to meet peak load demands. 37. 2.2.2-2 Animal carcasses shall be cleared from roadways within 4 hours of notification. 38. 2.2.3-1 Change of occupancy maintenance (COM) shall be complete within five (5)

157

Page 279: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

work days of receipt of quarters from MFH management. 39. 2.2.3-2 Valid customer complaints regarding response to and accomplishment of

planned or non-planned work orders shall not exceed 5% of total customer complaints received.

40. 2.2.3-3 Pest control non-planned work order response shall be completed within 24 hours.

41. 2.2.4-1 Provide response for spills/glass breakage/overflows, and blood-borne pathogen cleaning, within 20 minutes of notification for assistance during normal work hours and within two hours at other times.

42. 2.2.4-2 Areas should be clear of trash and debris, and be clean in appearance, with no more than eight validated customer complaints per month.

43. 3.1.1-1 Respond to and provide initial assessment of fire alarms, EMS Response, and emergency incidents within five (5) minutes for industrial facilities and areas, seven (7) minutes for administrative facilities and areas, and 15 minutes for isolated or scattered facilities and areas. No instances of unauthorized access to or compromise of secure/classified resources as a result of action or inaction of the contractor.

44. 3.1.2-1

45. 3.1.2-2 Respond to and provide initial assessments of security alarms and emergency incidents within five minutes. Maintain accurate security programming guidance, plans, and directives maintained by updating items within 90 calendar days of the event that caused the item to become outdated.

46. 3.1.2-3

Initiate action on COR support requests within two working days and required service completed per negotiated schedule.

47. 3.1.2-4

48. 3.1.3-1 Command and control Emergency Operations Center (EOC) shall be activated within 30 minutes of notification of an emergency or emergency exercise during normal duty hours, otherwise within two hours.

49. 3.1.3-2 Post exercise evaluation corrective actions shall be accurately identified and corrected with no previously identified deficiency repeated.

50. 3.2.1-1 90% of supplies, materials, transportation and support services provided to meet the customer’s negotiated need date.

51. 3.2.1-2 NEMS Discrepancy Report error input rate is not to exceed 10%. 52. 3.2.1.3 90% priority shipments requiring next day delivery service, received before

2:00 p.m. will be packaged & shipped the same day (excluding shipments containing hazardous materials, international shipments, or items that require extensive packaging).

53. 3.2.2-1 95% of vehicle operations & maintenance support provided as scheduled or as negotiated with the customer.

54. 3.2.2-2 Respond within five minutes to the Base Operations Work Center (Hangar 800) for PAFB flightline taxi dispatch missions.

55. 3.2.2-3 Respond to on-base taxi dispatch within ten (10) minutes of original customer request.

56. 3.2.2-4 Shuttle buses/vans shall be within five minutes of their scheduled time at each stop, 90% of the time. At least 90% of priority, laboratory work orders shall be completed as negotiated with the customer.

57. 3.2.3-1

58. 3.2.3-2 At least 90% of calibrations not requiring repair shall be completed within 15

158

Page 280: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

calendar days or as negotiated with the customer. At least 90% of standard actions not requiring repair shall be completed within 30 calendar days or as negotiated with the customer. Reference standards to be characterized for drift overtime are exempt from turnaround time requirement.

59. 3.2.3-3

At least 90% of waste analysis work orders shall be completed within 15 calendar days or as negotiated with the customer.

60. 3.2.3-4

61. 3.2.3-5 At least 90% of precision cleaning work orders, technically eligible, shall be cleaned and verified utilizing non-solvent methods.

62. 3.2.4-1 Commodities delivered shall meet customer specifications. 63. 3.2.4-2 Propellants and Life Support services are delivered as scheduled or as

negotiated with the customer 64. 3.2.4-3 Propellant billing validation shall be provided within 14 calendar days after

receipt of invoices for Government-procured propellants. No aircraft in-flight anomalies as a result of inadequate maintenance. 65. 3.2.5-1

66. 3.2.5-2 Aircraft shall be available and ready to meet scheduled departure 95% of the time. Should deviations occur, an assessment of the situation, including estimated time to complete the repair, shall be required within one hour. Operate aircraft in accordance with established procedures and checklists. 67. 3.2.5-3 100% timely, accurate, and complete requests for major overhauls and parts replacement.

68. 3.2.5-4

99% of aircraft arrival coordination shall be completed within 30 minutes of notification.

69. 3.2.5-5

70. 3.2.5-6 99% of flight plan filing and departure coordination shall be completed within 30 minutes of pilot request.

71. 3.2.6-1 Wastes shall be picked up within 15 calendar days of request. 72. 3.2.6-2 Hazard determinations completed within 30 calendar days. 73. 3.2.6-3 Post emergency spill clean-up shall commence within one work day of

notification. Computer systems and applications shall be operational and/or available 99% of the time, with unscheduled downtime not exceeding four hours for critical systems or 12 hours for non-critical systems for each incident.

74. 3.3.1-1

75. 3.3.1-2 Unauthorized actions that result in systems access, denial of services, loss of data integrity, or disclosure of sensitive information shall be reported to the Government within two hours upon detection.

76. 3.3.1-3 Inventory per H-21 Year 2000 Compliance clause is Y2K certified. 77. 3.3.1-4 95% of IT milestones and products shall be provided as scheduled or as

negotiated with the customer. 78. 3.3.1-5 95% of software deliverables shall run without error within two weeks of

delivery to the customer. 79. 3.3.1-6 Servers shall be operational and/or available 99% of the time.

LPS, PMS/GMS, and MADS Minus-Time data shall be made available with a 90 % or better delivery time for each launch or launch event.

80. 3.3.1-7

81. 3.3.2-1 Communication systems shall be available 99.5% of the time, with unscheduled downtime not exceeding four (4) hours for each incident and not exceeding one hour during prime shift (7 a.m. to 5 p.m., Monday through

159

Page 281: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

Friday). Network latency due to congestion shall not exceed 1.5 seconds. 82. 3.3.2-2

83. 3.3.2-3 No more than 2% of communication equipment maintained by the contractor communications center shall be returned for rework.

84. 3.4.1-1 Provide 95% on-time completion of jobs as negotiated between the contractor and the customer, but no jobs later than five (5) work days after the negotiated completion date.

85. 3.4.2-1 Meet need date as negotiated with customer for 90% of all material acquisitions.

86. 3.4.2-2 Meet customer requirements in a professional and courteous manner with no more than two validated complaints per month. Provide accurate and consistent mail pick up and delivery within one hour of contractor documented schedule.

87. 3.4.3-1

88. 3.4.3-2 Post Office Box postings meet contractor’s documented schedule. 89. 3.4.4-1 90% of primary or alternate training dates requested are met, unless prevented

by mitigating circumstances. 90. 3.4.4-2 85% of training courses are conducted as scheduled. 91. 3.4.4-3 90% of training records are entered accurately into Training Certification

Record System (TCRS) within 7 days from date training is completed. 92. 3.5.1-1 Medical services shall be initiated within 15 minutes of patient check-in for

scheduled appointments unless pre-empted by emergency actions. 93. 3.5.2-1 98% of non-recurring work shall be performed per schedule negotiated with

customer. 94. 3.5.2-2 98% of recurring work shall be conducted in accordance with contractor

documented schedules. 95. 3.5.2-3 At least 95% of reviewed reports shall be free of technical errors and

omissions. 96. 3.5.2-4 Reports to customers shall be delivered within two weeks of the survey

completion date. 97. 3.5.2-5 Material Safety Data Sheets distributed through the MSDS management

system shall be legible and properly indexed. 98. 3.5.2-6 Contractor shall maintain 95% customer satisfaction with services provided. 99. 4.0-1 Assigned tasks completed on budget and on schedule.

160

Page 282: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1, Mod 42

PAGES 163 – 174

ARE RESERVED.

161

Page 283: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT NAS10-99001 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

45 See Block 16C. 6. ISSUED BY CODE OP-ESO RP 7. ADMINISTERED BY (If other than Item 6) CODE OP-ESO RP

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) (x)

9A. AMENDMENT OF SOLICITATION NO.

Space Gateway Support 2411 Dulles Corner Park, Suite 500 Herndon, VA 20171-3430

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X

10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 copies 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 ACKNOWLEDGMENT 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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.

x THE CHANGES CLAUSE “FAR 52-243-2 CHANGES-COST-REIMBURSEMENT (AUG 1987) - ALT II (APR 1984)” 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor { X } is not, [] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this change order is to direct the contractor to provide the required support to the KSC 2000 reorganization move into the contract. Effort shall commence effective February 4, 2000. (continued on page 2)

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY 02/04/00

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 284: amendment of solicitation/modification of contract - NASA

Modification No. 45 Page 2 Funding in the amount of $750,000 is available for this effort. The authorization to proceed with the support added under this change is at a level not to exceed $750,000 cost and fee, inclusive of all effort. The negotiation of an equitable adjustment for any aggregate of cost and fee in excess of $750,000 will be expressly unallowable under the contract unless the contractor receives advance written direction otherwise from the contracting officer. The appropriate ACN to charge is: NROSOOOO. SGS will provide JP/B with the unique WON number for this activity. The move shall be completed not later than June 4, 2000. Paragraph 2.2.1.9 Special Projects is hereby modified to include the following effort: h. Provide all effort required in the support of the KSC 2000 reorganization move. The scope is

estimated at 2000 office moves which include advance planning and support for the required relocation of personnel, equipment, furnishings, partition systems, design and building alterations. Also included is contractor support of janitorial, locksmith, computer communicatioin and facility maintenance. The contractor will ensure a smooth transition throughout the process.

End of Modification

Page 285: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT NAS10-99001 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

46 See Block 16C. 6. ISSUED BY CODE OP-ESO RP 7. ADMINISTERED BY (If other than Item 6) CODE OP-ESO RP

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support 2411 Dulles Corner Park, Suite 500 Herndon, VA 20171-3430

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 copies 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 ACKNOWLEDGMENT 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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.

x THE CHANGES CLAUSE “FAR 52-243-2 CHANGES-COST-REIMBURSEMENT (AUG 1987) - ALT II (APR 1984)”

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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor { X } is not, [] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this change order is incorporate the requirement to provide design, software and shop support for the transition of Complex Control System (CCS) functions to the Programmable Logic Controller (PLC) based Kennedy Complex Control System (KCCS) as defined in the Shuttle Processing Directorate Plan, SPP-EL007. The effort shall continue through September 30, 2001. (continued on page 2)

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY 02/10/00

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 286: amendment of solicitation/modification of contract - NASA

Modification No. 46 Page 2 Funding in the amount of $711,936 is available for this effort. The authorization to proceed with the support added under this change is at a level not to exceed $711,936 inclusive of cost and fee. Pending negotiation of an equitable adjustment any aggregate of cost and fee in excess of $711,936 will be expressly unallowable under the contract unless the contractor receives advance written direction otherwise from the contracting officer. The appropriate Job Order Number (JON) to charge is: NKCCS000 Paragraph 2.2.1.9 Special Projects is hereby modified to include the following effort: i. Provide design software and shop support for the transition of Complex Control System (CCS)

functions to the Programmable Logic Controller (PLC) based Kennedy Space Complex Control System (KCCS) as defined in the Shuttle Processing Directorate Plan, SPP-EL007.

End of Mod.

Page 287: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT NAS10-99001 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

47 See Block 16C. 6. ISSUED BY CODE OP-ESO RP 7. ADMINISTERED BY (If other than Item 6) CODE OP-ESO RP

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support 2411 Dulles Corner Park, Suite 500 Herndon, VA 20171-3430

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 copies 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 ACKNOWLEDGMENT 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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.

x THE CHANGES CLAUSE “FAR 52-243-2 CHANGES-COST-REIMBURSEMENT (AUG 1987) - ALT II (APR 1984)”

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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor { X } is not, [] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this change order is to incorporate the requirement to maintain the KSC law library, room 2408A, KSC Headquarters Building (M6-399). Support includes receiving, updating, filing, shelving and posting of revisions to legal documents within two days of receipt. Perform shelf maintenance, indexing, and labeling, to support efficient access of reference materials by legal staff. This effort shall commence March 1, 2000 and continue through September 30, 2008. (continued on page 2)

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/ Rene E. Paquette 02/23/00

(Signature of person authorized to sign) (Signature of Contracting Officer)

Page 288: amendment of solicitation/modification of contract - NASA

NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Modification No. 47 Page 2 Funding in the amount of $362,105 is available for this effort. The authorization to proceed with the support added under this change is at a level not to exceed $362,105 inclusive of cost and fee. Pending negotiation of an equitable adjustment any aggregate of cost and fee in excess of $362,105 will be expressly unallowable under the contract unless the contractor receives advance written direction otherwise from the contracting officer. The appropriate Job Order Number (JON) to charge is: NPMS0000 Paragraph 2.2.1.9 Special Projects is hereby modified to include the following effort: j. Maintain the KSC law library, room 2408A, KSC Headquarters Building (M6-399). Support includes receiving, updating, filing, shelving and posting of revisions to legal documents within two days of receipt. Perform shelf maintenance, indexing, and labeling, to support efficient access of reference materials by legal staff. This effort shall commence March 1, 2000 and continue through September 30, 2008. End of Mod.

Page 289: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT NAS10-99001 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

48 See Block 16C. MR 006001 S-2 6. ISSUED BY CODE OP-ESO RP 7. ADMINISTERED BY (If other than Item 6) CODE OP-ESO RP

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) (x)

9A. AMENDMENT OF SOLICITATION NO.

Space Gateway Support 2411 Dulles Corner Park, Suite 500 Herndon, VA 20171-3430

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X

10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 copies 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 ACKNOWLEDGMENT 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)

CW-1/2540C/40000/52/00 Increase of $16,181,609 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: x D. OTHER (Specify type of modification and authority)

Contract Article G-2, Contract Funding and FAR 52.232-22, Limitation of Funds E. IMPORTANT: Contractor { X } is not, [] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Incremental funding is increased by $16,181,609 as reflected in revised Contract Article G-2 Contract Funding. The funds are estimated to be adequate for contract performance through July 2, 2000. Contract Article G-2, Contract Funding is modified to include this change END OF MOD

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/ Rene E. Paquette 02/28/00

(Signature of person authorized to sign) (Signature of Contracting Officer)

Page 290: amendment of solicitation/modification of contract - NASA

NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 291: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

27.1

Mod No. 48

FUNDING AS OF

MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947

22 $2,230,979

24 $666,030 $2,000,000 $2,666,030 09/25/1999

25 $5,000,000 $2,436,340 $7,436,340 09/30/1999

26 $517,988

27 $1,358,056

28 $23,126,710 $2,011,018 $25,137,728 10/15/1999

31 $92,411

33 -$23,644,033

35 $77,296,368 $6,721,423 $84,017,791 04/15/2000

36 -$1,190,526

37 $465,945

38 $502,222

40 $12,000,000

41 $44,400,329 $3,860,898 $48,261,227 5/10/2000

43 -$907,120

48 $14,887,080 $1,294,529 $16,181,609 7/02/2000

Total $1,034,456,558 $347,098,974 $27,010,644 $374,109,618 7/02/2000

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

This is the designated billing office for cost vouchers for purposes of the prompt payment clause of this contract.

B. The contractor shall prepare vouchers as follows:

1. One original Standard Form SF 1034, SF 1035, or equivalent contractor's

Page 292: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

49 See Block 16C. 6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 CHANGES - COST-REIMBURSEMENT (AUG 1987) ALT II (APR 1984)

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to definitize Change Order 39 (CCR 00-07) for operations and maintenance for the KSC Wide Area Network security firewall system for the period of December 7, 1999 through September 30, 2008. Equitable adjustment for the base period is $592,702 for costs and $47,416 for fee for a total of $640,118 and for option 1 costs are $1,110,168 and fee is $88,814 for a total of $1,198,982. This modification also incorporates Patrick Air Force Base Downrange Mail Services (CCR 00-16) for the period of October 1, 1998 through September 30, 2008. Equitable adjustment for the base period is $269,269 for costs and $12,175 for fee for a total of $281,444 and for option 1 costs are $312,469 and fee is $18,748 for a total of $331,217. Statement of Work paragraph 3.4.3 is modified to incorporate the following language: SGS shall provide preparation, staging, and plane-side delivery for packages (including U.S. mail, internal mail, and mail size parcels) to be shuttled downrange to Antigua and Ascension Island. Replacement pages 9, 10, and 27.1 are attached and should be appropriately inserted in the contract. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor’s proposal for adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposal for adjustment. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Rene E. Paquette Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/ Robert J. Coffman March 14, 2000 BY /S/ Rene E. Paquette March 14, 2000

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 293: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

Modification 49

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 -- $1,113,485

Basic Period (10/1/98-9/30/03) $956,771,308 $73,675,346 $1,030,446,654

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002

Subtotal $961,419,960 $73,958,160 $1,035,378,120

OptionsOption 1 (10/1/03-9/30/08) $1,043,367,471 $83,463,144 $1,126,830,615

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563

TOTAL $2,041,719,226 $160,375,846 $2,202,095,072*Earned fees for past periods plus the available fees for future periods.

9

Page 294: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

Modification 49

ARTICLE B-4 AWARD FEE SCORES

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, the award fee score, and the adjective rating.

B A SICM ax A va ilab le

A w ard FeeE arned Aw ard

Fee M od N o.10/01/98 03/31/99 $0 $6,190,000 1504/01/99 09/30/99 $0 $4,900,000 3610/01/99 03/31/00 $7,751,85304/01/00 09/30/00 $7,704,90510/01/00 03/31/01 $7,893,25504/01/01 09/30/01 $7,893,26310/01/01 03/31/02 $7,842,31504/01/02 09/30/02 $7,842,32010/01/02 03/31/03 $7,970,12204/01/03 09/30/03 $7,970,127T O TA L $73,958,160 $11,090,000

O P TIO N10/01/03 03/31/04 $8,097,75104/01/04 09/30/04 $8,097,75310/01/04 03/31/05 $8,186,93004/01/05 09/30/05 $8,186,93710/01/05 03/31/06 $8,306,63904/01/06 09/30/06 $8,306,64410/01/06 03/31/07 $8,470,70204/01/07 09/30/07 $8,470,70910/01/07 03/31/08 $8,669,53704/01/08 09/30/08 $8,669,542

TO T A L $83,463,144G R A N D TO TA L $157,421,304 $11,090,000

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

In accordance with FAR Clause 52.216-15, the contractor shall submit within six (6) months after its fiscal year end, and on an annual basis, an adequate final indirect cost rate proposal to the contracting officer concurrent with the

10

Page 295: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

27.1

Modification 49

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 31 $92,411 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/2000 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/2000 43 -$907,120 48 $14,887,080 $1,294,529 $16,181,609 07/02/2000 49 $921,562 TOTAL $1,035,378,120 $347,098,974 $27,010,644 $374,109,618 07/02/2000

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

This is the designated billing office for cost vouchers for purposes of the prompt payment clause of this contract.

B. The contractor shall prepare vouchers as follows:

Page 296: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

50 See Block 16C. 6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 CHANGES - COST-REIMBURSEMENT (AUG 1987) ALT II (APR 1984)

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to definitize Change Order 29 (CCR 00-02) for Multi-media and ViTS and other support services for the Fourth Floor Executive Conference Room of the KSC Headquarters Building for the period of October 1, 1999 through September 30, 2008. Equitable adjustment for the base period is $253,706 for costs and $20,294 for fee for a total of $274,000 and for option 1 costs are $359,412 and fee is $28,755 for a total of $388,167. Replacement pages 9, 10, and 27.1 are attached and should be appropriately inserted in the contract. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor’s proposal for adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposal for adjustment. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Tammy S. Burlein Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/ Robert J. Coffman March 14, 2000 BY /S/ Tammy S. Burlein March 14, 2000

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 297: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

Modification 50

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 -- $1,113,485

Basic Period (10/1/98-9/30/03) $957,025,014 $73,695,640 $1,030,720,654

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002

Subtotal $961,673,666 $73,978,454 $1,035,652,120

OptionsOption 1 (10/1/03-9/30/08) $1,043,726,883 $83,491,899 $1,127,218,782

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563

TOTAL $2,042,332,344 $160,424,895 $2,202,757,239*Earned fees for past periods plus the available fees for future periods.

9

Page 298: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

Modification 50

ARTICLE B-4 AWARD FEE SCORES

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, the award fee score, and the adjective rating.

B A SICM ax A va ilab le

A w ard FeeE arned Aw ard

Fee M od N o.10/01/98 03/31/99 $0 $6,190,000 1504/01/99 09/30/99 $0 $4,900,000 3610/01/99 03/31/00 $7,754,30304/01/00 09/30/00 $7,707,35510/01/00 03/31/01 $7,895,75504/01/01 09/30/01 $7,895,76310/01/01 03/31/02 $7,844,87804/01/02 09/30/02 $7,844,88310/01/02 03/31/03 $7,972,75604/01/03 09/30/03 $7,972,761T O TA L $73,978,454 $11,090,000

O P TIO N10/01/03 03/31/04 $8,100,47404/01/04 09/30/04 $8,100,47610/01/04 03/31/05 $8,189,71704/01/05 09/30/05 $8,189,72410/01/05 03/31/06 $8,309,50304/01/06 09/30/06 $8,309,50810/01/06 03/31/07 $8,473,65204/01/07 09/30/07 $8,473,65910/01/07 03/31/08 $8,672,59004/01/08 09/30/08 $8,672,596

TO T A L $83,491,899G R A N D TO TA L $157,470,353 $11,090,000

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

In accordance with FAR Clause 52.216-15, the contractor shall submit within six (6) months after its fiscal year end, and on an annual basis, an adequate final indirect cost rate proposal to the contracting officer concurrent with the

10

Page 299: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

27.1

Modification 50

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 31 $92,411 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/2000 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/2000 43 -$907,120 48 $14,887,080 $1,294,529 $16,181,609 07/02/2000 49 $921,562 50 $274,000 TOTAL $1,035,652,120 $347,098,974 $27,010,644 $374,109,618 07/02/2000

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

This is the designated billing office for cost vouchers for purposes of the prompt payment clause of this contract.

B. The contractor shall prepare vouchers as follows:

Page 300: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

51 See Block 16C. 6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 CHANGES - COST-REIMBURSEMENT (AUG 1987) ALT II (APR 1984)

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to incorporate Investigative Derived Waste (IDW)(Offsite Disposal) (CIP 17) support for Kennedy Space Center for the period of October 1, 1998 through September 30, 2008. Equitable adjustment for base period is $1,558,261 for cost and $101,178 for fee for a total of $1,659,439 and for option 1 costs are $1,733,625 and fee is $138,690 for a total of $1,872,315. Hazardous waste disposal should be charged to JON NSHTL000 and IDW support to NENV6877. The following language is incorporated into Section J, Attachment J-1, Statement of Work, paragraph 2.2.1.20: Investigative Derived Waste Support. Provide support to NASA for managing investigative derived waste (IDW) and IDW containers. The contractor will provide transportation and resources necessary to deliver and relocate 55 gal. drums, and spill pallets to containerize IDW at the site. Replacement pages 9, 10, and 27.1 are attached and should be appropriately inserted in the contract. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor’s proposal for adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposal for adjustment. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Rene E. Paquette Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/ Robert J. Coffman April 3, 2000 BY /S/ Rene E. Paquette April 5, 2000

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 301: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

Modification 51

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 -- $1,113,485

Basic Period (10/1/98-9/30/03) $958,583,275 $73,796,818 $1,032,380,093

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002

Subtotal $963,231,927 $74,079,632 $1,037,311,559

OptionsOption 1 (10/1/03-9/30/08) $1,045,460,508 $83,630,589 $1,129,091,097

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563

TOTAL $2,045,624,230 $160,664,763 $2,206,288,993*Earned fees for past periods plus the available fees for future periods.

9

Page 302: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

Modification 51

ARTICLE B-4 AWARD FEE SCORES

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, the award fee score, and the adjective rating.

B A SICM ax A va ilab le

A w ard FeeE arned Aw ard

Fee M od N o.10/01/98 03/31/99 $0 $6,190,000 1504/01/99 09/30/99 $0 $4,900,000 3610/01/99 03/31/00 $7,766,49004/01/00 09/30/00 $7,719,54710/01/00 03/31/01 $7,908,23404/01/01 09/30/01 $7,908,25310/01/01 03/31/02 $7,857,65904/01/02 09/30/02 $7,857,67310/01/02 03/31/03 $7,985,88104/01/03 09/30/03 $7,985,895T O TA L $74,079,632 $11,090,000

O P TIO N10/01/03 03/31/04 $8,113,84504/01/04 09/30/04 $8,113,85310/01/04 03/31/05 $8,203,31404/01/05 09/30/05 $8,203,33410/01/05 03/31/06 $8,323,33904/01/06 09/30/06 $8,323,35410/01/06 03/31/07 $8,487,76404/01/07 09/30/07 $8,487,78210/01/07 03/31/08 $8,686,99504/01/08 09/30/08 $8,687,009

TO T A L $83,630,589G R A N D TO TA L $157,710,221 $11,090,000

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

In accordance with FAR Clause 52.216-15, the contractor shall submit within six (6) months after its fiscal year end, and on an annual basis, an adequate final indirect cost rate proposal to the contracting officer concurrent with the

10

Page 303: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

27.1

Modification 51

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 31 $92,411 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/2000 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/2000 43 -$907,120 48 $14,887,080 $1,294,529 $16,181,609 07/02/2000 49 $921,562 50 $274,000 51 $1,659,439 TOTAL $1,037,311,559 $347,098,974 $27,010,644 $374,109,618 07/02/2000

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

This is the designated billing office for cost vouchers for purposes of the prompt payment clause of this contract.

B. The contractor shall prepare vouchers as follows:

Page 304: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT NAS10-99001 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

52 See Block 16C. 6. ISSUED BY CODE OP-ESO RP 7. ADMINISTERED BY (If other than Item 6) CODE OP-ESO RP

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) (x)

9A. AMENDMENT OF SOLICITATION NO.

Space Gateway Support 2411 Dulles Corner Park, Suite 500 Herndon, VA 20171-3430

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X

10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 copies 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 ACKNOWLEDGMENT 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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.

x THE CHANGES CLAUSE “FAR 52-243-2 CHANGES-COST-REIMBURSEMENT (AUG 1987) - ALT II (APR 1984)” 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor { X } is not, [] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this change order is to incorporate the requirement to support the change to 24-Hour Turn-Around Between Range Launch Configurations. This effort shall commence April 1, 2000 and continue through September 30, 2008. (continued on page 2)

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

William P. Hickman Program Manager

Roy M. Colvin II Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/ William P. Hickman March 30, 2000 BY /S/ Roy M. Colvin II March 31, 2000

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 305: amendment of solicitation/modification of contract - NASA

Modification No. 52 Page 2 Funding in the amount of $1,180,526 is available for this effort for the period of April 1, 2000 through September 30, 2000. The authorization to proceed with the support added under this change is at a level not to exceed $4,220,319 for the base period of April 1, 2000 through September 30, 2003 inclusive of cost and fee. Pending negotiation of an equitable adjustment, any aggregate of cost and fee in excess of $1,180,526 will be expressly unallowable under the contract unless the contractor receives advance written direction otherwise from the contracting officer. The appropriate Job Order Number (JON) to charge is: 59036201. Paragraph 1.1.34 24-Hour Turn-Around Time Between Range Launch Configurations is hereby added to include the following effort: SGS shall provide the necessary resources to support 24-hour turn-around time between launch configurations. End of Mod.

Page 306: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

53 See Block 16C. 6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 CHANGES - COST-REIMBURSEMENT (AUG 1987) ALT II (APR 1984)

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to incorporate KSC Load Break Switch Replacement Project – Tasks B and D equipment procurement (CIPs 9 and 10) for the period of October 1, 1998 through September 30, 1999. Equitable adjustment for the base period is $259,718 for cost and $0 for fee for a total of $259,718. The following language is incorporated into Section J, Attachment J-1, Statement of Work, paragraph 2.2.1.9, bullet k: Procure 8 Vacuum Fault Interrupters (VFI) associated with Tasks B and D of the KSC Load Break Switch Replacement Project. Replacement pages 9 and 27.1 are attached and should be appropriately inserted in the contract. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor’s proposal for adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposal for adjustment. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Tammy S. Burlein Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/ Robert J. Coffman April 3, 2000 BY /S/ Tammy S. Burlein April 3, 2000

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 307: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

Modification 53

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 -- $1,113,485

Basic Period (10/1/98-9/30/03) $958,842,993 $73,796,818 $1,032,639,811

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002

Subtotal $963,491,645 $74,079,632 $1,037,571,277

OptionsOption 1 (10/1/03-9/30/08) $1,045,460,508 $83,630,589 $1,129,091,097

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563

TOTAL $2,045,883,948 $160,664,763 $2,206,548,711*Earned fees for past periods plus the available fees for future periods.

9

Page 308: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

27.1

Modification 53

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 31 $92,411 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/2000 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/2000 43 -$907,120 48 $14,887,080 $1,294,529 $16,181,609 07/02/2000 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 TOTAL $1,037,571,277 $347,098,974 $27,010,644 $374,109,618 07/02/2000

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

This is the designated billing office for cost vouchers for purposes of the prompt payment clause of this contract.

Page 309: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT NAS10-99001 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

55 See Block 16C. 6. ISSUED BY CODE OP-OSO RP 7. ADMINISTERED BY (If other than Item 6) CODE OP-OSO RP

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) (x)

9A. AMENDMENT OF SOLICITATION NO.

Space Gateway Support 2411 Dulles Corner Park, Suite 500 Herndon, VA 20171-3430

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X

10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 copies 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 ACKNOWLEDGMENT 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

x C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: MUTUAL AGREEMENT OF THE PARTIES D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor { } is not, [x] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this supplemental agreement is to incorporate: (1) Small Business Subcontracting Plan; (2) Revised DD254 Contract Security Classification Specification, (3)make a change to article H-8 and several other minor changes. (continued on page 2)

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Div. Manager, Contracts

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/Robert J. Coffman 05/10/00 BY /s/ Rene E. Paquette 05/10/00

(Signature of person authorized to sign) (Signature of Contracting Officer)

Page 310: amendment of solicitation/modification of contract - NASA

NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Modification No. 55 Page 2 This supplemental agreement incorporates and makes the following changes: 1. Part III, Page 5 List of Documents, Exhibits, and other Attachments, Section J, ADD

“Attachment J-11, Small business Subcontracting Plan”. 2. Part I, The Schedule, Page 42, Section H, Article H-8, Government/Contractor Furnished

Property, Para.A, 1, next to last sentence “in support of this contract”, ADD “except for Government directed supplies and materials: supplies or materials that NASA, Air Force or approved Tenant Contractors request the contractor to maintain in inventory for immediate use”.

3. Part I, The Schedule, Page 46, Section H, Article H-14, Small Business and Small Disadvantaged Subcontracting Plan, first sentence “are incorporated herein” should read “is incorporated in Section J, Attachment J-11”.

4. Attachment J-1, Statement of Work, page 67, para 1, insert a “period” after (J-BOSC) in the first sentence and delete the rest of the sentence. Para 3, insert a “period” after the word guideline, and delete the rest of the sentence. Page 68, Top line of top of page, insert a “period” after the word ‘paragraph’, and delete the rest of the sentence. Page 74, para. 1.1.22, Performance Metrics, second sentence revise to state, “SGS shall provide objective, measurable metrics as partnered with JPMO”.

5. Attachment J-10, Page 273, “Contract Security Classification Specification, DD 254” has been replaced in its entirety with Rev. 3, dated 991209.

6. Attachment J-11, ADD Page 281, “Small Business Subcontracting Plan” in full text. As a result of the above changes, pages 5, 42, 46, 67, 68, 74, 273 – 280 are replaced by new pages 5, 42, 46, 67, 67, 74, 273-280 and 281 – 290. The above changes do not constitute any increase or decrease to the estimated cost and fee of the contract.

End of Mod.

Page 311: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-10

Page 312: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-10

Page 313: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-10

Page 314: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-10

Page 315: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-10

Page 316: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-10

Page 317: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-10

Page 318: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-10

10

Page 319: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-10

281

Public Law 95-507 - Small Business, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan

(10/1/99 – 9/30/00) Contractor: Space Gateway Support (SGS) Address: P. O. Box 21237, SGS 2025 Kennedy Space Center, FL 32815-0237 CONTRACT NO.: NAS10-99001 Item/Service: JOINT BASE OPERATIONS SUPPORT CONTRACT (J-BOSC) SGS shall, to the maximum extent practicable and consistent with the efficient performance of our contract, provide opportunities for small, small disadvantaged, and women-owned small businesses. The following is hereby submitted as SGS’s Subcontracting Plan to satisfy the applicable requirements of Public Law 95-507, for Contract Year 1, October 1, 1998 through September 30, 1999. a. The following goals first expressed in terms of a percentage of total planned subcontracting dollars, and

second expressed in terms of a percentage of TOTAL CONTRACT VALUE, are applicable to the contract cited above.

(i) Small Business Concerns: 64% of total planned subcontracting dollars under this contract will

go to subcontractors who are small business concerns. This equates to 36.3% of the Total Contract Value.

(ii) Combined Small Disadvantaged and Woman- Owned Small Business concerns: 35.2% of the

total planned subcontracting dollars under this contract will go to subcontractors who are Small Disadvantaged Businesses. Included in this percentage is the category of Woman-Owned Small Businesses. This equates to 20% of the total contract value. These percentages are included in the percentages shown under a. (i) above as subsets.

(iii) Small Disadvantaged Business concerns: 33.4% of total planned subcontracting dollars will

go to subcontractors who are small business concerns, owned and controlled by socially and economically disadvantaged individuals. This equates to 18.9% of the total contract value. These percentages are included in the percentages shown under a. (i) and a. (ii) above as subsets.

(iv) Woman-Owned Small Business concerns: 9.9% of total planned subcontracting dollars under

this contract will go to subcontractors who are owned and controlled by women. This equates to 5.6% of the total contract value. These percentages are included in the percentages shown under a. (i) and a.(ii) above, as subsets.

b. The following dollar value corresponds to the percentage goals shown in a. above. (i) Total dollars planned to be subcontracted to Small Business concerns: $70.9 M. (ii) Total dollars planned to be subcontracted to a combination of Small Disadvantaged and

Woman-Owned Small Business concerns: $39M. This dollar amount is included in the amount shown under b.(i) above, as a subset.

Page 320: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-10

282

(iii) Total dollars planned to be subcontracted to Small Disadvantaged Business concerns: $37M. This dollar amount is included in the amounts shown under b.(i) and b. (ii) above as a subset.

(iv) Total dollars planned to be subcontracted exclusively to Woman-Owned Small Business

concerns: $11M. This dollar amount is included in the amounts shown, under b. (i) and b.(ii) above, as a subset.

c. The total estimated dollar value of all planned subcontracting (to all types of business concerns, both

small and large businesses) under this contract is $110.8M. d. The total estimated dollar value of this contract is $195M. e. The following services and products are contemplated to be subcontracted under this Contract: (1) The following services/products will be subcontracted via teaming agreements to small

businesses. The Function or Contract Requirement, small business classification(s), contract type, estimated contract value, and % Total Contract Value are set forth below:

Function/Contract Requirement Small Business

Classification Contract

Type Estimated

$M Amount %of Total Planned

Subcontracting Dollars

% of Total Contract

Value

Propellant Services SB CPAF $4.7 4.2% 2.4% Component cleaning and refurbishment of laboratories

WOSB “ $2.0 1.8% 1.0%

Managing and administering occupational health programs

SB CPAF/FP $5.7 5.1% 2.9%

Administrative services and information technology support

SDB CPAF $11.0 9.9% 5.6%

Emergency Management SDB “ $4.0 3.6% 2.0% Computer and engineering services SDB/WOSB

CPAF/FFP $9.0 8.1% 4.6%

Facilities maintenance and vehicle services SDB FFP/LOE $13.0 11.7% 6.6% Total $49.4M 44.4% 25.1%

(ii) The following other direct cost categories are contemplated to be subcontracted to Small Businesses.

Page 321: amendment of solicitation/modification of contract - NASA

OTHER DIRECT COSTS ($ in Millions)

SOW

ODC ITEM

DESCRIPTION

AMOUNT

%

APPLIED

$

ALLOCATED SB

% Contract Value

METHOD OF SELECTION

Various Supplies & Materials

Supplies and materials required to support all functions, including stock items, non-stock items, government furniture, stock replenishment, and procured bulk chemicals. Also includes charges for off-the-shelf software purchases and licenses of $25,000 or less.

$14M 65% $9M 4.6% <$25K set-asides to Small Business competition. >$25K open competition.

Various Facilities Projects

Facility projects for maintenance, repair, rehabilitation and modification of existing facilities, including energy management and conservation, environmental management, maintenance and restoration facilities. Also included are modifications and alterations to contractor systems equipment and facilities, and the fabrication and provision of other services that are within the contractor's capabilities to support requirements of other elements.

$10M 100% $10M 5.2% <$3M set-asides to Small Business competition. >$3M open competition.

Various Lease/Mainte Misc. Subcontr

$6M 3% $2M 1.0% <$25K set-asides to Small Business competition. >$25K open competition.

Various Equipment Acquisition

$7M N/A $.5M 4% <$25K set-asides to Small Business competition. >$25K open competition.

TOTAL ODC $37M As described above

$21.5M 11.2% As described above

TEAM SMALL BUSINESS SUBCONTRACTORS $49.4M “ $49.4M 25.1% TEAM LARGE BUSINESS SUBCONTRATORS $24.4M “ GRAND TOTAL $110.8M $70.9M 36.3%

Page 322: amendment of solicitation/modification of contract - NASA

Use or disclosure of proposal data is subject to the restrictions on the Title page of this Proposal SBP - 284

f. All procurements less than $25K will be small business set-asides. Construction/re-manufacturing work less than $3 million will be set-aside for small businesses.

(iii) As a further breakout to the above, the following products and services are set forth by historical subcontract type:

Products/Services Subcontract Type ++ Construction Services FFP • Roofing • Painting • Fire Alarm Detection • HVAC • Water, Waste, Oil Systems ++ Various Vendor Purchases, e.g.: FFP/BPA ++ Commodities FFP/BPA • Electrical Components • Construction Materials • Reproduction Equipment and Supplies • General Hardware • Computer Maintenance • Computer Hardware/Software and Supplies • General Office Supplies • Safety and Laboratory Supplies • Automotive and Heavy Equipment Supplies • Specialty Gases • Security and Fire Equipment • Cafeteria Supplies • Janitorial Supplies ++ Various Lease/Rentals FFP ++ Various Maintenance and Service Agreements FFP/BPA +++ OEM Mainframe Peripherals and/or Proprietary Software Licenses/ Agreements FFP/BPA

Page 323: amendment of solicitation/modification of contract - NASA

Use or disclosure of proposal data is subject to the restrictions on the Title page of this Proposal SBP - 285

+++ Various GSA/Depot Commodities and Services FFP +++ Various Hazardous Waste Disposal Requirements FFP +++ Various Heavy/Specialized Equipment OEM Direct Purchases FFP ---------------------------------------------------------- LEGEND + Indicates Subcontracts in Place -- No further Opportunities (Requirements Complete). ++ Indicates Some Subcontracts are in Place and Additional Requirements are Expected and yet Undefined. +++ Indicates Some Subcontracts in Place with Large Businesses, and Additional Requirements are Expected and yet Undefined. g. The following will be used in developing subcontracting goals: (i) Historical data - i.e., what products and services we have obtained from Small,

Small Disadvantaged, or Woman-Owned Small Business etc. (ii) Trade-off analysis for budgetary considerations and estimated Contract value

projections to ensure Small, Small Disadvantaged and Woman-Owned Small Business requirements are met or exceeded.

(iii) Particular attention will be focused on the needs of SGS as it relates to the overall

small, small disadvantaged, and woman-owned small business goal accomplishments.

Page 324: amendment of solicitation/modification of contract - NASA

Use or disclosure of proposal data is subject to the restrictions on the Title page of this Proposal SBP - 286

h. What source lists will be used and what organizations will be contacted to obtain Small Business, Small Disadvantaged, and Woman-Owned Business sources: (i) SBA’s - Procurement Marketing & Access Network (PRO-NET) (ii) SGS - Minority Supplier List, which contains a compilation of vendors from SGS bid lists, Florida Minority Business Directory, PRO-NET, and 8.a. approved lists published by the SBA Regional/District Office. (iii) Directories published by other companies and Government agencies. (iv) Try Us, published by the National Minority Business. (v) Contact with Regional Minority Purchasing Councils. (vi) National Association of Black Manufacturers. (vii) SGS’s - Industry Assistance Officer. (viii) GSA/DLA Listings (ix) Federal Prison System Listings (x) National Industries of the Blind (XI) National Industries for the Severely Handicapped i. SGS’s indirect and overhead costs have not been included in the goals specified in a. and b. 2. The following individual will oversee the Subcontracting Program: Name: Robert Coffman Title: Contracts Manager Address: 21237, SGS 2025, KSC, FL 32815-0237 Telephone: 407-853-5313 or 407-867-7886 This individual's specific duties, as they relate to the SGS Subcontracting Plan, are to review, monitor, and provide executive guidance, including but not limited to:

Page 325: amendment of solicitation/modification of contract - NASA

Use or disclosure of proposal data is subject to the restrictions on the Title page of this Proposal SBP - 287

Assigning a Small Business Liaison Officer (SBLO)/Industry Assistance Officer, to advise Small Business of pending procurement actions related to the and to provide liaison activities between SGS's Technical representatives, Industry Assistance Officer, SGS's Contracts and Procurement Administrators, management, and the business community. Mrs. Holly Pilo is delegated as the Small Business Liaison Officer (SBLO). Her duties, responsibilities, mailing address and telephone numbers are set forth below: Name: Holly Pilo Title: Small Business Liaison Officer Address: P. O. Box 21237, SGS 2025 KSC, FL 32815-0237 Telephone: 407-853-6550 Fax: 407-853-6361 Duties: a. Obtaining Small, Small Disadvantaged, and Small/ Woman-Owned Business sources from all applicable agencies, such as SBA. b. Ensuring inclusion of Small Business, Small Disadvantaged Business, and Woman-Owned Small Business firms in all solicitations, where appropriate. c. Attending or arranging for attendance at business opportunity workshops, minority enterprise seminars, trade fairs. d. Conducting or arranging motivational training for contracts/procurement personnel pursuant to the intent of Public Law 95-507. e. Monitoring attainment of proposed goals/requirements. f. Reviewing solicitations to remove statements, clauses, etc., that may tend to prohibit Small, Small Disadvantaged, and Woman-Owned Small Business participation, where appropriate. g. Maintaining records of Small, Small Disadvantaged, and Woman-Owned Small Businesses. h. Assisting in developing subtier subcontract plans. i. Acting as liaison to SBA. j. Coordinating efforts to meet procurement goals/requirements.

Page 326: amendment of solicitation/modification of contract - NASA

Use or disclosure of proposal data is subject to the restrictions on the Title page of this Proposal SBP - 288

3. The following minimum efforts will be taken to ensure that Small, Small Disadvantaged, and Woman-Owned Small businesses have an equitable opportunity to compete for subcontracts and Purchase Orders: a. Outreach efforts will be made, as follows: (i) Contact with minority and small business trade associations. (ii) Contact with business development organizations. (iii) Attendance at small and minority business procurement conferences and trade fairs. (iv) Visits to supplier plants and correspondence with suppliers to establish qualifications of suppliers. (v) Working with other on-site prime contractors and to assist (when possible) in coordinating: Small Business workshops or conferences, the purpose of which is to provide insight on how small businesses can become Team Members. The following internal efforts will be made to guide and encourage SGS contract administrators and procurement personnel: (i) Workshops, seminars, and training programs will be conducted. (ii) Activities of individual administrators will be monitored to evaluate compliance with this Subcontracting Plan and Small Business requirements. b. Small, Small Disadvantaged, and Woman-Owned Small Business source lists, guides, and other identifying Small Business suppliers will be maintained and used by administrators in soliciting subcontracts. c. All procurements under $25,000 are reserved exclusively for Small Businesses except when there is no reasonable expectation that offers will be received--from two or more small businesses, which are competitive as to price, delivery, or quality. (i) All fixed-price construction contracts between $2,000 and $3,000,000 are set-asides for small business.

Page 327: amendment of solicitation/modification of contract - NASA

Use or disclosure of proposal data is subject to the restrictions on the Title page of this Proposal SBP - 289

(ii) Small business set-asides are encouraged when the dollar amount exceeds the amount specified above. (iii) Woman-Owned Small Business set-asides will be used when there is a reasonable chance that two or more Woman-Owned Small firms possess the required qualifications to compete. 4. SGS agrees that the clause entitled "Utilization of Small Business Concerns Owned and Controlled by Socially and Economically Disadvantaged Individuals" will be included in all subcontracting opportunities, and any subcontract, except Small Business Concerns who receive a subcontract in excess of $500,000 ($1,000,000 for construction) will be required to adopt and comply with a Subcontracting Plan similar to this one. Such Plans will be reviewed by comparing them with the provisions of Public Law 95-507. Percentage goals shall be determined on a case-by-case basis depending on the supplies/services involved, the availability of potential Small, Small Disadvantaged, and Woman-Owned Small subcontractors, and prior experience. Once approved and implemented, plans will be monitored through submission of periodic reports, and/or, as time and availability of funds permit, periodic visits to subcontractors' facilities to review applicable records and Subcontracting Program progress. 5. SGS agrees to submit such periodic reports and to cooperate in studies or surveys as may be required by Government or the Small Business Administration in order to determine the extent of compliance with the Subcontracting Plan. 6. In addition, SGS agrees that it will submit to the Contracting Officer the contract data requirement documents in accordance with the terms and condition(s) of this contract. Reports will be coordinated/structured to allow for optimum efficiency in reporting. SGS will satisfy all additional requirements for reports, such as advise-o-grams, special studies, one-time requests, and other documentation within funding limitations or budgetary constraints and as approved by the Contracting Officer. 7. SGS agrees that it will maintain at least the following types of records to document compliance with the Subcontracting Plan: a. Contract Data Deliverables Documents as required under the terms and conditions of the J-BOSC Contract. b. Small, Small Disadvantaged Business, and Woman-Owned Small source lists, guides, and other data identifying Small Business, Small Disadvantaged Business, and Woman-Owned Small Business vendors. c. Organizations contracted for Small/Small Disadvantaged and Woman-Owned Small Business sources. d. Records to support outreach efforts, i.e., contacts with Minority and Small Business Trade Associations, attendance at Small and Minority Business procurement conferences and trade fairs, and visits to supplier plants.

Page 328: amendment of solicitation/modification of contract - NASA

Use or disclosure of proposal data is subject to the restrictions on the Title page of this Proposal SBP - 290

e. On a subcontract-by-subcontract basis, records to support award data submitted to the Government, to include subcontractor's name, address, and business size. f. To submit Standard Form (SF) 294, Subcontracting Report for Individual Contracts and/or SF-295, Summary Subcontract Report, in accordance with instructions on the form. g. To require all subcontractors to submit SF-294 and SF-295, if applicable. h. To ensure Small, Small Disadvantaged and Woman-Owned Small Businesses are considered in all "make or buy" decisions and to establish a program whereby periodic training is conducted with technical personnel and employees preparing requisitioning documentation. i. To submit other data and information as requested by the Contracting Officer or contained within supplements to the data requirements listing of this contract. Date: Concurrence: _____________________________ Holly Pilo Small Business Liaison Officer Approved: _____________________________ William P. Hickman President, Program Manager, SGS

Page 329: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

56 See Block 16C. 6. ISSUED BY CODE OP-OSO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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.

X THE CHANGES CLAUSE “FAR 52.243-2 CHANGES–COST REIMBURSEMENT(AUG 1987) ALT II (APR 1984)”

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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [X] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this change order is to direct the contractor to provide design and construction services for the renovations required to the OPF 1 & 2 Lowbays at KSC. Support includes the following: Plumbing is to be replaced including the sanitary system, discharge lines, chair carriers, and fixture arms. Other renovations include adding an exhaust system to ventilate both rooms; walls, tile floors, dividers, ceiling, to be completely gutted and re-installed with new materials. The restroom renovation also requires handicap accessibility, based on federal register 35605 for ADA installations. The current men’s restroom configuration has two showers, which are not required. These showers would be removed to accommodate an ADA unisex restroom facility equipped with a water closet, sink, and exhaust ventilation. The shower removal will accommodate a janitor storage area equipped with a janitor sink. The ADA restroom and janitor storage area should each have access to the hallway. (continued on page 2) Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY May 11, 2000

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 330: amendment of solicitation/modification of contract - NASA

Modification 56

Funding in the amount of $257,415 is available for this effort. The authorization to proceed with the support added under this change is at a level not to exceed $257,415 inclusive of cost and fee. Pending negotiation of an equitable adjustment any aggregate of cost and fee in excess of $257,415 will be expressly unallowable under the contract unless the contractor receives advance written direction otherwise from the contracting officer. The appropriate Job Order Number (JON) to charge is NROS/PMS.

Paragraph 2.2.1.9 Special Projects is hereby modified to include the following effort:

o. Provide design and construction services for the renovations required to the OPF 1 & 2 Lowbays at KSC.

End of Mod.

Page 331: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT NAS10-99001 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

57 See Block 16C. 6. ISSUED BY CODE OP-OSO RP 7. ADMINISTERED BY (If other than Item 6) CODE OP-OSO RP

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) (x)

9A. AMENDMENT OF SOLICITATION NO.

Space Gateway Support 2411 Dulles Corner Park, Suite 500 Herndon, VA 20171-3430

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X

10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 copies 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 ACKNOWLEDGMENT TO BE RECEIVED AT THE PDESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendyou 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

(x) A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NOIN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriatiodate, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: x D. OTHER (Specify type of modification and authority)

Unilateral Modification in accordance with Attachment J8, JBOSC Award Fee Evaluation Plan E. IMPORTANT: Contractor [X] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to revise Articles B-3 and B-4 to reflect the amount of award fee earned for the period October 1, through March 31, 2000, as determined by the Fee Determination Official on May 11, 2000. Notice is hereby given that award fee the amount of $6,669,000 has been earned for the stated period. The total available award fee pool is therefore reduced by $1,097from $7,766,490 to $6,669,000. NOTE: PROVISIONAL AWARD FEE PAYMENT DISBURSED TO DATE IN THE AMOUNT OF $3,813,240, IS HEREBY DEDUCTEFROM THE EARNED AWARD FEE of $ 6,669,000 FOR A NET PAYMENT DUE OF $2,855,760. 2. As a result of the above changes, pages 9 and 10 of said contract, as modified, are hereby deleted and new pages 9 and 10 , aresubstituted in lieu thereof.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/ Rene E. Paquette 05/12/00

(Signature of person authorized to sign) (Signature of Contracting Officer)

9

Page 332: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Mod No. 57 ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

9

Page 333: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

9

Phase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period (10/1/98-9/30/03) $958,842,993 $73,796,818 $1,032,639,811

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $963,491,645 $74,079,632 $1,037,571,277This Mod No. 57 $0 ($1,097,490) ($1,097,490)Subtotal $963,491,645 $72,982,142 $1,036,473,787

OptionsOption 1 (10/1/03-9/30/08) $1,045,460,508 $83,630,589 $1,129,091,097This Mod No. 57 $0 $0 $0Option 1 Sub total $1,045,460,508 $83,630,589 $1,129,091,097Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,045,883,948 $159,567,273 $2,205,451,221*Earned fees for past periods plus the available fees for future periods.

Page 334: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

9

Mod No. 57

ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, and the amount of earned award fee.

Max Available Award Fee

This Mod No. 57 Total Max Avail Fee

Earned Award Fee

Award Fee Mod. No.

10/01/98 03/31/99 $7,736,689 ($1,546,689) $6,190,000 $6,190,000 1504/01/99 09/30/99 $6,090,526 ($1,190,526) $4,900,000 $4,900,000 3610/01/99 03/31/00 $7,766,490 ($1,097,940) $6,669,000 $6,669,000 5704/01/00 09/30/00 $7,719,547 $0 $7,719,54710/01/00 03/31/01 $7,908,234 $0 $7,908,23404/01/01 09/30/01 $7,908,253 $0 $7,908,25310/01/01 03/31/02 $7,857,659 $0 $7,857,65904/01/02 09/30/02 $7,857,673 $0 $7,857,67310/01/02 03/31/03 $7,985,881 $0 $7,985,88104/01/03 09/30/03 $7,985,895 $0 $7,985,895

TOTAL $76,816,847 ($3,835,155) 72,982,142$ $17,759,000

10/01/03 03/31/04 $8,113,845 $0 $8,113,84504/01/04 09/30/04 $8,113,853 $0 $8,113,85310/01/04 03/31/05 $8,203,314 $0 $8,203,31404/01/05 09/30/05 $8,203,334 $0 $8,203,33410/01/05 03/31/06 $8,323,339 $0 $8,323,33904/01/06 09/30/06 $8,323,354 $0 $8,323,35410/01/06 03/31/07 $8,487,764 $0 $8,487,76404/01/07 09/30/07 $8,487,782 $0 $8,487,78210/01/07 03/31/08 $8,686,995 $0 $8,686,99504/01/08 09/30/08 $8,687,009 $0 $8,687,009

TOTAL $83,630,589 $0 $83,630,589GRAND TOTAL $160,447,436 ($3,835,155) 156,612,731.00$ $17,759,000

BASIC

OPTION

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

Page 335: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 15 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

58 See Block 16C. 6. ISSUED BY CODE OP-ESO 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) (x)

9A. AMENDMENT OF SOLICITATION NO.

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) Bseparate 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 thiamendment 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 solicitaand this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required)

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 NOIN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriatiodate, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 CHANGES - COST-REIMBURSEMENT (AUG 1987) ALT II (APR 1984)

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) See attached. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Jane D. Rievley Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY

Page 336: amendment of solicitation/modification of contract - NASA

(Signature of person authorized to sign) (Signature of Contracting Officer)

NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 337: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

Mod No. 58

The purpose of this modification is to finalize CCR 00-06 to increase costs and fee associated with providing engineering and construction services to support an increase in the Construction Project Management Baseline for FY00 and FY01. The cost and fee for engineering and construction services increases by 6% of the Construction Project Management Baseline increase. The annual workload indicator Construction Project Management Baseline of $17,400,000 for 13 NASA projects for WBS 2.1.3 is increased for FY00 from 13 to 22 projects for a total value of $29,000,000 and FY01 from 13 to 28 projects for a total value of $49,250,000. The resulting increase in engineering and construction services cost is $1,194,977 and fee is $95,598 for a total contract value increase of $1,290,575. Technical Exhibit 2.1.3-001, KSC Construction Management Project Baseline, is added as a compliance document for clarification and ease of change. Engineering & Construction Services performed pursuant to this change should be charged to JON NCOFSIES. This modification also incorporates CCR 00-45 to change the submission date for DR 3.4.1-01 to allow for adequate report preparation.

As a result of the above changes, pages 9, 10, 205, 209-217 of said contract, as modified, are hereby deleted and new pages 9, 10, 205 and 209-217 are substituted in lieu thereof. Technical Exhibit 2.1.3-001 is added.

In consideration of the modification agreed to herein as complete equitable adjustment for the contractor’s proposal for adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposal for adjustment

2

Page 338: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

Mod No. 58

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period (10/1/98-9/30/03) $958,842,993 $72,699,328 $1,031,542,321

This Mod No. 58 $1,194,977 $95,598 $1,290,575

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $964,686,622 $73,077,740 $1,037,764,362

OptionsOption 1 (10/1/03-9/30/08) $1,045,460,508 $83,630,589 $1,129,091,097

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,047,078,925 $159,662,871 $2,206,741,796*Earned fees for past periods plus the available fees for future periods.

9

Page 339: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

10

Mod No. 58

ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, and the amount of earned award fee. +-

Max Available Award Fee

This Mod No. 58 Total Max Avail Fee

Earned Award Fee

Award Fee Mod. No.

10/01/98 03/31/99 $7,736,689 $6,190,000 $6,190,000 1504/01/99 09/30/99 $6,090,526 $4,900,000 $4,900,000 3610/01/99 03/31/00 $7,766,490 $6,669,000 $6,669,000 5704/01/00 09/30/00 $7,719,547 $12,210 $7,731,75710/01/00 03/31/01 $7,908,234 $13,336 $7,921,57004/01/01 09/30/01 $7,908,253 $18,019 $7,926,27210/01/01 03/31/02 $7,857,659 $25,443 $7,883,10204/01/02 09/30/02 $7,857,673 $26,590 $7,884,26310/01/02 03/31/03 $7,985,881 $0 $7,985,88104/01/03 09/30/03 $7,985,895 $0 $7,985,895

TOTAL $76,816,847 $95,598 $73,077,740 $17,759,000#

10/01/03 03/31/04 1 $8,113,845 $0 $8,113,84504/01/04 09/30/04 1 $8,113,853 $0 $8,113,85310/01/04 03/31/05 1 $8,203,314 $0 $8,203,31404/01/05 09/30/05 1 $8,203,334 $0 $8,203,33410/01/05 03/31/06 1 $8,323,339 $0 $8,323,33904/01/06 09/30/06 1 $8,323,354 $0 $8,323,35410/01/06 03/31/07 1 $8,487,764 $0 $8,487,76404/01/07 09/30/07 1 $8,487,782 $0 $8,487,78210/01/07 03/31/08 1 $8,686,995 $0 $8,686,99504/01/08 09/30/08 1 $8,687,009 $0 $8,687,009

TOTAL $83,630,589 $0 $83,630,589GRAND TOTAL $160,447,436 $95,598 156,708,329.00$ $17,759,000

BASIC

OPTION

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

Page 340: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-2

205

DATA REQUIREMENT

CONTRACT APPLICATION INFORMATION FOR DRL ____________ A. ITEM NO. 3.4.1-01

B. LINE ITEM TITLE: WBS 3.4.1, Publications C. OPR. JPMO

D. TYPE 3

E. INSPECT/ ACCEPT 6

F. REQ. a = AR, b = MO, c = Every 4 months

G. INITIAL SUB. b = 4/22/99 c = 4-22-99

H. AS OF DATE b = 30/3 from recpt. c = 120/5 from recpt.

J. REMARKS:

a = Office Copier Justification to Install, Move or Upgrade b = Monthly Detail to Invoice Summary Sheets, submit 3 days from receipt. c = 4-Months Detail to Invoice Summary Sheets, submit 5 days from receipt.

K. DISTRIBUTION

TOTALS

NO. TYPE

TA-B 1 A

DATA REQUIREMENT DESCRIPTION 1. TITLE Reports, Office Copier Justification to Install, Move or Upgrade, Monthly and 4-Months Detail to Invoice Summary Sheets

2. NUMBER 3.4.1-01

3. USE

4. DATE 11 May 00

Reports are required to properly manage KSC’s Copier Program 5. ORGANIZATION NASA/KSC TA-B

7. INTERRELATIONSHIP

6. REFERENCES NPG 1490.5A, dated 07/08/97

8. PREPARATION INFORMATION a. Office Copier Justification to Install, Move or Upgrade Report - The format for this report shall be

KSC Form 28-51. Instructions for the completion of this form are on the reverse side of the form. b. Monthly Detail to Invoice Summary Sheets - The monthly invoice and meter reading sheets are

provided by the Cost-Per-Copy (CPC) copier support contractor, and should be reconciled and submitter three days from their receipt.

1. Validate meter readings and cost for each copier. 2. Redline discrepancies and provide comments 3. Initial and forward for final processing.

c. 4-Month Detail to Invoice Summary Sheets - The format for this report is provided by the CPC

copier support contractor following a 4-month copier triannual review period. (Ref. NAS5-96077, “NASA-wide CPC Contract”, para. 3.2, pg. 6&7). Reconcile and submit five days from receipt of summary sheets.

1. Validate the 4-Month average minimum volume and cost for each copier 2. Redline discrepancies, identify copiers for possible move, downgrade, or upgrade 3. Provide comments, initial and forward for final processing

KSC FORM 16-246 (REV. 1/82) COMPUTER GENERATED

Page 341: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-4

NAS10-99001

JOINT BASE OPERATIONS AND SUPPORT

CONTRACT

ATTACHMENT J-4

COMPLIANCE DOCUMENT LISTING

209

Page 342: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-4

1.1 45 SW CWC Compliance Plan W 07/94 45th Space Wing (45 SW) Chemical Weapons Convention (CWC) Compliance Plan

1.1 ANSI/ASQC Q-9001-1994 O 08/94 Standard, “Quality Systems-Model for Quality Assurance in Design, Production, Installation and Servicing”

1.1 DoD 5220.22-M W 01/95 National Industrial Security Program Operating Manual 1.1 PA-40007 W 09/97 PAO Support Plan 1.1 USAF INF Compliance Plan W 10/96 USAF Intermediate-Range Nuclear Force Compliance Plan ,Annex J,

Change 2

1.2 EWR 127-1 (T) W 03/95 Eastern and Western Range Safety Policies and Processes 1.2 KHB 1710.2C (T) W 02/97 Kennedy Space Center Safety Practices Handbook 1.3 45SWI 65-601 J 08/95 Reimbursement Policy 1.3 J-BOSC Tech Exhibit 5.1-504 W 10/97 Reimbursable Charging Policy 1.3 NPG 9501.2C W 04/96 NASA Contractor Financial Management Reporting 2.0 NFPA (T) W 10/97 National Fire Protection Association Standards 2.1 NPG 8831.2B W 10/94 Facilities Maintenance and Energy Management Handbook

2.1.1 AFI 32-1021 W 05/94 Planning and Programming of Facility Construction Projects 2.1.1 AFI 32-1022 W 06/94 Planning and Programming Non-appropriated Fund Facility

Construction Projects

2.1.1 AFI 32-1032 W 05/94 Planning and Programming Real Property Maintenance Projects Using Appropriated Funds

2.1.1 NAVFAC MO-322 J 07/77 Inspection of Shore Facilities, Volume I 2.1.1 OPNAVINST 11010.34 J 02/87 Instructions for Preparation and Submission of the Type “A” Annual

Inspection Summary and Narrative Assessment

2.1.1 AFI 32-6002 W 05/94 Family Housing Planning, Programming, Design, and Construction 2.1.1 AFI 32-9005 W 09/94 Real Property Accountability and Reporting 2.1.1 Asbestos Management (T) J 07/94 Asbestos Management and Operations Plan 2.1.1 J-BOSC Tech Exhibit 7.0-026 J 10/96 CCAS General Comprehensive Plan 2.1.1 KHB 1200.1C J 09/94 Facilities, Systems, and Equipment Management Handbook 2.1.1 Lead-Based Paint Management J 05/95 Lead-Based Paint Management Plan 2.1.1 NHB 7234.2 J 07/87 Facilities Utilization Program Implementation Handbook 2.1.1 NHB 7320.1B W 05/82 Facilities Engineering Handbook

210

Page 343: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-4

2.1.1 NPD 8800.14A W 04/97 Policy for Real Property Management 2.1.1 NPG 8820.2B W 04/97 Facility Project Implementation Handbook 2.1.3 Asbestos Management (T) J 07/94 Asbestos Management and Operations Plan 2.1.3 Lead-Based Paint Management J 05/95 Lead-Based Paint Management Plan 2.1.3 J-BOSC Tech Exhibit 2.1.3-001 W 11/99 NASA Construction Management Project Baseline, WBS 2.1.3 2.1.4 AFEPPM 96-3 J Air Force Energy Program Procedural Memorandum 2.1.4 Executive Order 12902 W 03/94 Energy Efficiency and Water Conservation at Federal Facilities 2.1.4 NPG 8800.17 W 10/96 Energy Metrics for NASA Facilities 2.1.4 NPG 8831.2B W 10/94 Facilities Maintenance and Energy Management Handbook 2.2 NPD 8800.16 W 09/95 NASA Environmental Management

2.2.1 KHB 1200.1C J 09/94 Facilities, Systems, and Equipment Management Handbook 2.2.1 45SW Standard Specification for

Asbestos Abatement W 10/96 45SW Standard Specification for Asbestos Abatement

2.2.1 Facility Number Report (CMDS/CID)

J 11/97 Facility Number Report (CMDS/CID

2.2.1 AFI 32-7001 W 03/94 Environmental Budgeting 2.2.1 AFI 32-7045 W 04/94 Environmental Compliance Assessment and Management Program 2.2.1 AFI 32-7061 W 01/95 The Environmental Impact Analysis Process 2.2.1 Asbestos Management (T) J 07/94 Asbestos Management and Operations Plan 2.2.1 Lead-Based Paint Management J 09/92 Lead-Based Paint Management Plan 2.2.1 FED-STD-209E J 09/92 Federal Standard Airborne Particulate Cleanliness Classes in

Cleanrooms and Clean Zones

2.2.1 KCI-HB-5340.1 J 03/95 Payload Facility Contamination Control Implementation Plan 2.2.1 MOU 15E-2-1 J 05/91 GSA 2.2.1 NPD 8800.14A W 04/97 Policy for Real Property Management 2.2.1 NPG 8820.2B W 04/97 Facility Project Implementation Handbook 2.2.1 NPG 8831.2B W 10/94 Facilities Maintenance and Energy Management handbook 2.2.1 SA 15A-1-2 W 10/96 333 USAFRSQ 2.2.1 SA 15A-1-26 W 07/95 301 RQS 2.2.1 SA 15A-1-32 J 03/92 ESC/OL-AT (JOINT STARS) 2.2.1 SA 15A-1-38 W 03/95 FLANG 159 WF 2.2.1 SA 15A-1-39 W 03/95 FLANG WRTC

211

Page 344: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-4

2.2.1 SA 15A-1-7 W 08/95 114 CCS 2.2.1 SA 15A-1-9 J 08/92 AFTAC 2.2.1 SA 15B-1-1 W 05/96 MSCO 2.2.1 SA 15C-1-12 J 08/91 PM SATCOM FFO (HARRIS, INC.) 2.2.1 SA 15D-1-13 W 02/97 DDMS 2.2.1 SA 15D-1-2 W 08/96 DEOMI 2.2.1 SA 15D-1-6 J 09/93 DRMO 2.2.1 SA 15E-1-5 J 09/92 DOS-INM ISA 2.2.1 NAVFAC P-307 J 10/96 Management of Weight Handling Equipment (T) 2.2.2 J-BOSC Tech Exhibit 5.5-823 W 10/97 Quality Standards PAFB 2.2.2 J-BOSC Tech Exhibit 5.5-826 J 10/97 CCAS Grounds Areas Map and Requirements 2.2.2 J-BOSC Tech Exhibit 7.0-016 J 10/97 KSC Grounds Maintenance 2.2.2 J-BOSC Tech Exhibit 7.0-028 J 10/97 PAFB Grounds Areas Map and Requirements 2.2.3 AFI 32-6003 W 06/94 General Officer Quarters 2.2.3 AFI 32-6004 W 05/94 Furnishing Management 2.2.4 FED-STD-209E J 09/92 Federal Standard Airborne Particulate Cleanliness Classes in

Cleanrooms and Clean Zones

2.2.4 KCI-HB-5340.1 J 03/95 Payload Facility Contamination Control Implementation Plan 3.1 NPG 1620 (Draft) J 08/97 NASA Security Requirements Manual

3.1.1 Federal Aviation Regulations (FAR) Part 139 (T)

W 05/95 Certifications and Operations; Land Airports Serving Certain Air Carriers

3.1.1 NFPA (T) W 10/97 National Fire Protection Association Standards 3.1.2 AFI 31-101, V1 (or as modified

in Section J Attachment 9,Glossary)

W 12/96 USAF Physical Security Program

3.1.2 AFI 31-207 W 08/95 Arming and Use of Force by Air Force Personnel 3.1.2 AFI 31-209 W 11/94 The Air Force Resources Protection Program 3.1.2 NHB 1620.3C (will be replaced

by NPG 1620 Draft in Library, L015)

W 02/93 NASA Security Handbook

3.1.2 SI-PSO-IMI-FAAP-1 J 07/97 NASA Lead Center for FAAP 3.1.3 Executive Order 12148, Section O 08/82 Federal Emergency Management

212

Page 345: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-4

2-101 3.1.3 Executive Order 12472 O 04/84 Telecommunications Emergency Preparedness 3.1.3 Executive Order 12656 O 11/88 Assignment of Emergency Preparedness Responsibilities 3.1.3 Federal Radiological

Emergency Response Plan J 05/96 Federal Radiological Emergency Response Plan (FRERP)

3.1.3 NPG 8715.1 (replaces NHB 1040.3)

J 08/96 NASA Emergency Preparedness Plan

3.2.1 AFI 32-7086 W 07/97 Hazardous Materials Management 3.2.1 J-BOSC Tech Exhibit 7.0-001 W 01/98 NASA Supply Customer Support Matrix 3.2.2 AFI 24-301 (T) W 04/95 Vehicle Operations 3.2.2 45SW OPLAN 10-403 W 09/96 Installation Deployment Plan 3.2.2 45SW OPLAN 28-31 (Being

revised: will be OPLAN 10-404) J 02/94 Base Support Plan

3.2.2 IATA O 97th ed. International Airline Transportation Association 3.2.2 ICAO O 96-98 International Civil Aviation Organization 3.2.2 IMDG O 1996 International Maritime Dangerous Goods 3.2.2 J-BOSC Tech Exhibit 7.0-005 W 10/97 NASA Transportation Customer Support Matrix 3.2.2 SA 15A-1-13 W 10/95 437 MAW 3.2.2 SA 15A-1-16 W 04/97 Det 3 ASC 3.2.2 SA 15A-1-19 W 02/95 HQ AFROTC (Sr ROTC) 3.2.2 SA 15A-1-2 W 10/96 333 USAFRSQ 3.2.2 SA 15A-1-23 W 12/96 822 ASTS 3.2.2 SA 15A-1-26 W 07/95 301 RQS 3.2.2 SA 15A-1-32 J 03/92 ESC/OL-AT (JOINT STARS) 3.2.2 SA 15A-1-36 W 02/95 HQ AFROTC (Jr. ROTC) 3.2.2 SA 15A-1-7 W 08/95 114 CCS 3.2.2 SA 15A-1-9 J 08/92 AFTAC 3.2.2 SA 15B-1-1 W 05/96 MSCO 3.2.2 SA 15B-1-4 J 12/90 NOTU 3.2.2 SA 15B-1-5 W 03/95 CD, NSWC 3.2.2 SA 15C-1-2 J 03/93 MTMCCCD 3.2.2 SA 15C-1-5 J 05/97 USARG

213

Page 346: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-4

3.2.2 SA 15D-1-13 W 02/97 DDMS 3.2.2 SA 15D-1-14 J 04/92 DCMC 3.2.2 SA 15D-1-2 W 08/96 DEOMI 3.2.2 SA 15D-1-6 J 09/93 DRMO 3.2.2 SA 15E-1-5 J 09/92 DOS-INM-ISA 3.2.2 ST/SG/AC.10/1/Rev. 9 O 9th ed. United Nations Recommendations on the Transport of Dangerous

Goods

3.2.3 45 SWI 21-101 W 08/95 Repair, Calibration, and Certification of Test, Measurement, and Diagnostic Equipment (Option 3A and 3B)

3.2.3 ANSI/NCSL Z540-1-1994 J 94 Calibration Laboratories and Measuring & Test Equipment - General Requirements

3.2.3 T.O. 33K-1-100 W 01/98 TMDE Interval, Calibration and Repair, T.O. Reference Guide and Work Unit Code Manual (Option 3A and 3B Requirement Only)

3.2.3 T.O. 00-20-14 W 05/96 Technical manual Air Force metrology and Calibration Program (Option 3A and 3B Requirement Only)

3.2.3 Technical Exhibit 7.0-115 W 01/98 Eastern Range Calibration Support (PMEL) Performance Requirements and Standards (Option 3A and 3B Requirement Only)

3.2.3 ASNT CP-189 J 91 Standard for Qualification and Certification of Nondestructive Testing Personnel

3.2.3 ASNT-SNT-TC-1A J 92 Personnel Qualification and Certification in NDE Testing Recommended Practice

3.2.3 JSC SE-S-0073, Revision F, Last Modification as of 8/97

J &W 05/94 Space Shuttle Fluid Procurement & Use Control, Specification for

3.2.3 KSC-C-123, Revision H J 09/95 Surface Cleanliness of Fluid Systems, Specification for 3.2.3 MIL-STD-410, Revision E J 01/91 Nondestructive Testing Personnel Qualification and Certification 3.2.4 AFM 67-1, Volume 1, part 3,

chapter 4 J 05/96 Missile Fuels

3.2.4 BB-F-1421, Revision B O 03/82 Refrigerant 21 3.2.4 J-BOSC Tech Exhibit 7.0-021 W 10/97 Types of Propellants 3.2.4 JSC SE-S-0073, Revision E J &W 03/97 Space Shuttle Fluid Procurement & Use Control, Specification for 3.2.4 KSC-SPEC-P-0017 J 10/94 Propellants, Recovered Hydrazine Family Fuels, Specifications for 3.2.4 KSC-SPEC-P-0018 J 07/95 Propellants, Recovered Nitrogen Tetroxide Solutions, Specifications

for

214

Page 347: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-4

3.2.4 KSC-STD-Z-0006, Revision B J 10/95 Design of Hypergolic Propellants Ground Support Equipment, Standard for

3.2.4 KSC-STD-Z-0008, Revision C J 10/96 Design of Ground Life Support Systems and Equipment, Standard for 3.2.4 KSC-STD-Z-0009, Revision C J 08/94 Design of Cryogenic Ground Support Equipment, Standard for 3.2.4 MIL-M-12218, Revision C,

Notice 1 J 06/97 Monobromotrifluoromethane (Liquefied), Technical Grade for Fire

Extinguishers (MIL-M-12281C has been canceled without replacement)

3.2.4 MIL-PRF-27210, Revision G J 04/97 Oxygen, Aviator’s Breathing, Liquid and Gas 3.2.4 MIL-PRF-25508, Revision F J 10/95 Propellant, Oxygen 3.2.4 MIL-P-25576, Revision C,

Amendment 2 J 06/82 Propellant, Kerosene (RP-1)

3.2.4 MIL-P-26536, Revision D, Amendment 1

J 06/95 Propellant, Hydrazine

3.2.4 MIL-P-26539, Revision D, Amendment 2

J 05/95 Propellant, Nitrogen Tetroxide

3.2.4 MIL-PRF-27401, Revision D J 10/95 Propellant, Pressurizing Agent, Nitrogen 3.2.4 MIL-P-27402, Revision B,

Amendment 1 J 06/89 Propellant, Hydrazine-uns-Dimethylhydrazine (Aerozine-50)

3.2.4 MIL-P-27404, Revision B J 05/79 Propellant, Monomethylhydrazine 3.2.4 MIL-P-27407, Revision A,

Amendment 1 J 06/88 Propellant, Pressurizing Agent, Helium

3.2.4 MIL-P-27415, Notice 1 J 08/88 Propellant, Pressurizing Agent, Argon 3.2.4 MIL-PRF-27201, Revision C J 12/95 Propellant, Hydrogen 3.2.4 MIL-T-83133, Revision D,

Amendment 1 J 09/95 Turbine Fuel, Aviation, Kerosene Types, NATO F-34 (JP-8) and

NATO F-35

3.2.4 O-A-445, Revision B, Amendment 1

J 05/83 Ammonia, Technical (Shuttle Grade)

3.2.4 TT-I-735, Revision A, Notice 1 J 11/91 Isopropyl Alcohol 3.2.4 NASA-STD-6001 J 02/98 Flammability, Odor, Offgassing, and Compatibility Requirements

and Test Procedures for Materials in Environments That Support Combustion

3.2.5 45SWI 13-202 J 12/94 Use of Cape Canaveral Air Station (CCAS) (Skid Strip) 3.2.5 AFI 13-203 W 08/97 Air Traffic Control (Chapters 1-3, 5-8, 10&11) (Skid Strip)

215

Page 348: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-4

3.2.5 AFI 13-213 W 08/97 Airfield Management (Chapters 1-6 & 8) (Skid Strip) 3.2.5 AFI 13-213, Supplement 1 W 12/96 AFSPC 1 Supplement (Skid Strip) 3.2.5 AFI 13-218 W 11/95 Air Traffic System Evaluation Program (Skid Strip) 3.2.5 FAA Approval Letter J 05/91 Definition of NASA 4 Maintenance Program (PAFB) 3.2.5 FAAH 7110.10L J 07/96 Flight Services (SLF/Skid Strip) 3.2.5 FAAH 7110.65J J 07/95 Air Traffic Control (SLF/Skid Strip) 3.2.5 FAAH 7210.3N J 07/97 Facility Operation and Administration (SLF) 3.2.5 FAAH 7220.2A J 07/88 Operational Position Standards (SLF) 3.2.5 FAAO 6850.5C J 03/95 Maintenance of Lighted Navigational Aids (Skid Strip) 3.2.5 FAR Part 139 W 11/87 Certification and Operations: Land Airports Serving Certain Carriers

(SLF)

3.2.5 FAR Part 43 W 05/97 Maintenance, Preventative Maintenance, Rebuilding , and Alteration (PAFB)

3.2.5 FAR Part 65 W 01/95 Certification: Airmen Other Than Flight Crewmembers (PAFB) 3.2.5 FAR Part 73 W 01/81 Special Use Airspace (SLF) 3.2.5 FAR Part 91 W 04/97 General Operating and Flight Rules (Skid Strip) 3.2.5 Federal Air Regulation (FAR)

Part 1 W 04/97 Definitions and Abbreviations (SLF)

3.2.5 FAAH 7610.4, Chapter 13 O 02/90 Special Military Operations 3.2.6 OPLAN 32-3, Vol. IIIA J 09/97 Oil Spill Contingency Plan 3.2.6 OPLAN 32-3, Vol. IIIB J 09/97 Emergency Response Action Plan 3.2.6 OPLAN 32-3, Vol. V-VIII J 09/97 Spill Prevention, Control, and Countermeasures Plan 3.3.1 CIO Directives (will be replaced

with NPG 2800.1) W N/A CIO Executive Notices

3.3.1 NHB 2410.9A W 06/93 NASA Automated Information Security Handbook 3.3.1 NASA Technical Standards W 7/97 Series 2000, Computer Systems, Software, and Data Systems 3.3.1 NMI 2410.10B (will be replaced

with NPD 2820, NASA Software Policies)

W 4/93 NASA Software Management, Assurance and Engineering Policy

3.3.1 OMB Circular A-11, Transmittal Memorandum #70, Part 3, and Supplement to Part 3

W 10/97 Planning, Budgeting, and Acquisition of Capital Assets and Capital Planning guides

3.3.1 OMB Circular A-130, App III W 02/96 Management of Federal Information Resources

216

Page 349: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-4

3.3.2 AFI 33-118 W 08/97 Radio Frequency Spectrum Management 3.3.2 KHB 2570.1A J 02/95 KSC Radio Frequency Spectrum Management Handbook 3.4.1 NPG 1490.5A W 07/97 NASA Procedures and Guidelines for Printing, Duplicating, and

Copying Management

3.4.3 USPS Domestic Mail Manual J 01/96 United States Postal Service Domestic Mail Manual 3.4.3 USPS International Mail

Manual J 07/96 United States Postal Service International Mail Manual

3.5.1 J-BOSC Tech Exhibit 7.0-036 J 09/97 Memorandums of Understanding 3.5.1 J-BOSC Tech Exhibit 7.0-037 J 09/97 Licenses and Certifications 3.5.1 KBM-PL-1.2C J 05/95 KSC Emergency Medical Services Plan 3.5.1 KMI 1810.1G J 06/96 KSC Occupational Medicine Program 3.5.2 ISBN:1-882417-13-5 J 03/96 Threshold Limit Values for Chemical Substances and Physical Agents 3.5.2 J-BOSC Tech Exhibit 7.0-039 J 03/96 NRC Materials License for KSC and CCAS 3.5.2 KHB 1820.3A (T) J 10/94 KSC Hearing Conservation 3.5.2 KHB 1820.4 (T) J 05/93 KSC Respiratory Protection Program 3.5.2 KHB 1840.1B (T) J 01/95 KSC Industrial Hygiene Handbook 3.5.2 KHB 1860.1C (T) J 08/96 KSC Ionizing Radiation Protection Program 3.5.2 KHB 1860.2A (T) J 06/93 KSC Non-ionizing Radiation Protection Program 3.5.2 KHB 1870.1A (T) J 05/92 KSC Sanitation and Pollution Control Handbook 3.5.2 KMI 1800.2B J 05/94 KSC Hazard Communication 3.5.3 KHB 8800.6 (T) J 01/93 Environmental Control Handbook

217

Page 350: amendment of solicitation/modification of contract - NASA

Section J, Attachment J-4

218

NAS10-99001

Page 351: amendment of solicitation/modification of contract - NASA

J-BOSC Technical Exhibit 2.1.3-001 November 1999

KSC CONSTRUCTION MANAGEMENT PROJECT BASELINE

WBS 2.1.3

CONTRACT PERIOD: FY: VALUE:

Contract Year 1 FY 99 $ 17,400,000 Contract Year 2 FY 00 $ 29,000,000 Contract Year 3 FY 01 $ 49,250,000 Contract Year 4 FY 02 $ 17,400,000 Contract Year 5 FY 03 $ 17,400,000

BASIC Sub-total: $ 130,450,000

Contract Year 6 FY 04 $ 17,400,000 Contract Year 7 FY 05 $ 17,400,000 Contract Year 8 FY 06 $ 17,400,000 Contract Year 9 FY 07 $ 17,400,000

Contract Year 10 FY 08 $ 17,400,000

OPTION Sub-total: $87,000,000

TOTAL: $217,450,000

NOTES:

1. The original annual baseline established in the workload data of the request for proposal was

$17,400,000. 2. This technical exhibit is incorporated by reference in Attachment J-4, Compliance

Document Listing, and only increases the annual baseline for contract year 2 (FY 00) and contract year 3 (FY 01).

Page 352: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT NAS10-99001 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

59 See Block 16C. MR 006001 S-3 6. ISSUED BY CODE OP-OSO RP 7. ADMINISTERED BY (If other than Item 6) CODE OP-OSO RP

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support 2411 Dulles Corner Park, Suite 500 Herndon, VA 20171-3430

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 copies 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 ACKNOWLEDGMENT 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)

CW-1/2540C/400000/52/00 Increase of $29,785,540 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. (x) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: x D. OTHER (Specify type of modification and authority)

Contract Article G-2, Contract Funding and FAR 52.232-22, Limitation of Funds E. IMPORTANT: Contractor { X } is not, [] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

Incremental funding is increased by $29,785,540 as reflected in revised Contract Article G-2 Contract Funding. The funds are estimated to be adequate for contract performance through September 5, 2000. Contract Article G-2, Contract Funding is modified to include this change END OF MOD

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 353: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

27.1

Mod No. 59

FUNDING AS OF

MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947

22 $2,230,979

24 $666,030 $2,000,000 $2,666,030 09/25/1999

25 $5,000,000 $2,436,340 $7,436,340 09/30/1999

26 $517,988

27 $1,358,056

28 $23,126,710 $2,011,018 $25,137,728 10/15/1999

31 $92,411

33 -$23,644,033

35 $77,296,368 $6,721,423 $84,017,791 04/15/2000

36 -$1,190,526

37 $465,945

38 $502,222

40 $12,000,000

41 $44,400,329 $3,860,898 $48,261,227 5/10/2000

43 -$907,120

48 $14,887,080 $1,294,529 $16,181,609 7/02/2000

59 $27,402,697 $2,382,843 $29,785,540 9/05/2000

Total $1,034,456,558 $374,501,671 $29,393,487 $403,895,158

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

This is the designated billing office for cost vouchers for purposes of the prompt payment clause of this contract.

B. The contractor shall prepare vouchers as follows:

1. One original Standard Form SF 1034, SF 1035, or equivalent contractor's

Page 354: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

60 See Block 16C. 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 CHANGES – COST-REIMBURSEMENT (AUG 1987) ALT II (APR 1984)

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

SEE PAGE 2 Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Rene E. Paquette Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/Robert J. Coffman 07/06/00 BY /s/Rene E. Paquette 07/07/00

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 355: amendment of solicitation/modification of contract - NASA

The purpose of this modification is to definitize Change Order 32 (CCR 00-11) for hurricane damage repair of the Transporter Canister Facility (building M7-777) for the period of October 15, 1999 through January 13, 2000. Equitable adjustment for the base period is $239,630 for costs and $17,636 for fee for a total of $257,266. This modification also definitizes Change Order 47 (CCR 00-26) for support with maintaining the KSC Law Library for the period of February 23, 2000 through September 30, 2008. Equitable adjustment for the base period is $143,808 for costs and $9,763 for fee for a total of $153,571 and for option 1 costs $224,219 for costs and $15,359 for fee for a total of $239,578. Section J, Attachment J-1, Statement of Work (SOW) paragraph 2.2.1.9, bullet j language, as defined in mod 47, is deleted. SOW paragraph 3.4.2.1 (add as a second bullet), is modified to incorporate the following language: Maintain the KSC Law Library, room 2408A, KSC Headquarters building (M6-399), to include receiving, updating, filing, shelving and posting of revisions within two days of receipt. Perform shelf maintenance, indexing, and labeling, to support efficient access of reference materials by legal staff. Replacement pages 9, 10 and 27.1 are attached and should be appropriately inserted into the contract.

In consideration of the modification agreed to herein as complete equitable adjustment for the contractor’s proposals for adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposals for adjustment.

NOTE: The negotiated award fee amounts for CCR’s 00-11 and 00-26 have been reduced to reflect actual earned fee during award fee period 2 of 80% and period 3 of 86%. Contractor is authorized to bill additional amounts earned during award fee period 2 ($870) and 3 ($8,632), as a result of this modification.

END MODIFICATION

Page 2 of 2

Page 356: amendment of solicitation/modification of contract - NASA

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 59 (10/1/98-9/30/03) $960,037,970 $72,794,926 $1,032,832,896

This Mod No. 60 $383,438 $27,399 $410,837

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $965,070,060 $73,105,139 $1,038,175,199

OptionsOption 1 (10/1/03-9/30/08) $1,045,460,508 $83,630,589 $1,129,091,097This Mod No. 60 $224,219 $15,359 $239,578Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,047,686,582 $159,705,629 $2,207,392,211*Earned fees for past periods plus the available fees for future periods.

Page 357: amendment of solicitation/modification of contract - NASA

ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, and the amount of earned award fee.

Max Available Award Fee

This Mod No. 60 Total Max Avail Fee

Earned Award Fee

Award Fee Mod. No.

10/01/98 03/31/99 $7,736,689 $6,190,000 $6,190,000 1504/01/99 09/30/99 $6,091,396 $870 $4,900,870 $4,900,870 3610/01/99 03/31/00 $7,775,122 $8,632 $6,677,632 $6,677,632 5704/01/00 09/30/00 $7,731,757 $9,903 $7,741,66010/01/00 03/31/01 $7,921,570 $1,258 $7,922,82804/01/01 09/30/01 $7,926,272 $1,258 $7,927,53010/01/01 03/31/02 $7,883,102 $1,337 $7,884,43904/01/02 09/30/02 $7,884,263 $1,337 $7,885,60010/01/02 03/31/03 $7,985,881 $1,402 $7,987,28304/01/03 09/30/03 $7,985,895 $1,402 $7,987,297

TOTAL $76,921,947 $27,399 73,105,139$ $17,768,502#

10/01/03 03/31/04 1 $8,113,845 $1,450 $8,115,29504/01/04 09/30/04 1 $8,113,853 $1,450 $8,115,30310/01/04 03/31/05 1 $8,203,314 $1,487 $8,204,80104/01/05 09/30/05 1 $8,203,334 $1,487 $8,204,82110/01/05 03/31/06 1 $8,323,339 $1,532 $8,324,87104/01/06 09/30/06 1 $8,323,354 $1,532 $8,324,88610/01/06 03/31/07 1 $8,487,764 $1,578 $8,489,34204/01/07 09/30/07 1 $8,487,782 $1,578 $8,489,36010/01/07 03/31/08 1 $8,686,995 $1,632 $8,688,62704/01/08 09/30/08 1 $8,687,009 $1,633 $8,688,642

TOTAL $83,630,589 $15,359 $83,645,948GRAND TOTAL $160,552,536 $42,758 156,751,087.00$ $17,768,502

BASIC

OPTION

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

Page 358: amendment of solicitation/modification of contract - NASA

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 31 $92,411 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/2000 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/2000 43 -$907,120 48 $14,887,080 $1,294,529 $16,181,609 07/02/2000 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,382,843 $29,785,540 09/05/2000 60 $410,837 TOTAL $1,038,175,199 $374,501,671 $29,393,487 $403,895,158 09/05/2000

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1-A Kennedy Space Center, FL 32899

This is the designated billing office for cost vouchers for purposes of the prompt payment clause of this contract.

Page 359: amendment of solicitation/modification of contract - NASA
Page 360: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 61

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

61 See Block 16C. 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 CHANGES – COST-REIMBURSEMENT (AUG 1987) ALT II (APR 1984)

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor [ ] is not, [X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to definitize Change Order 44 (CCR 00-10) for support associated with the design and installation of a deployable Mast Lightning Protection System and associated support (Pegasus Lightning Protection) for the period of November 10, 1999 through May 12, 2000. Equitable adjustment for the base period is $350,723 for costs and $26,002 for fee for a total of $376,725. Replacement pages 9,10 and 27.1 are attached and should be appropriately inserted into the contract. In consideration of the modification agreed to herein as complete equitable adjustment for all the contractor proposal for adjustment, the contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposal for adjustment. NOTE: The negotiated award fee of $14,689 for award fee period 3 has been revised to $12,633 to reflect the actual earned award fee of 86% for period 3. The contractor is authorized to bill for this additional amount as a result of this modification. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Robert J. Coffman Rene E. Paquette Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/ Robert J. Coffman 07/06/00 BY /s/ Rene E. Paquette 07/07/00

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 361: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 61

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 60 (10/1/98-9/30/03) $960,421,408 $72,822,325 $1,033,243,733

This Mod No. 61 $350,723 $26,002 $376,725

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $965,420,783 $73,131,141 $1,038,551,924

OptionsOption 1 (10/1/03-9/30/08) $1,045,684,727 $83,645,948 $1,129,330,675This Mod No. 61 $0 $0 $0Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,048,037,305 $159,731,631 $2,207,768,936*Earned fees for past periods plus the available fees for future periods.

Page 362: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 61

ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, and the amount of earned award fee.

Max Available Award Fee

This Mod No. 61 Total Max Avail Fee

Earned Award Fee

Award Fee Mod. No.

10/01/98 03/31/99 $7,736,689 $6,190,000 $6,190,000 1504/01/99 09/30/99 $6,091,396 $4,900,870 $4,900,870 3610/01/99 03/31/00 $7,787,755 $12,633 $6,690,265 $6,680,086 5704/01/00 09/30/00 $7,741,660 $13,369 $7,755,02910/01/00 03/31/01 $7,922,828 $0 $7,922,82804/01/01 09/30/01 $7,927,530 $0 $7,927,53010/01/01 03/31/02 $7,884,439 $0 $7,884,43904/01/02 09/30/02 $7,885,600 $0 $7,885,60010/01/02 03/31/03 $7,987,283 $0 $7,987,28304/01/03 09/30/03 $7,987,297 $0 $7,987,297

TOTAL $76,952,477 $26,002 73,131,141$ $17,770,956#

10/01/03 03/31/04 1 $8,115,295 $0 $8,115,29504/01/04 09/30/04 1 $8,115,303 $0 $8,115,30310/01/04 03/31/05 1 $8,204,801 $0 $8,204,80104/01/05 09/30/05 1 $8,204,821 $0 $8,204,82110/01/05 03/31/06 1 $8,324,871 $0 $8,324,87104/01/06 09/30/06 1 $8,324,886 $0 $8,324,88610/01/06 03/31/07 1 $8,489,342 $0 $8,489,34204/01/07 09/30/07 1 $8,489,360 $0 $8,489,36010/01/07 03/31/08 1 $8,688,627 $0 $8,688,62704/01/08 09/30/08 1 $8,688,642 $0 $8,688,642

TOTAL $83,645,948 $0 $83,645,948GRAND TOTAL $160,598,425 $26,002 156,777,089.00$ $17,770,956

BASIC

OPTION

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

Page 363: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 61

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 31 $92,411 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/2000 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/2000 43 -$907,120 48 $14,887,080 $1,294,529 $16,181,609 07/02/2000 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,382,843 $29,785,540 09/05/2000 60 $410,837 61 $376,725 TOTAL $1,038,551,924 $374,501,671 $29,393,487 $403,895,158 09/05/2000

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1- Kennedy Space Center, FL 32899

This is the designated billing office for cost vouchers for purposes of the prompt payment clause of this contract.

Page 364: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 61

Page 365: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

62 See Block 16C. 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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)

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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Unilateral Modification in accordance with Attachment J8, JBOSC Award Fee Evaluation Plan

E. IMPORTANT: Contractor [X] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to revise the amount of award fee earned for award fee period 3 due to a calculation error (reference FDO letter dated May 11,2000). Based on the above the net award fee payment due to date (total earned award fee for period 3) is changed from $6,690,265 to $6,700,265, an increase of $10,000. The contractor is authorized to bill the additional $10,000 for award fee period 3, as a result of this modification. Replacement pages 9,10 and 27.1 are attached and should be appropriately inserted into the contract. END OF MODIFICATION Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/ Rene E. Paquette 07/11/00

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 366: amendment of solicitation/modification of contract - NASA

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 60 (10/1/98-9/30/03) $960,772,131 $72,848,327 $1,033,620,458

This Mod No. 62 $0 $10,000 $10,000

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $965,420,783 $73,141,141 $1,038,561,924

OptionsOption 1 (10/1/03-9/30/08) $1,045,684,727 $83,645,948 $1,129,330,675This Mod No. 62 $0 $0 $0Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,048,037,305 $159,741,631 $2,207,778,936*Earned fees for past periods plus the available fees for future periods.

Page 367: amendment of solicitation/modification of contract - NASA

ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-`8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, and the amount of earned award fee.

Max Available Award Fee

This Mod No. 62 Total Max Avail Fee

Earned Award Fee

Award Fee Mod. No.

10/01/98 03/31/99 $7,736,689 $6,190,000 $6,190,000 1504/01/99 09/30/99 $6,091,396 $4,900,870 $4,900,870 3610/01/99 03/31/00 $7,787,755 $10,000 $6,700,265 $6,700,265 5704/01/00 09/30/00 $7,755,029 $0 $7,755,02910/01/00 03/31/01 $7,922,828 $0 $7,922,82804/01/01 09/30/01 $7,927,530 $0 $7,927,53010/01/01 03/31/02 $7,884,439 $0 $7,884,43904/01/02 09/30/02 $7,885,600 $0 $7,885,60010/01/02 03/31/03 $7,987,283 $0 $7,987,28304/01/03 09/30/03 $7,987,297 $0 $7,987,297

TOTAL $76,965,846 $10,000 73,141,141$ $17,791,135#

10/01/03 03/31/04 1 $8,115,295 $0 $8,115,29504/01/04 09/30/04 1 $8,115,303 $0 $8,115,30310/01/04 03/31/05 1 $8,204,801 $0 $8,204,80104/01/05 09/30/05 1 $8,204,821 $0 $8,204,82110/01/05 03/31/06 1 $8,324,871 $0 $8,324,87104/01/06 09/30/06 1 $8,324,886 $0 $8,324,88610/01/06 03/31/07 1 $8,489,342 $0 $8,489,34204/01/07 09/30/07 1 $8,489,360 $0 $8,489,36010/01/07 03/31/08 1 $8,688,627 $0 $8,688,62704/01/08 09/30/08 1 $8,688,642 $0 $8,688,642

TOTAL $83,645,948 $0 $83,645,948GRAND TOTAL $160,611,794 $10,000 156,787,089.00$ $17,791,135

BASIC

OPTION

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

Page 368: amendment of solicitation/modification of contract - NASA

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 31 $92,411 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/2000 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/2000 43 -$907,120 48 $14,887,080 $1,294,529 $16,181,609 07/02/2000 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,382,843 $29,785,540 09/05/2000 60 $410,837 61 $376,725 62 $10,000 TOTAL $1,038,551,924 $374,501,671 $29,393,487 $403,895,158 09/05/2000

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1- Kennedy Space Center, FL 32899

This is the designated billing office for cost vouchers for purposes of the prompt payment clause of this contract.

Page 369: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

63 See Block 16C. 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) CW-1/2540C/400000/52/00 Increase of $10,724,256 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Contract Article G-2, Contract Funding, and FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [X] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this unilateral modification is to provide additional funding in the amount of $10,724,256. These funds, when added to the amount already obligated on the contract, are estimated to be adequate for contract performance through September 17, 2000. Contract Article G-2, Contract Funding, is revised to reflect an increase of $10,724,256. Page 27.1 is hereby removed and replaced with the attached revised page 27.1. New page 27.2 is attached to this contract modification and is hereby added to the contract. END OF MODIFICATION Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Sherry L. Gasaway Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY 07/26/00

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 370: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Modification 63

FUNDING

AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 31 $92,411 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/2000 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/2000 43 -$907,120 48 $14,887,080 $1,294,529 $16,181,609 07/02/2000 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,382,843 $29,785,540 09/05/2000 60 $410,837 61 $376,725 62 $10,000 63 $9,866,316 $857,940 $10,724,256 09/17/2000 Total $384,367,987 $30,251,427 $414,619,414

27.1

Page 371: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Modification 63

ARTICLE G-3 NFS 1852.216-87 SUBMISSION OF VOUCHERS FOR PAYMENT (DEC 1988)

A. Public vouchers for payment of costs shall include a reference to this Contract No. NAS10-99001 and be forwarded through the cognizant DCAA office to:

John F. Kennedy Space Center, NASA Cost and Commercial Services Branch GG-B1- Kennedy Space Center, FL 32899

This is the designated billing office for cost vouchers for purposes of the prompt payment clause of this contract.

27.2

Page 372: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 5 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

64 See Block 16C. 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) (x)

9A. AMENDMENT OF SOLICITATION NO.

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) CW-1/2540C/400000/52/00 Increase of $10,724,256 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost-Reimbursement (Aug 1987) Alt II (Apr 1984)

D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ x ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to incorporate additional fire rescue support as related to the Space Transportation System orbiter flight crew rescue for transoceanic abort landing (TAL) contingency landing sites (CLS) at Ben Guerir, Morocco and Banjul, The Gambia for the period 1 October 1999 through 30 September 2000. Costs should be charged to Job Order Number NSHTLDC0. Revisions have been made to the following replacement pages 9 (Article B-3, Contract Value), 10 (Article B-4, Award Fee Scores), 27 (Article G-2, Contract Funding), and are attached and should be appropriately inserted in copies of the contract. Statement of Work paragraph 2.2.1.9 is revised to add paragraph q. as shown on page 6 of this modification. In consideration of the modification agreed to herein as complete equitable adjustments for the contractor’s proposal for adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the proposal for adjustment.

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Robert J. Coffman Jane D. Rievley Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/Robert J. Coffman 07/31/00 BY /S/Jane D. Rievley 08/03/00

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 373: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 64

9

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 63 (10/1/98-9/30/03) $960,421,408 $72,822,325 $1,033,243,733

This Mod No. 64 $461,249 $38,750 $499,999

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $965,531,309 $73,143,889 $1,038,675,198

OptionsOption 1 (10/1/03-9/30/08) $1,045,684,727 $83,645,948 $1,129,330,675This Mod No. 64 $0 $0 $0Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,048,147,831 $159,744,379 $2,207,892,210*Earned fees for past periods plus the available fees for future periods.

Page 374: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 64 ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, and the amount of earned award fee.

Max Available Award Fee

This Mod No. 64 Total Max Avail Fee

Earned Award Fee

Award Fee Mod. No.

10/01/98 03/31/99 $7,736,689 $6,190,000 $6,190,000 1504/01/99 09/30/99 $6,091,396 $4,900,870 $4,900,870 3610/01/99 03/31/00 $7,817,755 $30,000 $6,726,065 $6,726,065 5704/01/00 09/30/00 $7,763,779 $8,750 $7,763,77910/01/00 03/31/01 $7,922,828 $0 $7,922,82804/01/01 09/30/01 $7,927,530 $0 $7,927,53010/01/01 03/31/02 $7,884,439 $0 $7,884,43904/01/02 09/30/02 $7,885,600 $0 $7,885,60010/01/02 03/31/03 $7,987,283 $0 $7,987,28304/01/03 09/30/03 $7,987,297 $0 $7,987,297

TOTAL $77,004,596 $38,750 73,175,691$ $17,816,935#

10/01/03 03/31/04 1 $8,115,295 $0 $8,115,29504/01/04 09/30/04 1 $8,115,303 $0 $8,115,30310/01/04 03/31/05 1 $8,204,801 $0 $8,204,80104/01/05 09/30/05 1 $8,204,821 $0 $8,204,82110/01/05 03/31/06 1 $8,324,871 $0 $8,324,87104/01/06 09/30/06 1 $8,324,886 $0 $8,324,88610/01/06 03/31/07 1 $8,489,342 $0 $8,489,34204/01/07 09/30/07 1 $8,489,360 $0 $8,489,36010/01/07 03/31/08 1 $8,688,627 $0 $8,688,62704/01/08 09/30/08 1 $8,688,642 $0 $8,688,642

TOTAL $83,645,948 $0 $83,645,948GRAND TOTAL $160,650,544 $38,750 156,821,639.00$ $17,816,935

BASIC

OPTION

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

10

Page 375: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 64

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 31 $92,411 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/2000 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/2000 43 -$907,120 48 $14,887,080 $1,294,529 $16,181,609 07/02/2000 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,382,843 $29,785,540 09/05/2000 60 $410,837 61 $376,725 62 $10,000 63 $9,866,316 $857,940 $10,724,256 09/17/2000 64 $499,999 TOTAL $1,039,051,923 $374,501,671 $29,393,487 $403,895,158 09/05/2000

27.1

Page 376: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J Mod No. 64

2.2.1.9 Special Projects for Customers, Support construction, modification, repair, and other special projects from customer as needed. q. Fire Rescue Transoceanic Abort Landing (TAL) Support. Contractor shall provide fire rescue support as related to the Space Transportation System orbiter flight crew rescue for transoceanic abort landing (TAL) contingency landing sites (CLS) at Ben Guerir, Morocco and Banjul, The Gambia for FY00 to include:

Participate in Open Item Review (OIR) meetings, pre-deployment briefings, and lessons learned meetings that pertain to fire support and provide the status of ongoing corrective actions (if any) of all fire and flight crew rescue equipment for both sites.

Provide a Fire Response Team for each launch as required at Ben Guerir. The Fire Officer will be positioned on-scene with immediate direct contact with the Ground

Operations Manager’s Convoy Commander and be responsible for all rescue activities and act as an advisor to the Host Nation Fire Chief for fire suppression.

Coordinate deployment to the TAL site with the NASA Ground Operations Manager (GOM) maintaining CLS team travel integrity.

Assume responsibility for flight crew rescue and fire support equipment inventory status. Ensure proper inventory is maintained to support TAL missions at both Banjul and Ben Guerir.

Coordinate the inventory of Self-contained Breathing Apparatus (SCBA) and Astronaut Rescue Air Pack (ARAP) bottles with KSC Life Support (Contracted Laboratories) to ensure equipment is on site to support TAL missions at both sites.

Assume responsibility of testing the air quality of the breathing air compressor at Ben Guerir. Service required SCBA and ARAP cylinders with breathing air at Ben Guerir. Issue, retrieve and clean fire fighter protective clothing and SCBA issued to local fire fighters

at Ben Guerir. Provide Orbiter and aircraft rescue fire fighting (ARFF) vehicle fire fighting familiarization to

local fire fighter personnel prior to each mission at Ben Guerir. Participate in the flight crew rescue/convoy simulation exercise held prior to launch support at

Ben Guerir. Be familiar with, and capable of, both utilizing and training the local Moroccan host ntional fire

fighters with the furnished fire fighting equipment. Work schedules will be coordinated through the NASA Ground Operations Manager to assure

mission needs. Provide a Fire Officer to annually travel to Banjul with the TAL team to conduct on-site

inventory of fire support equipment.

Page 377: amendment of solicitation/modification of contract - NASA

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

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

65 See Block 16C. 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 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.

X 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to incorporate correct pages for Article B-3, Contract Value, Article B-4, Award Fee and Article G-2, Contract Funding as a result of Modification Number 64. Revisions have been made to the following replacement pages 9 (Article B-3, Contract Value), 10 (Article B-4, Award Fee Scores), and 27.1 (Article G-2, Contract Funding), and are attached and should be appropriately inserted in copies of the contract. The estimated cost and fee by award fee periods incorporated by Modification 64 are as follows:

Award Fee Period Estimated Cost Fee 10/01/99 – 03/31/00 $437,500 $25,800 04/01/00 – 09/30/00 $23,749 $8,750

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Jane D. Rievley Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/Jane D. Rievley 08/21/00

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 378: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 65

9

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 63 (10/1/98-9/30/03) $960,772,131 $72,858,327 $1,033,630,458

Mod No. 64 $461,249 $34,550 $495,799

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $965,882,032 $73,175,691 $1,039,057,723

OptionsOption 1 (10/1/03-9/30/08) $1,045,684,727 $83,645,948 $1,129,330,675 Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,048,498,554 $159,776,181 $2,208,274,735*Earned fees for past periods plus the available fees for future periods.

Page 379: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 65 ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, and the amount of earned award fee.

Adjusted Award Fee

Through Mod 63

Mod No. 64 Award Fee

Maximum Available

Award Fee

Adjusted Award Fee (Earned +

Future Available)

Award Fee

Mod. No.

10/01/98 03/31/99 $6,190,000 $7,736,689 $6,190,000 1504/01/99 09/30/99 $4,900,870 $6,091,396 $4,900,870 3610/01/99 03/31/00 $6,700,265 $25,800 $7,813,555 $6,726,065 5704/01/00 09/30/00 $7,755,029 $8,750 $7,763,779 $7,763,77910/01/00 03/31/01 $7,922,828 $7,922,828 $7,922,82804/01/01 09/30/01 $7,927,530 $7,927,530 $7,927,53010/01/01 03/31/02 $7,884,439 $7,884,439 $7,884,43904/01/02 09/30/02 $7,885,600 $7,885,600 $7,885,60010/01/02 03/31/03 $7,987,283 $7,987,283 $7,987,28304/01/03 09/30/03 $7,987,297 $7,987,297 $7,987,297

TOTAL $73,141,141 $34,550 $77,000,396 $73,175,691#

10/01/03 03/31/04 1 $8,115,295 $8,115,295 $8,115,29504/01/04 09/30/04 1 $8,115,303 $8,115,303 $8,115,30310/01/04 03/31/05 1 $8,204,801 $8,204,801 $8,204,80104/01/05 09/30/05 1 $8,204,821 $8,204,821 $8,204,82110/01/05 03/31/06 1 $8,324,871 $8,324,871 $8,324,87104/01/06 09/30/06 1 $8,324,886 $8,324,886 $8,324,88610/01/06 03/31/07 1 8,489,342 $8,489,342 $8,489,34204/01/07 09/30/07 1 8,489,360 $8,489,360 $8,489,36010/01/07 03/31/08 1 8,688,627 $8,688,627 $8,688,62704/01/08 09/30/08 1 8,688,642 $8,688,642 $8,688,642

TOTAL 1 83,645,948 $83,645,948 $83,645,948GRAND TOTAL 156,787,089 $34,550 $160,646,344 $156,821,639

BASIC

OPTION

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

10

Page 380: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 65

AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 31 $92,411 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/2000 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/2000 43 -$907,120 48 $14,887,080 $1,294,529 $16,181,609 07/02/2000 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,382,843 $29,785,540 09/05/2000 60 $410,837 61 $376,725 62 $10,000 63 $9,866,316 $857,940 $10,724,256 09/17/2000 64 $495,799 TOTAL $1,039,057,723 $384,367,987 $30,251,427 $414,619,414 09/17/2000

27.1

Page 381: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 5

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

66 See Block 16C. 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost-Reimbursement (AUG 1987) Alt II (Apr 1984)

D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to incorporate support for a Worker’s Compensation Administrator Program to facilitate, coordinate and monitor health care services for NASA civil service employees at the Kennedy Space Center, effective September 1, 2000 through September 30, 2008. Equitable adjustment for the base period is $253,767 for costs and $20,301 for fee for a total of $274,068. Option 1 costs are $463,870 and $37,110 for fee. Total cost, including fee, is $775,048. Upon receipt of DCAA’s audit of revised SGS rates, a reassessment of the negotiated price may be performed, and if necessary, a downward adjustment of the negotiated price may be made (an upward adjustment will not be made). The applicable NASA JON is NROS0000. Revisions have been made to the following replacement pages 9 (Article B-3, Contract Value), 10 (Article B-4, Award Fee Scores), and 27.1 (Article G-2, Contract Funding), and are attached and should be appropriately inserted into the contract. Statement of Work, page 138, paragraph 3.5.1.3, is revised as shown on page 5 of this modification. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor proposal for adjustment, the contractor hereby releases the government from any and all liability under this contract for further equitable adjustments attributable to such facts and circumstances giving rise to the proposal for adjustment. END MODIFICATION Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Victoria G. Lockard Laura B. Rochester Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/ Victoria G. Lockard

10/6/00

BY /S/ Laura B. Rochester

10/17/00

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 382: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 66

9

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 65 (10/1/98-9/30/03) $961,233,380 $72,892,877 $1,034,126,257

Mod No. 66 $253,767 $20,301 $274,068

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $966,135,799 $73,195,992 $1,039,331,791

Option 1 (10/1/03-9/30/08) $1,045,684,727 $83,645,948 $1,129,330,675Mod No. 66 $463,870 $37,110 $500,980

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,049,216,191 $159,833,592 $2,209,049,783*Earned fees for past periods plus the available fees for future periods.

Page 383: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 66 ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, and the amount of earned award fee.

Adjusted Award Fee

Through Mod 65

Mod No. 66 Award Fee

Maximum Available Award

Fee

Adjusted Award Fee (Earned +

Future Available)

Award Fee

Mod. No.

10/01/98 03/31/99 $6,190,000 $7,736,689 $6,190,000 1504/01/99 09/30/99 $4,900,870 $6,091,396 $4,900,870 3610/01/99 03/31/00 $6,726,065 $7,813,555 $6,726,065 5704/01/00 09/30/00 $7,763,779 $529 $7,764,308 $7,764,30810/01/00 03/31/01 $7,922,828 $3,199 $7,926,027 $7,926,02704/01/01 09/30/01 $7,927,530 $3,199 $7,930,729 $7,930,72910/01/01 03/31/02 $7,884,439 $3,294 $7,887,733 $7,887,73304/01/02 09/30/02 $7,885,600 $3,294 $7,888,894 $7,888,89410/01/02 03/31/03 $7,987,283 $3,393 $7,990,676 $7,990,67604/01/03 09/30/03 $7,987,297 $3,393 $7,990,690 $7,990,690

TOTAL $73,175,691 $20,301 $77,020,697 $73,195,992#

10/01/03 03/31/04 1 $8,115,295 $3,495 $8,118,790 $8,118,79004/01/04 09/30/04 1 $8,115,303 $3,495 $8,118,798 $8,118,79810/01/04 03/31/05 1 $8,204,801 $3,600 $8,208,401 $8,208,40104/01/05 09/30/05 1 $8,204,821 $3,600 $8,208,421 $8,208,42110/01/05 03/31/06 1 $8,324,871 $3,708 $8,328,579 $8,328,57904/01/06 09/30/06 1 $8,324,886 $3,708 $8,328,594 $8,328,59410/01/06 03/31/07 1 8,489,342 $3,819 $8,493,161 $8,493,16104/01/07 09/30/07 1 8,489,360 $3,819 $8,493,179 $8,493,17910/01/07 03/31/08 1 8,688,627 $3,933 $8,692,560 $8,692,56004/01/08 09/30/08 1 8,688,642 $3,933 $8,692,575 $8,692,575

TOTAL 1 83,645,948 $37,110 $83,683,058 $83,683,058GRAND TOTAL $156,821,639 $57,411 $160,703,755 $156,879,050

BASIC

OPTION

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

10

Page 384: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 66

AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 31 $92,411 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/2000 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/2000 43 -$907,120 48 $14,887,080 $1,294,529 $16,181,609 07/02/2000 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,382,843 $29,785,540 09/05/2000 60 $410,837 61 $376,725 62 $10,000 63 $9,866,316 $857,940 $10,724,256 09/17/2000 64

66 $495,799

$274,068

TOTAL $1,039,331,791 $384,367,987 $30,251,427 $414,619,414 09/17/2000

Page 385: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 66

advanced life support procedures are in progress, the ALPHA team will be provided an additional assistant, preferably another paramedic.

A Mass Casualty/Disaster Vehicle (MC/DV) capable of bringing basic emergency provisions to a contingency scene will be maintained in a ready condition by SGS. During launch and landing operations, SGS shall provide emergency medical services, including flight crew contingency care and first aid coverage for visitors.

In the event of mass casualties or operational contingencies, SGS shall call local medical resources.

SGS shall complete and forward to the 45th AMDS/SEG and to 45th AMDS/SGO, each, one COPY of an approved form comparable to the 45th AMDS Form 9 for each Air Force employee (military or civilian) treated for injuries.

SGS shall provide 20-minute response emergency services for all areas of CCAS, including Port Canaveral. This emergency response capability will be provided at the Cape Dispensary on a 2 shift/5-day basis by ACLS qualified paramedics who will be full-time medical response personnel with no fire fighting duties. This support is subject to emergency support drills as established through the Air Force Hospital Commander. Technical guidance for all activities of these personnel will be provided by the Hospital Commander. The Cape Dispensary will be open from 7:30 a.m. to 4:00 p.m., Monday through Friday. During the third shift and on weekends and holidays, emergency services response will be provided from KSC.

SGS shall provide a registered nurse to support visitor and employee activities at the Visitor Complex. The support provided will be one shift per day (normally 9 a.m. to 5 p.m.), 7 days per week. This nursing support, operating under the direction of SGS medical director and by protocols established within the J-BOSC medical department, shall provide evaluation of medical problems and treatment/disposition of minor medical problems for visitors at the Visitor's Center. The nursing support shall also provide OM services to the Visitor's Center employees at levels comparable to that provided by nurses at other KSC OM facilities. The nurses shall also provide OM consultative services to the Visitor's Center management.

SGS shall provide clinical services in K6-1145 (Launch Area Clinic) (minimum of a registered nurse) 24 hours a day, 7 days a week and in M6495 (Occupational Health Facility) 10 hours a day, 5 days a week. Occupational injuries and illnesses shall be evaluated and treated, and appropriate recommendations shall be made for disposition. SGS shall provide a comprehensive Worker’s Compensation Program for NASA civil Servants that are permanently assigned, or while on temporary assignment to KSC/CCAS, to ensure injured workers receive appropriate medical services as quickly as possible in order to reduce time lost from work. The disposition, depending upon severity, may include the following:

• Treat and return the individual to work with a minimum time away from the job, stating appropriate work limitations, if any; the single point of contact (to be designated by the employer) at the employee's assigned work site shall be advised of any limitations;

Treat and recommend release from duty to return to the on-site medical facility for follow-up care; this disposition shall apply in those cases of relatively minor injuries that require no specialty examinations, consultations, or treatment beyond the

Page 386: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 6

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

67 October 1, 2000 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Article B-8, Priced Option for Calibration Services to the Eastern Range Sites for the Precision Measurement Equipment Laboratory (SOW 3.2.3.2

E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) See attached. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.

16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Jane D. Rievley Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 387: amendment of solicitation/modification of contract - NASA

The purpose of this modification is to exercise Option 3AB for Calibration Services to the Eastern Range Sites for Precision Measurement Equipment Laboratory for an estimated cost of $2,126,698 and fee of $170,136 for a total of $2,296,834. This modification also makes an upward adjustment of $8,365 to the fourth award fee period to correct a downward adjustment of $8,365 to the second award fee period inadvertently made in Modification 43. The estimated cost and fee by award fee periods incorporated by Modification 67 are as follows:

Award Fee Period Estimated Cost Fee Total 04/01/00 – 09/30/00 $8,365 $8,36510/01/00 – 03/31/01 $1,063,349 $85,068 $1,148,41704/01/01 – 09/30/01 $1,063,349 $85,068 $1,148,417

TOTAL $2,126,698 $178,501 $2,305,199 Revisions have been made to the following: Article B-3, Contract Value, Article B-4, Award Fee Scores, and Article G-2, Contract Funding.

Page 2 of Modification 67 to NAS10-99001

Page 388: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B

9

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 66 (10/1/98-9/30/03) $961,487,147 $72,913,178 $1,034,400,325

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Mod No. 67Adjustment-Mod 43 $8,365 $8,365Option 3AB (10/1/00-9/30/01) $2,126,698 $170,136 $2,296,834

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $968,262,497 $73,374,493 $1,041,636,990

OptionsOption 1 (10/1/03-9/30/08) $1,046,148,597 $83,683,058 $1,129,831,655

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,049,216,191 $159,841,957 $2,209,058,148*Earned fees for past periods plus the available fees for future periods.

Page 389: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, and the amount of earned award fee.

Adjusted Award Fee Through

Mod 66Mod No. 67 Award Fee

Maximum Available Award

Fee

Adjusted Award Fee (Earned +

Future Available)

Award Fee

Mod. No.

10/01/98 03/31/99 $6,190,000 $7,736,689 $6,190,000 1504/01/99 09/30/99 $4,900,870 $6,091,396 $4,900,870 3610/01/99 03/31/00 $6,726,065 $7,813,555 $6,726,065 5704/01/00 09/30/00 $7,764,308 $8,365 $7,772,673 $7,772,67310/01/00 03/31/01 $7,926,027 $85,068 $8,011,095 $8,011,09504/01/01 09/30/01 $7,930,729 $85,068 $8,015,797 $8,015,79710/01/01 03/31/02 $7,887,733 $0 $7,887,733 $7,887,73304/01/02 09/30/02 $7,888,894 $0 $7,888,894 $7,888,89410/01/02 03/31/03 $7,990,676 $0 $7,990,676 $7,990,67604/01/03 09/30/03 $7,990,690 $0 $7,990,690 $7,990,690

TOTAL $73,195,992 $178,501 $77,199,198 $73,374,493#

10/01/03 03/31/04 1 $8,118,790 $8,118,790 $8,118,79004/01/04 09/30/04 1 $8,118,798 $8,118,798 $8,118,79810/01/04 03/31/05 1 $8,208,401 $8,208,401 $8,208,40104/01/05 09/30/05 1 $8,208,421 $8,208,421 $8,208,42110/01/05 03/31/06 1 $8,328,579 $8,328,579 $8,328,57904/01/06 09/30/06 1 $8,328,594 $8,328,594 $8,328,59410/01/06 03/31/07 1 $8,493,161 $8,493,161 $8,493,16104/01/07 09/30/07 1 $8,493,179 $8,493,179 $8,493,17910/01/07 03/31/08 1 $8,692,560 $8,692,560 $8,692,56004/01/08 09/30/08 1 $8,692,575 $8,692,575 $8,692,575

TOTAL 1 $83,683,058 $0 $83,683,058 $83,683,058GRAND TOTAL $156,879,050 $178,501 $160,882,256 $157,057,551

BASIC

OPTION

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

Page 390: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G

AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

20 $2,204,821

21 $1,436,947 22 $2,230,979 24 $666,030 $2,000,000 $2,666,030 09/25/1999 25 $5,000,000 $2,436,340 $7,436,340 09/30/1999 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/1999 31 $92,411 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/2000 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/2000 43 -$907,120 48 $14,887,080 $1,294,529 $16,181,609 07/02/2000 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,382,843 $29,785,540 09/05/2000 60 $410,837 61 $376,725 62 $10,000 63 $9,866,316 $857,940 $10,724,256 09/17/2000 64 $495,799 66 $274,068

Page 391: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

67 $2,305,199 TOTAL $1,041,636,990 $384,367,987 $30,251,427 $414,619,414 09/17/2000

Page 392: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

68 See Block 16C. 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) CW-1/2540C/400000/52/00 Increase of $7,388,072 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Contract Article G-2, Contract Funding, and FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [X] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this unilateral modification is to provide additional funding in the amount of $7,388,072. These funds, when added to the amount already obligated on the contract, are estimated to be adequate for contract performance through September 22, 2000. Contract Article G-2, Contract Funding, is revised to reflect an increase of $7,388,072. Page 27.2 is hereby removed and replaced with the attached revised page 27.2. END OF MODIFICATION Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Laura B. Rochester Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /S/ Laura B. Rochester 09/15/00

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 393: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Modification 68 FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/2000 TOTAL $1,041,636,990 $391,165,013 $30,842,473 $422,007,486

27.2

Page 394: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 5

2. AMENDMENT/MODIFICATION NO.

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

69 See Block 16C. 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost-Reimbursement (AUG 1987) Alt II (Apr 1984)

D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to provide an equitable adjustment to incorporate support associated with CCAFS Facilities Equipment Repairs (Repair/renovate VIB Pump Station, Old Trident Plant Pump Station and the WWTF Monitoring System Programmable Logic Controls (PLC), effective July 1, 2000 through March 31, 2001. Equitable adjustment for the base period is $230,715 for costs and $18,457 for fee for a total of $249,172. The applicable AF JON is 59036300. Revisions have been made to Article B-3, Contract Value, Article B-4, Award Fee Scores, Article G-2, Contract Funding and Statement of Work, paragraph 2.2.1.9 (r), Special Projects as attached. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor proposal for adjustment, the contractor hereby releases the government from any and all liability under this contract for further equitable adjustments attributable to such facts and circumstances giving rise to the proposal for adjustment. END MODIFICATION Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Victoria G. Lockard Contracts Manager

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/ Victoria G. Lockard

10/10/00

BY /S/ Laura B. Rochester

10/16/00

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 395: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 69

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee* Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 68 (10/1/98-9/30/03) $961,487,147 $72,921,543 $1,034,408,690Mod No. 69 $230,715 $18,457 $249,172

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 3AB $2,126,698 $170,136 $2,296,834(10/1/00-9/30/01)

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $968,493,212 $73,392,950 $1,041,886,162

Option 1 (10/1/03-9/30/08) $1,046,148,597 $83,683,058 $1,129,831,655

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,049,446,906 $159,860,414 $2,209,307,320

Page 396: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 69 ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, and the amount of earned award fee.

Adjusted Award Fee

Through Mod 68

Mod No. 69 Award Fee

Maximum Available Award

Fee

Adjusted Award Fee (Earned +

Future Available)

Award Fee

Mod. No.

10/01/98 03/31/99 $6,190,000 $7,736,689 $6,190,000 1504/01/99 09/30/99 $4,900,870 $6,091,396 $4,900,870 3610/01/99 03/31/00 $6,726,065 $7,813,555 $6,726,065 5704/01/00 09/30/00 $7,772,673 $7,690 $7,780,363 $7,780,36310/01/00 03/31/01 $8,011,095 $5,609 $8,016,704 $8,016,70404/01/01 09/30/01 $8,015,797 $5,158 $8,020,955 $8,020,95510/01/01 03/31/02 $7,887,733 $7,887,733 $7,887,73304/01/02 09/30/02 $7,888,894 $7,888,894 $7,888,89410/01/02 03/31/03 $7,990,676 $7,990,676 $7,990,67604/01/03 09/30/03 $7,990,690 $7,990,690 $7,990,690

TOTAL $73,374,493 $18,457 $77,217,655 $73,392,950#

10/01/03 03/31/04 1 $8,118,790 $8,118,790 $8,118,79004/01/04 09/30/04 1 $8,118,798 $8,118,798 $8,118,79810/01/04 03/31/05 1 $8,208,401 $8,208,401 $8,208,40104/01/05 09/30/05 1 $8,208,421 $8,208,421 $8,208,42110/01/05 03/31/06 1 $8,328,579 $8,328,579 $8,328,57904/01/06 09/30/06 1 $8,328,594 $8,328,594 $8,328,59410/01/06 03/31/07 1 $8,493,161 $8,493,161 $8,493,16104/01/07 09/30/07 1 $8,493,179 $8,493,179 $8,493,17910/01/07 03/31/08 1 $8,692,560 $8,692,560 $8,692,56004/01/08 09/30/08 1 $8,692,575 $8,692,575 $8,692,575

TOTAL 1 83,683,058 $0 $83,683,058 $83,683,058GRAND TOTAL $157,057,551 $18,457 $160,900,713 $157,076,008

BASIC

OPTION

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

Page 397: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 69 FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/2000 69 $249,172 TOTAL $1,041,886,162 $391,165,013 $30,842,473 $422,007,486

Page 398: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

70 See Block 16C. 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) CW-1/2540C/400000/52/00 Increase of $6,682,006 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Contract Article G-2, Contract Funding, and FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [X] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this unilateral modification is to provide additional funding in the amount of $6,682,006. These funds, when added to the amount already obligated on the contract, are estimated to be adequate for contract performance through September 30, 2000. Contract Article G-2, Contract Funding, is revised to reflect an increase of $6,682,006. END OF MODIFICATION Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Laura B. Rochester Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY 09/22/00

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 399: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Modification 70 FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/2000 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 TOTAL $1,041,886,162 $397,312,459 $31,377,033 $428,689,492

27.2

Page 400: amendment of solicitation/modification of contract - NASA

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

2. AMENDMENT/MODIFICATION NO.

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

71 See Block 16C. 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost-Reimbursement (AUG 1987) Alt II (Apr 1984)

D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to definitize Change Order 23 for support services for the removal and installation of CCAFS high voltage load break switch units for the period September 21, 1999 through September 30, 2000. Equitable adjustment for the base period is $702,734 for costs and $52,284 for fee for a total of $755,018. Revisions have been made to Article B-3, Contract Value, Article B-4, Award Fee Scores and Article G-2, Contract Funding. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor proposal for adjustment, the contractor hereby releases the government from any and all liability under this contract for further equitable adjustments attributable to such facts and circumstances giving rise to the proposal for adjustment. NOTE: The negotiated award fee of $28,109 for award fee period 3 has been revised to $24,174 to reflect the actual earned award fee of 86% for period 3. The contractor is authorized to bill for this additional amount as a result of this modification. END MODIFICATION Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Victoria G. Lockard Laura B. Rochester Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/ Victoria G. Lockard

11/01/00

BY /S/ Laura B. Rochester

11/02/00

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 401: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 71 ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 70 (10/1/98-9/30/00) $961,717,862 $72,940,000 $1,034,657,862Mod No. 71 $702,734 $52,284 $755,018

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 3AB $2,126,698 $170,136 $2,296,834(10/1/00-9/30/01)

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $969,195,946 $73,445,234 $1,042,641,180

Option 1 (10/1/03-9/30/08) $1,046,148,597 $83,683,058 $1,129,831,655

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,050,149,640 $159,912,698 $2,210,062,338

9

Page 402: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 71 ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, and the amount of earned award fee.

Adjusted Award Fee

Through Mod 70

Mod No. 71 Award Fee

Maximum Available Award

Fee

Adjusted Award Fee (Earned +

Future Available)

Award Fee

Mod. No.

10/01/98 03/31/99 $6,190,000 $7,736,689 $6,190,000 1504/01/99 09/30/99 $4,900,870 $6,091,396 $4,900,870 3610/01/99 03/31/00 $6,726,065 $24,174 $7,837,729 $6,750,239 5704/01/00 09/30/00 $7,780,363 $28,110 $7,808,473 $7,808,47310/01/00 03/31/01 $8,016,704 $8,016,704 $8,016,70404/01/01 09/30/01 $8,020,955 $8,020,955 $8,020,95510/01/01 03/31/02 $7,887,733 $7,887,733 $7,887,73304/01/02 09/30/02 $7,888,894 $7,888,894 $7,888,89410/01/02 03/31/03 $7,990,676 $7,990,676 $7,990,67604/01/03 09/30/03 $7,990,690 $7,990,690 $7,990,690

TOTAL $73,392,950 $52,284 $77,269,939 $73,445,234#

10/01/03 03/31/04 1 $8,118,790 $8,118,790 $8,118,79004/01/04 09/30/04 1 $8,118,798 $8,118,798 $8,118,79810/01/04 03/31/05 1 $8,208,401 $8,208,401 $8,208,40104/01/05 09/30/05 1 $8,208,421 $8,208,421 $8,208,42110/01/05 03/31/06 1 $8,328,579 $8,328,579 $8,328,57904/01/06 09/30/06 1 $8,328,594 $8,328,594 $8,328,59410/01/06 03/31/07 1 $8,493,161 $8,493,161 $8,493,16104/01/07 09/30/07 1 $8,493,179 $8,493,179 $8,493,17910/01/07 03/31/08 1 $8,692,560 $8,692,560 $8,692,56004/01/08 09/30/08 1 $8,692,575 $8,692,575 $8,692,575

TOTAL 1 83,683,058 $0 $83,683,058 $83,683,058GRAND TOTAL $157,076,008 $52,284 $160,952,997 $157,128,292

BASIC

OPTION

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

9

Page 403: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 71 FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/2000 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 TOTAL $1,042,641,180 $397,312,459 $31,377,033 $428,689,492

27.2

Page 404: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 1 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

72 See Block 16C. 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) CW-1/2540C/400000/52/00 INCREASE OF $15,234,772 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Contract Article G-2, Contract Funding, and FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [X] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this unilateral modification is to provide additional funding in the amount of $15,234,772. These funds, when added to the amount already obligated on the contract, are estimated to be adequate for contract performance through October 20, 2000. Contract Article G-2, Contract Funding, is revised to reflect an increase of $15,234,772 as shown on attached page 27.2. END OF MODIFICATION Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Sherry L. Gasaway Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/ Sherry L. Gasaway 09/29/00

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 405: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Modification 72 FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72 $14,015,990 $1,218,782 $15,234,772 10/21/00 TOTAL $1,042,641,180 $411,328,449 $32,595,815 $443,924,264

27.2

Page 406: amendment of solicitation/modification of contract - NASA

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

2. AMENDMENT/MODIFICATION NO.

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

73 See Block 16C. 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost-Reimbursement (AUG 1987) Alt II (Apr 1984)

D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to decrease $18,661,085 of costs and $1,532,779 of fee, for a total of $20,193,864, from the Installation Improvement Program (Article B-12 and WBS 4.0). The decrease will be effective in the base period, Award Fee Period 4, April 1, 2000 through September 30, 2000. Revisions have been made to Article B-3, Contract Value, Article B-4, Award Fee Scores and Article G-2, Contract Funding. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor proposal for adjustment, the contractor hereby releases the government from any and all liability under this contract for further equitable adjustments attributable to such facts and circumstances giving rise to the proposal for adjustment. END MODIFICATION Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Victoria G. Lockard David A. Wansley Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/ Victoria G. Lockard

11/17/00

BY /S/ David A. Wansley

11/20/00

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 407: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 73 ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 72 (10/1/98-9/30/00) $962,420,596 $72,992,284 $1,035,412,880Mod No. 73 ($18,661,085) ($1,532,779) ($20,193,864)

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 3AB $2,126,698 $170,136 $2,296,834(10/1/00-9/30/01)

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $950,534,861 $71,912,455 $1,022,447,316

Option 1 (10/1/03-9/30/08) $1,046,148,597 $83,683,058 $1,129,831,655

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,031,488,555 $158,379,919 $2,189,868,474

9

Page 408: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 73 ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, and the amount of earned award fee.

Adjusted Award Fee

Through Mod 72

Mod No. 73 Award Fee

Maximum Available Award

Fee

Adjusted Award Fee (Earned +

Future Available)

Award Fee

Mod. No.

10/01/98 03/31/99 $6,190,000 $7,736,689 $6,190,000 1504/01/99 09/30/99 $4,900,870 $6,091,396 $4,900,870 3610/01/99 03/31/00 $6,750,239 $7,837,729 $6,750,239 5704/01/00 09/30/00 $7,808,473 -$1,532,779 $6,275,694 $6,275,69410/01/00 03/31/01 $8,016,704 $8,016,704 $8,016,70404/01/01 09/30/01 $8,020,955 $8,020,955 $8,020,95510/01/01 03/31/02 $7,887,733 $7,887,733 $7,887,73304/01/02 09/30/02 $7,888,894 $7,888,894 $7,888,89410/01/02 03/31/03 $7,990,676 $7,990,676 $7,990,67604/01/03 09/30/03 $7,990,690 $7,990,690 $7,990,690

TOTAL $73,445,234 -$1,532,779 $75,737,160 $71,912,455#

10/01/03 03/31/04 1 $8,118,790 $8,118,790 $8,118,79004/01/04 09/30/04 1 $8,118,798 $8,118,798 $8,118,79810/01/04 03/31/05 1 $8,208,401 $8,208,401 $8,208,40104/01/05 09/30/05 1 $8,208,421 $8,208,421 $8,208,42110/01/05 03/31/06 1 $8,328,579 $8,328,579 $8,328,57904/01/06 09/30/06 1 $8,328,594 $8,328,594 $8,328,59410/01/06 03/31/07 1 $8,493,161 $8,493,161 $8,493,16104/01/07 09/30/07 1 $8,493,179 $8,493,179 $8,493,17910/01/07 03/31/08 1 $8,692,560 $8,692,560 $8,692,56004/01/08 09/30/08 1 $8,692,575 $8,692,575 $8,692,575

TOTAL 1 83,683,058 $0 $83,683,058 $83,683,058GRAND TOTAL $157,128,292 -$1,532,779 $159,420,218 $155,595,513

BASIC

OPTION

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

9

Page 409: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 73 FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72 $14,015,990 $1,218,782 $15,234,772 10/21/00 73 -$20,193,864 TOTAL $1,022,447,316 $411,328,449 $32,595,815 $443,924,264

27.2

Page 410: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

74 See Block 16C. 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE OPOS

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) CW-1/2540C/400000/52/01 INCREASE OF $66,685,000 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Contract Article G-2, Contract Funding, and FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [X] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this unilateral modification is to provide additional funding in the amount of $66,685,000. These funds, when added to the amount already obligated on the contract, are estimated to be adequate for contract performance through January 25, 2001. Contract Article G-2, Contract Funding, is revised to reflect an increase of $66,685,000 as shown on attached page 27.2. END OF MODIFICATION Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /S/ Rene E. Paquette 10/18/00

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 411: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Modification 74 FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72

74 $14,015,990

$61,350,200

$1,218,782

$5,334,800

$15,234,772

$66,685,000

10/21/00

01/25/01 TOTAL $1,042,641,180 $472,678,649 $37,930,615 $510,609,264

27.2

Page 412: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod. 75 Page 2 of 4

9

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT NAS10-99001 1 4 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

75 See Block 16C. 6. ISSUED BY CODE OP-OS RP 7. ADMINISTERED BY (If other than Item 6) CODE OP-OS RP

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) (x)

9A. AMENDMENT OF SOLICITATION NO.

Space Gateway Support 2411 Dulles Corner Park, Suite 500 Herndon, VA 20171-3430

9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X

10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 copies 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 ACKNOWLEDGMENT 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)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

(x) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: x D. OTHER (Specify type of modification and authority)

Unilateral Modification in accordance with Attachment J8, JBOSC Award Fee Evaluation Plan E. IMPORTANT: Contractor [X] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The purpose of this modification is to revise Articles B-3 and B-4 to reflect the amount of award fee earned for the period April 1, 2000 through September 30, 2000, as determined by the Fee Determination Official on November 8, 2000. Notice is hereby given that award fee in the amount of $5,334,340 has been earned for the stated period. The total available award fee pool is therefore reduced by $941,354, from $6,275,694 to $5,334,340. NOTE: PROVISIONAL AWARD FEE PAYMENT DISBURSED TO DATE IN THE AMOUNT OF $3,239,610 IS HEREBY DEDUCTED FROM THE EARNED AWARD FEE of $ 5,334,340, FOR A NET PAYMENT DUE OF $2,094,730. 2. As a result of the above changes, pages 9, 10 and 31 of said contract, as modified, are hereby deleted and new pages 9, 10 and 31 are substituted in lieu thereof.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /s/ Rene E. Paquette November 9, 2000

(Signature of person authorized to sign) (Signature of Contracting Officer)

Page 413: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod. 75 Page 2 of 4

9

NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period thru Mod73 (10/1/98-9/30/00) $943,759,511 $71,459,505 $1,015,219,016Mod No. 75 ($941,354) ($941,354)

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 3AB $2,126,698 $170,136 $2,296,834(10/1/00-9/30/01)

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $950,534,861 $70,971,101 $1,021,505,962

Option 1 (10/1/03-9/30/08) $1,046,148,597 $83,683,058 $1,129,831,655

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,031,488,555 $157,438,565 $2,188,927,120

Page 414: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod. 75 Page 3 of 4

9

ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, and the amount of earned award fee.

Adjusted Award Fee

Through Mod 73

Mod No. 75 Award Fee

Maximum Available Award

Fee

Adjusted Award Fee (Earned +

Future Available)

Award Fee

Mod. No.

10/01/98 03/31/99 $6,190,000 $7,736,689 $6,190,000 1504/01/99 09/30/99 $4,900,870 $6,091,396 $4,900,870 3610/01/99 03/31/00 $6,750,239 $7,837,729 $6,750,239 5704/01/00 09/30/00 $6,275,694 -$941,354 $5,334,340 $5,334,340 7510/01/00 03/31/01 $8,016,704 $8,016,704 $8,016,70404/01/01 09/30/01 $8,020,955 $8,020,955 $8,020,95510/01/01 03/31/02 $7,887,733 $7,887,733 $7,887,73304/01/02 09/30/02 $7,888,894 $7,888,894 $7,888,89410/01/02 03/31/03 $7,990,676 $7,990,676 $7,990,67604/01/03 09/30/03 $7,990,690 $7,990,690 $7,990,690

TOTAL $71,912,455 -$941,354 $74,795,806 $70,971,101#

10/01/03 03/31/04 1 $8,118,790 $8,118,790 $8,118,79004/01/04 09/30/04 1 $8,118,798 $8,118,798 $8,118,79810/01/04 03/31/05 1 $8,208,401 $8,208,401 $8,208,40104/01/05 09/30/05 1 $8,208,421 $8,208,421 $8,208,42110/01/05 03/31/06 1 $8,328,579 $8,328,579 $8,328,57904/01/06 09/30/06 1 $8,328,594 $8,328,594 $8,328,59410/01/06 03/31/07 1 $8,493,161 $8,493,161 $8,493,16104/01/07 09/30/07 1 $8,493,179 $8,493,179 $8,493,17910/01/07 03/31/08 1 $8,692,560 $8,692,560 $8,692,56004/01/08 09/30/08 1 $8,692,575 $8,692,575 $8,692,575

TOTAL 1 83,683,058 $0 $83,683,058 $83,683,058GRAND TOTAL $155,595,513 -$941,354 $158,478,864 $154,654,159

BASIC

OPTION

ARTICLE B-5 SPECIAL COST PROVISIONS

Without otherwise affecting the applicability of the cost principles set forth in FAR Part 31 and pursuant to the terms of the contract clause entitled "Allowable Cost and Payment," the contractor shall be reimbursed for such actual and allowable expenditures incurred in the performance of work required by this contract as may be approved by the contracting officer subject to the following limitations and provisions:

A. Provisional Billing Rates and Reimbursement Ceiling Rates

B. 1. Provisional billing rates for overhead and G&A costs will be specified in writing under separate cover, and may be revised either retroactively or prospectively by the contracting officer.

Page 415: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod. 75 Page 4 of 4

31

FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72

73

74

-$20,193,864

$14,015,990

$61,350,200

$1,218,782

$5,334,800

$15,234,772

$66,685,000

10/21/00

01/25/01 75 -$941,354 TOTAL $1,021,505,962 $472,678,649 $37,930,615 $510,609,264

Page 416: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

76 See Block 16C. MR 016001 S-1 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE OPOS

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) CW-1/2540C/400000/52/01 INCREASE OF $16,135,238 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Contract Article G-2, Contract Funding, and FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [X] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this unilateral modification is to provide additional funding in the amount of $16,135,238. These funds, when added to the amount already obligated on the contract, are estimated to be adequate for contract performance through February 26, 2001. Contract Article G-2, Contract Funding, is revised to reflect an increase of $16,135,238 as shown on attached page 27.2. END OF MODIFICATION Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY /S/ Rene E. Paquette 11/20/00

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 417: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Modification 76 FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72

73

74

-$20,193,864

$14,015,990

$61,350,200

$1,218,782

$5,334,800

$15,234,772

$66,685,000

10/21/00

01/25/01 75 -$941,354 76 $14,844,419 $1,290,819 $16,135,238 02/26/01 TOTAL $1,021,505,962 $487,523,068 $39,221,434 $526,744,502

27.2

Page 418: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 8

2. AMENDMENT/MODIFICATION NO.

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

77 September 28, 2000 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost-Reimbursement (AUG 1987) Alt II (Apr 1984)

D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to provide for an equitable adjustment for the purchase of reliability centered maintenance (RCM) equipment (CCR 00-46). The equitable adjustment for the base period is $250,830 for costs and $20,066 for fee for a total increase in contract value of $270,896. This change revises Article B-3, Contract Value; Article B-4, Award Fee Scores; Article G-2, Contract Funding; and Work Breakdown Structure paragraph 2.2.1.9, Special Projects, as shown on the attached pages. All other terms and conditions of the contract remain unchanged. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor’s proposal for adjustment, the contractor hereby releases the government from any and all liability under this contract for further equitable adjustments attributable to such facts and circumstances giving rise to the proposal for adjustment.

END OF MODIFICATION

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Victoria G. Lockard Sherry L. Gasaway Director, Contracts Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/ VICTORIA G. LOCKARD

Dec 22, 00

BY /S/ SHERRY L. GASAWAY

Jan 03, 01

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 419: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 77

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 76 (10/1/98-9/30/03) $943,759,511 $70,518,151 $1,014,277,662Mod No. 77 $250,830 $17,056 $267,886

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 3AB $2,126,698 $170,136 $2,296,834(10/1/00-9/30/01)

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $950,785,691 $70,988,157 $1,021,773,848

Option 1 (10/1/03-9/30/08) $1,046,148,597 $83,683,058 $1,129,831,655

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3AC (10/1/01-9/30/02) $2,190,034 $175,203 $2,365,237

Option 3AD (10/1/02-9/30/03) $2,272,293 $181,783 $2,454,076

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,031,739,385 $157,455,621 $2,189,195,006

Page 420: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 77

ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, and the amount of earned award fee.

Adjusted Award Fee

Through Mod 76

Mod No. 77 Award Fee

Maximum Available Award

Fee

Adjusted Award Fee (Earned +

Future Available)

Award Fee

Mod. No.

10/01/98 03/31/99 $6,190,000 $7,736,689 $6,190,000 1504/01/99 09/30/99 $4,900,870 $6,091,396 $4,900,870 3610/01/99 03/31/00 $6,750,239 $7,837,729 $6,750,239 5704/01/00 09/30/00 $5,334,340 $20,066 $5,354,406 $5,351,396 7510/01/00 03/31/01 $8,016,704 $8,016,704 $8,016,70404/01/01 09/30/01 $8,020,955 $8,020,955 $8,020,95510/01/01 03/31/02 $7,887,733 $7,887,733 $7,887,73304/01/02 09/30/02 $7,888,894 $7,888,894 $7,888,89410/01/02 03/31/03 $7,990,676 $7,990,676 $7,990,67604/01/03 09/30/03 $7,990,690 $7,990,690 $7,990,690

TOTAL $70,971,101 $20,066 $74,815,872 $70,988,157#

10/01/03 03/31/04 1 $8,118,790 $8,118,790 $8,118,79004/01/04 09/30/04 1 $8,118,798 $8,118,798 $8,118,79810/01/04 03/31/05 1 $8,208,401 $8,208,401 $8,208,40104/01/05 09/30/05 1 $8,208,421 $8,208,421 $8,208,42110/01/05 03/31/06 1 $8,328,579 $8,328,579 $8,328,57904/01/06 09/30/06 1 $8,328,594 $8,328,594 $8,328,59410/01/06 03/31/07 1 $8,493,161 $8,493,161 $8,493,16104/01/07 09/30/07 1 $8,493,179 $8,493,179 $8,493,17910/01/07 03/31/08 1 $8,692,560 $8,692,560 $8,692,56004/01/08 09/30/08 1 $8,692,575 $8,692,575 $8,692,575

TOTAL 1 83,683,058 $0 $83,683,058 $83,683,058GRAND TOTAL $154,654,159 $20,066 $158,498,930 $154,671,215

BASIC

OPTION

Page 421: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Modification 77

ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDED

AS OF MOD

CONTRACT VALUE

FUNDED COST

FUNDED FEE

TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $0 $1,113,485 09/30/98

2 $3,260,000 $283,343 $3,543,343 10/04/98 3 $75,604,000 $6,048,000 $81,652,000 01/31/99 4 $7,700,000 $226,616 $7,926,616 02/10/99 5 $10,217,447 $888,474 $11,105,921 02/20/99 6 $37,945,595 $0 $37,945,595 03/26/99 7 $31,621,891 $0 $31,621,891 07/06/99 9 $1,587,002 15 -$1,546,689 16 $14,260,039 $1,240,003 $15,500,042 09/30/99 17 $561,314 19 -$529,246 20 $2,204,821 21 $1,436,947 22 $2,230,979 25 $5,000,000 $2,436,340 $7,436,340 09/30/99 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/99 31 $92,411 32 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/00 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/00 43 -$907,120

Page 422: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 77

48 $14,887,080 $1,294,529 $16,181,609 07/02/00 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,383,843 $29,785,540 09/05/00 60 $410,837 61 $376,725 62 $10,000 63 $9,866,316 $857,940 $10,724,256 09/17/00 64 $495,799 66 $274,068 67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72 $14,015,990 $1,218,782 $15,234,772 10/21/00 73 -$20,193,864 74 $61,350,200 $5,334,800 $6,685,000 01/25/01 75 -$941,354 76 $14,844,419 $1,290,819 $16,135,238 02/26/01 77 $267,886

TOTAL $1,021,773,848 $487,523,068 $39,221,434 $526,744,502

Page 423: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J Modification 77

2.2.1.9 Special Projects for Customers, Support construction, modification, repair, and other special

projects from customer as needed. a. Upgrade of Launch Complex 39 Emergency Power Plant. Work includes submission of outage requests and dig permits and coordination of these with the launch support team, construction surveillance and inspections (including witnessing system tests), electrical switching and engineering support, CCS hardware and software modifications, assuring compliance with environmental regulations, review/development of required documentation (including System Assurance Analysis, as-built drawings, Spare Parts Analysis, Operations and Maintenance Specifications, Operations and Maintenance Instructions and Preventive Maintenance Instructions), procurement support, training on all aspects of the new system and other operational support required to ensure smooth and reliable transition to the new system. (Modification 11) b. Perform remediation activities of contaminated ditches surrounding the sandblast facility and excess yard on Ransom Road at Kennedy Space Center. Activities include the excavation and disposal of the contaminated soil and reconditioning of the ditches. (Modification 12) c. Disposal of remediation waste at the Mobile Launch Platform (MLP) Parksite at KSC. Disposal includes both Toxic Substance Control Act (TSCA) waste and non-TSCA waste. Work can only be accomplished while MLP is not at the Parksite. (Modification 14) d. Replacement of High Voltage Oil Switches at Cape Canaveral Air Station. Work involves the replacement of high voltage oil switches with gas switches for Phase I. e. Remove 22 Load Break Switches at LC-39 Pad B. Replace 7 switches with Vacuum Fault Interrupters (VFI). f. Provide labor, equipment and materials required to repair and replace damages to the interior and exterior of the mechanical room and the highbay of the Transporter Canister Facility (Bldg M7-0777). This includes replacing the damaged highbay roof system, any and all damaged standing seam roof panels, gypsum board ceiling and walls in the highbay, insulation below the existing metal roof in the mechanical room, and 3 openings in the north wall of the mechanical room. Paint walls and ceilings to match existing paint. g. Design and install a deployable mast lightning protection system and associated support bases, pneumatics and ground counterpoise. Also, provide 15k feeder and transformers with required secondary systems to support mission requirements. h. Provide all effort required in the support of the KSC 2000 reorganization move. The scope is estimated at 2000 office moves which include advance planning and support for the required relocation of personnel, equipment, furnishings, partition systems, design and building alterations. Also included is contractor support of janitorial, locksmith, computer communication and facility maintenance. The contractor will ensure a smooth transition throughout the process. i. Provide design software and shop support for the transition of Complex Control System (CCS) function to the Programmable Logic Controller (PLC) based Kennedy Space Complex Control System (KCCS) as defined in the Shuttle Processing Directorate Plan, SPP-EL007.

Page 424: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J Mod No. 77

j. Deleted. k. Procure 8 Vacuum Fault Interrupters (VFI) associated with Tasks B and D of the KSC Load Break Switch Replacement Project. l. Perform modification, refurbishment, fabrication, painting and maintenance of NASA/KSC owned railroad cars for NASA/Langley RHYFL Project. m. Provide design, award of subcontract, and renovation of warehouse M6-698 for use in storing space station flight hardware. n. Provide design, award of subcontract, and renovation of warehouse M6-794 for use in storing space station flight hardware. o. Provide design and construction services for the renovations required to the OPF 1 & 2 Lowbays at KSC. p. Perform troubleshooting and repair of Tel IV generator stability and synchronization problems. q. Fire Rescue Transoceanic Abort Landing (TAL) Support. Contractor shall provide fire rescue support as related to the Space Transportation System orbiter flight crew rescue for transoceanic abort landing (TAL) contingency landing sites (CLS) at Ben Guerir, Morocco and Banjul, The Gambia for FY00 to include:

• Participate in Open Item Review (OIR) meetings, pre-deployment briefings, and lessons learned meetings that pertain to fire support and provide the status of ongoing corrective actions (if any) of all fire and flight crew rescue equipment for both sites.

• Provide a Fire Response Team for each launch as required at Ben Guerir. • The Fire Officer will be positioned on-scene with immediate direct contact with the Ground

Operations Manager’s Convoy Commander and be responsible for all rescue activities and act as an advisor to the Host Nation Fire Chief for fire suppression.

• Coordinate deployment to the TAL site with the NASA Ground Operations Manager (GOM) maintaining CLS team travel integrity.

• Assume responsibility for flight crew rescue and fire support equipment inventory status. Ensure proper inventory is maintained to support TAL missions at both Banjul and Ben Guerir.

• Coordinate the inventory of Self-contained Breathing Apparatus (SCBA) and Astronaut Rescue Air Pack (ARAP) bottles with KSC Life Support (Contracted Laboratories) to ensure equipment is on site to support TAL missions at both sites.

• Assume responsibility of testing the air quality of the breathing air compressor at Ben Guerir. • Service required SCBA and ARAP cylinders with breathing air at Ben Guerir. • Issue, retrieve and clean fire fighter protective clothing and SCBA issued to local fire fighters at

Ben Guerir. • Provide Orbiter and aircraft rescue fire fighting (ARFF) vehicle fire fighting familiarization to

local fire fighter personnel prior to each mission at Ben Guerir. • Participate in the flight crew rescue/convoy simulation exercise held prior to launch support at

Ben Guerir.

Page 425: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J Mod No. 77

• Be familiar with, and capable of, both utilizing and training the local Moroccan host national fire

fighters with the furnished fire fighting equipment. • Work schedules will be coordinated through the NASA Ground Operations Manager to assure

mission needs. • Provide a Fire Officer to annually travel to Banjul with the TAL team to conduct on-site

inventory of fire support equipment. r. Project Number DBEH 00-1563, Repair Pump Station, VIP - Reline the VIB lift station with a plastic liner to eliminate corrosion in the structure. The repair shall also include the replacement of pumps, piping, the valve vault, and controls. Project Number DBEH 00-1628, Repair Pump Station, Trident Plant -Replace the sewage pump station which services the old Trident pretreatment plant. Install a six-foot diameter well, new pumps, piping, the valve vault, power circuitry, and controls. Project Number DBEH 00-1562, Repair Monitor System, WWTP -Replace the existing WWTF Monitoring System programmable logic controller (PLC) with a newer style industrial-grade control system that is not susceptible to power-surge related failures. s. Procure RCM equipment in accordance with NASA initiative.

Page 426: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

78 See Block 16C. MR 016001 S-2 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE OPOS

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) CW-1/2540C/400000/52/01 INCREASE OF $15,169,388 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Contract Article G-2, Contract Funding, and FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [X] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this unilateral modification is to provide additional funding in the amount of $15,169,388. These funds, when added to the amount already obligated on the contract, are estimated to be adequate for contract performance through March 19, 2001. Contract Article G-2, Contract Funding, is revised to reflect an increase of $15,169,388 as shown on attached page 27.2. END OF MODIFICATION Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY 12/04/00

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 427: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Modification 78 FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72

73

74

-$20,193,864

$14,015,990

$61,350,200

$1,218,782

$5,334,800

$15,234,772

$66,685,000

10/21/00

01/25/01 75 -$941,354 76

77

78

$270,896

$14,844,419

$13,955,837

$1,290,819

$1,213,551

$16,135,238

$15,169,388

02/26/01

03/19/01 TOTAL $1,021,776,858 $501,478,905 $40,434,985 $541,913,890

27.2

Page 428: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 2 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

80 See Block 16C. MR 016001 S-3 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE OPOS

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 X 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) CW-1/2540C/400000/52/01 INCREASE OF $24,620,210 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Contract Article G-2, Contract Funding, and FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [X] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this unilateral modification is to provide additional funding in the amount of $24,620,210. These funds, when added to the amount already obligated on the contract, are estimated to be adequate for contract performance through April 25, 2001. Contract Article G-2, Contract Funding, is revised to reflect an increase of $24,620,210 as shown on attached page 27.2. END OF MODIFICATION Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED BY 01/08/01

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

30-105 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

Page 429: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Modification 80 FUNDING AS OF MOD #

CONTRACT VALUE

COST FEE TOTAL COST AND FEE

ADEQUATE THROUGH

67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72

73

74

-$20,193,864

$14,015,990

$61,350,200

$1,218,782

$5,334,800

$15,234,772

$66,685,000

10/21/00

01/25/01 75 -$941,354 76

77

78

79

80

$270,896

$14,844,419

$13,955,837

$22,650,593

$1,290,819

$1,213,551

$ 1,969,617

$16,135,238

$15,169,388

$24,620,210

02/26/01

03/19/01

04/25/01

TOTAL $1,021,776,858 $524,129,498 $42,404,602 $566,534,100

27.2

Page 430: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 9

2. AMENDMENT/MODIFICATION NO.

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

81 See Block 14 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: Mutual Agreement of the Parties

D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to incorporate KSC Clause 52.223-105, Emergency Medical Treatment; KSC Clause 52.236-130, Conduct of Facility Projects; and revised DD Form 254, Contract Security Classification Specification, into subject contract at no cost. This change revises Section I, Contract Clauses, by adding Article I-11, KSC Clause 52.223-105, Emergency Medical Treatment, and Article I-12, KSC Clause 52.236-130, Conduct of Facility Projects, in their entirety, as shown on the attached pages. Article I-11 is added effective Sep 6, 00 and Article I-12 is added effective Sep 29,00. This change also revises Section J, Attachment J-10, DD Form 254, Contract Security Classification Specification, by removing DD Form 254 dated Dec 9, 99 and replacing it with revised DD Form 254, dated Oct 11, 00, as shown on the attached pages. The revised DD Form 254 is added effective Oct 11, 00. All other terms and conditions of the contract remain unchanged.

END OF MODIFICATION

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Victoria G. Lockard Sherry L. Gasaway Director, Contracts Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/ VICTORIA G. LOCKARD

BY /s/ SHERRY L. GASAWAY

Jan 26, 01

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 431: amendment of solicitation/modification of contract - NASA

NAS 10-99001 Section I MOD No. 81 ARTICLE I-11 KSC 52.223-105 EMERGENCY MEDICAL TREATMENT

(JUL 00) The contractor shall immediately call (see below for applicable telephone numbers) for assistance with personnel injury or illness for any incident requiring emergency medical treatment for contractor or subcontractor personnel, or invitees on KSC, or if any person on the job site is rendered unconscious. The contractor shall require the victim to sign an appropriate “refusal of treatment” form, if medical evaluation/treatment is offered and refused.

From KSC or CCAFS property: 911 From a KSC issued cellular telephone: 867-7911 From other than a KSC issued cellular telephone: 321-867-7911

Commercial telephone users on KSC or CCAFS property: 911 (END OF CLAUSE)

ARTICLE I-12 KSC 52.236-130 CONDUCT OF FACILITY PROJECTS (APR 00) A. Approval The contractor shall not award or otherwise proceed with implementation of any facility project without a NASA approved Facility Project – Brief Project Document (NASA Form 1509). The contractor shall prepare or otherwise support the preparation of NASA Form 1509’s in accordance with the current edition of NPG 8820.2, Facility Project Implementation Handbook, and the current version of the KSC procedure for Facility Project Approval and Implementation. For purposes of this requirement a Facility Project is defined as any new construction, repair, and /or modification affecting Government real property located on KSC regardless of the source of funding, or located elsewhere and funded by KSC, and costing more than $50,000. Planning and design activities leading to the implementation of the actual construction, repair or modification work normally can be accomplished prior to 1509 approval. When in doubt, guidance as to whether or not a particular activity is a Facility Project, is “implementation” versus “planning and design,” and / or the applicability of this requirement in relation to specific projects should be obtained from the KSC Spaceport Services Management Integration Office. B. File Documentation Construction subcontract file documentation shall include a copy of the approved NASA Form 1509 authorizing the project. For construction subcontracts requiring Contracting Officer consent, the consent file shall include a copy of the approved NASA Form 1509 authorizing the project.

(END OF CLAUSE)

Page 432: amendment of solicitation/modification of contract - NASA

NAS 10-99001 Section J MOD No. 81

Page 433: amendment of solicitation/modification of contract - NASA

NAS 10-99001 Section J MOD No. 81

Page 434: amendment of solicitation/modification of contract - NASA

NAS 10-99001 Section J MOD No. 81

Page 435: amendment of solicitation/modification of contract - NASA

NAS 10-99001 Section J MOD No. 81

Page 436: amendment of solicitation/modification of contract - NASA

NAS 10-99001 Section J MOD No. 81

Page 437: amendment of solicitation/modification of contract - NASA

NAS 10-99001 Section J MOD No. 81

Page 438: amendment of solicitation/modification of contract - NASA

NAS 10-99001 Section J MOD No. 81

Page 439: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 8

2. AMENDMENT/MODIFICATION NO.

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

82 November 7, 2000 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost-Reimbursement (AUG 1987) Alt II (Apr 1984)

D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to provide for an equitable adjustment for the renovation of flight logistics warehouse M6-698 (CCR 00-38) and to incorporate a revised format for Article B-4, Award Fee. The equitable adjustment for the base period is $325,385 for costs and $26,031 for fee for a total increase in contract value of $351,416. This change revises Article B-3, Contract Value; Article B-4, Award Fee; Article G-2, Contract Funding; and Work Breakdown Structure paragraph 2.2.1.9, Special Projects, as shown on the attached pages. All other terms and conditions of the contract remain unchanged. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor’s proposal for adjustment, the contractor hereby releases the government from any and all liability under this contract for further equitable adjustments attributable to such facts and circumstances giving rise to the proposal for adjustment.

END OF MODIFICATION

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Victoria G. Lockard Sherry L. Gasaway Director, Contracts Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /S/ VICTORIA G. LOCKARD

Jan 25, 01

BY /S/ SHERRY L. GASAWAY

Feb 08, 01

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 440: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 82

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 81 (10/1/98-9/30/03) $1,037,951,793 $70,535,207 $1,108,487,000Mod No. 82 $325,385 $22,126 $347,511

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 3AB $6,589,025 $527,123 $7,116,148(10/1/00-9/30/01)

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $1,049,514,855 $71,367,270 $1,120,882,125

Option 1 Thru Mod 81 (10/1/03-9/30/08) $1,149,203,148 $83,683,058 $1,232,886,206

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,229,060,773 $157,477,748 $2,386,538,521*Earned fees for past periods plus the available fees for future periods.

Page 441: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 82

ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, and the award fee score.

Available Award Fee Through Previous

Mods

Total Award Fee For This

Mod

Adjusted Available

Award Fee

Earned Award Fee

Award Fee Score and

Mod

10/01/98 03/31/99 $7,736,689 $7,736,689 $6,190,000 80% Mod 1504/01/99 09/30/99 $6,099,979 $6,099,979 $4,907,562 80% Mod 3610/01/99 03/31/00 $7,858,690 $7,858,690 $6,750,239 86% Mod 5704/01/00 09/30/00 $6,295,760 $26,031 $6,321,791 $5,395,648 85% Mod 7510/01/00 03/31/01 $8,016,704 $8,016,70404/01/01 09/30/01 $8,020,955 $8,020,95510/01/01 03/31/02 $7,887,733 $7,887,73304/01/02 09/30/02 $7,888,894 $7,888,89410/01/02 03/31/03 $7,990,676 $7,990,67604/01/03 09/30/03 $7,990,690 $7,990,690

BASIC SUBTOTAL $75,786,770 $26,031 $75,812,801

10/01/03 03/31/04 $8,118,790 $8,118,79004/01/04 09/30/04 $8,118,798 $8,118,79810/01/04 03/31/05 $8,208,401 $8,208,40104/01/05 09/30/05 $8,208,421 $8,208,42110/01/05 03/31/06 $8,328,579 $8,328,57904/01/06 09/30/06 $8,328,594 $8,328,59410/01/06 03/31/07 $8,493,161 $8,493,16104/01/07 09/30/07 $8,493,179 $8,493,17910/01/07 03/31/08 $8,692,560 $8,692,56004/01/08 09/30/08 $8,692,575 $8,692,575

OPTION SUBTOTAL 83,683,058 $0 $83,683,058GRAND TOTAL $159,469,828 $26,031 $159,495,859

BASIC PERIOD OF PERFORMANCE

OPTION PERIOD

Page 442: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Modification 82

ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDED

AS OF MOD

CONTRACT VALUE

FUNDED COST

FUNDED FEE

TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $0 $1,113,485 09/30/98

2 $3,260,000 $283,343 $3,543,343 10/04/98 3 $75,604,000 $6,048,000 $81,652,000 01/31/99 4 $7,700,000 $226,616 $7,926,616 02/10/99 5 $10,217,447 $888,474 $11,105,921 02/20/99 6 $37,945,595 $0 $37,945,595 03/26/99 7 $31,621,891 $0 $31,621,891 07/06/99 9 $1,587,002 15 -$1,546,689 16 $14,260,039 $1,240,003 $15,500,042 09/30/99 17 $561,314 19 -$529,246 20 $2,204,821 21 $1,436,947 22 $2,230,979 25 $5,000,000 $2,436,340 $7,436,340 09/30/99 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/99 31 $92,411 32 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/00 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/00 43 -$907,120

Page 443: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 82

48 $14,887,080 $1,294,529 $16,181,609 07/02/00 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,383,843 $29,785,540 09/05/00 60 $410,837 61 $376,725 62 $10,000 63 $9,866,316 $857,940 $10,724,256 09/17/00 64 $495,799 66 $274,068 67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72 $14,015,990 $1,218,782 $15,234,772 10/21/00 73 -$20,193,864 74 $61,350,200 $5,334,800 $6,685,000 01/25/01 75 -$941,354 76 $14,844,419 $1,290,819 $16,135,238 02/26/01 77 $267,886 78 $13,955,837 $1,213,551 $15,169,388 03/19/01 79 $98,760,766 80 $22,650,593 $1,969,617 $24,620,210 04/25/01 82 $347,511

TOTAL $1,120,882,125 $524,129,498 $42,404,602 $566,534,100

Page 444: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J Modification 82

2.2.1.9 Special Projects for Customers, Support construction, modification, repair, and other special

projects from customer as needed. a. Upgrade of Launch Complex 39 Emergency Power Plant. Work includes submission of outage requests and dig permits and coordination of these with the launch support team, construction surveillance and inspections (including witnessing system tests), electrical switching and engineering support, CCS hardware and software modifications, assuring compliance with environmental regulations, review/development of required documentation (including System Assurance Analysis, as-built drawings, Spare Parts Analysis, Operations and Maintenance Specifications, Operations and Maintenance Instructions and Preventive Maintenance Instructions), procurement support, training on all aspects of the new system and other operational support required to ensure smooth and reliable transition to the new system. (Modification 11) b. Perform remediation activities of contaminated ditches surrounding the sandblast facility and excess yard on Ransom Road at Kennedy Space Center. Activities include the excavation and disposal of the contaminated soil and reconditioning of the ditches. (Modification 12) c. Disposal of remediation waste at the Mobile Launch Platform (MLP) Parksite at KSC. Disposal includes both Toxic Substance Control Act (TSCA) waste and non-TSCA waste. Work can only be accomplished while MLP is not at the Parksite. (Modification 14) d. Replacement of High Voltage Oil Switches at Cape Canaveral Air Station. Work involves the replacement of high voltage oil switches with gas switches for Phase I. e. Remove 22 Load Break Switches at LC-39 Pad B. Replace 7 switches with Vacuum Fault Interrupters (VFI). f. Provide labor, equipment and materials required to repair and replace damages to the interior and exterior of the mechanical room and the highbay of the Transporter Canister Facility (Bldg M7-0777). This includes replacing the damaged highbay roof system, any and all damaged standing seam roof panels, gypsum board ceiling and walls in the highbay, insulation below the existing metal roof in the mechanical room, and 3 openings in the north wall of the mechanical room. Paint walls and ceilings to match existing paint. g. Design and install a deployable mast lightning protection system and associated support bases, pneumatics and ground counterpoise. Also, provide 15k feeder and transformers with required secondary systems to support mission requirements. h. Provide all effort required in the support of the KSC 2000 reorganization move. The scope is estimated at 2000 office moves which include advance planning and support for the required relocation of personnel, equipment, furnishings, partition systems, design and building alterations. Also included is contractor support of janitorial, locksmith, computer communication and facility maintenance. The contractor will ensure a smooth transition throughout the process. i. Provide design software and shop support for the transition of Complex Control System (CCS) function to the Programmable Logic Controller (PLC) based Kennedy Space Complex Control System (KCCS) as defined in the Shuttle Processing Directorate Plan, SPP-EL007.

Page 445: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J Mod No. 82

j. Deleted. k. Procure 8 Vacuum Fault Interrupters (VFI) associated with Tasks B and D of the KSC Load Break Switch Replacement Project. l. Perform modification, refurbishment, fabrication, painting and maintenance of NASA/KSC owned railroad cars for NASA/Langley RHYFL Project. m. Provide design and renovation of warehouse M6-698 for use in storing space station flight hardware. n. Reserved for Future Modification. o. Provide design and construction services for the renovations required to the OPF 1 & 2 Lowbays at KSC. p. Perform troubleshooting and repair of Tel IV generator stability and synchronization problems. q. Fire Rescue Transoceanic Abort Landing (TAL) Support. Contractor shall provide fire rescue support as related to the Space Transportation System orbiter flight crew rescue for transoceanic abort landing (TAL) contingency landing sites (CLS) at Ben Guerir, Morocco and Banjul, The Gambia for FY00 to include:

• Participate in Open Item Review (OIR) meetings, pre-deployment briefings, and lessons learned meetings that pertain to fire support and provide the status of ongoing corrective actions (if any) of all fire and flight crew rescue equipment for both sites.

• Provide a Fire Response Team for each launch as required at Ben Guerir. • The Fire Officer will be positioned on-scene with immediate direct contact with the Ground

Operations Manager’s Convoy Commander and be responsible for all rescue activities and act as an advisor to the Host Nation Fire Chief for fire suppression.

• Coordinate deployment to the TAL site with the NASA Ground Operations Manager (GOM) maintaining CLS team travel integrity.

• Assume responsibility for flight crew rescue and fire support equipment inventory status. Ensure proper inventory is maintained to support TAL missions at both Banjul and Ben Guerir.

• Coordinate the inventory of Self-contained Breathing Apparatus (SCBA) and Astronaut Rescue Air Pack (ARAP) bottles with KSC Life Support (Contracted Laboratories) to ensure equipment is on site to support TAL missions at both sites.

• Assume responsibility of testing the air quality of the breathing air compressor at Ben Guerir. • Service required SCBA and ARAP cylinders with breathing air at Ben Guerir. • Issue, retrieve and clean fire fighter protective clothing and SCBA issued to local fire fighters at

Ben Guerir. • Provide Orbiter and aircraft rescue fire fighting (ARFF) vehicle fire fighting familiarization to

local fire fighter personnel prior to each mission at Ben Guerir. • Participate in the flight crew rescue/convoy simulation exercise held prior to launch support at

Ben Guerir.

Page 446: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J Mod No. 82

• Be familiar with, and capable of, both utilizing and training the local Moroccan host national fire

fighters with the furnished fire fighting equipment. • Work schedules will be coordinated through the NASA Ground Operations Manager to assure

mission needs. • Provide a Fire Officer to annually travel to Banjul with the TAL team to conduct on-site

inventory of fire support equipment. r. Project Number DBEH 00-1563, Repair Pump Station, VIP - Reline the VIB lift station with a plastic liner to eliminate corrosion in the structure. The repair shall also include the replacement of pumps, piping, the valve vault, and controls. Project Number DBEH 00-1628, Repair Pump Station, Trident Plant -Replace the sewage pump station which services the old Trident pretreatment plant. Install a six-foot diameter well, new pumps, piping, the valve vault, power circuitry, and controls. Project Number DBEH 00-1562, Repair Monitor System, WWTP -Replace the existing WWTF Monitoring System programmable logic controller (PLC) with a newer style industrial-grade control system that is not susceptible to power-surge related failures. s. Procure RCM equipment in accordance with NASA initiative. t. Reserved For Future Modification. u. Reserved For Future Modification. v. Reserved For Future Modification. w. Reserved For Future Modification. x. Reserved For Future Modification. y. Procure labor, equipment and materials for 15 actions associated with Task A of the Load Break Switch Replacement Program. Task A includes O&C, Utility Annex, the VIC and VAB area.

Page 447: amendment of solicitation/modification of contract - NASA

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

2. AMENDMENT/MODIFICATION NO.

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

83 January 26, 2001 MR-016001 S-4 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) CW-1/2540C/400000/52/01 $11,962,566 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Contract Article G-2, Contract Funding, and FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this unilateral modification is to provide additional funding in the amount of $11,962,566. These funds, when added to the amount already obligated on the contract, are estimated to be adequate for contract performance through May 11, 2001. This change revises Article G-2, Contract Funding, as shown on the attached pages. All other terms and conditions of the contract remain unchanged.

END OF MODIFICATION

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Sherry L. Gasaway Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY /s/ SHERRY L. GASAWAY

Jan 26, 01

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 448: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Modification 83

ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDED

AS OF MOD

CONTRACT VALUE

FUNDED COST

FUNDED FEE

TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $0 $1,113,485 09/30/98

2 $3,260,000 $283,343 $3,543,343 10/04/98 3 $75,604,000 $6,048,000 $81,652,000 01/31/99 4 $7,700,000 $226,616 $7,926,616 02/10/99 5 $10,217,447 $888,474 $11,105,921 02/20/99 6 $37,945,595 $0 $37,945,595 03/26/99 7 $31,621,891 $0 $31,621,891 07/06/99 9 $1,587,002 15 -$1,546,689 16 $14,260,039 $1,240,003 $15,500,042 09/30/99 17 $561,314 19 -$529,246 20 $2,204,821 21 $1,436,947 22 $2,230,979 25 $5,000,000 $2,436,340 $7,436,340 09/30/99 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/99 31 $92,411 32 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/00 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/00 43 -$907,120

Page 449: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 83

48 $14,887,080 $1,294,529 $16,181,609 07/02/00 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,383,843 $29,785,540 09/05/00 60 $410,837 61 $376,725 62 $10,000 63 $9,866,316 $857,940 $10,724,256 09/17/00 64 $495,799 66 $274,068 67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72 $14,015,990 $1,218,782 $15,234,772 10/21/00 73 -$20,193,864 74 $61,350,200 $5,334,800 $6,685,000 01/25/01 75 -$941,354 76 $14,844,419 $1,290,819 $16,135,238 02/26/01 77 $267,886 78 $13,955,837 $1,213,551 $15,169,388 03/19/01 79 $98,760,766 80 $22,650,593 $1,969,617 $24,620,210 04/25/01 82 $347,511 83 $11,005,561 $957,005 $11,962,566 05/11/01

TOTAL $1,120,882,125 $535,135,059 $43,361,607 $578,496,666

Page 450: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 7

2. AMENDMENT/MODIFICATION NO.

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

84 February 1, 2001 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost-Reimbursement (AUG 1987) Alt II (Apr 1984)

D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to provide for an equitable adjustment to provide worldwide security services for the NASA Space Station, Crew Return Vehicle (CRV), CCR 01-12, effective February 1, 2001 through September 30, 2008. The equitable adjustment for the base period is $447,682 for costs and $35,815 for fee for a total of $483,497. Option 1 costs are $821,249 and $65,699 for fee. Total cost including fee, is $1,370,445. This change revises Article B-3, Contract Value; Article B-4, Award Fee; Article G-2, Contract Funding; and Section J-1, Statement of Work paragraph 3.1.2.1, Security Police Services, as shown on the attached pages. All other terms and conditions of the contract remain unchanged. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor’s proposal for adjustment, the contractor hereby releases the government from any and all liability under this contract for further equitable adjustments attributable to such facts and circumstances giving rise to the proposal for adjustment.

END OF MODIFICATION

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Victoria G. Lockard Laura B. Rochester Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 451: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 84

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 83 (10/1/98-9/30/03) $1,038,277,178 $70,557,333 $1,108,834,511Mod No. 84 $447,682 $35,815 $483,497

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 3AB $6,589,025 $527,123 $7,116,148(10/1/00-9/30/01)

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $1,049,962,537 $71,403,085 $1,121,365,622

Option 1 Thru Mod 83 (10/1/03-9/30/08) $1,149,203,148 $83,683,058 $1,232,886,206Mod No. 84 $821,249 $65,699 $886,948Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,230,329,704 $157,579,262 $2,387,908,966*Earned fees for past periods plus the available fees for future periods.

Page 452: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 84

ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, and the award fee score.

Available Award Fee Through

Previous Mods

Total Award Fee For This

Mod

Adjusted Available Award

Fee

Earned Award Fee

Award Fee Score and

Mod

10/01/98 03/31/99 $7,736,689 $7,736,689 $6,190,000 80% Mod 1504/01/99 09/30/99 $6,099,979 $6,099,979 $4,907,562 80% Mod 3610/01/99 03/31/00 $7,858,690 $7,858,690 $6,750,239 86% Mod 5704/01/00 09/30/00 $6,321,791 $6,321,791 $5,395,648 85% Mod 7510/01/00 03/31/01 $8,016,704 $2,432 $8,019,13604/01/01 09/30/01 $8,020,955 $9,379 $8,030,33410/01/01 03/31/02 $7,887,733 $4,425 $7,892,15804/01/02 09/30/02 $7,888,894 $7,856 $7,896,75010/01/02 03/31/03 $7,990,676 $4,549 $7,995,22504/01/03 09/30/03 $7,990,690 $7,174 $7,997,864

BASIC SUBTOTAL $75,812,801 $35,815 $75,848,616

10/01/03 03/31/04 $8,118,790 $6,281 $8,125,07104/01/04 09/30/04 $8,118,798 $8,975 $8,127,77310/01/04 03/31/05 $8,208,401 $4,804 $8,213,20504/01/05 09/30/05 $8,208,421 $7,095 $8,215,51610/01/05 03/31/06 $8,328,579 $5,070 $8,333,64904/01/06 09/30/06 $8,328,594 $7,261 $8,335,85510/01/06 03/31/07 $8,493,161 $5,739 $8,498,90004/01/07 09/30/07 $8,493,179 $7,430 $8,500,60910/01/07 03/31/08 $8,692,560 $5,219 $8,697,77904/01/08 09/30/08 $8,692,575 $7,825 $8,700,400

OPTION SUBTOTAL 83,683,058 $65,699 $83,748,757GRAND TOTAL $159,495,859 $101,514 $159,597,373

BASIC PERIOD OF PERFORMANCE

OPTION PERIOD

Page 453: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1 Modification 84

ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDED

AS OF MOD

CONTRACT VALUE

FUNDED COST

FUNDED FEE

TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $0 $1,113,485 09/30/98

2 $3,260,000 $283,343 $3,543,343 10/04/98 3 $75,604,000 $6,048,000 $81,652,000 01/31/99 4 $7,700,000 $226,616 $7,926,616 02/10/99 5 $10,217,447 $888,474 $11,105,921 02/20/99 6 $37,945,595 $0 $37,945,595 03/26/99 7 $31,621,891 $0 $31,621,891 07/06/99 9 $1,587,002 15 -$1,546,689 16 $14,260,039 $1,240,003 $15,500,042 09/30/99 17 $561,314 19 -$529,246 20 $2,204,821 21 $1,436,947 22 $2,230,979 25 $5,000,000 $2,436,340 $7,436,340 09/30/99 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/99 31 $92,411 32 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/00 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/00 43 -$907,120

Page 454: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 84

48 $14,887,080 $1,294,529 $16,181,609 07/02/00 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,383,843 $29,785,540 09/05/00 60 $410,837 61 $376,725 62 $10,000 63 $9,866,316 $857,940 $10,724,256 09/17/00 64 $495,799 66 $274,068 67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72 $14,015,990 $1,218,782 $15,234,772 10/21/00 73 -$20,193,864 74 $61,350,200 $5,334,800 $6,685,000 01/25/01 75 -$941,354 76 $14,844,419 $1,290,819 $16,135,238 02/26/01 77 $267,886 78 $13,955,837 $1,213,551 $15,169,388 03/19/01 79 $98,760,766 80 $22,650,593 $1,969,617 $24,620,210 04/25/01 82 $347,511

83 $11,005,561 $957,005 $11,962,566 84 $483,497 TOTAL $1,121,365,622 $535,135,059 $43,361,607 $578,496,666

Page 455: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J, Attachment J-1 Modification 84

3.1.2.1 Security Police Services. SGS shall provide a comprehensive security services program for KSC, CCAS, and the Florida Annexes, including armed uniformed security and law enforcement officers, Federal Arrest Authority Program (FAAP) and in-service training, use of force, investigative support, law enforcement, personnel security, primary and secondary perimeter protection, entry gate access controls, Electronic Security Systems (ESS) and Intrusion Detection System (IDS) monitoring, traffic management and parking, crowd control, locksmith services, resources protection program, and SSI. Resource protection program and SSI support includes Florida Annexes and down-range stations. SGS shall develop and implement a Physical Security Plan. The plan will implement a program that detects hostile activity, controls entry and access to sensitive areas, and, if necessary, defeats a hostile force, while adhering to requirements relevant to “arming and use of force.”

SGS shall perform security services at KSC, CCAS, and Florida Annexes. Our services provide for a fully trained SGS Security Force, whose capability and quality meets all AIR FORCE and NASA security standards. SGS shall plan, staff, and manage security surveillance functions, including safeguarding personnel, equipment, flight hardware, facilities, and classified information; providing temporary and permanent badges; performing area control where required; controlling contraband; and providing Investigative Services, Resources Protection, and Systems Security Integration (SSI). NOTE: Resources Protection and SSI shall be provided at KSC, CCAS, the Florida Annexes, and downrange sites. Essential to this environment are the protection of all AIR FORCE and NASA priority and critical resources, the maintenance of law and order, and the safeguarding of Government property and classified information. The nature of the Security Force mission requires that SGS have the provisions to ensure continuous security services in the event of work stoppage or labor strikes that degrade the security services function. SGS shall provide access to Wackenhut Security Force reserves to accomplish all performance requirements as outlined in this SOW.

SGS shall be responsible for the security of the primary perimeter of CCAS, KSC, and JDMTA. SGS shall staff certain designated internal secondary perimeter posts, in addition to agreed-upon Category A and Priority facilities when critical NASA or AIR FORCE resources are stored or processed in certain facilities. As launch and landing activities occur, scheduled and real-time personnel requirements increase for short-term activities such as parking cars, controlling crowds, and launching and landing day roadblocks. Standards and means of prevention, deterrence, detection, assessment, and response shall be made in accordance with applicable directives on the basis of threat analyses, risk assessments, and other information essential to the protection of critical NASA and Air Force resources, personnel, operations, and facilities.

Miscellaneous security functions required on a scheduled basis include vehicle spot check, guard post relief, flag detail, area clearings, classified destruction duty (classified documents for destruction shall be destroyed in 30 working days), boat security support including DOD port operations, roadblocks, aircraft surveillance support, KSC Visitor’s Complex (KSCVC) support, and explosive and narcotics detection. Other examples of miscellaneous functions include providing a formal in-service program for all officers and managers; providing a K-9 and law enforcement capability; control of non-endangered species population on CCAS ensuring that a designated Arms/Equipment custodian is on duty at all times for issuing weapons, radios, vehicles, and ammunition; and participating in the hurricane/tornado warning program.

Page 456: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-1, Attachment J-1 Mod No. 84

SGS shall provide off-site Contingency Landing Site (CLS) and Crew Return Vehicle (CRV) site support. This support shall require planning, coordination, and implementation of support at KSC and CLS/CRV sites worldwide, and shall require security personnel to be knowledgeable of CLS/CRV operational and programmatic issues such as launch and landing, recovery operations, and ferry operations. In addition, SGS security personnel shall be required to travel off-site to all designated space shuttle (SS) landing sites and CRV sites for normal end-of-mission landing operations or shuttle refurbishment support, ferry operations, and CRV landing and recovery operations.

SGS shall designate a CLS and CRV security coordinator to be responsible for, but not limited to, security scheduling, planning, providing badges, performing foreign country health and documentation requirements such as passports, visas, and international driver’s licenses (50 percent of responding personnel should have international driver’s licenses), attending required meetings, developing and updating a CLS and CRV library, conducting site security surveys and threat analysis, protecting critical NASA resources, and determining security equipment and uniform need status for and at the sites. SGS shall provide a security analyst to deploy to designated CLS areas before each launch and shall be prepared to deploy a Security Force Rapid Response Team (RTT) in the event there is a CLS landing or a critical NASA mishap occurring within 25 miles of KSC. SGS shall provide a security analyst to deploy to designated CRV sites and shall be prepared to deploy a security force RTT in the event of a planned or contingency CRV landing.

SGS shall maintain a Communications Security (COMSEC) account. This account shall handle all custodial and logistical cryptographic responsibilities for the secure telephone system at KSC, in addition to COMSEC equipment and material for record communications and other administrative systems directly supporting the NASA Security Office. SGS shall provide COMSEC data collections, studies, and analysis; COMSEC account administration; develop-ment of COMSEC technical security plans and procedures; evaluation of COMSEC material and information; and technical support for COMSEC audits and investigations. SGS shall provide technical expertise and administrative support to design, plan, implement, and operate the NASA Electronic Key Management System (EKMS) and the NASA Communications Security Central Office of Record (COR) with coordination of the NASA COR Manager.

SGS shall operate security systems in support of established operational requirements with the exception of satellite access control systems (such as SPACS, PACS, and LOACS) under operational control of other contractors.

SGS shall provide a locksmith to support NASA, the Air Force, and certain facilities under the cognizance of KSC and CCAS, including, but not limited to, the U.S. Park Service, the U.S. Fisheries and Wildlife Service, and the GSA Motor Pool facilities.

SGS shall provide all necessary equipment for security, badging, and locksmith services in support of AFI 31-101, NPG 1620 (Draft), and subordinate directives. Security Force vehicles shall contain the appropriate emergency equipment and identification. On-duty Security Force members shall be armed with their primary sidearm and/or rifle, as determined acceptable by industry (Police) standards.

The Government will provide existing security equipment to SGS per Section J, Attachment J-3. SGS shall provide security services to other Government payload customers (such as the Department of Energy [DOE], DoD, and SDIO), special components, classified information, and others, as required.

Page 457: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 5

2. AMENDMENT/MODIFICATION NO.

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

85 January 29, 2001 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost-Reimbursement (AUG 1987) Alt II (Apr 1984)

D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to definitize contract modification 52, a change order issued on Mar 31, 00 which directed the contractor to commence providing a 24-hour turn-around between Range launch configurations effective April 1, 2000. The equitable adjustment for the base period is $3,412,405 for costs and $272,992 for fee for a total equitable adjustment of $3,685,398. The equitable adjustment for the option period is $4,286,100 and $342,888 for fee for a total equitable adjustment of $4,628,988. This change revises Article B-3, Contract Value; Article B-4, Award Fee; and Article G-2, Contract Funding, as shown on the attached pages. All other terms and conditions of the contract remain unchanged. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor’s proposal for adjustment, the contractor hereby releases the government from any and all liability under this contract for further equitable adjustments attributable to such facts and circumstances giving rise to the proposal for adjustment.

END OF MODIFICATION

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Victoria G. Lockard David A. Wansley Director, Contracts Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/ VICTORIA G. LOCKARD

Jan 30, 01

BY /s/ DAVID A. WANSLEY

Jan 30, 01

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 458: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 85

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 84 (10/1/98-9/30/03) $1,038,724,860 $70,593,148 $1,109,318,008Mod No. 85 $3,412,405 $269,457 $3,681,862

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 3AB $6,589,025 $527,123 $7,116,148(10/1/00-9/30/01)

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $1,053,374,942 $71,672,542 $1,125,047,484

Option 1 Thru Mod 84 (10/1/03-9/30/08) $1,150,024,397 $83,748,757 $1,233,773,154Mod No. 85 $4,286,100 $342,888 $4,628,988

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,238,028,209 $158,191,607 $2,396,219,816*Earned fees for past periods plus the available fees for future periods.

Page 459: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 85

ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, and the award fee score.

Available Award Fee Through

Previous Mods

Total Award Fee For This

Mod

Adjusted Available Award

Fee

Earned Award Fee

Award Fee Score and

Mod

10/01/98 03/31/99 $7,736,689 $7,736,689 $6,190,000 80% Mod 1504/01/99 09/30/99 $6,099,979 $6,099,979 $4,907,562 80% Mod 3610/01/99 03/31/00 $7,858,690 $7,858,690 $6,750,239 86% Mod 5704/01/00 09/30/00 $6,321,791 $23,566 $6,345,357 $5,415,679 85% Mod 7510/01/00 03/31/01 $8,016,704 $62,777 $8,079,48104/01/01 09/30/01 $8,020,955 $62,778 $8,083,73310/01/01 03/31/02 $7,887,733 $30,524 $7,918,25704/01/02 09/30/02 $7,888,894 $30,524 $7,919,41810/01/02 03/31/03 $7,990,676 $31,412 $8,022,08804/01/03 09/30/03 $7,990,690 $31,411 $8,022,101

BASIC SUBTOTAL $75,812,801 $272,992 $76,085,793

10/01/03 03/31/04 $8,118,790 $32,317 $8,151,10704/01/04 09/30/04 $8,118,798 $32,317 $8,151,11510/01/04 03/31/05 $8,208,401 $33,276 $8,241,67704/01/05 09/30/05 $8,208,421 $33,276 $8,241,69710/01/05 03/31/06 $8,328,579 $34,247 $8,362,82604/01/06 09/30/06 $8,328,594 $34,248 $8,362,84210/01/06 03/31/07 $8,493,161 $35,256 $8,528,41704/01/07 09/30/07 $8,493,179 $35,257 $8,528,43610/01/07 03/31/08 $8,692,560 $36,347 $8,728,90704/01/08 09/30/08 $8,692,575 $36,347 $8,728,922

OPTION SUBTOTAL 83,683,058 $342,888 $84,025,946GRAND TOTAL $159,495,859 $615,880 $160,111,739

BASIC PERIOD OF PERFORMANCE

OPTION PERIOD

Page 460: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Modification 85

ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDED

AS OF MOD

CONTRACT VALUE

FUNDED COST

FUNDED FEE

TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $0 $1,113,485 09/30/98

2 $3,260,000 $283,343 $3,543,343 10/04/98 3 $75,604,000 $6,048,000 $81,652,000 01/31/99 4 $7,700,000 $226,616 $7,926,616 02/10/99 5 $10,217,447 $888,474 $11,105,921 02/20/99 6 $37,945,595 $0 $37,945,595 03/26/99 7 $31,621,891 $0 $31,621,891 07/06/99 9 $1,587,002 15 -$1,546,689 16 $14,260,039 $1,240,003 $15,500,042 09/30/99 17 $561,314 19 -$529,246 20 $2,204,821 21 $1,436,947 22 $2,230,979 25 $5,000,000 $2,436,340 $7,436,340 09/30/99 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/99 31 $92,411 32 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/00 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/00 43 -$907,120

Page 461: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 85

48 $14,887,080 $1,294,529 $16,181,609 07/02/00 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,383,843 $29,785,540 09/05/00 60 $410,837 61 $376,725 62 $10,000 63 $9,866,316 $857,940 $10,724,256 09/17/00 64 $495,799 66 $274,068 67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72 $14,015,990 $1,218,782 $15,234,772 10/21/00 73 -$20,193,864 74 $61,350,200 $5,334,800 $6,685,000 01/25/01 75 -$941,354 76 $14,844,419 $1,290,819 $16,135,238 02/26/01 77 $267,886 78 $13,955,837 $1,213,551 $15,169,388 03/19/01 79 $98,760,766 80 $22,650,593 $1,969,617 $24,620,210 04/25/01 82 $347,511

83 $11,005,561 $957,005 $11,962,566 84 $483,497

85 $3,681,862 TOTAL $1,125,047,484 $535,135,059 $43,361,607 $578,496,666

Page 462: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 5

2. AMENDMENT/MODIFICATION NO.

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

86 See Block 16C 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 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 43.103(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 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to (1) adjust Contract Article’s B-3 and G-2 to remove costs for Mod 84, CRV Security Support, which was not issued (Subsequent modifications did not use Mod 84 values for subsequent mod adjustments) and (2) adjust Contract Article B-4 to add PMEL Option 3AB award fee, which was inadvertently not included on Mod 79 and correctly state the earned award fee for award fee period 4. This change revises Article B-3, Contract Value; Article B-4, Award Fee; and Article G-2, Contract Funding, as shown on the attached pages. All other terms and conditions of the contract remain unchanged.

END OF MODIFICATION

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Dennis Foldesi Rene E. Paquette Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/ Dennis Foldesi

Mar 23, 01

BY /s/ Rene E. Paquette

Mar 27, 01

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 463: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 86

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 85 (10/1/98-9/30/03) $1,042,137,265 $70,862,605 $1,112,999,870Mod No. 86 ($447,682) ($35,815) ($483,497)

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 3AB $6,589,025 $527,123 $7,116,148(10/1/00-9/30/01)

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $1,052,927,260 $71,636,727 $1,124,563,987

Option 1 Thru Mod 85 (10/1/03-9/30/08) $1,154,310,497 $84,091,645 $1,238,402,142Mod No. 86 ($821,249) ($65,699) ($886,948)

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,236,759,278 $158,090,093 $2,394,849,371*Earned fees for past periods plus the available fees for future periods.

Page 464: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 86

ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, and the award fee score.

Available Award Fee Through

Previous Mods

Total Award Fee For This

Mod

Adjusted Available Award

Fee

Earned Award Fee

Award Fee Score and

Mod

10/01/98 03/31/99 $7,736,689 $7,736,689 $6,190,000 80% Mod 1504/01/99 09/30/99 $6,091,614 $6,091,614 $4,900,870 80% Mod 3610/01/99 03/31/00 $7,858,690 $7,858,690 $6,750,239 86% Mod 5704/01/00 09/30/00 $6,345,357 $6,345,357 $5,393,553 85% Mod 7510/01/00 03/31/01 $8,079,481 $8,079,48104/01/01 09/30/01 $8,083,733 $8,083,73310/01/01 03/31/02 $7,918,257 $87,602 $8,005,85904/01/02 09/30/02 $7,919,418 $87,602 $8,007,02010/01/02 03/31/03 $8,022,088 $90,892 $8,112,98004/01/03 09/30/03 $8,022,101 $90,891 $8,112,992

BASIC SUBTOTAL $76,077,428 $356,987 $76,434,415

10/01/03 03/31/04 $8,151,107 $8,151,10704/01/04 09/30/04 $8,151,115 $8,151,11510/01/04 03/31/05 $8,241,677 $8,241,67704/01/05 09/30/05 $8,241,697 $8,241,69710/01/05 03/31/06 $8,362,826 $8,362,82604/01/06 09/30/06 $8,362,842 $8,362,84210/01/06 03/31/07 $8,528,417 $8,528,41704/01/07 09/30/07 $8,528,436 $8,528,43610/01/07 03/31/08 $8,728,907 $8,728,90704/01/08 09/30/08 $8,728,922 $8,728,922

OPTION SUBTOTAL 84,025,946 $0 $84,025,946GRAND TOTAL $160,103,374 $356,987 $160,460,361

BASIC PERIOD OF PERFORMANCE

OPTION PERIOD

Page 465: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Modification 86

ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDED

AS OF MOD

CONTRACT VALUE

FUNDED COST

FUNDED FEE

TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $0 $1,113,485 09/30/98

2 $3,260,000 $283,343 $3,543,343 10/04/98 3 $75,604,000 $6,048,000 $81,652,000 01/31/99 4 $7,700,000 $226,616 $7,926,616 02/10/99 5 $10,217,447 $888,474 $11,105,921 02/20/99 6 $37,945,595 $0 $37,945,595 03/26/99 7 $31,621,891 $0 $31,621,891 07/06/99 9 $1,587,002 15 -$1,546,689 16 $14,260,039 $1,240,003 $15,500,042 09/30/99 17 $561,314 19 -$529,246 20 $2,204,821 21 $1,436,947 22 $2,230,979 25 $5,000,000 $2,436,340 $7,436,340 09/30/99 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/99 31 $92,411 32 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/00 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/00 43 -$907,120

Page 466: amendment of solicitation/modification of contract - NASA

48 $14,887,080 $1,294,529 $16,181,609 07/02/00 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,383,843 $29,785,540 09/05/00 60 $410,837 61 $376,725 62 $10,000 63 $9,866,316 $857,940 $10,724,256 09/17/00 64 $495,799 66 $274,068 67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72 $14,015,990 $1,218,782 $15,234,772 10/21/00 73 -$20,193,864 74 $61,350,200 $5,334,800 $6,685,000 01/25/01 75 -$941,354 76 $14,844,419 $1,290,819 $16,135,238 02/26/01 77 $267,886 78 $13,955,837 $1,213,551 $15,169,388 03/19/01 79 $98,760,766 80 $22,650,593 $1,969,617 $24,620,210 04/25/01 82 $347,511

83 $11,005,561 $957,005 $11,962,566 84 $483,497

85 $3,681,862 86 -$483,497 TOTAL $1,124,563,987 $535,135,059 $43,361,607 $578,496,666

Page 467: amendment of solicitation/modification of contract - NASA
Page 468: amendment of solicitation/modification of contract - NASA

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

2. AMENDMENT/MODIFICATION NO.

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

87 See Block 16C 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost Reimbursement (AUG 1987) Alt II (APR 1984)

D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to provide for an equitable adjustment to continue activation of the JSC designed oxidizer mole sieve unit (IR-4), CCR 01-02, for Option 1. The equitable adjustment for Option 1 is $266,308 for costs and $21,305 for fee, for a total of $287,613. This change revises Article B-3, Contract Value; Article B-4, Award Fee; Article G-2, Contract Funding; and J-BOSC Tech Exhibit 7.0-012, NASA Equipment Government Replaced as shown on the attached pages. Attachment J-3, Government Furnished Property for Potential Use, Page J-3-3, Item 18, Rev. Date is changed from 11/97 to 10/00. All other terms and conditions of the contract remain unchanged. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor’s proposal for adjustment, the contractor hereby releases the government from any and all liability under this contract for further equitable adjustments attributable to such facts and circumstances giving rise to the proposal for adjustment.

END OF MODIFICATION

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Dennis Foldesi Rene E. Paquette Contracts Manager Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/ Dennis Foldesi

Mar 23, 01

BY /s/ Rene E. Paquette

Mar 27, 01

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 469: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 87

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 86 (10/1/98-9/30/03) $1,041,689,583 $70,826,790 $1,112,516,373Mod No. 87 $0 $0 $0

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 3AB $6,589,025 $527,123 $7,116,148(10/1/00-9/30/01)

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $1,052,927,260 $71,636,727 $1,124,563,987

Option 1 Thru Mod 86 (10/1/03-9/30/08) $1,153,489,248 $84,025,946 $1,237,515,194Mod No. 87 $266,308 $21,305 $287,613

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,237,025,586 $158,111,398 $2,395,136,984*Earned fees for past periods plus the available fees for future periods.

Page 470: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 87

ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, and the award fee score.

Available Award Fee Through

Previous Mods

Total Award Fee For This

Mod

Adjusted Available Award

Fee

Earned Award Fee

Award Fee Score and

Mod

10/01/98 03/31/99 $7,736,689 $7,736,689 $6,190,000 80% Mod 1504/01/99 09/30/99 $6,091,614 $6,091,614 $4,900,870 80% Mod 3610/01/99 03/31/00 $7,858,690 $7,858,690 $6,750,239 86% Mod 5704/01/00 09/30/00 $6,345,357 $6,345,357 $5,393,553 85% Mod 7510/01/00 03/31/01 $8,079,481 $8,079,48104/01/01 09/30/01 $8,083,733 $8,083,73310/01/01 03/31/02 $8,005,859 $8,005,85904/01/02 09/30/02 $8,007,020 $8,007,02010/01/02 03/31/03 $8,112,980 $8,112,98004/01/03 09/30/03 $8,112,992 $8,112,992

BASIC SUBTOTAL $76,434,415 $0 $76,434,415

10/01/03 03/31/04 $8,151,107 $3,951 $8,155,05804/01/04 09/30/04 $8,151,115 $1,866 $8,152,98110/01/04 03/31/05 $8,241,677 $1,462 $8,243,13904/01/05 09/30/05 $8,241,697 $1,462 $8,243,15910/01/05 03/31/06 $8,362,826 $1,506 $8,364,33204/01/06 09/30/06 $8,362,842 $1,506 $8,364,34810/01/06 03/31/07 $8,528,417 $4,316 $8,532,73304/01/07 09/30/07 $8,528,436 $2,040 $8,530,47610/01/07 03/31/08 $8,728,907 $1,598 $8,730,50504/01/08 09/30/08 $8,728,922 $1,598 $8,730,520

OPTION SUBTOTAL 84,025,946 $21,305 $84,047,251GRAND TOTAL $160,460,361 $21,305 $160,481,666

BASIC PERIOD OF PERFORMANCE

OPTION PERIOD

Page 471: amendment of solicitation/modification of contract - NASA

J-BOSC TECH EXHIBIT 7.0-012

NASA EQUIPMENT GOVERNMENT REPLACED

ECN ITEM NAME MFG NAME G-MODEL-N YR MFG L-STOCK-N COST E-NASA-ACQ BLDG ROOM

1128585 HELICOPTOR 1520 0654368 AIRPLANE (NASA 4) 1510 1506565 COVERALLS,

TOXICOLOGICAL AGENT INDIAN RIVER CANVAS INC

81K00719 97 8415 5227 970805 1726 ANNEX

MOLECULAR SIEVE, IR4 JOHN F KENNEDY SPACE CENTER

K61-4190-01 00 3680 330000 991001 73720 YARD

Page 472: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 7

2. AMENDMENT/MODIFICATION NO.

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

88 See Block 16C 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost Reimbursement (AUG 1987) Alt II (APR 1984)

D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to provide for an equitable adjustment to provide infrastructure at JDMTA required to replace human security personnel with an enhanced electronic security system and an automated entry control system and associated decrease in costs due to elimination of JDMTA sentries, CCR 01-15. The equitable adjustment for the base period is a decrease of ($735,545) for costs and ($58,844) for fee, for a total decrease of ($794,387). The Option 1 decrease is ($1,829,648) costs and ($146,371) for fee. Total decrease including fee is ($2,770,408). This change revises Article B-3, Contract Value; Article B-4, Award Fee; Article G-2, Contract Funding; and Section J-1, Statement of Work paragraph 3.1.2.1, Security Police, as shown on the attached pages. All other terms and conditions of the contract remain unchanged. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor’s proposal for adjustment, the contractor hereby releases the government from any and all liability under this contract for further equitable adjustments attributable to such facts and circumstances giving rise to the proposal for adjustment.

END OF MODIFICATION

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Victoria G. Lockard Laura B. Rochester Director, Contracts Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/ Victoria G. Lockard

Mar 30, 01

BY /s/ Laura B. Rochester

Apr 03, 01

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 473: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 88

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 87 (10/1/98-9/30/03) $1,041,689,583 $70,826,790 $1,112,516,373Mod No. 88 ($735,545) ($58,844) ($794,389)

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 3AB $6,589,025 $527,123 $7,116,148(10/1/00-9/30/01)

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $1,052,191,715 $71,577,883 $1,123,769,598

Option 1 Thru Mod 87 (10/1/03-9/30/08) $1,153,755,556 $84,047,251 $1,237,802,807Mod No. 88 ($1,829,648) ($146,371) ($1,976,019)

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,234,460,393 $157,906,183 $2,392,366,576*Earned fees for past periods plus the available fees for future periods.

Page 474: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 88

ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, and the award fee score.

Available Award Fee Through

Previous Mods

Total Award Fee For Mod 88

Adjusted Available Award

Fee

Earned Award Fee

Award Fee Score and

Mod

10/01/98 03/31/99 $7,736,689 $7,736,689 $6,190,000 80% Mod 1504/01/99 09/30/99 $6,091,614 $6,091,614 $4,900,870 80% Mod 3610/01/99 03/31/00 $7,858,690 $7,858,690 $6,750,239 86% Mod 5704/01/00 09/30/00 $6,345,357 $6,345,357 $5,393,553 85% Mod 7510/01/00 03/31/01 $8,079,481 -$1,125 $8,078,35604/01/01 09/30/01 $8,083,733 -$5,405 $8,078,32810/01/01 03/31/02 $8,005,859 -$12,962 $7,992,89704/01/02 09/30/02 $8,007,020 -$12,766 $7,994,25410/01/02 03/31/03 $8,112,980 -$13,399 $8,099,58104/01/03 09/30/03 $8,112,992 -$13,187 $8,099,805

BASIC SUBTOTAL $76,434,415 -$58,844 $76,375,571

10/01/03 03/31/04 $8,155,058 -$13,833 $8,141,22504/01/04 09/30/04 $8,152,981 -$13,612 $8,139,36910/01/04 03/31/05 $8,243,139 -$14,283 $8,228,85604/01/05 09/30/05 $8,243,159 -$14,054 $8,229,10510/01/05 03/31/06 $8,364,332 -$14,744 $8,349,58804/01/06 09/30/06 $8,364,348 -$14,507 $8,349,84110/01/06 03/31/07 $8,532,733 -$15,217 $8,517,51604/01/07 09/30/07 $8,530,476 -$14,969 $8,515,50710/01/07 03/31/08 $8,730,505 -$15,704 $8,714,80104/01/08 09/30/08 $8,730,520 -$15,448 $8,715,072

OPTION SUBTOTAL 84,047,251 -$146,371 $83,900,880GRAND TOTAL $160,481,666 -$205,215 $160,276,451

BASIC PERIOD OF PERFORMANCE

OPTION PERIOD

Page 475: amendment of solicitation/modification of contract - NASA

ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDED

AS OF MOD

CONTRACT VALUE

FUNDED COST

FUNDED FEE

TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $0 $1,113,485 09/30/98

2 $3,260,000 $283,343 $3,543,343 10/04/98 3 $75,604,000 $6,048,000 $81,652,000 01/31/99 4 $7,700,000 $226,616 $7,926,616 02/10/99 5 $10,217,447 $888,474 $11,105,921 02/20/99 6 $37,945,595 $0 $37,945,595 03/26/99 7 $31,621,891 $0 $31,621,891 07/06/99 9 $1,587,002 15 -$1,546,689 16 $14,260,039 $1,240,003 $15,500,042 09/30/99 17 $561,314 19 -$529,246 20 $2,204,821 21 $1,436,947 22 $2,230,979 25 $5,000,000 $2,436,340 $7,436,340 09/30/99 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/99 31 $92,411 32 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/00 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/00 43 -$907,120

Page 476: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 88

48 $14,887,080 $1,294,529 $16,181,609 07/02/00 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,383,843 $29,785,540 09/05/00 60 $410,837 61 $376,725 62 $10,000 63 $9,866,316 $857,940 $10,724,256 09/17/00 64 $495,799 66 $274,068 67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72 $14,015,990 $1,218,782 $15,234,772 10/21/00 73 -$20,193,864 74 $61,350,200 $5,334,800 $6,685,000 01/25/01 75 -$941,354 76 $14,844,419 $1,290,819 $16,135,238 02/26/01 77 $267,886 78 $13,955,837 $1,213,551 $15,169,388 03/19/01 79 $98,760,766 80 $22,650,593 $1,969,617 $24,620,210 04/25/01 82 $347,511

83 $11,005,561 $957,005 $11,962,566 84 $483,497

85 $3,681,862 86 -$483,497 88 -$794,389 TOTAL $1,123,769,598 $535,135,059 $43,361,607 $578,496,666

Page 477: amendment of solicitation/modification of contract - NASA

3.1.2.1 Security Police Services. SGS shall provide a comprehensive security services program for KSC, CCAFS, and the Florida Annexes, including armed uniformed security and law enforcement officers, Federal Arrest Authority Program (FAAP) and in-service training, use of force, investigative support, law enforcement, personnel security, primary and secondary perimeter protection, entry gate access controls, Electronic Security Systems (ESS) and Intrusion Detection System (IDS) monitoring, traffic management and parking, crowd control, locksmith services, resources protection program, and SSI. Resource protection program and SSI support includes Florida Annexes and down-range stations. SGS shall develop and implement a Physical Security Plan. The plan will implement a program that detects hostile activity, controls entry and access to sensitive areas, and, if necessary, defeats a hostile force, while adhering to requirements relevant to “arming and use of force.”

SGS shall perform security services at KSC, CCAFS, and Florida Annexes. Our services provide for a fully trained SGS Security Force, whose capability and quality meets all AIR FORCE and NASA security standards. SGS shall plan, staff, and manage security surveillance functions, including safeguarding personnel, equipment, flight hardware, facilities, and classified information; providing temporary and permanent badges; performing area control where required; controlling contraband; and providing Investigative Services, Resources Protection, and Systems Security Integration (SSI). NOTE: Resources Protection and SSI shall be provided at KSC, CCAFS, the Florida Annexes, and downrange sites. Essential to this environment are the protection of all AIR FORCE and NASA priority and critical resources, the maintenance of law and order, and the safeguarding of Government property and classified information. The nature of the Security Force mission requires that SGS have the provisions to ensure continuous security services in the event of work stoppage or labor strikes that degrade the security services function. SGS shall provide access to Wackenhut Security Force reserves to accomplish all performance requirements as outlined in this SOW.

SGS shall be responsible for the security of the primary perimeter of CCAFS and KSC. (Mod 88) SGS shall staff certain designated internal secondary perimeter posts, in addition to agreed-upon Category A and Priority facilities when critical NASA or AIR FORCE resources are stored or processed in certain facilities. As launch and landing activities occur, scheduled and real-time personnel requirements increase for short-term activities such as parking cars, controlling crowds, and launching and landing day roadblocks. Standards and means of prevention, deterrence, detection, assessment, and response shall be made in accordance with applicable directives on the basis of threat analyses, risk assessments, and other information essential to the protection of critical NASA and Air Force resources, personnel, operations, and facilities.

Miscellaneous security functions required on a scheduled basis include vehicle spot check, guard post relief, flag detail, area clearings, classified destruction duty (classified documents for destruction shall be destroyed in 30 working days), boat security support including DOD port operations, roadblocks, aircraft surveillance support, KSC Visitor’s Complex (KSCVC) support, and explosive and narcotics detection. Other examples of miscellaneous functions include providing a formal in-service program for all officers and managers; providing a K-9 and law enforcement capability; control of non-endangered species population on CCAFS ensuring that a designated Arms/Equipment custodian is on duty at all times for issuing weapons, radios, vehicles, and ammunition; and participating in the hurricane/tornado warning program.

Page 478: amendment of solicitation/modification of contract - NASA

SGS shall provide off-site Contingency Landing Support. This support shall require planning, coordination, and implementation of support at KSC and contingency landing sites (CLS) worldwide, and shall require security personnel to be knowledgeable of CLS operational and programmatic issues such as launch and landing, recovery, and ferry. In addition, SGS security personnel shall be required to travel off-site to all designated space shuttle (SS) landing sites for normal end-of-mission landing operations or shuttle refurbishment support and ferrying back to KSC.

SGS shall designate a CLS security coordinator to be responsible for, but not limited to, SGS scheduling, planning, providing badges, performing foreign country health and documentation requirements such as passports, visas, and international driver’s licenses (50 percent of responding personnel should have one), attending required meetings, developing and updating a CLS library, conducting security surveys and threat analysis, protecting critical NASA resources, and determining security equipment and uniform need status both for and at the sites. SGS shall provide a security analyst to deploy to designated CLS areas before each launch and shall be prepared to deploy a Security Force team in the event there is a CLS landing or a critical NASA resources mishap occurring within 25 miles of KSC.

SGS shall maintain a Communications Security (COMSEC) account. This account shall handle all custodial and logistical cryptographic responsibilities for the secure telephone system at KSC, in addition to COMSEC equipment and material for record communications and other administrative systems directly supporting the NASA Security Office. SGS shall provide COMSEC data collections, studies, and analysis; COMSEC account administration; develop-ment of COMSEC technical security plans and procedures; evaluation of COMSEC material and information; and technical support for COMSEC audits and investigations. SGS shall provide technical expertise and administrative support to design, plan, implement, and operate the NASA Electronic Key Management System (EKMS) and the NASA Communications Security Central Office of Record (COR) with coordination of the NASA COR Manager.

SGS shall operate security systems in support of established operational requirements with the exception of satellite access control systems (such as SPACS, PACS, and LOACS) under operational control of other contractors.

SGS shall provide a locksmith to support NASA, the Air Force, and certain facilities under the cognizance of KSC and CCAFS, including, but not limited to, the U.S. Park Service, the U.S. Fisheries and Wildlife Service, and the GSA Motor Pool facilities.

SGS shall provide all necessary equipment for security, badging, and locksmith services in support of AFI 31-101, NPG 1620 (Draft), and subordinate directives. Security Force vehicles shall contain the appropriate emergency equipment and identification. On-duty Security Force members shall be armed with their primary sidearm and/or rifle, as determined acceptable by industry (Police) standards.

The Government will provide existing security equipment to SGS per Section J, Attachment J-3. SGS shall provide security services to other Government payload customers (such as the Department of Energy [DOE], DoD, and SDIO), special components, classified information, and others, as required.

Page 479: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 5

2. AMENDMENT/MODIFICATION NO.

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

89 See Block 16C 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost Reimbursement (AUG 1987) Alt II (APR 1984)

D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to definitize Change Order 56 for support services to provide design and construction services for the renovations required to the OPF 1 & 2 Lowbays at KSC, CCR 00-37 for the period May 11, 2000 through November 22, 2000. The equitable adjustment for the base period is $238,347 for costs and $19,068 for fee, for a total of $257,415. This change revises Article B-3, Contract Value; Article B-4, Award Fee; Article G-2, Contract Funding, as shown on the attached pages. All other terms and conditions of the contract remain unchanged. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor’s proposal for adjustment, the contractor hereby releases the government from any and all liability under this contract for further equitable adjustments attributable to such facts and circumstances giving rise to the proposal for adjustment.

END OF MODIFICATION

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Victoria G. Lockard Laura B. Rochester Director, Contracts Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/ Victoria G. Lockard

Apr 02, 01

BY /s/ Laura B. Rochester

Apr 03, 01

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 480: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 89

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 88 (10/1/98-9/30/03) $1,040,954,038 $70,767,946 $1,111,721,984Mod No. 89 $238,347 $19,068 $257,415

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 3AB $6,589,025 $527,123 $7,116,148(10/1/00-9/30/01)

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $1,052,430,062 $71,596,951 $1,124,027,013

Option 1 Thru Mod 87 (10/1/03-9/30/08) $1,151,925,908 $83,900,880 $1,235,826,788Mod No. 89 $0 $0 $0

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,234,698,740 $157,925,251 $2,392,623,991*Earned fees for past periods plus the available fees for future periods.

Page 481: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 89

ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, and the award fee score.

Available Award Fee Through

Previous Mods

Total Award Fee For Mod 89

Adjusted Available Award

Fee

Earned Award Fee

Award Fee Score and

Mod

10/01/98 03/31/99 $7,736,689 $7,736,689 $6,190,000 80% Mod 1504/01/99 09/30/99 $6,091,614 $6,091,614 $4,900,870 80% Mod 3610/01/99 03/31/00 $7,858,690 $1,715 $7,860,405 $6,751,714 86% Mod 5704/01/00 09/30/00 $6,345,357 $9,837 $6,355,194 $5,401,914 85% Mod 7510/01/00 03/31/01 $8,078,356 $7,516 $8,085,87204/01/01 09/30/01 $8,078,328 $8,078,32810/01/01 03/31/02 $7,992,897 $7,992,89704/01/02 09/30/02 $7,994,254 $7,994,25410/01/02 03/31/03 $8,099,581 $8,099,58104/01/03 09/30/03 $8,099,805 $8,099,805

BASIC SUBTOTAL $76,375,571 $19,068 $76,394,639

10/01/03 03/31/04 $8,141,225 $8,141,22504/01/04 09/30/04 $8,139,369 $8,139,36910/01/04 03/31/05 $8,228,856 $8,228,85604/01/05 09/30/05 $8,229,105 $8,229,10510/01/05 03/31/06 $8,349,588 $8,349,58804/01/06 09/30/06 $8,349,841 $8,349,84110/01/06 03/31/07 $8,517,516 $8,517,51604/01/07 09/30/07 $8,515,507 $8,515,50710/01/07 03/31/08 $8,714,801 $8,714,80104/01/08 09/30/08 $8,715,072 $8,715,072

OPTION SUBTOTAL 83,900,880 $0 $83,900,880GRAND TOTAL $160,276,451 $19,068 $160,295,519

BASIC PERIOD OF PERFORMANCE

OPTION PERIOD

Page 482: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 89

ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDED

AS OF MOD

CONTRACT VALUE

FUNDED COST

FUNDED FEE

TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $0 $1,113,485 09/30/98

2 $3,260,000 $283,343 $3,543,343 10/04/98 3 $75,604,000 $6,048,000 $81,652,000 01/31/99 4 $7,700,000 $226,616 $7,926,616 02/10/99 5 $10,217,447 $888,474 $11,105,921 02/20/99 6 $37,945,595 $0 $37,945,595 03/26/99 7 $31,621,891 $0 $31,621,891 07/06/99 9 $1,587,002 15 -$1,546,689 16 $14,260,039 $1,240,003 $15,500,042 09/30/99 17 $561,314 19 -$529,246 20 $2,204,821 21 $1,436,947 22 $2,230,979 25 $5,000,000 $2,436,340 $7,436,340 09/30/99 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/99 31 $92,411 32 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/00 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/00 43 -$907,120

Page 483: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 89

48 $14,887,080 $1,294,529 $16,181,609 07/02/00 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,383,843 $29,785,540 09/05/00 60 $410,837 61 $376,725 62 $10,000 63 $9,866,316 $857,940 $10,724,256 09/17/00 64 $495,799 66 $274,068 67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72 $14,015,990 $1,218,782 $15,234,772 10/21/00 73 -$20,193,864 74 $61,350,200 $5,334,800 $6,685,000 01/25/01 75 -$941,354 76 $14,844,419 $1,290,819 $16,135,238 02/26/01 77 $267,886 78 $13,955,837 $1,213,551 $15,169,388 03/19/01 79 $98,760,766 80 $22,650,593 $1,969,617 $24,620,210 04/25/01 82 $347,511

83 $11,005,561 $957,005 $11,962,566 84 $483,497

85 $3,681,862 86 -$483,497 88 -$794,389 89 $257,415 TOTAL $1,124,027,013 $535,135,059 $43,361,607 $578,496,666

Page 484: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 89

Page 485: amendment of solicitation/modification of contract - NASA

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

2. AMENDMENT/MODIFICATION NO.

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

90 March 21, 2001 MR-016001 S-5 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) CW-1/2540C/400000/52/01 $29,617,985 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Contract Article G-2, Contract Funding, and FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this unilateral modification is to provide additional funding in the amount of $29,617,985. These funds, when added to the amount already obligated on the contract, are estimated to be adequate for contract performance through June 6, 2001. This change revises Article G-2, Contract Funding, as shown on the attached pages. All other terms and conditions of the contract remain unchanged.

END OF MODIFICATION

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY

March 21,2001

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 486: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Modification 90

ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDED

AS OF MOD

CONTRACT VALUE

FUNDED COST

FUNDED FEE

TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $0 $1,113,485 09/30/98

2 $3,260,000 $283,343 $3,543,343 10/04/98 3 $75,604,000 $6,048,000 $81,652,000 01/31/99 4 $7,700,000 $226,616 $7,926,616 02/10/99 5 $10,217,447 $888,474 $11,105,921 02/20/99 6 $37,945,595 $0 $37,945,595 03/26/99 7 $31,621,891 $0 $31,621,891 07/06/99 9 $1,587,002 15 -$1,546,689 16 $14,260,039 $1,240,003 $15,500,042 09/30/99 17 $561,314 19 -$529,246 20 $2,204,821 21 $1,436,947 22 $2,230,979 25 $5,000,000 $2,436,340 $7,436,340 09/30/99 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/99 31 $92,411 32 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/00 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/00 43 -$907,120

Page 487: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 90

48 $14,887,080 $1,294,529 $16,181,609 07/02/00 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,383,843 $29,785,540 09/05/00 60 $410,837 61 $376,725 62 $10,000 63 $9,866,316 $857,940 $10,724,256 09/17/00 64 $495,799 66 $274,068 67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72 $14,015,990 $1,218,782 $15,234,772 10/21/00 73 -$20,193,864 74 $61,350,200 $5,334,800 $6,685,000 01/25/01 75 -$941,354 76 $14,844,419 $1,290,819 $16,135,238 02/26/01 77 $267,886 78 $13,955,837 $1,213,551 $15,169,388 03/19/01 79 $98,760,766 80 $22,650,593 $1,969,617 $24,620,210 04/25/01 82 $347,511 83

90 $11,005,561

$27,544,726

$957,005

$2,073,259

$11,962,566

$29,617,985

05/11/01

06/06/01 TOTAL $1,120,882,125 $562,679,785 $45,434,866 $608,114,651

Page 488: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 5

2. AMENDMENT/MODIFICATION NO.

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

91 See Block 16C 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost Reimbursement (AUG 1987) Alt II (APR 1984)

D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to correct Contract Article’s B-3 & G-2 associated with Mod 89, to reflect the earned award fee for periods 3 & 4. Article B-4, which reflected the incorrect available award fee through previous modifications for period 3, is also corrected. This change revises Article B-3, Contract Value; Article B-4, Award Fee and Article G-2, Contract Funding, as shown on the attached pages. All other terms and conditions of the contract remain unchanged. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor’s proposal for adjustment, the contractor hereby releases the government from any and all liability under this contract for further equitable adjustments attributable to such facts and circumstances giving rise to the proposal for adjustment.

END OF MODIFICATION

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Victoria G. Lockard Rene E. Paquette Director, Contracts Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/ Victoria G. Lockard

April 10, 2001

BY /s/ Rene E. Paquette

April 13, 2001

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 489: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 91

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 88 (10/1/98-9/30/03) $1,040,954,038 $70,767,946 $1,111,721,984Mod No. 89 $238,347 $17,352 $255,699

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 3AB $6,589,025 $527,123 $7,116,148(10/1/00-9/30/01)

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $1,052,430,062 $71,595,235 $1,124,025,297

Option 1 Thru Mod 88 (10/1/03-9/30/08) $1,151,925,908 $83,900,880 $1,235,826,788Mod No. 89 $0 $0 $0

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,234,698,740 $157,923,535 $2,392,622,275*Earned fees for past periods plus the available fees for future periods.

Page 490: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 91

ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, and the award fee score.

Available Award Fee Through

Previous Mods

Total Award Fee For Mod 89

Adjusted Available Award

Fee

Earned Award Fee

Award Fee Score and

Mod

10/01/98 03/31/99 $7,736,689 $7,736,689 $6,190,000 80% Mod 1504/01/99 09/30/99 $6,091,614 $6,091,614 $4,900,870 80% Mod 3610/01/99 03/31/00 $7,849,325 $1,715 $7,851,040 $6,751,714 86% Mod 5704/01/00 09/30/00 $6,345,357 $9,837 $6,355,194 $5,401,914 85% Mod 7510/01/00 03/31/01 $8,078,356 $7,516 $8,085,87204/01/01 09/30/01 $8,078,328 $8,078,32810/01/01 03/31/02 $7,992,897 $7,992,89704/01/02 09/30/02 $7,994,254 $7,994,25410/01/02 03/31/03 $8,099,581 $8,099,58104/01/03 09/30/03 $8,099,805 $8,099,805

BASIC SUBTOTAL $76,366,206 $19,068 $76,385,274

10/01/03 03/31/04 $8,141,225 $8,141,22504/01/04 09/30/04 $8,139,369 $8,139,36910/01/04 03/31/05 $8,228,856 $8,228,85604/01/05 09/30/05 $8,229,105 $8,229,10510/01/05 03/31/06 $8,349,588 $8,349,58804/01/06 09/30/06 $8,349,841 $8,349,84110/01/06 03/31/07 $8,517,516 $8,517,51604/01/07 09/30/07 $8,515,507 $8,515,50710/01/07 03/31/08 $8,714,801 $8,714,80104/01/08 09/30/08 $8,715,072 $8,715,072

OPTION SUBTOTAL 83,900,880 $0 $83,900,880GRAND TOTAL $160,267,086 $19,068 $160,286,154

BASIC PERIOD OF PERFORMANCE

OPTION PERIOD

Page 491: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 91

ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDED

AS OF MOD

CONTRACT VALUE

FUNDED COST

FUNDED FEE

TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $0 $1,113,485 09/30/98

2 $3,260,000 $283,343 $3,543,343 10/04/98 3 $75,604,000 $6,048,000 $81,652,000 01/31/99 4 $7,700,000 $226,616 $7,926,616 02/10/99 5 $10,217,447 $888,474 $11,105,921 02/20/99 6 $37,945,595 $0 $37,945,595 03/26/99 7 $31,621,891 $0 $31,621,891 07/06/99 9 $1,587,002 15 -$1,546,689 16 $14,260,039 $1,240,003 $15,500,042 09/30/99 17 $561,314 19 -$529,246 20 $2,204,821 21 $1,436,947 22 $2,230,979 25 $5,000,000 $2,436,340 $7,436,340 09/30/99 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/99 31 $92,411 32 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/00 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/00 43 -$907,120

Page 492: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 91

ARTICLE G-2 CONTRACT FUNDING (CON’T)

48 $14,887,080 $1,294,529 $16,181,609 07/02/00 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,383,843 $29,785,540 09/05/00 60 $410,837 61 $376,725 62 $10,000 63 $9,866,316 $857,940 $10,724,256 09/17/00 64 $495,799 66 $274,068 67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72 $14,015,990 $1,218,782 $15,234,772 10/21/00 73 -$20,193,864 74 $61,350,200 $5,334,800 $6,685,000 01/25/01 75 -$941,354 76 $14,844,419 $1,290,819 $16,135,238 02/26/01 77 $267,886 78 $13,955,837 $1,213,551 $15,169,388 03/19/01 79 $98,760,766 80 $22,650,593 $1,969,617 $24,620,210 04/25/01 82 $347,511 83 $11,005,561 $957,005 $11,962,566 84 $483,497

85 $3,681,862 86 -$483,497 88 -$794,389 89 $255,699 90 $27,544,726 $2,073,259 $29,617,985 06/06/01 TOTAL $1,124,025,297 $535,135,059 $43,361,607 $578,946,666

Page 493: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 91

Page 494: amendment of solicitation/modification of contract - NASA

1

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 7

2. AMENDMENT/MODIFICATION NO.

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

92 See Block 16C 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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.

1. ACCOUNTING AND APPROPRIATION DATA (If required) 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Supplemental, Contract Article B.5.B. E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to incorporate B.5.B. statement of work changes reflected in Change Orders 99-5, 99-25, 99-30, 99-33, 99-36, 99-38, 00-19, 00-27, 00-31, 00-34, 00-42, 00-41, 0043, 00-48, 00-47, 00-61, 00-55, 00-56, 00-60, 00-65, 00-63, 00-66, 00-67, 01-02, 01-29, 01-03, 00-20, 01-19, 01-14, 01-21, 01-20, 01-25, 01-17, 01-34, CIPs 21, and 13. Action does not effect contract value. This change revises statement of work, attachments, and technical exhibits as indicated in B.5.B letters issued from contract inception through 30 Mar 01. Changes are shown on the attached pages. All other terms and conditions of the contract remain unchanged. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor’s proposal for adjustment, the contractor hereby releases the government from any and all liability under this contract for further equitable adjustments attributable to such facts and circumstances giving rise to the proposal for adjustment.

END OF MODIFICATION

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Victoria G. Lockard Laura Rochester Director, Contracts Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/Victoria G. Lockard

28 June 01

BY /s/Laura Rochester

29 June 01

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 495: amendment of solicitation/modification of contract - NASA

Mod 92 NAS10-99001 Changes under B.5.B actions: 1. CCR 99-5, Add paragraph 2.2.1.31 to SOW:

2.2.1.31. Component Refurbishment and Chemical Analysis (CRCA) Support. SGS shall support the operation and activation activities associated with Phase II of the relocation of the CRCA facility from K7-516 to K6-1696. Activities associated with this change are estimated to be concluded by March 31, 1999.

2. CCR 99-25, Change Technical Exhibit 7.0-017, KSC OMEU matrix to add equipment: Technical Exhibit 7.0-017, Section 5.0 Heating, Ventilating & Air Conditioning Systems, KSC-Wide – add line: “Two, 300-ton portable chiller units at the SSPF.”

3. CCR 99-30, Add/Delete as follows:

Attachment J-5, revise: Tech Exhibit 5.5-401, change date from 10/97 to 09/99 Tech Exhibit 5.5-551, change date from 10/97 to 06/99 Tech Exhibit 5.5-611, change date from 10/97 to 06/99

Technical Exhibits changed: Tech Exhibit 5.5-611, Add: Uninterruptible Power System at Hangar “Y”, Fac #1115. Tech Exhibit 5.5-551, Add: 1,000 pound Cargo Lift at Supply Services Bldg, Fac #62630. Tech Exhibit 5.5-551, Delete: 25-ton Portal Crane at Poseidon Wharf Technical Exhibit 5.5-402, Add: Racquetball Court Building, Port Area.

4. CCR 99-33, Add paragraph (l) to SOW paragraph 2.2.1.9:

l. Remove, recycle and/or resale waste wood products (e.g. telephone poles, railroad ties, wharf pilings) lying around the CCAFS landfill to meet the conditions of CCAFS Landfill Permit No. SO05-281009.

5. CCR 99-36:

a. SOW paragraph 3.1.2.1., replace first paragraph with:

3.1.2.1 Security Police Services. SGS shall provide a comprehensive security services program for KSC, CCAS, and the Florida Annexes, including armed uniformed security and law enforcement officers, Federal Arrest Authority Program (FAAP) and in-service training, use of force, investigative support, law enforcement, personnel security, primary and secondary perimeter protection, entry gate access controls, Electronic Security Systems (ESS) and Intrusion Detection System (IDS) monitoring, traffic management and parking, crowd control, locksmith services, resources protection program, and SSI. Resource protection and SSI shall be provide at KSC, CCAS, and the Florida Annexes. SGS shall develop and implement a Physical Security Plan. The plan will implement a program that detects hostile activity,

2

Page 496: amendment of solicitation/modification of contract - NASA

controls entry and access to sensitive areas, and, if necessary, defeats a hostile force, while adhering to requirements relevant to “arming and use of force.”

b. SOW paragraph 3.1.2.2, replace first paragraph with:

3.1.2.2 Resource Protection Program. SGS shall provide a Resource Protection Program (RPP) for KSC, CCAS, and the Florida Annexes. By making a potential target inaccessible or unattractive, SGS shall safeguard Government property by reducing the opportunity for theft or terrorist attack. SGS shall promote the use of the Crime Prevention Through Environmental Design (CPTED) principles of natural surveillance, natural access control, and territorial reinforcement, and shall establish procedures and controls that proactively ensure that all personnel safeguard Government property.

6. CCR 99-38, SOW paragraph 3.3.3 revised:

SOW paragraph 3.3.3 was changed to read under CCR 99-38 but paragraph had been removed under Mod 42:

NASA Civil Servant Desktop/PC Support. Provide Desktop/Personal Computer (PC) and Help Desk support for NASA Civil Service personnel (approximately 1,500 machines as identified in T.E. 7.0-126, NASA Desktop/PC Equipment). In addition to the referenced technical exhibit, provide support for on or about 423 NASA Civil Service full support seats, 1534 NASA Civil Service hardware only seats, 68 resident office seats, and 14 NASA contractor full support seats. The period of performance for this support is three months (beginning 01 October 98 through 31 December 98). This support………

7. CCR 00-19, paragraph 10 of SOW 3.5.1.3, second sentence, changed to read:

SGS shall provide a registered nurse to support visitor and employee activities at the Visitor Complex. The support provided will be one shift per day during the open hours of the VIC, not to exceed 10 hours per day. This nursing support, operating under the direction of SGS medical director and by protocols established within the J-BOSC medical department, shall provide evaluation of medical problems and treatment/disposition of minor medical problems for visitors at the Visitor's Center. The nursing support shall also provide OM services to the Visitor's Center employees at levels comparable to that provided by nurses at other KSC OM facilities. The nurses shall also provide OM consultative services to the Visitor's Center management.

8. CCR 00-27, Changes to SOW Attachment J-5 and corresponding Technical Exhibits:

J-5 revised: Line Item 3, Rev. Date changed to read “2/00” Line Item 10, Rev. Date changed to read “2/00” Line Item 11, Rev. Date changed to read “2/00” Line Item 14, Rev. Date changed to read “2/00” Line Item 20, Rev. Date changed to read “2/00” Line Item 48, Rev. Date changed to read “2/00” Line Item 59, Rev. Date changed to read “2/00” Line Item 81, Rev. Date changed to read “2/00”

3

Page 497: amendment of solicitation/modification of contract - NASA

Line Item 109, Rev. Date changed to read “2/00” Line Item 110, Rev. Date changed to read “2/00”

Tech Exhibits changed to reflect deletion of NRO facilities and selected equipment as follows:

a. Tech Exhibit 5.5-503: delete line for Fac # 34702, 34714 and 34724 b. Tech Exhibit 5.5-503: delete line for Fac # 38315 c. Tech Exhibit 5.5-504: delete line for Fac # 38315 and 73701 d. Tech Exhibit 5.5-511: delete line for Fac # 34714, ID ACAAV 34714, ID ACAAU 34714, ID ACAAT 34714, ID ACAAS e. Tech Exhibit 5-521: delete line for Fac # 34716 and 34717 f. Tech Exhibit 5.5-646: delete line for Fac # 34711, Septic Tank g. Tech Exhibit 5.5-674: delete line for Fac # 34705, Tech Support Facility h. Tech Exhibit 5.5-933: delete line for Equip # FAAAD12 and FAAAS01 i. Tech Exhibit 7.0-109: Under Titan, delete line for Fac 34716, 34715, 73700, 73701

and 34706 9. CCR 00-31, Addition to SOW paragraph 2.2.1.9: n. (1) Perform Liquid Helium Supply Enhancements and Corrections. Perform construction

work per design drawing E03-79K34249. Provide inventory and services support. At the completion of the facility construction, activate liquid helium supply system enhancements and corrections. (2) Test and validate performance of helium boost pump (HBP) for Liquid Helium Storage System at the Converter Compressor Facility (CCF). Record and test data and provide written comments at test completion. Troubleshoot problems and coordinate work with NASA DE.

10. CCR 00-34, Revision to Attachment J-5 and Technical Exhibit 5.5-402: Attachment J-5, Line Item 3, Rev. Date changed to read “03/00” Technical Exhibit 5.5-402, Fac #05545 is amended to reflect 1995 in the “year built” to reflect a building replacement not previously recorded and removes “Abandoned” status in Remarks column.

11. CCR 00-42, Revision to Attachment J-5 and Technical Exhibit 5.5-541: Attachment J-5:

Line Item 26, Rev. Date changed to read “04/00” Technical Exhibit 5.5-541:

Add the following – BLDG USER # OF DOORS MANUFACTURER 1361 Satellite Pharmacy 1-double Keane-Monroe 1380 Clinic 3-double Gyrotech

4

Page 498: amendment of solicitation/modification of contract - NASA

12. CCR 00-41, Add paragraph “p” to SOW paragraph 2.2.1.9:

p. Perform troubleshooting and repair of Tel IV generator stability and synchronization problems.

13. CCR 00-43, Revision to Attachment J-5, Technical Exhibit 7.0-017: Add: M7-355 with JBOSC responsibilities listed as OME for the Toxic Vapor Lab HVAC System 13. CCR 00-48, Revise Attachment J-5, Technical Exhibit 5.5-667: Attachment J-5, Line Item 55, Rev. Date is changed to read “5/00” Technical Exhibit 5.5-667: Delete Items #1,2,3, & 7

Change Tank Capacity on Items #23,24,25 to read “10,000 Gals” Change Tank Capacity on Items #26,27,28,29 to read “2,000 Gals” Add Item “#31, 313, Motor Pool, 1,000 gals, Monthly”

14. CCR 00-47, Revise Attachment J-5 and Technical Exhibit 5.5-546: Attachment J-5, Line Item 28, Rev. Date is changed to read “12/99” Technical Exhibit 5.5-546, add: Bldg No. Elevator Type Manufacturer Number

Landings Number Doors

1317 1 Passenger, elec.

Delta Elevator 2 2

15. CCR 00-61, Add subparagraph “t” to SOW paragraph 2.2.1.9.:

t. Activate and certify Johnson Space Center’s designed oxidizer mole sieve unit, (IR-4).

16. CCR 00-55, Revise Attachment J-5 and Technical Exhibit 5.5-551: Attachment J-5, Line Item #29, Rev. Date is changed to read “7/00” Tech Exhibit 5.5-551-2, delete Fac No “60680”, Room “138”, Facility description

“Hangar AE Mezzanine”, Equipment No “CRGZW”, Capacity (Ton) “2”, Type “Fixed Overhead Crane”

17. CCR 00-56, Revise Attachment J-5, Technical Exhibit 5.5-551: Delete crane in Facility 62990

5

Page 499: amendment of solicitation/modification of contract - NASA

18. CCR 00-65, Add Subparagraph “u” and “v” to SOW paragraph 2.2.1.9:

u. Implement the Very Low Pressure Primary Standard (VLPPS) and the Portable Josephson Voltage Standard System.

v. Provide support for a capacitance diaphragm gage (CDG) measurement assurance

program to improve the accuracy of capacitance diaphragm gages. 19. CCR 00-63, Add Subparagraph “w” to SOW paragraph 2.2.1.9:

w. Expedite ALTAIR Sewer Inspection Television contractor services to complete the identification of all areas in need of critical repairs. The identified critical repair areas, in addition to the prioritized sewer areas will be subcontracted for repairs.

20. CCR 00-66, Revise Attachment J-5 and Technical Exhibit 5.5-551: Attachment J-5, Line Item 29, Rev. Date is changed to read “08/00” Technical Exhibit 5.5-551, Delete bridge crane at Fac Number 60680,

Hangar AE High Bay, Equip No. CRGZX, Capacity (Ton) 2 21. CCR 00-67, Add Subparagraph “z” to SOW paragraph 2.2.1.9:

z. One-time maintenance of State Department special purpose vehicles and airfield lox carts in preparation for shipment to sites in South America.

22. CCR 01-02, Revise J-3 (Was accomplished under Mod 87) to add: Oxidizer Mole Sieve Unit, IR-4 23. CCR 01-03, Revise Attachment J-5 and Technical Exhibit 7.0-014: Attachment J-5, Line Item #94, Rev. Date is changed to read 8/00 Technical Exhibit 7.0-014, add – “Mercury Redstone Rockets @SR3 and SR405 entrance” and mark (“X”) All

NASA KSC Civil Service

24. CCR 00-20, Revise SOW paragraph 3.2.6.2 to read:

3.2.6.2 Post-Emergency. SGS shall provide and coordinate post-emergency clean-up, decontamination, neutralization, and disposal of hazardous substances at KSC, CCAFS, and Florida Annexes. Post-emergency spill clean-up at PAFB will be done only at the request of the Air Force Environment Management Office.

25. CCR 01-19, Addition to Technical Exhibit 7.0-017, KSC OMEU Matrix: KSC Facility Number J6-2465, Convoy Operations Facility

6

Page 500: amendment of solicitation/modification of contract - NASA

26. CCR 01-14, Add subparagraph “aa” to SOW paragraph 2.2.1.9:

aa. Conduct a study to remove and replace runway 15 and 33 approach lighting systems (ALS), taxiway apron lights, and airfield lighting control system and USS 843. 27. CCR 01-21, Revise Attachment J-4 and Technical Exhibit 1.1-001: Attachment J-4, add – 1.0 J-BOSC T.E. 1.1-001 12/00 Workload Indicators Technical Exhibit 1.1-001, WBS 2.2.1.1 Operations, Maintenance, and Engineering, add Under Workload Description: 2. Three programmable signs, one each located at the Port, at the South gate, and at the west entrance to CCAFS.

Dec-00

28. CCR 01-20, Add Subparagraph “bb” to SOW paragraph 2.2.1.9:

bb. Transition inventory management data from the KIMS Database application to the GOLD Database Application to support PGOC (Boeing) inventory management requirements.

29. CCR 01-25, Add Subparagraph “cc” to SOW paragraph 2.2.1.9:

cc. Provide design, acquisition, construction, installation, measurement, and verification services necessary to implement the Department of Energy-funded Solar Thermal Pre-Heating System for the desiccant regeneration system at the Film Storage Facility (M6-639).

30. CCR 01-17, Add Subparagraph “dd” to SOW paragraph 2.2.1.9:

dd. Replace two 75’ sections of existing type Interlocked Armored Cable 15kV feeder cables around the RSS Hinge Point and replace with 15kV flexible mine shovel cable, spliced in existing cable tray.

31. CCR 01-34, Add Subparagraph “ee” to SOW paragraph 2.2.1.9:

ee. Provide all labor, equipment and material to replace oil switch TOCCC02 at the Range Operations Support Center (ROCC).

32. CIP 21, EELV Support, Add paragraph to SOW 2.1.1.3

SGS shall provide dedicated support for the EELV Program to include 45th Civil Engineering liaison responsibilities and coordination between SGS, Boeing, Lockheed Martin, and the Air Force for the period of 1 Oct 98 thru 30 Nov 99.

7

Page 501: amendment of solicitation/modification of contract - NASA

8

Page 502: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 20

2. AMENDMENT/MODIFICATION NO.

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

93 See Block 16C 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

X 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. FAR 52.243-2 CHANGES – COST REIMBURSEMENT (AUG 1987) ALT II (APR 1984)

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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [X] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this change order is to incorporate: (1) Small Business Subcontracting Plan and (2) Wage Determination’s (WD) 94-2118 (Rev 15), dated 09/14/2000 and 98-0040 (Rev 2), dated 03/20/2001. This change revises Section J, Attachment J-6, Register of Wage Determination and Fringe Benefits, by removing WD’s 98-0040 (Rev 00) and 94-2118 (Rev 9) and replacing them with WD’s 98-0040 (Rev 2) and 94-2118 (Rev 15), as shown on the attached pages. These WDs are effective retroactive to October 1, 2000. This change also revises Section J, Attachment J-11, Small Business Subcontracting Plan, by removing SB Subcontracting Plan effective 10/01/99 – 09/30/00, and replacing it with revised SB Subcontracting Plan, effective 10/01/00 – 09/30/01. Article H-14 is amended to reflect this new Subcontracting Plan. All other terms and conditions of the contract remain unchanged. END OF MODIFICATION 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY /s/ Rene E. Paquette

April 12, 2001

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 503: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section H Mod No. 93 ARTICLE H-13 CONVERSION TO FIXED PRICE

The government reserves the right to direct the contractor to enter into negotiations to convert all or part of the contract to a type of fixed price contractual arrangement.

ARTICLE H-14 SMALL BUSINESS AND SMALL DISADVANTAGED SUBCONTRACTING PLAN

Pursuant to the clause entitled “Small Business and Small Disadvantaged Business Contracting Plan,” the following approved contractor’s subcontracting plans is incorporated in Section J-11:

Period Covered Plan Date

10/01/00 - 09/30/01 April 9, 2001

Subcontracting plans must be submitted on a yearly basis.

ARTICLE H-15 GOVERNMENT FURNISHED SERVICES

The government will furnish the following services to the contractor on a no-charge-for-use basis to the extent reasonably necessary for the contractor to fulfill its contractual obligations:

A. Electrical Service.

B. Water & sewage.

C. Telephone communication services.

D. Natural Gas.

E. Maintenance for items listed in Technical Exhibit 7.0-008, USAF Communication Support Equipment.

F. Calibration for AF GFE, until exercise of Option 3A and 3B.

G. Base reference standards for AF GFE, upon exercise of Option 3A and 3B.

H. Office Copier Services. ARTICLE H-16 CATALOG OF SERVICES

The government has a requirement for a fixed price catalog of services to facilitate budgeting and billing processes. The contractor shall develop, deliver and maintain a catalog of the services provided under this contract. The list of specific services and/or service category shall be developed in cooperation with the government and its customers. The catalog shall include a fixed price for each service or service category. The pricing shall include all associated costs and fee/profit. The pricing methodology shall be reviewed with the JPMO prior to delivery

Page 504: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-6 Mod No. 93

REGISTER OF WAGE DETERMINATIONS UNDER THE SERVICE CONTRACT ACT

By direction of the Secretary of Labor U.S. DEPARTMENT OF LABOR

EMPLOYMENT STANDARDS ADMINISTRATION WAGE AND HOUR DIVISION WASHINGTON, D.C. 20210

Wage Determination No.: 1994-2118 Revision No.: 15 Date of Last Revision: 09/14/2000

William W. Gross Director

Division of Wage Determinations

State: Florida

Area: Florida Counties of Brevard, Indian River

'"" Fringe Benefits Required Follow the Occupational Listing '"*

MINIMUM WAGE RATE OCCUPATION TITLE

Administrative Support and Clerical Occupations

Accounting Clerk I Accounting Clerk II Accounting Clerk III Accounting Clerk IV Court Reporter Dispatcher, Motor Vehicle Document Preparation Clerk Duplicating Machine Operator Film/Tape Librarian General Clerk I General Clerk II General Clerk III General Clerk IV Housing Referral Assistant Key Entry Operator I Key Entry Operator II Messenger (Courier) Order Clerk I Order Clerk II Personnel Assistant (Employment) I Personnel Assistant (Employment) II Personnel Assistant (Employment) III Personnel Assistant (Employment) IV Production Control Clerk Rental Clerk Scheduler, Maintenance Secretary I Secretary II Secretary III Secretary IV Secretary V Service Order Dispatcher Stenographer I

8.86 10.18 12.03 15.17 11.16 11.16 9.54 9.54 11.91

8.28 9.32

10.01 11.24 13.06 8.51 10.07

8.04 9.03

12.36 9.03

10.16 11.11 12.46 13.88 10.99 10.99 10.99 12.09 13.06 14.85 16.36 10.14 10.14

Page 505: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-6 Mod No. 93

WAGE,DETERMINATION NO.: 1994-2118 (Rev. 15) ISSUE DATE: 09/14/2000 Page 2 of 10

Stenographer II Supply Technician Survey Worker (Interviewer) Switchboard Operator-Receptionist Test Examiner Test Proctor Travel Clerk I Travel Clerk II Travel Clerk III Word Processor I Word Processor II Word Processor III

10.14 14.85 12.83

7.60 12.09 12.09 8.10 8.77 9.39 8.77 9.84 11.00

Automatic Data Processing Occupations

Computer Data Librarian Computer Operator I Computer Operator II Computer Operator III Computer Operator IV Computer Operator V Computer Programmer I (1) Computer Programmer II (1) Computer Programmer III (1) Computer Programmer IV (1) Computer Systems Analyst I (1) Computer Systems Analyst II (1) Computer Systems Analyst III (1) Peripheral Equipment Operator

11.16 13.03 14.18 15.89 17.45 19.46 14.99 17.96 21.71 24.00 21.33 25.09 27.62 11.16

Automotive Service Occupations

Automotive Body Repairer, Fiberglass Automotive Glass Installer Automotive Worker Electrician, Automotive Mobile Equipment Servicer Motor Equipment Metal Mechanic Motor Equipment Metal Worker Motor Vehicle Mechanic Motor Vehicle Mechanic Helper Motor Vehicle Upholstery Worker Motor Vehicle Wrecker Painter, Automotive Radiator Repair Specialist Tire Repairer Transmission Repair Specialist

16.49 15.00 15.00 15.86 13.54 16.49 15.00 16.49 12.74 14.48 15.00 15.76 15.00 13.08 16.49

Food Preparation and Service Occupations

11.11 10.11

Baker Cook l

Page 506: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-6 Mod No. 93

WAGE -DETERMINATION NO.: 1994-2118 (Rev. 15) Page 3 of 10 ISSUE DATE: 09/14/2000

11.11 7.82

Cook II Dishwasher Food Service Worker Meat Cutter Waiter/Waitress

7.82 11.11

8.47 Furniture Maintenance and Repair Occupations

15.76 12.39 15.76 12.74 14.28 15.76

Electrostatic Spray Painter Furniture Handler Furniture Refinisher Furniture Refinisher Helper Furniture Repairer, Minor Upholsterer

General Services and Support Occupations

7.82 7.82

10.11 7.82 8.47

7.82 8.47 7.02 12.25 8.99 9.87 8.47

Cleaner, Vehicles Elevator Operator Gardener House Keeping Aid I House Keeping Aid II Janitor Laborer, Grounds Maintenance Maid or Houseman Pest Controller Refuse Collector Tractor Operator Window Cleaner

Health Occupations

10.75 10.93 9.55 10.73 12.01 10.73 10.73 10.54 12.93 7.07 7.95 8.67 9.74 11.63 10.73 14.78 18.08 18.08 21.88 21.88

Dental Assistant Emergency Medical Technician (EMT)/Paramedic/Ambulance Driver Licensed Practical Nurse I Licensed Practical Nurse II Licensed Practical Nurse III Medical Assistant Medical Laboratory Technician Medical Record Clerk Medical Record Technician Nursing Assistant I Nursing Assistant II Nursing Assistant 111 Nursing Assistant IV Pharmacy Technician Phlebotomist Registered Nurse I Registered Nurse II Registered Nurse II, Specialist Registered Nurse III Registered Nurse III, Anesthetist

Page 507: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-6 Mod No. 93

WAGE DETERMINATION NO.: 1994-2118 (Rev. 15) ISSUE DATE: 09/14/2000 Page 4 of 10 Registered Nurse IV 26.22

Information and Arts Occupations 17.15

14.57 17.35 18.97 14.41 17.15 18.75 17.37 12.44 12.81 15.50 18.45 20.18 22.30

Audiovisual Librarian Exhibits Specialist I Exhibits Specialist II Exhibits Specialist III Illustrator I Illustrator II Illustrator III Librarian Library Technician Photographer I Photographer II Photographer III Photographer IV Photographer V

Laundry, Dry Cleaning, Pressing and Related Occupations

Assembler Counter Attendant Dry Cleaner Finisher, Flatwork, Machine Presser, Hand Presser, Machine, Drycleaning Presser, Machine, Shirts Presser, Machine, Wearing Apparel, Laundry Sewing Machine Operator Tailor Washer, Machine

6.24 6.24 7.72 6.24 6.24 6.24 6.24 6.24 8.20 8.68 6.75

Machine Tool Operation and Repair Occupations

Machine-Tool Operator (Toolroom) Tool and Die Maker 15.76

18.73 Material Handling and Packing Occupations

Forklift Operator Fuel Distribution System Operator Material Coordinator Material Expediter Material Handling Laborer Order Filler Production Line Worker (Food Processing) Shipping Packer Shipping/Receiving Clerk Stock Clerk (Shelf Stocker; Store Worker II) Store Worker l Tools and Parts Attendant Warehouse Specialist

11.20 14.48 16.43 16.43 6.91 10.61 12.68 10.57 11.03 12.19 9.37 14.66 14.58

Page 508: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-6 Mod No. 93

WAGE,DETERMINATION NO.: 1994-2118 (Rev. 15) ISSUE DATE: 09/14/2000 Page 5 of 10 Mechanics and Maintenance and Repair Occupations

16.49 12.74 17.76 14.28 15.00 15.76 13.08 16.49 15.76 15.19 16.49 15.69 19.70 22.13 14.28 16.49 13.54 16.49 15.00 16.49 16.49 16.49 16.49 11.04 15.76 16.49 17.68 12.74 16.49 15.76 15.76 15.76 16.49 15.76 16.49 16.49 15.00 16.49 15.00 16.49 17.24 16.49 16.49 16.49 16.49 13.54

Aircraft Mechanic Aircraft Mechanic Helper Aircraft Quality Control Inspector Aircraft Servicer Aircraft Worker Appliance Mechanic Bicycle Repairer Cable Splicer Carpenter, Maintenance Carpet Layer Electrician, Maintenance Electronics Technician, Maintenance I Electronics Technician, Maintenance II Electronics Technician, Maintenance III Fabric Worker Fire Alarm System Mechanic Fire Extinguisher Repairer Fuel Distribution System Mechanic General Maintenance Worker Heating, Refrigeration and Air Conditioning Mechanic Heavy Equipment Mechanic Heavy Equipment Operator Instrument Mechanic Laborer Locksmith Machinery Maintenance Mechanic Machinist, Maintenance Maintenance Trades Helper Millwright Office Appliance Repairer Painter, Aircraft Painter, Maintenance Pipefitter, Maintenance Plumber, Maintenance Pneudraulic Systems Mechanic Rigger Scale Mechanic Sheet-Metal Worker, Maintenance Small Engine Mechanic Telecommunication Mechanic I Telecommunication Mechanic II Telephone Lineman Welder, Combination, Maintenance Well Driller Woodcraft Worker Woodworker

Page 509: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-6 Mod No. 93

WAGE. DETERMINATION NO.: 1994-2118 (Rev. 15) ISSUE DATE: 09/14/2000 Page 6of10 Miscellaneous Occupations

9.00 11.35

Animal Caretaker Carnival Equipment Operator Carnival Equipment Repairer Carnival Worker Cashier Desk Clerk Embalmer Lifeguard Mortician Park Attendant (Aide) Photofinishing Worker (Photo Lab Tech., Darkroom Tech) Recreation Specialist Recycling Worker Sales Clerk School Crossing Guard (Crosswalk Attendant) Sport Official Survey Party Chief (Chief of Party) Surveying Aide Surveying Technician (Instr. Person/Surveyor Asst./Instr.) Swimming Pool Operator Vending Machine Attendant Vending Machine Repairer Vending Machine Repairer Helper

11.62 7.82 6.40 7.35

16.57 7.49

18.67 9.42 8.68

14.12 10.94

7.46 7.82 7.49

11.62 6.86 9.42

11.11 10.94 12.77 10.94

Personal Needs Occupations

7.32 10.48 7.91 11.66

Child Care Attendant Child Care Center Clerk Chore Aid Homemaker

Plant and System Operation Occupations

16.49 15.76 16.49 12.74 15.76

Boiler Tender Sewage Plant Operator Stationary Engineer Ventilation Equipment Tender Water Treatment Plant Operator

Protective Service Occupations

12.20 12.20 12.33 12.20 13.83 7.01 12.38 14.99

Alarm Monitor Corrections Officer Court Security Officer Detention Officer Firefighter Guard I Guard II Police Officer

Page 510: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-6 Mod No. 93

ISSUE DATE: 09/14/2000 Page 7 of 10 WAGE DETERMINATION NO.: 1994-2118 (Rev. 15) Stevedoring/Longshoremen Occupations

Blocker and Bracer Hatch Tender Line Handler Stevedore I Stevedore II

16.68 14.97 14.97 16.17 17.91

Technical Occupations

26.07 17.98 19.79 12.68 14.26 17.61 17.61 15.58 21.33 9.26 11.91 14.41 17.15 9.30 11.96 14.47 17.22 18.84 20.82 17.45 25.09 20.23 21.12 15.89 15.31 11.16 15.10 18.46 22.35 15.31 19.62 16.57 16.57 16.57 20.05 24.02 16.45 18.27 16.45

Air Traffic Control Specialist, Center (2) Air Traffic Control Specialist, Station (2) Air Traffic Control Specialist, Terminal (2) Archeological Technician I Archeological Technician II Archeological Technician III Cartographic Technician Civil Engineering Technician Computer Based Training (CBT) Specialist/ Instructor Drafter I Drafter II Drafter III Drafter IV Engineering Technician I Engineering Technician II Engineering Technician III Engineering Technician IV Engineering Technician V Engineering Technician VI Environmental Technician Flight Simulator/Instructor (Pilot) Graphic Artist Instructor. Laboratory Technician Mathematical Technician Paralegal/Legal Assistant I Paralegal/Legal Assistant II Paralegal/Legal Assistant I11 Paralegal/Legal Assistant IV Photooptics Technician Technical Writer Unexploded (UXO) Safety Escort Unexploded (UXO) Sweep Personnel Unexploded Ordnance (UXO) Technician I Unexploded Ordnance (UXO) Technician II Unexploded Ordnance (UXO) Technician III Weather Observer, Combined Upper Air and Surface Programs (3) Weather Observer, Senior (3) Weather Observer, Upper Air (3)

Page 511: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-6 Mod No. 93

ISSUE DATE: 09/14/2000 Page 8of10 WAGE,DETERMINATION NO.: 1994-2118 (Rev. 15)

Transportation/ Mobile Equipment Operation Occupations Bus Driver Parking and Lot Attendant Shuttle Bus Driver Taxi Driver Truckdriver, Heavy Truck Truckdriver, Light Truck Truckdriver, Medium Truck Truckdriver, Tractor-Trailer

14.16 9.94 13.42 10.94 14.89 13.42 14.16 14.89

ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS; HEALTH & WELFARE: Life, accident, and health insurance plans, sick leave, pension plans, civic and personal leave, severance pay, and savings and thrift plans. Minimum employer contributions costing an average of $2.56 per hour computed on the basis of all hours worked by service employees employed on the contract.

VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, 4 weeks after 15 years, and 5 weeks after 20 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)

HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174)

THE OCCUPATIONS WHICH HAVE PARENTHESES AFTER THEM RECEIVE THE FOLLOWING BENEFITS (as numbered):

1) Does not apply to employees employed in a bona fide executive, administrative, or professional capacity as defined and delineated in 29 CFR 541. (See CFR 4.156)

2) APPLICABLE TO AIR TRAFFIC CONTROLLERS ONLY - NIGHT DIFFERENTIAL: An employee is entitled to pay for all work performed between the hours of 6:00 P.M. and 6:00 A.M. at the rate of basic pay plus a night pay differential amounting to 10 percent of the rate of basic pay.

3) WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and Gam. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work).

HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard including working with or in close proximity to explosives and incendiary materials involved in research, testing, manufacturing, inspection, renovation, maintenance, and disposal. Such as: Screening, blending, dying, mixing, and pressing of sensitive explosives pyrotechnic compositions such as lead azide, black powder and photoflash power. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive explosives and incendiary materials. All operations involving regarding and cleaning of artillery ranges.

A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard. Including working with or in close proximity to explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation and, possibly adjacent employees, irritation of the skin, minor burns and the like; minimal damage to immediate or

Page 512: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-6 Mod No. 93

Page 9 of 10 WAGE.DETERMINATION NO.: 1994-2118 (Rev. 15) ISSUE DATE: 09/14/2000

adjacent work area or equipment being used.

All operations involving, unloading, storage, and hauling of explosive and incendiary ordnance material other than small arms ammunition. (Distribution of raw nitroglycerine is covered under high degree hazard.)

'* UNIFORM ALLOWANCE `* If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance:

The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where, the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs.

** NOTES APPLYING TO THIS WAGE DETERMINATION **

Source of Occupational Title and Descriptions The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations," Fourth Edition, January 1993, as amended by the Third Supplement, dated March 1997, unless otherwise indicated. This publication may be obtained from the Superintendent of Documents, at 202783-3238, or by writing to the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402. Copies of specific job descriptions may also be obtained from the appropriate contracting officer.

REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)}

Conformance Process

The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)} When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed.

The process for preparing a conformance request is as follows

1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order proposed classification title(s) a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work.

3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the

Page 513: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-6 Mod No. 93

WAGE DETERMINATION NO.: 1994-2118 (Rev. 15) ISSUE DATE: 09/14/2000 Page 10 of 10

employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4).

4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request.

5) The contracting officer transmits the Wage and Hour decision to the contractor.

6) The contractor informs the affected employees.

Information required by the Regulations must be submitted on SF 1444 or bond paper. When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.

Page 514: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-6 Mod No. 93 Page 1 of 2

REGISTER OF WAGE DETERMINATIONS UNDER THE SERVICE CONTRACT ACT

By direction of the Secretary of Labor U.S. DEPARTMENT OF LABOR

EMPLOYMENT STANDARDS ADMINISTRATION WAGE AND HOUR DIVISION WASHINGTON, D.C. 20210

Wage Determination No.: 1998-0040 Revision No.: 2

Date of Last Revision: 03/20/2001 William W. Gross Division of Director Wage Determinations

This wage determination applies at the address(es) below:

Cape Canaveral , Brevard Counry, FL Kennedy Space Center, Brevard County, FL

Patrick Air Force Base, Brevard County, FL

Employed on contracts for Project Management, Public Works and Base Support Service. Collective Bargaining Agreement between Space Gateway Support and It's Team Members, Creative Management Technoloogy, Inc. and Yang Enterprises, Inc. and International Association of Machhinists and Aerospace Workers, AFL-CIO effective April 30, 1999 through March 31, 2002.

Collective Bargaining Agreement between Space Gateway Support and It's Team Members, Creative Management Technology, Inc. and Yang Enterprises, Inc. and Transport Workers Union of America, Local 525 effective April 1, 1999 through March 30, 2003.

Collective Bargaining Agreement between Firefighter's Agreement Space Gateway Support and Transport Workers Union of America AFL-CIO, Local 525 effective April 1, 1999 through December 31, 2002.

Collective Bargaining Agreement between Space Gateway Support and Local Union 2088, International Brotherhood of Electrical Workers effective April 16, 1999 through April 15, 2002.

Collective Bargaining Agreement between Space Gateway Support and Teamsters Local 769 effective May 1 1999 through April 30, 2002.

Collective Bargaining Agreement between Space Gateway Support and International Union United Plant Guard Workers of America, Local 127 effective June 1, 1999 through May 31, 2003.

Collective Bargaining Agreement between Space Gateway Support and Team Member Indnye, Inc. and International Association of Machinists and Aerospace Workers, AFL-CIO effective May 1, 1999 through April 30, 2002.

Collective Bargaining Agreement between Space Gateway Support and It's Team Member Information Dynamics Inc. and Local Union 780 International Alliance of Theatrical Stage Employees, Moving Picture Technicians, Artists & Allied Crafts of the United Sta effective February 15, 1999 through February 14, 2003.

Collective Bargaining Agreement between Space Gateway Support and It's Team Member Indyne, Inc. and Local Union 2088, International Brotherhhood of Electrical Workers effective April 16, 1999 through April 15, 2002.

Collective Bargaining Agreement between Space Gateway Support and It's Team Member Yang Enterprises, Inc. and International Association of Machinists and Aerospace Workers, AFL-CIO effective May 1, 1999 through April 30, 2002.

Collective Bargaining Agreement between Space Gateway Support and It's Team Member Creative Management Technology Inc. and Local Union #780, International Alliance of Theatrical Stage Employees, Moving Picture Technicians, Artists & Allied Crafts of the effective March 18, 1999 through March 17, 2003.

Collective Bargaining Agreement between Space Gateway Support and It's Team Member Comprehensive Health Service and International Association of Machinists and Aerospace Workers, AFL-CIO effective April 30, 1999 through March 31, 2002.

Page 515: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-6 Mod No. 93

WAGE DETERMINATION NO.: 1998-0040 (Rev. 2) ISSUE DATE: 03/20/2001 Page 2 of 2

Collective Bargaining Agreement between Nurse's Space Gateway Support and It's Team Member Comprehensive Health Service and Teamsters Local Union 769 effective April 1, 1999 through March 31, 2002.

Collective Bargaining Agreement between Wyle Laboratories, Inc. and It's Sub-Contractor United Paradyne Corporation and International Association of Machinists and Aerospace Workers effective April 1, 1999 through March 31, 2002.

Collective Bargaining Agreement between Research Planning, Inc./Space Gateway Support and International Union United Plant Guard Workers of America, Local 127 effective April 9, 1999 through September 30, 2002.

Collective Bargaining Agreement between Space Gateway Support and It's Team Member Research Planning Inc. and Teamsters Local 769 effective May 1, 1999 through May 30, 2002.

In accordance with Sections 2(a) and 4(c) of the Service Contract Act, as amended, employees employed by the contractor(s) in performing services covered by the Collective Bargaining Agreement(s) are to be paid wage rates and fringe benefits set forth in the current collective bargaining agreement and modified extension agreement(s).

Page 516: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-11 Mod No. 93

Small Business, Small Disadvantaged and Women-Owned Small Business Subcontracting

Plan (10/1/00 – 9/30/01) Contractor: Space Gateway Support (SGS) Address: P. O. Box 21237, SGS 300 Kennedy Space Center, FL 32815-0237 CONTRACT NO.: NAS10-99001 Item/Service: JOINT BASE OPERATIONS SUPPORT CONTRACT (JBOSC) SGS shall, to the maximum extent practicable and consistent with the efficient performance of our contract, provide opportunities for small, small disadvantaged, and women-owned small businesses. The following is hereby submitted as SGS’s Subcontracting Plan to satisfy the applicable requirements of Contract Number NAS10-99001, for Contract Year 3, October 1, 2000 through September 30, 2001. a. The following goals first expressed in terms of a percentage of total planned subcontracting

dollars, and second expressed in terms of a percentage of TOTAL CONTRACT VALUE, are applicable to the contract cited above.

(i) Small Business Concerns: 67% of total planned subcontracting dollars under this

contract will go to subcontractors who are small business concerns. This equates to 36% of the Total Contract Value.

(ii) Combined Small Disadvantaged and Women- Owned Small Business concerns:

38% of the total planned subcontracting dollars under this contract will go to subcontractors who are Small Disadvantaged Businesses. Included in this percentage is the category of Women-Owned Small Businesses. This equates to 20% of the total contract value. These percentages are included in the percentages shown under a. (i) above as subsets.

(iii) Small Disadvantaged Business concerns: 28% of total planned subcontracting

dollars will go to subcontractors who are small business concerns, owned and controlled by socially and economically disadvantaged individuals. This equates to 15% of the total contract value. These percentages are included in the percentages shown under a. (i) and a. (ii) above as subsets.

(iv) Women-Owned Small Business concerns: 9% of total planned subcontracting

dollars under this contract will go to subcontractors who are owned and controlled by women. This equates to 5% of the total contract value. These percentages are included in the percentages shown under a. (i) and a.(ii) above, as subsets.

1

Page 517: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-11 Mod No. 93 b. The following dollar value corresponds to the percentage goals shown in a. above. (i) Total dollars planned to be subcontracted to Small Business concerns: $80.6 M. (ii) Total dollars planned to be subcontracted to a combination of Small Disadvantaged

and Women-Owned Small Business concerns: $45M. This dollar amount is included in the amount shown under b.(i) above, as a subset.

(iii) Total dollars planned to be subcontracted to Small Disadvantaged Business

concerns: $34M. This dollar amount is included in the amounts shown under b.(i) and b. (ii) above as a subset.

(iv) Total dollars planned to be subcontracted exclusively to Women-Owned Small

Business concerns: $11M. This dollar amount is included in the amounts shown, under b. (i) and b.(ii) above, as a subset.

c. The total estimated dollar value of all planned subcontracting (to all types of business concerns,

both small and large businesses) under this contract is $120M. d. The total estimated dollar value of this contract is $224M. e. The following services and products are subcontracted under this Contract: 1. The following services/products are subcontracted via teaming agreements to small

businesses. The Function or Contract Requirement and small business classification(s), are set forth below:

Function/Contract Requirement Small Business

Classification Propellant Services SB Component cleaning and refurbishment of laboratories WOSB Managing and administering occupational health programs SB Administrative services and information technology support SDB Emergency Management SDB Computer and engineering services SDB Facilities maintenance and vehicle services SDB

2. The following other direct cost categories are contemplated to be subcontracted to Small Businesses.

2

Page 518: amendment of solicitation/modification of contract - NASA

Section J-11 Mod No. 93

OTHER DIRECT COSTS

SOW

ODC ITEM

DESCRIPTION

METHOD OF SELECTION

Various Supplies & Materials

Supplies and materials required to support all functions, including stock items, non-stock items, government furniture, stock replenishment, and procured bulk chemicals. Also includes charges for off-the-shelf software purchases and licenses of $25,000 or less.

<$25K set-asides to Small Business competition. >$25K open competition.

Various Facilities Projects

Facility projects for maintenance, repair, rehabilitation and modification of existing facilities, including energy management and conservation, environmental management, maintenance and restoration facilities. Also included are modifications and alterations to contractor systems equipment and facilities, and the fabrication and provision of other services that are within the contractor's capabilities to support requirements of other elements.

<$3M set-asides to Small Business competition. >$3M open competition.

Various Lease/Maint Misc. Subcontracts

<$25K set-asides to Small Business competition. >$25K open competition.

Various Equipment Acquisition

<$25K set-asides to Small Business competition. >$25K open competition.

3

NAS10-99001

Page 519: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-11 Mod No. 93 f. All procurements less than $25K will be small business set-asides. Construction/re-manufacturing work less than $3 million will be set-aside for small businesses.

(iii) As a further breakout to the above, the following products and services are set forth by historical subcontract type:

Products/Services Subcontract Type ++ Construction Services FFP • Roofing • Painting • Fire Alarm Detection • HVAC • Water, Waste, Oil Systems ++ Various Vendor Purchases, e.g.: FFP/BPA ++ Commodities FFP/BPA • Electrical Components • Construction Materials • Reproduction Equipment and Supplies • General Hardware • Computer Maintenance • Computer Hardware/Software and Supplies • General Office Supplies • Safety and Laboratory Supplies • Automotive and Heavy Equipment Supplies • Specialty Gases • Security and Fire Equipment • Cafeteria Supplies • Janitorial Supplies ++ Various Lease/Rentals FFP ++ Various Maintenance and Service Agreements FFP/BPA +++ OEM Mainframe Peripherals and/or Proprietary Software Licenses/ Agreements FFP/BPA 4

Page 520: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-11 Mod No. 93 +++ Various GSA/Depot Commodities and Services FFP +++ Various Hazardous Waste Disposal Requirements FFP +++ Various Heavy/Specialized Equipment OEM Direct Purchases FFP ---------------------------------------------------------- LEGEND + Indicates Subcontracts in Place -- No further Opportunities (Requirements Complete). ++ Indicates Some Subcontracts are in Place and Additional Requirements are Expected and yet Undefined. +++ Indicates Some Subcontracts in Place with Large Businesses, and Additional Requirements are Expected and yet Undefined. g. The following will be used in developing subcontracting goals: (i) Historical data - i.e., what products and services we have obtained from

Small, Small Disadvantaged, or Women-Owned Small Business etc. (ii) Trade-off analysis for budgetary considerations and estimated Contract value

projections to ensure Small, Small Disadvantaged and Women-Owned Small Business requirements are met or exceeded.

(iii) Particular attention will be focused on the needs of SGS as it relates to the

overall small, small disadvantaged, and women-owned small business goal accomplishments.

h. What source lists will be used and what organizations will be contacted to obtain Small Business, Small Disadvantaged, and Women-Owned Business sources: (i) SBA’s - Procurement Marketing & Access Network (PRO-NET) (ii) SGS - Minority Supplier List, which contains a compilation of vendors from SGS bid lists, Florida Minority Business Directory, PRO-NET, and 8.a. approved lists published by the SBA Regional/District Office. (iii) Directories published by other companies and Government agencies. (iv) Contact with Regional Minority Purchasing Councils. (v) SGS’s Central Industry Assistance Officer. 5

Page 521: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-11 Mod No. 93 (vi) GSA/DLA Listings (vii) National Industries of the Blind (viii) National Industries for the Severely Handicapped

i. SGS’s indirect and overhead costs have not been included in the goals specified in a. and b.

3. The following individual will oversee the Subcontracting Program: Name: Vicki Lockard Title: Director, Contracts Address: P.O. Box 21237, SGS 300, KSC, FL 32815-0237 Telephone: 321-867-4458 or 321-867-7886 This individual's specific duties, as they relate to the SGS Subcontracting Plan, are to review, monitor, and provide executive guidance, including but not limited to: Assigning a Small Business Liaison Officer (SBLO)/Industry Assistance Officer, to advise Small Business of pending procurement actions and to provide liaison activities between SGS's Technical representatives, Industry Assistance Officer, SGS's Contracts and Procurement Administrators, management, and the business community. Mrs. Holly Pilo is delegated as the Small Business Liaison Officer (SBLO). Her duties, responsibilities, mailing address and telephone numbers are set forth below: Name: Holly Pilo Title: Small Business Liaison Officer Address: P. O. Box 21237, SGS 300 KSC, FL 32815-0237 Telephone: 321-867-7886 Fax: 321-867-7649 Duties: a. Obtaining Small, Small Disadvantaged, and Small/ Women-Owned Business sources from all applicable agencies, such as SBA. 6

Page 522: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-11 Mod No. 93 b. Ensuring inclusion of Small Business, Small Disadvantaged Business, and Women-Owned Small Business firms in all solicitations, where appropriate. c. Attending or arranging for attendance at business opportunity workshops, minority enterprise seminars, trade fairs. d. Conducting or arranging motivational training for contracts/procurement personnel e. Monitoring attainment of proposed goals/requirements. f. Reviewing solicitations to remove statements, clauses, etc., that may tend to prohibit Small, Small Disadvantaged, and Women-Owned Small Business participation, where appropriate. g. Maintaining records of Small, Small Disadvantaged, and Women-Owned Small Businesses. h. Assisting in developing subtier subcontract plans. i. Acting as liaison to SBA. j. Coordinating efforts to meet procurement goals/requirements. 4. The following minimum efforts will be taken to ensure that Small, Small Disadvantaged, and Women-Owned Small businesses have an equitable opportunity to compete for subcontracts and Purchase Orders: a. Outreach efforts will be made, as follows: (i) Contact with minority and small business trade associations. (ii) Contact with business development organizations.

(iii) Attendance at small and minority business procurement conferences and trade fairs.

(iv) Visits to supplier plants and correspondence with suppliers to establish qualifications of suppliers.

(v) Working with other on-site prime contractors and to assist (when possible) in coordinating: Small Business workshops or conferences, the purpose of which is to provide insight on how small businesses can become Team Members.

The following internal efforts will be made to guide and encourage SGS contract administrators and procurement personnel: 7

Page 523: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-11 Mod No. 93 (i) Workshops, seminars, and training programs will be conducted. (ii) Activities of individual administrators will be monitored to evaluate compliance with this Subcontracting Plan and Small Business requirements. b. Small, Small Disadvantaged, and Women-Owned Small Business source lists, guides, and other identifying Small Business suppliers will be maintained and used by administrators in soliciting subcontracts. c. All procurements under $25,000 are reserved exclusively for Small Businesses except when there is no reasonable expectation that offers will be received--from two or more small businesses, which are competitive as to price, delivery, or quality. (i) All fixed-price construction contracts between $2,000 and $3,000,000 are set-asides for small business. (ii) Small business set-asides are encouraged when the dollar amount exceeds the amount specified above. (iii) Women-Owned Small Business set-asides will be used when there is a reasonable chance that two or more Women-Owned Small firms possess the required qualifications to compete. 5. SGS agrees that the clause entitled "Utilization of Small Business Concerns Owned and Controlled by Socially and Economically Disadvantaged Individuals" will be included in all subcontracting opportunities, and any subcontract, except Small Business Concerns who receive a subcontract in excess of $500,000 ($1,000,000 for construction) will be required to adopt and comply with a Subcontracting Plan similar to this one. Percentage goals shall be determined on a case-by-case basis depending on the supplies/services involved, the availability of potential Small, Small Disadvantaged, and Women-Owned Small subcontractors, and prior experience. Once approved and implemented, plans will be monitored through submission of periodic reports, and/or, as time and availability of funds permit, periodic visits to subcontractors' facilities to review applicable records and Subcontracting Program progress. 6. SGS agrees to submit such periodic reports and to cooperate in studies or surveys as may be required by Government or the Small Business Administration in order to determine the extent of compliance with the Subcontracting Plan. 7. In addition, SGS agrees that it will submit to the Contracting Officer the contract data requirement documents in accordance with the terms and condition(s) of this contract. Reports will be coordinated/structured to allow for optimum efficiency in reporting. SGS will satisfy all additional requirements for reports, such as advise-o-grams, special studies, one-time requests, and other documentation within funding limitations or budgetary constraints and as approved by the Contracting Officer. 8

Page 524: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-11 Mod No. 93 8. SGS agrees that it will maintain at least the following types of records to document compliance with the Subcontracting Plan: a. Contract Data Deliverables Documents as required under the terms and conditions of the J-BOSC Contract. b. Small, Small Disadvantaged Business, and Women-Owned Small source lists, guides, and other data identifying Small Business, Small Disadvantaged Business, and Women-Owned Small Business vendors. c. Organizations contracted for Small/Small Disadvantaged and Women-Owned Small Business sources. d. Records to support outreach efforts, i.e., contacts with Minority and Small Business Trade Associations, attendance at Small and Minority Business procurement conferences and trade fairs, and visits to supplier plants. e. On a subcontract-by-subcontract basis, records to support award data submitted to the Government, to include subcontractor's name, address, and business size. f. To submit Standard Form (SF) 294, Subcontracting Report for Individual Contracts and/or SF-295, Summary Subcontract Report, in accordance with instructions on the form. g. To require all subcontractors to submit SF-294 and SF-295, if applicable. h. To ensure Small, Small Disadvantaged and Women-Owned Small Businesses are considered in all "make or buy" decisions and to establish a program whereby periodic training is conducted with technical personnel and employees preparing requisitioning documentation. i. To submit other data and information as requested by the Contracting Officer or contained within supplements to the data requirements listing of this contract. Date: April 9, 2001 Concurrence: Approved: Original Signed By Original Signed ByHolly Pilo Michael Butchko Small Business Liaison Officer President, SGS

9

Page 525: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-11 Mod No. 93

Page 526: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-11 Mod No. 93

Page 527: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-11 Mod No. 93

Page 528: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-11 Mod No. 93

Page 529: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-11 Mod No. 93

Page 530: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section J-11 Mod No. 93

Page 531: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 89

Page 532: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 89

Page 533: amendment of solicitation/modification of contract - NASA

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

2. AMENDMENT/MODIFICATION NO.

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

94 April 09, 2001 MR-016001 S-6 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) CW-1/2540C/400000/52/01 $18,948,184 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 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X D. OTHER (Specify type of modification and authority) Contract Article G-2, Contract Funding, and FAR 52.232-22, Limitation of Funds

E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this unilateral modification is to provide additional funding in the amount of $18,948,184. These funds, when added to the amount already obligated on the contract, are estimated to be adequate for contract performance through July 20, 2001. This change revises Article G-2, Contract Funding, as shown on the attached pages. All other terms and conditions of the contract remain unchanged.

END OF MODIFICATION

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Rene E. Paquette Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY /s/ Rene E. Paquette

April 9, 2001

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 534: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Modification 94

ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDED

AS OF MOD

CONTRACT VALUE

FUNDED COST

FUNDED FEE

TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $0 $1,113,485 09/30/98

2 $3,260,000 $283,343 $3,543,343 10/04/98 3 $75,604,000 $6,048,000 $81,652,000 01/31/99 4 $7,700,000 $226,616 $7,926,616 02/10/99 5 $10,217,447 $888,474 $11,105,921 02/20/99 6 $37,945,595 $0 $37,945,595 03/26/99 7 $31,621,891 $0 $31,621,891 07/06/99 9 $1,587,002 15 -$1,546,689 16 $14,260,039 $1,240,003 $15,500,042 09/30/99 17 $561,314 19 -$529,246 20 $2,204,821 21 $1,436,947 22 $2,230,979 25 $5,000,000 $2,436,340 $7,436,340 09/30/99 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/99 31 $92,411 32 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/00 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/00 43 -$907,120

Page 535: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 94 ARTICLE G-2 CONTRACT FUNDING (CON’T)

48 $14,887,080 $1,294,529 $16,181,609 07/02/00 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,383,843 $29,785,540 09/05/00 60 $410,837 61 $376,725 62 $10,000 63 $9,866,316 $857,940 $10,724,256 09/17/00 64 $495,799 66 $274,068 67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72 $14,015,990 $1,218,782 $15,234,772 10/21/00 73 -$20,193,864 74 $61,350,200 $5,334,800 $6,685,000 01/25/01 75 -$941,354 76 $14,844,419 $1,290,819 $16,135,238 02/26/01 77 $267,886 78 $13,955,837 $1,213,551 $15,169,388 03/19/01 79 $98,760,766 80 $22,650,593 $1,969,617 $24,620,210 04/25/01 82 $347,511 83 $11,005,561 $957,005 $11,962,566 84 $483,497

85 $3,681,862 86 -$483,497 88 -$794,389 89 $255,699 90 $27,544,726 $2,073,259 $29,617,985 06/06/01

Page 536: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 94 ARTICLE G-2 CONTRACT FUNDING (CON’T) 94 $17,544,615 $1,403,569 $18,948,184 07/20/01 TOTAL $1,124,025,297 $580,224,400 $46,838,435 $627,062,835

Page 537: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 6

2. AMENDMENT/MODIFICATION NO.

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

95 See Block 16C 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost Reimbursement (AUG 1987) Alt II (APR 1984)

D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to definitize Change Order 45 for support services associated with the KSC 2000 Reorganization Move, CCR 00-25. The equitable adjustment for the base period is $1,257,758 for costs and $86,953 for fee, for a total of $1,344,711*. This change revises Article B-3, Contract Value; Article B-4, Award Fee; and Article G-2, Contract Funding, as shown on the attached pages. All other terms and conditions of the contract remain unchanged. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor’s proposal for adjustment, the contractor hereby releases the government from any and all liability under this contract for further equitable adjustments attributable to such facts and circumstances giving rise to the proposal for adjustment. *The negotiated award fee of $5,927 for award fee period 3 has been revised to $5,097 to reflect the actual award fee of 86% earned for that period. The negotiated award fee of $85,579 for award fee period 4 has been revised to $72,742 to reflect the actual award fee of 85% earned for that period. The contractor is authorized to bill for this additional amount as a result of this modification.

END OF MODIFICATION 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Victoria G. Lockard Rene E. Paquette Director, Contracts Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/ Victoria G. Lockard

April 16, 2001

BY /s/ Rene E. Paquette

April 16, 2001

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 538: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 95

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 94 (10/1/98-9/30/03) $1,041,192,385 $70,785,298 $1,111,977,683Mod No. 95 $1,257,758 $86,953 $1,344,711

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 3AB $6,589,025 $527,123 $7,116,148(10/1/00-9/30/01)

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $1,053,687,820 $71,682,188 $1,125,370,008

Option 1 Thru Mod 94 (10/1/03-9/30/08) $1,151,925,908 $83,900,880 $1,235,826,788Mod No. 95 $0 $0 $0

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,235,956,498 $158,010,488 $2,393,966,986*Earned fees for past periods plus the available fees for future periods.

Page 539: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 95

ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, and the award fee score.

Available Award Fee Through

Previous Mods

Total Award Fee For Mod 95

Adjusted Available Award

Fee

Earned Award Fee

Award Fee Score and

Mod

10/01/98 03/31/99 $7,736,689 $7,736,689 $6,190,000 80% Mod 1504/01/99 09/30/99 $6,091,614 $6,091,614 $4,900,870 80% Mod 3610/01/99 03/31/00 $7,851,040 $5,927 $7,856,967 $6,756,811 86% Mod 5704/01/00 09/30/00 $6,355,194 $85,579 $6,440,773 $5,474,656 85% Mod 7510/01/00 03/31/01 $8,085,872 $9,114 $8,094,98604/01/01 09/30/01 $8,078,328 $8,078,32810/01/01 03/31/02 $7,992,897 $7,992,89704/01/02 09/30/02 $7,994,254 $7,994,25410/01/02 03/31/03 $8,099,581 $8,099,58104/01/03 09/30/03 $8,099,805 $8,099,805

BASIC SUBTOTAL $76,385,274 $100,620 $76,485,894

10/01/03 03/31/04 $8,141,225 $8,141,22504/01/04 09/30/04 $8,139,369 $8,139,36910/01/04 03/31/05 $8,228,856 $8,228,85604/01/05 09/30/05 $8,229,105 $8,229,10510/01/05 03/31/06 $8,349,588 $8,349,58804/01/06 09/30/06 $8,349,841 $8,349,84110/01/06 03/31/07 $8,517,516 $8,517,51604/01/07 09/30/07 $8,515,507 $8,515,50710/01/07 03/31/08 $8,714,801 $8,714,80104/01/08 09/30/08 $8,715,072 $8,715,072

OPTION SUBTOTAL 83,900,880 $0 $83,900,880GRAND TOTAL $160,286,154 $100,620 $160,386,774

BASIC PERIOD OF PERFORMANCE

OPTION PERIOD

Page 540: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 95

ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDED

AS OF MOD

CONTRACT VALUE

FUNDED COST

FUNDED FEE

TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $0 $1,113,485 09/30/98

2 $3,260,000 $283,343 $3,543,343 10/04/98 3 $75,604,000 $6,048,000 $81,652,000 01/31/99 4 $7,700,000 $226,616 $7,926,616 02/10/99 5 $10,217,447 $888,474 $11,105,921 02/20/99 6 $37,945,595 $0 $37,945,595 03/26/99 7 $31,621,891 $0 $31,621,891 07/06/99 9 $1,587,002 15 -$1,546,689 16 $14,260,039 $1,240,003 $15,500,042 09/30/99 17 $561,314 19 -$529,246 20 $2,204,821 21 $1,436,947 22 $2,230,979 25 $5,000,000 $2,436,340 $7,436,340 09/30/99 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/99 31 $92,411 32 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/00 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/00 43 -$907,120

Page 541: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 95

ARTICLE G-2 CONTRACT FUNDING (CON’T)

48 $14,887,080 $1,294,529 $16,181,609 07/02/00 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,383,843 $29,785,540 09/05/00 60 $410,837 61 $376,725 62 $10,000 63 $9,866,316 $857,940 $10,724,256 09/17/00 64 $495,799 66 $274,068 67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72 $14,015,990 $1,218,782 $15,234,772 10/21/00 73 -$20,193,864 74 $61,350,200 $5,334,800 $6,685,000 01/25/01 75 -$941,354 76 $14,844,419 $1,290,819 $16,135,238 02/26/01 77 $267,886 78 $13,955,837 $1,213,551 $15,169,388 03/19/01 79 $98,760,766 80 $22,650,593 $1,969,617 $24,620,210 04/25/01 82 $347,511 83 $11,005,561 $957,005 $11,962,566 84 $483,497

85 $3,681,862 86 -$483,497 88 -$794,389 89 $255,699 90 $27,544,726 $2,073,259 $29,617,985 06/06/01

Page 542: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 95

ARTICLE G-2 CONTRACT FUNDING (CON’T) 94 $17,544,615 $1,403,569 $18,948,184 07/20/01 95 $1,344,711 TOTAL $1,125,370,008 $580,224,400 $46,838,435 $627,062,835

Page 543: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 6

2. AMENDMENT/MODIFICATION NO.

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

96 See Block 16C 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost Reimbursement (AUG 1987) Alt II (APR 1984)

D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to decrease $12,000,000 in cost and $960,000 in fee, for a total of $12,960,000, from the Installation Improvement Program (Article B-12 and WBS 4.0). The decrease will be effective in the base period, Award Fee Periods 5 and 6, October 1, 2000 through September 30, 2001. This change revises Article B-3, Contract Value; Article B-4, Award Fee; and Article G-2, Contract Funding, as shown on the attached pages. All other terms and conditions of the contract remain unchanged. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor’s proposal for adjustment, the contractor hereby releases the government from any and all liability under this contract for further equitable adjustments attributable to such facts and circumstances giving rise to the proposal for adjustment.

END OF MODIFICATION

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Victoria G. Lockard David A. Wansley Director, Contracts Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/ Victoria G. Lockard

April 20, 2001

BY /s/ David A. Wansley

April 23, 2001

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 544: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 96

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 95 (10/1/98-9/30/03) $1,042,450,143 $70,872,251 $1,113,322,394Mod No. 96 ($12,000,000) ($960,000) ($12,960,000)

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 3AB $6,589,025 $527,123 $7,116,148(10/1/00-9/30/01)

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $1,041,687,820 $70,722,188 $1,112,410,008

Option 1 Thru Mod 95 (10/1/03-9/30/08) $1,151,925,908 $83,900,880 $1,235,826,788Mod No. 96 $0 $0 $0

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,223,956,498 $157,050,488 $2,381,006,986*Earned fees for past periods plus the available fees for future periods.

Page 545: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 96

ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, and the award fee score.

Available Award Fee Through

Previous Mods

Total Award Fee For Mod 96

Adjusted Available Award

Fee

Earned Award Fee

Award Fee Score and

Mod

10/01/98 03/31/99 $7,736,689 $7,736,689 $6,190,000 80% Mod 1504/01/99 09/30/99 $6,091,614 $6,091,614 $4,900,870 80% Mod 3610/01/99 03/31/00 $7,856,967 $7,856,967 $6,756,811 86% Mod 5704/01/00 09/30/00 $6,440,773 $6,440,773 $5,474,656 85% Mod 7510/01/00 03/31/01 $8,094,986 -$480,000 $7,614,98604/01/01 09/30/01 $8,078,328 -$480,000 $7,598,32810/01/01 03/31/02 $7,992,897 $7,992,89704/01/02 09/30/02 $7,994,254 $7,994,25410/01/02 03/31/03 $8,099,581 $8,099,58104/01/03 09/30/03 $8,099,805 $8,099,805

BASIC SUBTOTAL $76,485,894 -$960,000 $75,525,894

10/01/03 03/31/04 $8,141,225 $8,141,22504/01/04 09/30/04 $8,139,369 $8,139,36910/01/04 03/31/05 $8,228,856 $8,228,85604/01/05 09/30/05 $8,229,105 $8,229,10510/01/05 03/31/06 $8,349,588 $8,349,58804/01/06 09/30/06 $8,349,841 $8,349,84110/01/06 03/31/07 $8,517,516 $8,517,51604/01/07 09/30/07 $8,515,507 $8,515,50710/01/07 03/31/08 $8,714,801 $8,714,80104/01/08 09/30/08 $8,715,072 $8,715,072

OPTION SUBTOTAL 83,900,880 $0 $83,900,880GRAND TOTAL $160,386,774 -$960,000 $159,426,774

BASIC PERIOD OF PERFORMANCE

OPTION PERIOD

Page 546: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 96

ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDED

AS OF MOD

CONTRACT VALUE

FUNDED COST

FUNDED FEE

TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $0 $1,113,485 09/30/98

2 $3,260,000 $283,343 $3,543,343 10/04/98 3 $75,604,000 $6,048,000 $81,652,000 01/31/99 4 $7,700,000 $226,616 $7,926,616 02/10/99 5 $10,217,447 $888,474 $11,105,921 02/20/99 6 $37,945,595 $0 $37,945,595 03/26/99 7 $31,621,891 $0 $31,621,891 07/06/99 9 $1,587,002 15 -$1,546,689 16 $14,260,039 $1,240,003 $15,500,042 09/30/99 17 $561,314 19 -$529,246 20 $2,204,821 21 $1,436,947 22 $2,230,979 25 $5,000,000 $2,436,340 $7,436,340 09/30/99 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/99 31 $92,411 32 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/00 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/00 43 -$907,120

Page 547: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 96

ARTICLE G-2 CONTRACT FUNDING (CON’T)

48 $14,887,080 $1,294,529 $16,181,609 07/02/00 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,383,843 $29,785,540 09/05/00 60 $410,837 61 $376,725 62 $10,000 63 $9,866,316 $857,940 $10,724,256 09/17/00 64 $495,799 66 $274,068 67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72 $14,015,990 $1,218,782 $15,234,772 10/21/00 73 -$20,193,864 74 $61,350,200 $5,334,800 $6,685,000 01/25/01 75 -$941,354 76 $14,844,419 $1,290,819 $16,135,238 02/26/01 77 $267,886 78 $13,955,837 $1,213,551 $15,169,388 03/19/01 79 $98,760,766 80 $22,650,593 $1,969,617 $24,620,210 04/25/01 82 $347,511 83 $11,005,561 $957,005 $11,962,566 84 $483,497

85 $3,681,862 86 -$483,497 88 -$794,389 89 $255,699 90 $27,544,726 $2,073,259 $29,617,985 06/06/01

Page 548: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 96

ARTICLE G-2 CONTRACT FUNDING (CON’T) 94 $17,544,615 $1,403,569 $18,948,184 07/20/01 95 $1,344,711 96 -12,960,000 TOTAL $1,112,410,008 $580,224,400 $46,838,435 $627,062,835

Page 549: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 6

2. AMENDMENT/MODIFICATION NO.

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

97 See Block 16C 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost Reimbursement (AUG 1987) Alt II (APR 1984)

D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to provide for a decrease in cost and fee for the reduction of security support services at LC-36B, CCR 00-14. The equitable adjustment for the base period is ($879,681) for costs and ($68,537) for fee, for a decrease of ($948,218). The Option 1 decrease is ($1,368,533) for costs and ($109,481) for fee, for a decrease of ($1,478,014). The total decrease for cost is ($2,248,214) and ($178,018) for fee, a total of $2,426,232)*. This change revises Article B-3, Contract Value; Article B-4, Award Fee; and Article G-2, Contract Funding, as shown on the attached pages. All other terms and conditions of the contract remain unchanged. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor’s proposal for adjustment, the contractor hereby releases the government from any and all liability under this contract for further equitable adjustments attributable to such facts and circumstances giving rise to the proposal for adjustment. *The negotiated award fee decrease of $3,248 for award fee period 3 has been revised to $2,793 to reflect the actual award fee of 86% earned for that period. The negotiated award fee decrease of $9,219 for award fee period 4 has been revised to $7,836 to reflect the actual award fee of 85% earned for that period. The contractor shall credit a future award fee voucher to reflect the above for these two award fee periods.

END OF MODIFICATION

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Victoria G. Lockard Rene E. Paquette Director, Contracts Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/ Joseph P. Kohlbrand For

7 May 2001

BY /s/ Rene E. Paquette

7 May 2001

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 550: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 97

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 96 (10/1/98-9/30/03) $1,030,450,143 $69,912,251 $1,100,362,394Mod No. 97 ($879,681) ($68,537) ($948,218)

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 3AB $6,589,025 $527,123 $7,116,148(10/1/00-9/30/01)

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $1,040,808,139 $70,653,651 $1,111,461,790

Option 1 Thru Mod 96 (10/1/03-9/30/08) $1,151,925,908 $83,900,880 $1,235,826,788Mod No. 97 ($1,368,533) ($109,481) ($1,478,014)

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,221,708,284 $156,872,470 $2,378,580,754*Earned fees for past periods plus the available fees for future periods.

Page 551: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 97

ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, and the award fee score.

Available Award Fee Through

Previous Mods

Total Award Fee For Mod 97

Adjusted Available Award

Fee

Earned Award Fee

Award Fee Score and

Mod

10/01/98 03/31/99 $7,736,689 $7,736,689 $6,190,000 80% Mod 1504/01/99 09/30/99 $6,091,614 $6,091,614 $4,900,870 80% Mod 3610/01/99 03/31/00 $7,856,967 -$3,248 $7,853,719 $6,754,018 86% Mod 5704/01/00 09/30/00 $6,440,773 -$9,219 $6,431,554 $5,466,820 85% Mod 7510/01/00 03/31/01 $7,614,986 -$9,246 $7,605,74004/01/01 09/30/01 $7,598,328 -$9,442 $7,588,88610/01/01 03/31/02 $7,992,897 -$9,545 $7,983,35204/01/02 09/30/02 $7,994,254 -$9,752 $7,984,50210/01/02 03/31/03 $8,099,581 -$9,856 $8,089,72504/01/03 09/30/03 $8,099,805 -$10,067 $8,089,738

BASIC SUBTOTAL $75,525,894 -$70,375 $75,455,519

10/01/03 03/31/04 $8,141,225 -$10,171 $8,131,05404/01/04 09/30/04 $8,139,369 -$10,383 $8,128,98610/01/04 03/31/05 $8,228,856 -$10,491 $8,218,36504/01/05 09/30/05 $8,229,105 -$10,714 $8,218,39110/01/05 03/31/06 $8,349,588 -$10,825 $8,338,76304/01/06 09/30/06 $8,349,841 -$11,055 $8,338,78610/01/06 03/31/07 $8,517,516 -$11,168 $8,506,34804/01/07 09/30/07 $8,515,507 -$11,399 $8,504,10810/01/07 03/31/08 $8,714,801 -$11,517 $8,703,28404/01/08 09/30/08 $8,715,072 -$11,758 $8,703,314

OPTION SUBTOTAL 83,900,880 -$109,481 $83,791,399GRAND TOTAL $159,426,774 -$179,856 $159,246,918

BASIC PERIOD OF PERFORMANCE

OPTION PERIOD

Page 552: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 97

ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDED

AS OF MOD

CONTRACT VALUE

FUNDED COST

FUNDED FEE

TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $0 $1,113,485 09/30/98

2 $3,260,000 $283,343 $3,543,343 10/04/98 3 $75,604,000 $6,048,000 $81,652,000 01/31/99 4 $7,700,000 $226,616 $7,926,616 02/10/99 5 $10,217,447 $888,474 $11,105,921 02/20/99 6 $37,945,595 $0 $37,945,595 03/26/99 7 $31,621,891 $0 $31,621,891 07/06/99 9 $1,587,002 15 -$1,546,689 16 $14,260,039 $1,240,003 $15,500,042 09/30/99 17 $561,314 19 -$529,246 20 $2,204,821 21 $1,436,947 22 $2,230,979 25 $5,000,000 $2,436,340 $7,436,340 09/30/99 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/99 31 $92,411 32 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/00 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/00 43 -$907,120

Page 553: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 97

ARTICLE G-2 CONTRACT FUNDING (CON’T)

48 $14,887,080 $1,294,529 $16,181,609 07/02/00 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,383,843 $29,785,540 09/05/00 60 $410,837 61 $376,725 62 $10,000 63 $9,866,316 $857,940 $10,724,256 09/17/00 64 $495,799 66 $274,068 67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72 $14,015,990 $1,218,782 $15,234,772 10/21/00 73 -$20,193,864 74 $61,350,200 $5,334,800 $6,685,000 01/25/01 75 -$941,354 76 $14,844,419 $1,290,819 $16,135,238 02/26/01 77 $267,886 78 $13,955,837 $1,213,551 $15,169,388 03/19/01 79 $98,760,766 80 $22,650,593 $1,969,617 $24,620,210 04/25/01 82 $347,511 83 $11,005,561 $957,005 $11,962,566 84 $483,497

85 $3,681,862 86 -$483,497 88 -$794,389 89 $255,699 90 $27,544,726 $2,073,259 $29,617,985 06/06/01

Page 554: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 97

ARTICLE G-2 CONTRACT FUNDING (CON’T) 94 $17,544,615 $1,403,569 $18,948,184 07/20/01 95 $1,344,711 96 - $12,960,000 97 - $948,218 TOTAL $1,111,461,790 $580,224,400 $46,838,435 $627,062,835

Page 555: amendment of solicitation/modification of contract - NASA

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 8

2. AMENDMENT/MODIFICATION NO.

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

98 See Block 16C 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: FAR 52.243-2 Changes – Cost Reimbursement (AUG 1987) Alt II (APR 1984)

D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ ] is not, [ X ] is required to sign this document and return 3 copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to provide for a decrease in cost and fee for the reduction of the design engineering services in support of Air Force construction projects, CCR 01-24. The equitable adjustment for the base period is ($504,015) for costs and ($40,321) for fee, for a decrease of ($544,336). The Option 1 decrease is ($951,518) for costs and ($76,122) for fee, for a decrease of ($1,027,640). The total decrease for cost is ($1,455,533) and ($116,443) for fee, a total of ($1,571,976). This change revises Article B-3, Contract Value; Article B-4, Award Fee; Article G-2, Contract Funding and Technical Exhibit 1.1-001, as shown on the attached pages. All other terms and conditions of the contract remain unchanged. In consideration of the modification agreed to herein as complete equitable adjustment for the contractor’s proposal for adjustment, the contractor hereby releases the government from any and all liability under this contract for further equitable adjustments attributable to such facts and circumstances giving rise to the proposal for adjustment.

END OF MODIFICATION

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

Victoria G. Lockard Rene E. Paquette Director, Contracts Contracting Officer

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/ Joseph P. Kohlbrand For

7 May 2001

BY /s/ Rene E. Paquette

7 May 2001

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 556: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 98

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485

Basic Period Thru Mod 97 (10/1/98-9/30/03) $1,029,570,462 $69,843,714 $1,099,414,176Mod No. 98 ($504,015) ($40,321) ($544,336)

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 3AB $6,589,025 $527,123 $7,116,148(10/1/00-9/30/01)

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $1,040,304,124 $70,613,330 $1,110,917,454

Option 1 Thru Mod 97 (10/1/03-9/30/08) $1,150,557,375 $83,791,399 $1,234,348,774Mod No. 98 ($951,518) ($76,122) ($1,027,640)

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,220,252,751 $156,756,027 $2,377,008,778*Earned fees for past periods plus the available fees for future periods.

Page 557: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 98

ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, and the award fee score.

Available Award Fee Through

Previous Mods

Total Award Fee For Mod 98

Adjusted Available Award

Fee

Earned Award Fee

Award Fee Score and

Mod

10/01/98 03/31/99 $7,736,689 $7,736,689 $6,190,000 80% Mod 1504/01/99 09/30/99 $6,091,614 $6,091,614 $4,900,870 80% Mod 3610/01/99 03/31/00 $7,853,719 $7,853,719 $6,754,018 86% Mod 5704/01/00 09/30/00 $6,431,554 $6,431,554 $5,466,820 85% Mod 7510/01/00 03/31/01 $7,605,740 -$2,945 $7,602,79504/01/01 09/30/01 $7,588,886 -$10,175 $7,578,71110/01/01 03/31/02 $7,983,352 -$6,639 $7,976,71304/01/02 09/30/02 $7,984,502 -$6,640 $7,977,86210/01/02 03/31/03 $8,089,725 -$6,961 $8,082,76404/01/03 09/30/03 $8,089,738 -$6,961 $8,082,777

BASIC SUBTOTAL $75,455,519 -$40,321 $75,415,198

10/01/03 03/31/04 $8,131,054 -$7,169 $8,123,88504/01/04 09/30/04 $8,128,986 -$7,168 $8,121,81810/01/04 03/31/05 $8,218,365 -$7,384 $8,210,98104/01/05 09/30/05 $8,218,391 -$7,384 $8,211,00710/01/05 03/31/06 $8,338,763 -$7,606 $8,331,15704/01/06 09/30/06 $8,338,786 -$7,607 $8,331,17910/01/06 03/31/07 $8,506,348 -$7,834 $8,498,51404/01/07 09/30/07 $8,504,108 -$7,833 $8,496,27510/01/07 03/31/08 $8,703,284 -$8,068 $8,695,21604/01/08 09/30/08 $8,703,314 -$8,069 $8,695,245

OPTION SUBTOTAL 83,791,399 -$76,122 $83,715,277GRAND TOTAL $159,246,918 -$116,443 $159,130,475

BASIC PERIOD OF PERFORMANCE

OPTION PERIOD

Page 558: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 98

ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDED

AS OF MOD

CONTRACT VALUE

FUNDED COST

FUNDED FEE

TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $0 $1,113,485 09/30/98

2 $3,260,000 $283,343 $3,543,343 10/04/98 3 $75,604,000 $6,048,000 $81,652,000 01/31/99 4 $7,700,000 $226,616 $7,926,616 02/10/99 5 $10,217,447 $888,474 $11,105,921 02/20/99 6 $37,945,595 $0 $37,945,595 03/26/99 7 $31,621,891 $0 $31,621,891 07/06/99 9 $1,587,002 15 -$1,546,689 16 $14,260,039 $1,240,003 $15,500,042 09/30/99 17 $561,314 19 -$529,246 20 $2,204,821 21 $1,436,947 22 $2,230,979 25 $5,000,000 $2,436,340 $7,436,340 09/30/99 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/99 31 $92,411 32 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/00 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/00 43 -$907,120

Page 559: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 98

ARTICLE G-2 CONTRACT FUNDING (CON’T)

48 $14,887,080 $1,294,529 $16,181,609 07/02/00 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,383,843 $29,785,540 09/05/00 60 $410,837 61 $376,725 62 $10,000 63 $9,866,316 $857,940 $10,724,256 09/17/00 64 $495,799 66 $274,068 67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72 $14,015,990 $1,218,782 $15,234,772 10/21/00 73 -$20,193,864 74 $61,350,200 $5,334,800 $6,685,000 01/25/01 75 -$941,354 76 $14,844,419 $1,290,819 $16,135,238 02/26/01 77 $267,886 78 $13,955,837 $1,213,551 $15,169,388 03/19/01 79 $98,760,766 80 $22,650,593 $1,969,617 $24,620,210 04/25/01 82 $347,511 83 $11,005,561 $957,005 $11,962,566 84 $483,497

85 $3,681,862 86 -$483,497 88 -$794,389 89 $255,699 90 $27,544,726 $2,073,259 $29,617,985 06/06/01

Page 560: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 98

ARTICLE G-2 CONTRACT FUNDING (CON’T) 94 $17,544,615 $1,403,569 $18,948,184 07/20/01 95 $1,344,711 96 - $12,960,000 97 - $948,218 98 -544,336 TOTAL $1,110,917,454 $580,224,400 $46,838,435 $627,062,835

Page 561: amendment of solicitation/modification of contract - NASA

NAS10-99001 TE 1.1-001 Mod No. 98

J-BOSC TECHNICAL EXHIBIT 1.1-001 WORKLOAD DESCRIPTION (DEC 00)

WBS FUNCTION WORKLOAD DESCRIPTION DOCUMENT NO. (If Applicable)

2.1.1.3 Facility Project Planning and Programming

AF Planning and Programming Workload Indicator *Approximate total annual costs of projects for which J-BOSC performs planning and programming functions is $29,000,000. This amount includes an average of 2 Military Construction Program (MCP) projects per year with an average total cost of approximately $7,000,000.

2.1.1.3 Facility Project Planning and Programming Air Force Real Property T.E. 2.1.1.1-002

2.1.1.3 Facility Project Planning and Programming NASA Real Property T.E. 2.1.1.1-001

2.1.2 Design Specification Services AF O&M Design Services annual baseline for projects valued

at $9M. 2.1.3 Engineering and Construction Services AF Construction Services Workload Indicator * Approximate total

annual costs of projects for which J-BOSC performs construction management services: $5,000,000

2.1.3. Engineering and Construction Services NASA Construction Management Project Baseline, WBS 2.1.3 T.E. 2.1.3-001

2.2.1.1 Operations, Maintenance, and Engineering 1. Ghe Railcars from Bureau of Land Management T.E. 2.2.1.1-01

2. Three programmable signs, one each located at the Port, at the South Gate, and at the west entrance to CCAFS.

2.2.1.3 Work Orders Type III Work Orders T.E. 2.2.1.3-001

2.2.1.10 Office Moves & Alterations USAF Office Moves Workload *Relocate six hundred forty-eight (648) Air Force personnel, including office modifications (FY 99 only)

Page 562: amendment of solicitation/modification of contract - NASA

NAS10-99001 TE 1.1-001 Mod No. 98

NASA Office Moves Workload * Relocate one thousand and thirty-two (1032) KSC personnel including office modifications (FY 99 only)

3.1.1.14 Immediate Danger to Life or Health Rescue

Program Immediate Danger to Life and Health Workload Indicators T.T. 3.1.1.14-01

3.2.3.2 Standards and Calibrations Calibration Laboratory Workload Data T.E. 7.0-113 3.2.5. Airfield Services AIRCRAFT MAINTENANCE and QUALITY ASSURANCE INSIGHT:

* Gulfstream G-159 aircraft, 400 flight hours * Four Bell UH-1H helicopters, 400 flight hours *Service 400 transient NASA aircraft *Support 10 training simulation events AIRCRAFT OPERATIONS: *Pilot Gulfstream G-159 aircraft, 400 flight hours *Pilot UH-1H helicopters, 400 flight hours (total)

Page 563: amendment of solicitation/modification of contract - NASA

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

2. AMENDMENT/MODIFICATION NO.

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

99 See Block 16C 6. ISSUED BY CODE OPOS 7. ADMINISTERED BY (If other than Item 6) CODE

John F. Kennedy Space Center, NASA Procurement Office Kennedy Space Center, FL 32899

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

Space Gateway Support, Inc 2411 Dulles Corner Park, Suite 500

Herndon, VA 20171-3430 9B. DATED (SEE ITEM 11)

10A. MODIFICATION OF CONTRACT/ORDER NO.

NAS10-99001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE August 21, 1998 11. 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 ____ copies 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) 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 43.103(b).

X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: Unilateral Modification in accordance with Attachment J8, JBOSC Award Fee Evaluation Plan

D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor [ x ] is not, [ ] is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this modification is to revise Articles B-3 and B-4 to reflect the amount of award fee earned as determined by the Fee Determination Official on May 4, 2001, for the period October 1, 2000 through March 31, 2001. Notice is hereby given that award fee in the amount of $6,767,000 has been earned for the stated period. The total available award fee pool is reduced by $835,795 from $7,602,795 to $6,767,000. NOTE: PROVISIONAL AWARD FEE PAYMENT DISBURSED TO DATE IN THE AMOUNT OF $3,438,183, IS DEDUCTED FROM THE EARNED AWARD FEE OF $6,767,000 for a NET PAYMENT DUE OF $3,328,817. As a result of the above changes, pages 9, 10 and 31 of said contract, as modified, are hereby deleted and new pages 9, 10 and 31 are substituted in lieu thereof. All other terms and conditions of the contract remain unchanged.

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) Rene E. Paquette

Contracting Officer 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

BY /s/ Rene E. Paquette

7 May 2001

(Signature of person authorized to sign) (Signature of Contracting Officer) NSN 7540-01-152-8070 30--105 STANDARD FORM 30 (Rev. 10-83)

PREVIOUS EDIION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243

Page 564: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 99

ARTICLE B-3 CONTRACT VALUE

The contract value is summarized below:

Contract Period Estimated CostAvailable Award

Fee Contract ValuePhase-In Period (Sept. 1998) $1,113,485 $1,113,485 Basic Period Thru Mod 97 (10/1/98-9/30/03) $1,029,066,447 $69,803,393 $1,098,869,840Mod No. 99 ($835,795) ($835,795)

Option 3AA (10/1/99-9/30/00) $2,065,721 $165,258 $2,230,979

Option 3AB $6,589,025 $527,123 $7,116,148(10/1/00-9/30/01)

Option 5A (4/1/99-9/30/03) $1,469,446 $117,556 $1,587,002Subtotal $1,040,304,124 $69,777,535 $1,110,081,659

Option 1 Thru Mod 97 (10/1/03-9/30/08) $1,149,605,857 $83,715,277 $1,233,321,134Mod No. 99

Option 2A (10/1/01-9/30/03) $2,963,637 $237,091 $3,200,728

Option 2B (10/1/03-9/30/08) $8,255,142 $660,411 $8,915,553

Option 3B (10/1/03-9/30/08) $12,352,470 $988,198 $13,340,668

Option 4A (1/1/02-9/30/03) $1,235,322 $98,825 $1,334,147

Option 4B (10/1/03-9/30/08) $3,878,269 $310,262 $4,188,531

Option 5B (10/1/03-9/30/08) $1,657,930 $132,633 $1,790,563TOTAL $2,220,252,751 $155,920,232 $2,376,172,983*Earned fees for past periods plus the available fees for future periods.

Page 565: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 99

ARTICLE B-4 AWARD FEE

The amount of award fee earned, if any, shall be determined in accordance with Section J, Attachment J-8, Award Fee Evaluation Plan, and other provisions of this contract as applicable. The following specifies by award fee period the amount of available award fee, the amount of earned award fee, and the award fee score.

10/01/98 03/31/99 $7,736,689 $7,736,689 $6,190,000 80% Mod 1504/01/99 09/30/99 $6,091,614 $6,091,614 $4,900,870 80% Mod 3610/01/99 03/31/00 $7,853,719 $7,853,719 $6,754,018 86% Mod 5704/01/00 09/30/00 $6,431,554 $6,431,554 $5,466,820 85% Mod 7510/01/00 03/31/01 $7,602,795 -$835,795 $6,767,000 $6,767,000 89% Mod 9904/01/01 09/30/01 $7,578,711 $7,578,71110/01/01 03/31/02 $7,976,713 $7,976,71304/01/02 09/30/02 $7,977,862 $7,977,86210/01/02 03/31/03 $8,082,764 $8,082,76404/01/03 09/30/03 $8,082,777 $8,082,777

BASIC SUBTOTAL $75,415,198 -$835,795 $74,579,403

10/01/03 03/31/04 $8,123,885 $8,123,88504/01/04 09/30/04 $8,121,818 $8,121,81810/01/04 03/31/05 $8,210,981 $8,210,98104/01/05 09/30/05 $8,211,007 $8,211,00710/01/05 03/31/06 $8,331,157 $8,331,15704/01/06 09/30/06 $8,331,179 $8,331,17910/01/06 03/31/07 $8,498,514 $8,498,51404/01/07 09/30/07 $8,496,275 $8,496,27510/01/07 03/31/08 $8,695,216 $8,695,21604/01/08 09/30/08 $8,695,245 $8,695,245

OPTION SUBTOTAL 83,715,277 $0 $83,715,277GRAND TOTAL $159,130,475 -$835,795 $158,294,680

OPTION PERIOD

Page 566: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section G Mod No. 99

ARTICLE G-2 CONTRACT FUNDING

Pursuant to FAR Clause 52.232-22, Limitation of Funds, funds presently allotted to this contract and the period through which they are estimated to be adequate are specified in the table below:

FUNDED

AS OF MOD

CONTRACT VALUE

FUNDED COST

FUNDED FEE

TOTAL COST AND FEE

ADEQUATE THROUGH

BASIC $1,039,324,852 $1,113,485 $0 $1,113,485 09/30/98

2 $3,260,000 $283,343 $3,543,343 10/04/98 3 $75,604,000 $6,048,000 $81,652,000 01/31/99 4 $7,700,000 $226,616 $7,926,616 02/10/99 5 $10,217,447 $888,474 $11,105,921 02/20/99 6 $37,945,595 $0 $37,945,595 03/26/99 7 $31,621,891 $0 $31,621,891 07/06/99 9 $1,587,002 15 -$1,546,689 16 $14,260,039 $1,240,003 $15,500,042 09/30/99 17 $561,314 19 -$529,246 20 $2,204,821 21 $1,436,947 22 $2,230,979 25 $5,000,000 $2,436,340 $7,436,340 09/30/99 26 $517,988 27 $1,358,056 28 $23,126,710 $2,011,018 $25,137,728 10/15/99 31 $92,411 32 33 -$23,644,033 35 $77,296,368 $6,721,423 $84,017,791 04/15/00 36 -$1,190,526 37 $465,945 38 $502,222 40 $12,000,000 41 $44,400,329 $3,860,898 $48,261,227 05/10/00 43 -$907,120

Page 567: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 99

ARTICLE G-2 CONTRACT FUNDING (CON’T)

48 $14,887,080 $1,294,529 $16,181,609 07/02/00 49 $921,562 50 $274,000 51 $1,659,439 53 $259,718 57 -$1,097,490 58 $1,290,575 59 $27,402,697 $2,383,843 $29,785,540 09/05/00 60 $410,837 61 $376,725 62 $10,000 63 $9,866,316 $857,940 $10,724,256 09/17/00 64 $495,799 66 $274,068 67 $2,305,199 68 $6,797,026 $591,046 $7,388,072 09/22/00 69 $249,172 70 $6,147,446 $534,560 $6,682,006 09/30/00 71 $755,018 72 $14,015,990 $1,218,782 $15,234,772 10/21/00 73 -$20,193,864 74 $61,350,200 $5,334,800 $6,685,000 01/25/01 75 -$941,354 76 $14,844,419 $1,290,819 $16,135,238 02/26/01 77 $267,886 78 $13,955,837 $1,213,551 $15,169,388 03/19/01 79 $98,760,766 80 $22,650,593 $1,969,617 $24,620,210 04/25/01 82 $347,511 83 $11,005,561 $957,005 $11,962,566 84 $483,497

85 $3,681,862 86 -$483,497 88 -$794,389 89 $255,699 90 $27,544,726 $2,073,259 $29,617,985 06/06/01

Page 568: amendment of solicitation/modification of contract - NASA

NAS10-99001 Section B Mod No. 99

ARTICLE G-2 CONTRACT FUNDING (CON’T) 94 $17,544,615 $1,403,569 $18,948,184 07/20/01 95 $1,344,711 96 - $12,960,000 97 - $948,218 98

99 -544,336

($835,795)

TOTAL $1,110,081,659 $580,224,400 $46,838,435 $627,062,835

Page 569: amendment of solicitation/modification of contract - NASA

NAS10-99001 TE 1.1-001 Mod No. 98