Top Banner
CODE (H our) PA GE(S) until 03:30 PM localtime 02 Sep 2008 X A X B X C X D E X X G F 79 -83 84 -97 X H 98 -100 [email protected] RA TIN G PAGE OF PAGES 7. ISSU ED BY (Date) IM PO RT A N T -A ward willbe m ade on thisForm ,oron Standard Form 26,orby otherauthorized officialwritten notice. PreviousEdition isUnusable 33-134 STA N D A RD FO RM 33 (REV . 9-97) Prescribed by G SA FA R (48 CFR)53.214(c) DO -A 7 1 100 (If otherthan Item 7) 15A .N A M E 16.N A M E AND TITLE OF PERSON AUTHORIZED TO AND A D D RESS SIGN O FFER (T ype orprint) OF OFFEROR AM ENDM ENT NO. DATE 15B.TELEPHONE NO (Includeareacode) 17.SIGN A T U RE 15C. CH ECK IF REM ITTA N CE A DDRESS IS D IFFEREN T FRO M A BO VE -EN TER SU CH A D D RESS IN SCHEDULE. 18.O FFER D A T E 1. TH IS CO N TRA CT IS A RA TED ORDER U N D ER D PA S (15 CFR 700) 2. CO N TRA CT N O. N 00421 8. A D D RESS O FFER TO S ee Item 7 9.Sealed offersin originaland 3 copiesforfurnishing the suppliesorservicesin the Schedule willbe received atthe place specified in Item 8,orif handcarried,in the depository located in CA U T IO N -LA T E Subm issions,M odifications,and W ithdrawals: See Section L,Provision N o.52.214-7 or52.215-1. A lloffersare subjectto allterm sand conditionscontained in thissolicitation. 10. FO R IN FO RM ATION CALL: A . N AME (NO COLLECT CALLS) M AR G AR ET A.C OBERLY (301)995-8982 11.TABLE OF CONTENTS SO LICIT A T IO N /CO N T RA CT FO RM SU PPLIES O R SERVICES A N D PRICES/CO ST S 1 -2 3 -7 X I CONTRACT CLAUSES D ESCRIPT IO N /SPECS./W ORK STATEM ENT X PACKAGING AND M ARKING 8 -37 38 J LIST O F A T T A CH M ENTS INSPECTION AND ACCEPTANCE DELIVERIES OR PERFORM ANCE 39 -40 41 -42 X K REPRESEN T A T IO N S,CERT IFICA T IO N S A N D OTHER STATEM EN T S O F O FFERO RS CONTRACT ADM IN IST RA TIO N D A T A 43 -49 X SPECIAL CONTRACT REQUIREM ENTS O FFER (M ustbe fullycom pletedby offeror) 50 -62 X M L IN ST RS.,CO N D S.,A N D N O T ICES T O O FFERO RS EVA LU A T IO N FA CT O RS FO R A W ARD NOTE: Item 12 doesnotapply ifthe solicitation includesthe provisionsat52.214-16,M inim um Bid A cceptance Period. isinserted by the offeror)from the date forreceiptofoffersspecified above,to furnish any orallitem supon which pricesare offered atthe price setopposite each item ,delivered atthe designated point(s),within the tim e specified in the schedule. 13.D ISCO U N T FO R PRO M PT PAYM ENT (See Section I,Clause N o.52.232-8) 14.A CK N O W LEDGM ENT OF AM ENDM ENTS (T he offeroracknowledgesreceiptofam endm ents AM ENDM ENT NO. DATE to the SO LICIT A T IO N forofferorsand related docum entsnum bered and dated): FA CILIT Y 12.In com pliance with the above,the undersigned agrees,ifthisofferisaccepted within calendardays(60 calendardaysunlessa differentperiod SO LIC ITA TIO N , O FFER AN D AW ARD X (X) SEC. D ESCRIPT IO N (X) SEC. D ESCRIPT IO N PA GE(S) PART I-TH E SC H ED U LE 26. NAME OF CONTRACTING OFFICER (Type or print) 27. U N ITED STA TES O F A M ERICA 28. A W A RD D A TE EMAIL: TEL: (Signature of Contracting O fficer) CODE CODE B. TELEPH O N E (Includearea code) C .E -M AIL AD DRESS AW ARD (To be com pletedby Governm ent) 19. A CCEPTED A S TO ITEM S N U M BERED 20. A M O U N T 21. A CCO U N TIN G A N D A PPRO PRIA TIO N 22. A U TH O RITY FO R U SIN G O TH ER TH A N FU LL A N D O PEN CO M PETITION : 10 U .S.C. 2304(c)( ) 41 U .S.C. 253(c)( ) (4 copiesunlessotherw isespecified) 23.SU BM IT IN VO ICES T O A D D RESS SH O W N IN IT EM 24. A D M IN ISTERED BY (If otherthan Item 7) CODE 25. PA Y M EN T W ILL BE M A D E BY CODE PA R T IV -R EPR ESEN TA TIO N S A N D IN STR U C TIO NS PA R T III-LIST O F D O C UM EN TS,EXH IB ITS A N D O TH ER A TTA C H M EN TS 63 -71 PA R T II-C O N TR A C T C LAUSES N AVAL AIR W ARFARE CENTER AD (PAX) C O D E 2.5.1.2 BLD G 8110 UN IT 11 VILLA R O AD ST. IN IG O ES M D 20684-0010 SEE SEC TIO N A (301)995-8670 FAX: TEL: FAX: TEL: NOTE: In sealed bid solicitations"offer"and "offeror"m ean "bid"and "bidder". SO LICITATIO N 72 -78 6. REQ U ISITIO N /PU RCH A SE N O. 1300102761 5. D A TE ISSU ED 31 Jul 2008 4. TY PE O F SO LICITA TIO N SEA LED BID (IFB ) N EG O TIA TED (RFP) [ ] [X ] 3. SO LICITA TIO N NO. N00421-08-R-0093
144
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: Desktop:

CODE

(Hour)

PAGE(S)

until 03:30 PM local t ime 02 Sep 2008

X

AX BX CX D

EXX

GF 79 - 83

84 - 97X H 98 - 100

margaret.coberly @navy .mil

RATING PAGE OF PAGES

7. ISSUED BY

(Date)

IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.Previous Edition is Unusable 33-134 STANDARD FORM 33 (REV. 9-97)

Prescribed by GSAFAR (48 CFR) 53.214(c)

DO-A7 1 100

(If other than Item 7)

15A. NAME 16. NAME AND TITLE OF PERSON AUTHORIZED TOANDADDRESS

SIGN OFFER (Type or print)

OFOFFEROR

AMENDMENT NO. DATE

15B. TELEPHONE NO (Include area code) 17. SIGNATURE15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTERSUCH ADDRESS IN SCHEDULE.

18. OFFER DATE

1. THIS CONTRACT IS A RATED ORDERUNDER DPAS (15 CFR 700)

2. CONTRACT NO.

N00421 8. ADDRESS OFFER TO

See Item 7

9. Sealed offers in original and 3 copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or ifhandcarried, in the depository located in

CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and conditions contained in this solicitation.10. FOR INFORMATION CALL:

A. NAME (NO COLLECT CALLS)

MARGARET A. COBERLY (301) 995-8982

11. TABLE OF CONTENTS

SOLICITATION/ CONTRACT FORMSUPPLIES OR SERVICES AND PRICES/ COSTS

1 - 23 - 7

X I CONTRACT CLAUSES

DESCRIPTION/ SPECS./ WORK STATEMENT XPACKAGING AND MARKING

8 - 3738

J LIST OF ATTACHMENTS

INSPECTION AND ACCEPTANCEDELIVERIES OR PERFORMANCE

39 - 4041 - 42

X KREPRESENTATIONS, CERTIFICATIONS ANDOTHER STATEMENTS OF OFFERORS

CONTRACT ADMINISTRATION DATA 43 - 49 XSPECIAL CONTRACT REQUIREMENTS

OFFER (Must be fully completed by offeror)50 - 62 X M

L INSTRS., CONDS., AND NOTICES TO OFFERORSEVALUATION FACTORS FOR AWARD

NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period.

is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule.

13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52.232-8)

14. ACKNOWLEDGMENT OF AMENDMENTS(The offeror acknowledges receipt of amendments

AMENDMENT NO. DATE

to the SOLICITATION for offerors and related documents numbered and dated):

FACILITY

12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a different period

SOLICITATION, OFFER AND AWARD

X

(X) SEC. DESCRIPTION (X) SEC. DESCRIPTION PAGE(S)

PART I - THE SCHEDULE

26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE

EMAIL:TEL: (Signature of Contracting Officer)

CODE CODE

B. TELEPHONE (Include area code) C. E-MAIL ADDRESS

AWARD (To be completed by Government)19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION

22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION:

10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( ) (4 copies unless otherwise specified)23. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM

24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE

PART IV - REPRESENTATIO NS AND INSTRUCTIO NS

PART III - LIST O F DO CUMENTS, EXHIBITS AND O THER ATTACHMENTS63 - 71

PART II - CO NTRACT CLAUSES

NAVAL AIR WARFARE CENTER AD (PAX)CODE 2.5.1.2 BLDG 8110 UNIT 11VILLA ROADST. INIGOES MD 20684-0010 SEE SECTION A

(301) 995-8670FAX:

TEL:

FAX:

TEL:

NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".

SOLICITATION

72 - 78

6. REQUISITION/PURCHASE NO.

1300102761

5. DATE ISSUED

31 Jul 2008

4. TYPE OF SOLICITATIONSEALED BID (IFB)

NEGOTIATED (RFP)

[ ]

[ X ]

3. SOLICITATION NO.

N00421-08-R-0093

Page 2: Desktop:

N00421-08-R-0093

Page 2 of 100

Section A - Solicitation/Contract Form

IMPORTANT NOTICES(1) NAWCAD, Webster Field Annex at St. Inigoes, MD is designated as an operational restricted area.

Accordingly, offerors who do not currently possess valid identification badges that allow for entry into this facility shall take the following measures to ensure the proposal submission is delivered to Bldg. 8110 by the time prescribed in this solicitation. To request access to the facility for purpose of delivering a proposal, offerors shall complete the Contractor Base Access Request Form found in Section J of this solicitation. Forward the form to the cognizant contract specialist, Margaret Coberly, either by email, [email protected], or facsimile (301) 995-8670 not later than 3 working days prior to the solicitation closing date. This office will proceed to enter information from the form into the Security Access System. Taking these measures should reduce the amount of check-in time required at this facility’s security/pass office. Offerors are nonetheless reminded of it being their responsibility to ensure sufficient time is allotted for checking in at the facility pass office and delivering the proposal to Contracts, Bldg. 8110 by the prescribed date and time. Details regarding offerors responsibilities with respect to the submission of proposals can be found at Federal Acquisition Regulation 15.208.

(2) The North American Industry Classification System (NAICS) Code for this acquisition is 541330.

(3) The small business size standard is $25,000,000.00.

(4) Bidder’s List of sources who have expressed interest in this requirement is provided as Attachment (5) for purposes of assisting in the formulation of teaming arrangements.

Page 3: Desktop:

N00421-08-R-0093

Page 3 of 100

Section B - Supplies or Services and Prices

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0001 150,028 Hours

Engineering and Technical Services to

CPFF

support Communications-Electronics Advanced Technologies (CEAT) IAW Section C, Performance Based Statement of Work (PBSOW).

FOB: Destination

PURCHASE REQUEST NUMBER: 1300102761

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0002 1 Lot

Other Direct Costs (ODCs)

COST

to support CLIN 0001

FOB: Destination

ESTIMATED COST

Page 4: Desktop:

N00421-08-R-0093

Page 4 of 100

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0003 1 Lot

Data to Support CLIN 0001

COST

FOB: Destination

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

0101 168,024 Hours

OPTION

Engineering and Technical Services to

CPFF

support Communications-Electronics Advanced Technologies (CEAT) IAW Section C, Performance Based Statement of Work (PBSOW).

FOB: Destination

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0102 1 LotOPTION Other Direct Costs (ODCs)

COST

to support CLIN 0101

FOB: Destination

ESTIMATED COST

Page 5: Desktop:

N00421-08-R-0093

Page 5 of 100

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0103 1 LotOPTION Data to Support CLIN 0001

COST

FOB: Destination

ESTIMATED COST

CLAUSES INCORPORATED BY FULL TEXT

5252.211-9503 LEVEL OF EFFORT (COST REIMBURSEMENT) (NAVAIR)(OCT 2005) - ALT II (OCT 2005)

(a) The level of effort estimated to be ordered during the term of this contract is 318,052 man-hours of direct labor including authorized subcontract labor, if any. The contractor shall not, under any circumstances, exceed one hundred (100%) percent of the total level of effort specified in this basic contract. The estimated composition of the total man-hours of direct labor by classification is as follows:

Labor Category Base Period Option I TotalsAdministrative Assistant 4,120 4,614 8,734Computer Programmer I 15,650 17,528 33,178Computer Programmer II 4,635 5,191 9,826Computer Programmer III* 8,755 9,806 18,561Computer Scientist 3,090 3,461 6,551Database Administrator 6,695 7,498 14,193Draftsman/Illustrator II 515 577 1,092Draftsman/Illustrator III 618 692 1,310Engineer 3,914 4,384 8,298Help Desk Operator 8,575 9,604 18,179Jr. Computer Scientist 1,854 2,076 3,930Jr. Information Assurance Analyst 2,060 2,307 4,367Jr. Database Administrator 515 577 1,092Jr. Engineer 258 288 546Jr. Network Analyst 14,420 16,150 30,570Logistics Technician 258 288 546Network Analyst* 2,060 2,307 4,367Network Engineer 2,060 2,307 4,367Program Manager* 773 865 1,638Project Manager* 2,318 2,596 4,914Project Analyst 1,000 1,120 2,120Sr. Computer Scientist* 3,605 4,038 7,643Sr. Information Assurance Analyst* 2,060 2,307 4,367Sr. Database Administrator* 5,408 6,056 11,464Sr. Engineer 6,695 7,498 14,193

Page 6: Desktop:

N00421-08-R-0093

Page 6 of 100

Sr. Logistics Technician 7,725 8,652 16,377Sr. Network Analyst* 10,935 12,247 23,182Sr. Network Engineer* 2,060 2,307 4,367Sr. Systems Analyst* 6,360 7,123 13,483Systems Analyst 13,510 15,131 28,641Systems Engineer 258 288 546Technical Writer 515 577 1,092Training Analyst 515 577 1,092Word Processor I 5,981 6,699 12,680Word Processor II 258 288 546TOTAL 150,028 168,024 318,052

* denotes Key Personnel labor categories(b) FAR Clause 52.232-20, "Limitation of Cost" applies to fully funded orders and FAR Clause 52.232-22,

"Limitation of Funds” applies to incrementally funded orders. Nothing in this clause amends the rights or responsibilities of the parties hereto under either of those two clauses. In addition, the notifications required by this clause are separate and distinct from any specified in either FAR Clause 52.232-20 or FAR Clause 52.232-22.

(c) In the event that less than one hundred (100%) percent of the established level of effort of the basic contract is actually expended by the completion date of the contract (or if said Level of Effort has been previously revised upward, or the fee bearing portion of the additional hours by which the Level of Effort was last increased), the Government shall have the option of:

(1) Requiring the Contractor to continue performance, subject to the provisions of the FAR Clause 52.232-20 or 52.232-22, as applicable, until the effort expended equals 100% of the established Level of Effort; or

(2) Effecting a reduction in the fixed fee by the percentage by which the total expended man-hours is less than one hundred (100%) percent of the established Level of Effort (or the fee bearing portion of the last upward revision).

(d) Completion Form Task Orders.(1) A level of effort shall be established for each completion form task order. This estimated level of effort is

established for the purpose of determining the amount of fixed fee payable on the task order and tracking the ceiling amount of the contract, it is not to be construed as a performance requirement. In the event the task(s) cannot be completed within the estimated cost, the Government will require more effort without increase in fee, if the Government elects to continue, provided the Government increases the estimated cost.

(2) Within thirty days after completion of the work under each completion form task order, the Contractor shall submit the following information directly, in writing, to the ordering officer, with copies to the COR and the Defense Contract Audit Agency office to which vouchers are submitted:

(i) The Contractor's estimate of the total allowable cost incurred under the task order; and(ii) In the case of a cost under run, the amount by which the estimated cost of the task order may be reduced

to recover excess funds.(e) Term Form Task Orders.

(1) The Contractor shall notify the Procuring Contracting Officer immediately in writing whenever it has reason to believe that:

(i) The level of effort the Contractor expects to incur under any term form order in the next 60 days, when added to the level of effort previously expended in the performance of that order, will exceed seventy-five (75%) percent of the level of effort established for that order; or

(ii) The level of effort required to perform a particular term form order will be greater than the level of effort established for that order.

As part of the notification, the Contractor shall provide the Contracting Officer a revised estimate of the level of effort required to perform the order. As part of the notification, the Contractor also shall submit any proposal for adjustment to the estimated cost and fixed fee that it deems would be equitable if the Government were to increase the level of effort as proposed by the Contractor.

(2) In performing term form task orders, the contractor may use any combination of hours of the labor categories listed in the task order.

Page 7: Desktop:

N00421-08-R-0093

Page 7 of 100

(3) Within thirty days after completion of the work under each term form task order, the Contractor shall submit the following information directly, in writing, to the ordering officer, with copies to the COR and the Defense Contract Audit Agency office to which vouchers are submitted:

(i) The total number of man-hours of direct labor, including subcontract labor, expended and a breakdown of this total showing the number of man-hours expended in each direct labor classification listed in the task order schedule, including the identification of the key employees utilized;

(ii) The Contractor's estimate of the total allowable cost incurred under the task order; and(iii) In the case of a cost under run, the amount by which the estimated costs of the task order may be

reduced to recover excess funds.(4) In the event that less than one hundred (100%) percent of the established level of effort of a term order (or

if said level of effort has been previously revised upward, of the fee bearing portion of the additional hours by which the level of effort was last increased) is actually expended by the completion date of the contract, the Government shall have the option of:

(i) Requiring the Contractor to continue performance, subject to the provisions of the "Limitation of Cost" or the "Limitation of Funds" clause, as applicable, until the effort expended equals one hundred (100%) percent of the established Level of Effort (or of the fee-bearing portion of the last upward revision); or

(ii) Effecting a reduction in the fixed fee by the percentage by which the total expended man-hours is less than one hundred (100%) percent of the established Level of Effort (or the fee bearing portion of the last upward revision).

(5) In the event that the expended level of effort of a term order exceeds the established level of effort by ten (10%) percent or less, but does not exceed the estimated cost of the order; the contractor shall be entitled to cost reimbursement for actual hours expended, not to exceed the ceiling cost. The contractor shall not be paid fixed fee, however, on level of effort in excess of one hundred (100%) percent without complying with subsection (e)(1) above. This does not supersede or change subsection (e)(1) above, whereby the contractor and Government may agree on a change to the task order level of effort with an equitable adjustment for both cost and fee.

(f) During performance of this contract should the contractor conclude the labor hour mix requested by the government will result in an unreasonable fee adjustment, the contractor may request the Contracting Officer enter into discussions to restructure the labor mix of the contract. The intent of the discussions, which are at the sole discretion of the Contracting Officer, is to provide a forum to understand the factors that contributed to the under delivery or over delivery of hours. Factors that could be considered by the Contracting Officer include:

Funding levelsLabor mix usageOther Direct Cost (ODC) UsageService Contract Act (SCA) ImpactsOn-Site/Off-Site RatioUnplanned Overtime UsageOther factors deemed relevant by the Contracting Officer

If the Contracting Officer determines that factors contributing to the under delivery or over delivery of hours were in the Government’s best interest, the Contracting Officer may restructure the contract to revise the hours required in an effort to provide a fee more consistent with contractor’s performance.

Page 8: Desktop:

N00421-08-R-0093

Page 8 of 100

Section C - Descriptions and Specifications

STATEMENT OF WORK1.0 INTRODUCTION. The Naval Air Warfare Center Aircraft Division (NAWCAD), Special

Communications Requirements (SCR) Division, Patuxent River, St. Inigoes, MD is engaged in the research, design, development, integration, installation, test and evaluation, fielding, analysis, maintenance, material procurements, training, and logistics support of Navy, Army, Air Force, Special Operations Forces, Joint Services, Federal Agencies, Counterdrug, and other agencies Communications-Electronics Advanced Technology (CEAT) systems. CEAT systems entail analog and digital, communications/telecommunication, voice, data, video to include Video Teleconferencing (VTC), Distance Learning, and Briefing and Display Systems (BDS), imagery, information warfare, cyberwarfare, virtual labs, distributed processing and neural and information network, systems, subsystems, and equipment. These systems are employed on various air, shore, manpack/handheld, transportable, boat, and vehicular platforms to support defense and agency forces operations network and information technology systems. SCR Division CEAT system development activities are a key part of the SCR Division value proposition as a team partner for defense and other Government agencies leveraging advanced technology to support organizational transformation objectives. Representative of the possible sponsors for which expertise, products and service may be required are:

a. Department of Defense (DoD) organizationsb. Special Operation Commands

c. Unified Combatant Commandsd. The Intelligence Communitye. Department of Justicef. Department of Treasuryg. United States Custom Serviceh. Immigration and Naturalization Servicesi. United States Coast Guardj. Counterterrorism, Counter-drug, Intelligence, Law Enforcement Programs and Joint

Interagency Task Forces.

1.1. Scope. The contractor shall provide services and supplies to SCR Division to support the research, design, development, integration, installation, test and evaluation, fielding, analysis, maintenance, material procurements, training, and logistics of CEAT systems. Support shall include developing new CEAT systems and upgrading current CEAT systems using new and emerging technologies. The support ranges from planning, research, design and development to specialized technical support for equipment or subsystems to turnkey production of fully integrated CEAT systems using digital and analog technologies. A CEAT system can range from a stand-alone electronic system to global, integrated communications solutions combining satellite and terrestrial network communications networks supporting converged voice, video and data systems with customized software applications.

2.0 APPLICABLE DOCUMENTS. The following documents and document sources are provided for reference (the most current version at time of award). Requirements for SCR Division products to have interoperability among military, civilian, U.S., and foreign users may dictate an adherence to a wide variety of specifications and standards. DoD systems shall adhere to the Joint Technical Architecture (JTA) (Current Version). Non-DoD systems may be governed by numerous commercial, national or international standards. The standard development organizations listed are not all inclusive and are presented only as representative sources of the technological interface details which may be required by systems developed with this contract.

STANDARDS, SPECIFICATIONS, INSTRUCTIONS, AND DEVELOPMENTAL ORGANIZATIONS:

American National Standards Institute (ANSI)American Society of Mechanical Engineering (ASME) Standards Association of Public-Safety Communications Officials – International (APCO) – StandardsDepartment of Defense and/or Military, e.g. DoD-STD and MIL-STD SeriesElectronic Industries Association (EIA), e.g. Recommended Standards RS SeriesEuropean Telecommunications Standards Institute (ETSI)

Page 9: Desktop:

N00421-08-R-0093

Page 9 of 100

Federal, e.g. FED-STD, FIP SeriesFederal Communications CommissionFederal Motor Vehicle and Carrier Safety Standard and RegulationsInstitute of Electrical and Electronic Engineers (IEEE)International Standards Organization (ISO)International Telecommunications Satellite Organization (INTELSAT)International Telecommunications Union (ITU), formerly the CCITTJoint Technical Architecture (JTA) Current VersionNational Bureau of StandardsNational Television Standards Committee (NTSC) Society of Automotive Engineers, Inc. (SAE) HandbookTelecommunications Industry Association (TIA)

INSTRUCTIONS AND DIRECTIVES:

ASN Software Process Improvement Initiative (SPII) 13 July 2007DOD-DIRECTIVE, 5000 SeriesNASPAXRIVERINST 5100.35 Occupational Safety and Health ProgramSECNAVINST 5000.2 Implementation of Defense Acquisition

Management Policies, Procedures, Documentation, and Reports

OPNAVINST 3432.1 Operational SecurityNAWCINST 3432.1 NAWC Operations Security PlanNAVSEA S9095-AD-TRQ-010/TSTP Total Ship Test Program ManualMIL-HDBK 502 Department of Defense Handbook

Acquisition Logistics

3.0 TECHNICAL REQUIREMENTS. The contractor shall accomplish work as specified in the scope and paragraphs 3.1 through 3.12. Services shall require performance at the contractor’s facilities, Government facilities, and other locations as designated by the Government. When necessary, technical direction or clarification concerning the details of specific tasking set forth in the contract shall be given through issuance of Technical Direction Letters (TDLs) by the Contracting Officer’s Representative (COR).

3.1 CEAT Planning. The contractor shall provide services to perform analyses to upgrade or develop new CEAT systems. These analyses shall provide necessary DoD acquisition process documentation to support the development of new CEAT systems or the upgrade and/or replacement of existing CE systems to meet mission and operational requirements. Results of surveys, interviews, analysis, and associated technical data shall be provided in accordance with Exhibit A (CDRLs A001, A002, A003 and A009). The contractor shall:

a. Conduct surveys, interviews, and process analysis at specified sites to determine and document existing baseline of CE systems and their adequacy to support current and future mission and operational requirements. Identify the relevant processes which, when reengineered, will result in improvements in mission performance and cost-savings to the Government. Identify the relationships between business processes, training requirements, CE systems and technology, and facilities that are key to successfully implementing new CEAT solutions.

b. Identify, analyze and document system performance and interoperability requirements to satisfy, improve or upgrade the CE system. Manage CEAT system requirements throughout the CEAT system planning cycle.

c. Conduct detailed user requirement analyses to determine and document site schedules, level of data, CEAT system requirements (e.g., response time, system unique applications and their requirements), communications requirements and constraints, utilization of Commercial-off-the-Shelf (COTS) and Government off-the-Shelf (GOTS) software, and other site unique constraints. Information Assurance (IA) requirements for all

Page 10: Desktop:

N00421-08-R-0093

Page 10 of 100

systems and sites will be included in all requirements analyses and managed throughout system development planning.

d. Conduct and document feasibility studies to define the purpose and functional objectives of the CEAT system and the scope of existing and new applications to be incorporated into it. CEAT systems supporting diverse applications and with significant geographical scope must document comprehensive Quality of Service plans and strategies to ensure that communications bandwidth resources are utilize efficiently and that applications and protocols are capable of meeting overall system performance requirements.

e. Develop CEAT system design alternatives based on the results of operational and performance requirements analysis to postulate potential technical approaches. Provide documentation and drawings of the configuration and arrangement of the proposed system elements.

f. Evaluate design concepts. Perform trade-off analysis considering supportably, technology availability, reliability, compatibility, interoperability, and cost effectiveness. This shall include program needs, existing systems, human interfaces, information handling, data base management, and communications networking. Identify alternatives, formulate selection criteria, evaluate alternatives, and perform sensitivity checks.

g. Develop and document strategic plans for the implementation of CEAT systems, equipment and subsystems with distinctly defined near, mid and long-term initiatives. Manage the configuration of complex CEAT system requirements throughout the system planning cycle.

h. Develop and document transition plans for the reengineering, replacement, and/or phase out of legacy CE systems with new and state-of-the art CEAT systems. These activities can range from technology insertion through partial replacement of equipment or communications technologies to complete reengineering of the entire system and all components.

i. Develop and document CEAT system security requirements, plans, procedures and architectures. Analyze in-place and proposed CEAT systems’ security postures and document results. Identify and develop required IA documentation to support CEAT system Certification and Accreditation activities and work with the appropriate customer Designated Approving Authorities (DAA) to engineer IA compliance into the CEAT systems.

j. Develop and track metrics for in-place and proposed CEAT systems including their operational environments. Conduct reviews, analyze and document results/recommendations. Utilize CEAT system metrics to support system planning activities.

3.2 CEAT Research, Design and Engineering. The contractor shall provide services to research CEAT technologies and develop designs for the upgrade or development of new CEAT systems. Results of surveys, analysis, and associated technical data shall be provided in accordance with Exhibit A (CDRL A001, A003 and A009). The contractor shall:

a. Develop and review CEAT system requirement analysis and assess the proposed system’s ability to meet operational and organizational requirements. Conduct surveys at proposed installation sites to determine architecture designs and conceptual architectural alternatives, design options, operational assessments and post deployment evaluations.

b. Conduct and review site surveys. Identify facility layout, space considerations, cable plant layout, and structural considerations. Identify and review available power, physical, environmental, and security constraints. Identify the organization’s points of contact for supporting the system design, upgrade, operations and maintenance activities.

c. Identify, evaluate and document CEAT system design options, required support and test equipment and other relevant parameters. Identify strengths and weaknesses associated with the various design

Page 11: Desktop:

N00421-08-R-0093

Page 11 of 100

alternatives and provide recommendation of alternatives. Assess the strengths and weaknesses of proposed alternatives based on their impact to the customer organization’s mission and training requirements, facility impacts such as power and space, and the effect of the design alternative on the Total Cost of Ownership. Develop a Material Equipment List (MEL) for each alternative.

d. Document the CEAT system design and alternatives. The design document shall include an implementation plan a detailed analysis of hardware and software including a MEL, communications/network equipment and services, staffing plan and a Plan of Action and Milestones (POA&M).

e. Participate in milestone design review meeting, technical reviews, and conference presentations to provide CEAT design expertise. The contractor shall provide CEAT specification drawings, technical reports including charts and hardware and software documentation detailing the purpose and objectives of the proposed CEAT system, operational constraints and summarization of the research of the tasks listed above.

f. Participate in research and development of new and emerging CEAT technologies. Evaluate the potential application of the new technology to new and existing CEAT systems and assess additional organizational risk factors and opportunities it creates for the project sponsor.

3.3 CEAT Installation and Integration. The contractor shall install, integrate, upgrade and repair CEAT systems to meet design and operational requirements. Required plans and associated technical data shall be provided in accordance with Exhibit A (CDRL A001, A003, and A009). The contractor shall:

a. Develop implementation plans that identify organization responsibilities and all schedules for implementation and testing.

b. Review CEAT system designs and associated MELs. Identify and procure suitable equipment and materials for the new or upgraded system as approved by the Government.

c. Provide services and supplies to integrate, install, and/or upgrade CEAT equipment supporting tactical and non-tactical systems, including facility considerations such as environmental controls and electrical power. Perform adaptive engineering to support the integration of equipment and subsystems into production environment without compromising operational performance. Provide oversight during integration to verify that the systems are fully compliant with specifications.

d. Participate in installation/integration and technical review meetings.

3.4 Software Development. The contractor shall provide services to define, code, debug and test software. Required software shall be provided in accordance with Exhibit A (CDRL A005, A009). As required, the contractor shall follow the guidance and mandatory elements of the current Software Process Improvement Initiative (SPII). The contractor shall:

a. Identify and define the functional and performance requirements for each software component of the CEAT system and document how the identified requirements satisfy the specific mission, goals, and objectives of the fully integrated system.

b. Document the software system specification and design. It shall include a detailed functional summary for each module, including all data inputs, screens formats for each input function, input data sources, processing requirements, interface requirements, data flow, and proposed programming languages. It shall include a description of the function and purpose of each module, accuracy and validity requirements, timing, flexibility, interfacing requirement and constraints, security requirements and output destination(s) and formats.

c. Document the database specification. It shall include a design description of the organization of the database structure, field tables, storage requirements and record linkages.

Page 12: Desktop:

N00421-08-R-0093

Page 12 of 100

d. Incorporate state of the art tools and technologies in system solutions including Service Oriented Architectures (including web services), open source technologies, Portal Technologies, Reporting Services, Extensible Markup Language (XML), Geographic Information Systems (GIS), Computer-aided Design (CAD), to ensure a stable and supportable application over the system life cycle.

e. Develop, code, debug, and test the required units, modules, and programs and create the database systems in accordance with the CEAT specifications. Models, simulation, and/or test tools shall be designed and used as appropriate for reliable code assessment and validation.

f. Develop a Software Development Plan (SDP) for the life cycle of the software development effort. Included within this SDP shall be interim program development reviews at each milestone, documentation of the proposed programming languages, the development environment and tools, and project-level software development processes.

g. Develop user training materials and conduct training on developed software systems.

h. Provide independent and objective evaluation of developed software specifications, design and source code. Identify and track deficiencies to closure and recommend corrective measures. Take corrective action to resolve code problems as identified by the Government. Verify corrective action through regression testing.

3.5 Training. The contractor shall provide services in the development and execution of CEAT system training plan. This includes COTS applications and CEAT system unique training. Required training course/curriculum outlines shall be provided in accordance with Exhibit A (CDRL A008, A009). The contractor shall:

a. Prepare and update training plans, course materials, performance aids and materials for required system training.

b. Define a course curriculum based on identified user training requirements.

c. Provide course material for all class participants.

d. Conduct training courses for new or upgraded systems.

3.6 Operations and Maintenance. The contractor shall provide operation and maintenance support for new and upgraded CEAT systems including hardware and software installation, removal, repair, and periodic testing of CEAT system components. Required plans and procedures shall be provided in accordance with Exhibit A (CDRL A004, A009). The contractor shall:

a. Develop and implement operation and maintenance procedures for the CEAT system. Provide support for identification of an operations and maintenance infrastructure to satisfy the organization and system operational and mission requirements.

b. Provide staffing support for on-call and/or on-site operations and maintenance support.

c. Conduct maintenance activities. Execute routine maintenance and upgrade activities. Support corrective maintenance solution, providing on-call support per established response time. Investigate and recommend maintenance and service agreements with vendors for outside services.

d. Conduct system vulnerability and security assessments and make recommendation to correct deficiencies to reduce risk.

Page 13: Desktop:

N00421-08-R-0093

Page 13 of 100

3.7 Testing. The contractor shall develop plans and/or execute plans for testing new, existing, and enhanced CEAT systems. Required plans and associated reports shall be provided in accordance with Exhibit A (CDRL A009, A010). The contractor shall:

a. Develop test plans to be used by CEAT system developers. Test plans shall be composed of sequential and increasingly sophisticated steps to ensure that test needs, limitations, resources, and all engineering aspects of the test are considered

b. Develop CEAT system acceptance test plans and perform CEAT system acceptance testing to ensure that the installed CEAT system meets all functional, operational, and performance characteristics within the specification and it adheres to all identified standards. Provide documentation to verify that the acceptance test plan provides complete coverage of all documented system requirements.

c. Provide independent and objective evaluation of test plans, procedures, results and data. Identify and track deficiencies to closure and recommend corrective measures. Take corrective action to resolve problems identified by the Government.

d. Plan for and conduct performance and integration testing of CEAT systems to identify defects and potential system limitations.

e. Document test results and identify problems and issues associated with the CEAT system. Develop and provide test result reports, Requirement Traceability Matrices, and other required testing documentation.

3.8 Integrated Logistics Support (ILS). The contractor shall provide ILS services for new and modified CEAT systems, subsystems and equipment. Required information shall be provided in accordance with Exhibit A (CDRL A006, A009). The contractor shall:

a. Develop or review strategies for supporting CEAT systems requirements, documentation and schedules considering geographic area of deployment, equipment requirements, supportability, equipment/system interoperability, equipment/material availability, procurement lead-times, inventory and stocking requirements.

b. Review support preparedness and readiness data for CEAT systems, identify deficit areas and develop contingency plans to resolve deficiencies. Identify impact of proposed changes.

c. Provide ILS planning and analysis for new or modified CEAT systems/equipment.

d. Develop, review, analyze, and/or update services maintenance and repair concepts and plans, and reliability plans and reports.

e. Review and update logistics documentation to reflect changes and revisions in the CEAT systems.

f. Attend technical meetings and program reviews with Government personnel. Provide briefing materials, technical data and illustrations, engineering drawings and minutes in support of the meetings.

g. Develop and maintain provisioning parts lists for spare and repair part, support and test equipment, and long lead items.

h. Identify Measures of Effectiveness and Performance (MOE/MOP) and document the performance of ILS activities in meeting readiness goals and objectives.

i. Conduct analysis of alternative studies to support predictions of system performance and operational impacts of various design alternatives.

Page 14: Desktop:

N00421-08-R-0093

Page 14 of 100

j. Support, maintain and utilize the SCR Division Maintenance Action Reporting Tool (SMART) to enable ILS activities.

3.9 CEAT Facility Design and Upgrade. Required information shall be provided in accordance with Exhibit A (CDRL A007, A009). The contractor shall:

a. Conduct or review CEAT facility requirements analyses. Evaluate the CEAT facility and its supporting structures’ capability to meet operational and organizational requirements. Conduct surveys at potential installation sites to determine and document architectural designs and conceptual architectural alternatives, design options, and operational assessments.

b. Conduct or review CEAT facility site surveys. Identify facility layout, space considerations, cable plant layout, and structural considerations. Identify and review available power, physical, environmental, and security constraints. Identify the organization’s points of contact for supporting the facility design, upgrade, operations, and maintenance.

c. Develop an implementation plan including a POA&M for the facility modernization/upgrade.

d. Upgrade the facility based on the Government approved Facility Implementation Plan.

f. Develop required project facility supporting documentation including architectural plans, regulatory studies, and construction drawings.

g. Provide technical support at meetings with architect and engineering contractors, construction contractors and Public Works representatives concerning SCR Division facility projects.

3.10 Special Engineering. The contractor shall provide special engineering support to research new and emerging CEAT technologies for SCR Division programs, which have the potential to benefit from state of the art CEAT capabilities or improve existing system performance. The emphasis shall be placed on emerging technologies directly and indirectly related to telecommunications, networking, telemedicine, multi-media, distance learning, imagery and video teleconferencing. Required information shall be provided in accordance with Exhibit A (CDRL A007, A009). The contractor shall:

a. Identify, review and compare new and emerging technologies for application within SCR Division programs and associated CEAT systems.

b. Evaluate new and emerging technologies for suitability for existing CEAT projects and systems. Conduct market studies to assess the readiness of the technology, risk factors including technical maturity and/or available products, financial stability of potential vendor, and, effects of inserting emerging technology into a CEAT project.

c. Re-design system architectures to integrate new and emerging technologies into new or existing systems.

d. Attend project reviews, technical reviews and technical meetings to research or discuss new and emerging technologies.

3.11 Documentation Support. The contractor shall develop and update documentation, drawings, and technical data for CEAT systems, subsystems, and equipment. Required manuals and data shall be provided in accordance with Exhibit A (CDRL A007, A009). The contractor shall:

a. Prepare and maintain design, installation, elevation, layout, configuration, functional block diagram, and as-built drawings for CEAT systems.

Page 15: Desktop:

N00421-08-R-0093

Page 15 of 100

b. Prepare and maintain technical manuals, data, and documentation for the CEAT systems and equipment including end-user and maintenance documentation per prescribed standards and formats to maintain compliance with applicable sponsor and regulatory requirements for all CEAT systems.

3.12. Hardware Acquisition Support. The contractor shall provide technical support to identify procurement sources for equipment and hardware requirements. The contractor shall be capable of interfacing with and updating the Government’s hardware acquisition management systems to upload/download data, print reports/forms, and to receive and transfer digital files with Government systems in conjunction with the tasks identified below. Required information shall be provided in accordance with Exhibit A (CDRL A007, A011).

a. Provide support for the procurement of equipment and material. Conduct market research per Federal Acquisition Regulation (FAR) Part 10, to determine sources capable of satisfying the Government’s requirements. The contractor will perform the product research to identify quantity and schedule requirements (including requirements for spare parts support) and support planning for the procurement of long lead items. The contractor will make the recommendations and submit them to the Government for approval and further processing.

b. Maintain a current list of required hardware items that are to be procured and provide technical support in the preparation of procurement documentation.

c. Provide monitoring and tracking of all material/equipment during activities in the acquisition process (from procurement planning, receipt and bar-coding of material/equipment, to delivery of final product to the Government). The contractor shall interface with Government technical personnel and with vendors regarding procurement and delivery of equipment and materials required to support C4I communications-electronics.

d. Review Federal Stock System for availability of required items.

e. Enter, update, and complete requisition tracking data in the Government’s automated material inventory and control systems.

f. Using the Government’s automated systems, track acquisition status from procurement initiation to hardware delivery. Compare expected hardware availability with system installation, test, and operational schedules. Utilize the Government’s automated systems to provide material tracking reports and to identify delinquent material deliveries. Notify Government of discrepancies between schedules and hardware delivery.

g. Maintain accurate inventory records on equipment received by the contractor for storage prior to integration.

h. Perform analyses, gather information, and make recommendations to the Government concerning use and integration of NSN and non-NSN hardware materials.

i. Input requisition receipt data in the Government’s automated system for commercial procurements, when directed by the Government and received by the contractor.

j. Complete requisitions receipt data in MTS for commercial procurements received by the contractor.

k. All IT equipments procured on behalf of NAVAIR will require prior CIO IT approval.

4.0 PROGRESS REPORTS. The contractor shall submit a monthly progress report and deliver to NAWCAD Patuxent River, St. Inigoes by the 10th of the month following the first full month of the contract (CDRL A012).

4.1 ITEMS AND DATA . The monthly progress report shall include the following items and data.

Page 16: Desktop:

N00421-08-R-0093

Page 16 of 100

a. Cover sheetb. Major milestones summary. The contractor shall provide a contract level summary of major

accomplishments and associated benefits to the Government during the month. c. Data Calendar. The contractor shall provide a data calendar showing all overdue data items

required under the contract. Provide an explanation of why the deliverables are late and when they will be delivered. The calendar shall be updated monthly and provided with the progress report.

d. Identification of new problem areas.e. Status of previously identified and open problem areas.f. Justification for cost increases or schedule slippages, if any, which may differ from previous

reports to the original estimate to complete specific efforts.g. Monthly and cumulative labor hours bid and expended per contract labor category, names of

employees charged to each contract labor category, and total labor cost per Contract Line Item Number (CLIN).

4.2 ITEMS AND DATA FOR PROJECT SUMMARY . A summary shall be submitted for each design, integration and/or test project that will be performed by the contractor. This summary shall be reported to the Government on a monthly basis. The monthly progress report shall include the following items and data.

a. Monthly and cumulative labor hours bid and expended per contract labor category, names of employees charged to each contract labor category, and total cost per Contract Line Item Number (CLIN).

b. Total cost and list of materials including outstanding commitments for each CLIN, monthly and cumulative.

c. A list of travel and per diem charges per trip, for each CLIN including total monthly and cumulative expenses.

d. Total costs under each CLIN, monthly and cumulative.

4.3 FORMAT . If delivered by hand or postal service the reports shall be typewritten on commercial grade bond paper and include pertinent information (clear, brief and concise data), which shall identify the report by contract number, contractor's name, project number and title, CDRL number and title, period covered and date of preparation. Reports shall include charts, curves, and other graphics needed to clearly define the status of the contract. Reports may be delivered via email to the COR.

Financial requirements in paragraphs 4.2 and 4.3 can be satisfied by the submission of the Financial Progress Report (paragraph 9.0) as an attachment to the Monthly Progress Report.

5.0 QUALITY ASSURANCE.

5.1 Best Commercial Workmanship. The contractor shall provide and maintain a quality program in accordance with the following:

a. The contractor is required to maintain and operate a facility wide quality management system that is designed for the products and services to be provided under the contract.

b. The manufacturing and quality management systems will use ANSI/J-STD-001, "Requirements for Soldered Electrical and Electronic Assemblies", IPC-A-610, "Acceptability of Electronic Assemblies", and IPC-R-700, "Suggested Guidelines for Modification, Rework and Repair of Printed Boards and Assemblies" as the required guidelines for producing electrical and electronic assemblies.

c. The quality management system will use the quality requirements as defined in FAR 46.202-4(a) and satisfy ISO 9001:2000, "Quality Systems - Model for Quality Assurance in Design, Development, Production, Installation and Servicing".

d. The quality management system documentation and the system's effectiveness are subject to review by NAWCAD at any time during the period of performance of this agreement.

Page 17: Desktop:

N00421-08-R-0093

Page 17 of 100

e. Standard program data that may be required by the Government to compile trend studies shall be made available as needed. Specific standards and practices shall be provided for individual projects.

5.2 The contractor's quality management organization must be clearly defined, and employees providing quality functions must have adequate responsibility, authority, and freedom to identify and evaluate problems and to initiate, recommend, or provide corrective action.

5.3 A periodic review of quality requirements shall be conducted by the contractor to identify the controls, processes, skills, fixtures, tools, and test equipment needed to ensure product quality. The results of this review shall update inspection and testing techniques, instrumentation, and manufacturing methods, and processes. Standard program data that may be required by the Government to compile trend studies shall be available as needed. Specific standards and practices shall be provided for individual projects.

6.0 FACILITIES/PROPERTY.6.1 CONTRACTOR-FURNISHED FACILITIES . The contractor shall provide its own support facilities needed to perform the requirements of this contract except as provided in paragraph 6.2. Facilities shall be in the proximity of NAWCAD, Patuxent River, and St. Inigoes, MD. The facility location shall satisfy the daily technical and management operation of the contract. The contractor shall provide, for both on-site and off-site requirements, all equipment and office/facility furnishings to support the SOW requirements.

6.1.1 The contractor shall ensure that all on-site employees requiring connectivity with the St. Inigoes and/or SCR RDT&E Network are either furnished or provided access to Intel based computers for development of documentation, databases, and spreadsheet data. These computers shall have sufficient memory, hard disk space, a network interface card, and capable of running a full range of standard software including current versions of Microsoft Windows Operating System and Microsoft Office Professional. Desktop computer systems shall be set-up to allow access to the St. Inigoes and/or SCR RDT&E Network. Minimum baseline requirements for these computers are as follows.

Desktop:

Intel based CPU (3.0GHz Single-Core) (2.0GHz Dual-Core)1.0 GB RAM80 GB SATA Hard DiskDVD +/- RW CD +/- RW combo drive1.44 MB 3.5" Floppy drive10/100/1000 NICUSB Keyboard w/CAC readerUSB Optical mouse20" Flat panel LCD monitor128 MB DVI-D Video card Desktop Software ExampleWindows XP Pro / VistaMicrosoft Office 2K3 / 2K7Norton AV (Gov site license)CITRIX (Gov site license) 

Portable:

Intel based CPU (2.8 GHz Single-Core) (1.8GHz Dual-Core)1.0 GB RAM80 GB Hard DiskDVD +/- RW CD +/- RW combo driveIntegrated 10/100/1000 NICIntegrated Modem 56k v.92

Page 18: Desktop:

N00421-08-R-0093

Page 18 of 100

Integrated b/g wireless NICCAC reader Portable Software ExampleWindows XP Pro / VistaMicrosoft Office 2K3 / 2K7Norton AV (Gov site license)CITRIX (Gov site license)

PORTABLE:Note: Internet based technical support from the manufacturer of the hardware and software must be available.

The contractor shall also provide laser printers, fax machines, and other office automation equipment for each building in such a manner that employees’ time can be utilized in the best fashion, without delays in waiting for data to be processed or be printed out. Portables are to be used for remote/web access only. The use of laptops and docking stations on the network is prohibited at this time. Contractors are mandated by DOD policies to use government-approved client PKI’s, Class 4 Certificates, for accessing various government DOD resources, i.e. WEB Sites. The contractor shall provide approved client DOD client PKI Class 4 Certificates. The contractor shall provide all desks, chairs, and other office/facility furnishings. It is anticipated that the cost shall not be a direct charge to the Government.

Contractor-owned equipment shall be permitted connections to NAVAIR/DoD networks in order to carry out the performance of this contract. All Contractor-owned hardware and/or software shall meet DOD 8500.2 IA Controls, is subject to validation scanning and must be approved by the SCR Network ISO prior to connection. The following specific criteria must also be met before being connected to any DoD or NAVAIR network in support of this contract. Requirements include:

A. Network Vulnerability Scanning . NAVAIR Deputy CIO for Information Assurance maintains authorized auditing tools and shall provide for firewall/port scans, device discovery scan, vulnerability assessment, and other requirements as required to ensure secure interoperability with DOD Contracts.

B. Extent of Validation Scanning . To prevent scanning of “corporate” assets, all such networks, equipment and connections shall be physically segregated from any government/contractor “corporate” networks that are not in direct support of DoD contracts;

C. Circuit Provisioning . Any circuit or connection between NAVAIR and/or DoD site and the contractor site shall be provisioned via the Defense information Security Agency and comply with CJCSI 6212.11B;

D. Servicing Systems from a Remote Contractor Site. Remote Access Service connections that allow off-station operation and/or administration of contractor owned systems, located at any NAVAIR facility or site, shall not be permitted, with the exception of those systems connecting to the Command via the Outreach Services identified in Section 7, Enterprise Architecture;

E. Memorandum of Agreement and Inter-connection Agreements . An Information Assurance Memorandum of Agreement (MOA) between the contractor owning the equipment and 4.5.11 shall be developed and signed before the equipment can be connected to the St. Inigoes and/or SCR RDT&E network. Failure to comply with the signed MOA shall be grounds for disconnection from the network.

6.1.2 All property must be tagged as Contractor Furnished Equipment (CFE) assets. All CFE assets must have COR approval prior to connecting to the SCR Division network. No personally owned computers are allowed to be attached to the SCR Division network.

Page 19: Desktop:

N00421-08-R-0093

Page 19 of 100

6.1.3 NAVY MARINE CORPS INTRANET (NMCI) INSTRUCTIONS .

“ORDERING PROCEDURES FOR NAVY MARINE CORPS INTRANET (NMCI) SERVICES (Sep 2000) (a) This Support Services contract may require the use of and/or access to Department of Navy (DoN) Information Technology (IT) Resources by contractor personnel for contract performance. Applicable DoN IT Resources for performance of this contract shall be procured from the NMCI Contractor pursuant to the authority of NMCI Contract # N00024-00-D-6000, clause 5.2 "Ordering". (b) The Support Services contractor shall obtain written authorization from the Contracting Officer executing this contract, prior to ordering directly from the NMCI Contractor. No NMCI Order may be placed without the prior written authorization of the Contracting Officer. Any NMCI Order exceeding the written authorization of the Contracting Officer shall be treated as an unallowable cost pursuant to FAR Part 31. (c) The Government shall reimburse the contractor for the placement of NMCI Orders including applicable indirect burdens (general & administrative, etc.), excluding profit or fee.”

6.2 GOVERNMENT-FURNISHED FACILITIES/PROPERTY . The Government will provide limited office, laboratory and integration space for the contractor for on-site work requirements (approximately 2,500 square feet) located at NAWCAD, Patuxent River, St. Inigoes, MD. If the contractor chooses to alter the work area in any manner, they shall have prior approval from the COR and shall be responsible for the cost of any modifications approved. The contractor shall provide all equipment, tooling, test equipment, office/facility furnishings and equipment, and transportation vehicles to support the SOW requirements. Transportation vehicles shall be provided to support and meet delivery and pick-up of Government provided equipment and integration materials, when scheduled. Integration materials will be provided to the contractor. On a limited case by case basis, special purpose equipment may be provided for use in the test and evaluation of Government furnished C4I equipment/systems and subsystems. The cost of transportation vehicles supporting SOW requirements for the contractor to conduct its normal business operations will be considered as an allowable direct cost in the performance of the contract.

6.3. In order to minimize travel time and associated expense, the site location for Program Manager, Project Managers, Senior Network Engineer, Senior Systems Engineer, Senior Systems Analyst, Senior Network Analyst, Network Analyst, Senior Computer Security Analyst, Senior Database Administrator, and Computer Programmer III shall be within commuting distance of NAWCAD St. Inigoes, MD. Commuting distance is defined as within 100 miles (round trip).

7.0 DATA ITEMS FORMAT. The contractor shall provide a uniform order of the following information clearly placed on all required contract data item (deliverables): contract number, contractor's name, project number and title, CDRL number and title, period covered, and date of submission. All data items required by the CDRLs (DD Form 1423, Exhibit A) shall be distributed only to the COR.

7.1 The contractor shall provide deliverables in electronic formats, when requested by the Government’s technical point of contact or the COR. Deliverables shall be electronically mailed to the COR where feasible, or provided via disk and hard copy. Specific Internet addresses for electronic submission of deliverables will be provided after contract award.

8.0 PROJECT CLOSE-OUT. Within 90 days after completing each project, the contractor shall provide a close-out report. The reports shall include data deliverable status, disposition of Government-Furnished Equipment/Information and Contractor-Furnished Materials, list of Government-furnished materials, and outside services, as a minimum. The close-out report then shall be signed by the contractor program manager and forwarded to the COR. Appendix (1) provides an example of the required format (CDRL A013).

9.0 FINANCIAL PROGRESS REPORTS. In addition to the information provided monthly under the terms of paragraph 4.0, financial progress reports shall be submitted at a minimum of twice a month or bi-weekly within five to seven working days after the end of every reporting period in conjunction with the contractor's time/fiscal accounting system. If the required submittal date is a holiday, the reports shall be submitted by 1200, e.s.t. of the next working day. These financial status reports shall be transmitted electronically to the Special Communications Requirements Management Information System (SCRMIS), e-mail address [email protected], via a contractor-furnished workstation. Instructions for electronic submission are given in Appendix (2). Before implementing a system or a schedule for submission, the contractor shall check with the COR to ensure all SCR Division requirements are met.

Page 20: Desktop:

N00421-08-R-0093

Page 20 of 100

9.1 The contractor shall conduct quality reviews of all data before and after each electronic submission and is responsible for updating and correcting error and omissions on current and cumulative expense data within 48 hours of submission. Adjustments to all current as well as previously exercised Contract Line Item Numbers (CLINs) shall be submitted electronically as required to the level of detail specified in Appendix (2) as the adjustments occur.

9.2 Additionally, a hard copy of the financial data transferred under paragraph 9.0 shall be submitted the Friday following the electronic transmission by 1600, e.s.t. If the required submittal date is a holiday, the hard copy shall be submitted by 1600 the next working day. Submission of the first report is required within 30 days after contract award, and the hard copy will be in the format given in Appendix (3). Prior year adjustments shall be made at the lowest level via hard copy, and shall be available upon request (CDRL A014).

10.0 OPSEC PLAN. The Operations Security (OPSEC) plan shall be furnished pursuant to the requirements provided herein. Required information shall be provided in accordance with Exhibit A (CDRL A016).

a. The contractor shall provide OPSEC protection for all classified information (as defined by FAR 4.401) and sensitive information (as defined by Section 3 (d) (4) of PL 100-235 (101 Stat 1727)), pursuant to the National Security Decision Directive 298 of 22 January 1998 and DFARs Clause 252.239.7016. In order to meet this requirement, the contractor shall develop, implement, and maintain a facility level OPSEC program in accordance with Exhibit A, to protect classified and sensitive information to be used at a contractor's and subcontractor's facilities during the performance of this contract.

b. The contractor shall be responsible for subcontractor implementation of the OPSEC program requirements for this contract. The OPSEC plan shall be developed in accordance with the requirements set forth in NAWCINST 3432.1 and OPNAVINST 3432.1, and submitted to NAWCAD Patuxent River, St. Inigoes, MD.

11.0 WORKPLACE AND SCHEDULE

11.1 RESTRICTED ENTRY TO THE WORKPLACE. In the event that the offeror/contractor is restricted from entry to the workplace due to non-controllable emergencies such as weather, power outages, etc., the contractor/offeror shall not charge the non-work time as direct labor to the contract.

11.2 BUILDING SECURITY. The Contractor may be required to perform building security responsibilities when provided office or lab spaces in a Government building under this contract. These responsibilities may include such duties as ensuring that all windows are closed and locked, coffeepots are turned off, all external doors are locked, or other duties as deemed necessary by the Government. Each building will have written procedures for the responsibilities of securing that building. If the Contractor’s failure to use reasonable care causes damage to any property, the Contractor shall replace or repair the damage at no expense to the Government. If the Contractor fails to secure the external doors, he/she may be called back to lock the door after regular working hours. This time may not be a direct charge to the contract.

11.3 WORK SCHEDULE. The Contractor shall provide the required services and staffing coverage during normal working hours (NWHs). NWHs are usually 8.5 hours (including a 30-minute lunch break), from 0730-1600 each Monday through Friday (except on the legal holidays specified elsewhere). Some supported Government offices have flexibility to start as early as 0600/0630 and end as late as 1800 Monday - Friday. Services and staffing shall be provided for each office at least 8 hours per day (during the 8.5 hour workday which includes the 30-minute lunch break).

Government Employees are allowed to voluntarily work a "Compressed Work Schedule" (CWS). CWS is an alternative work schedule to the traditional five 8.5 hour workdays (which includes a 30-minute lunch) worked per week. Under a CWS schedule an employee completes the following schedule within a two-week period of time: eight weekdays are worked at 9.5 hours each (which includes a 30-minute lunch), one weekday is alternately worked as 8.5 hours (which includes a 30-minute lunch) and one weekday is not worked by the employee. The result is 80 hours worked every two weeks, with 44 work hours one week and 36 work hours the other."

Page 21: Desktop:

N00421-08-R-0093

Page 21 of 100

The contractor awarded this contract, with agreement by COR, may allow its employees to work a CWS schedule. Any contractor that chooses to allow its employees to work a CWS schedule in support of this contracts, agrees that any additional costs associated with the implementation of the CWS schedule vice the standard schedule are unallowable costs under this contract and will not be reimbursed by the government. Furthermore, all contractors shall comply with the requirements of the Fair Labor Standards Act and particularly with Section 7 regarding compensatory overtime. Additionally, the CWS schedule shall not prevent Contractor employees from providing necessary staffing and services coverage when required by the Government facility.

12.0 TRANSPORTATION. The Contractor may, on occasion , be required to provide transportation to Government members of the TDY Team when it is deemed most economical to the Government and is otherwise in the Government’s best interest.

13.0 INFORMATION ASSURANCE (IA)

NAVAIR’s Information Assurance (IA) Program is a unified approach to protect unclassified, sensitive or classified information, and is established to consolidate and focus efforts in securing that information, including its associated systems and resources. IA is required operationally throughout the DON. DON CIO (Chief Information Officer) is responsible for IT within the Navy, as mandated by the Clinger-Cohen Act, and is the lead for departmental compliance with the Federal Information Security Management Act of 2002.

“As required, all IA shall be in compliance with the following listed instructions to include those referenced within the below listing:

SECNAV M-5239.1 DoN Information Assurance Program; Information Assurance Manual National Industrial Security Operating Manual (NISPOM) CJCSI 6211.02 (series) --Defense Information System Network (DISN): Policy Responsibilities and

Processess of 31 July 2003 CJCSI 6212.01 (series) --Interoperability and Supportability of Information Technology and National

Security Systems DoDD 8100.1--Global Information Grid (GIG) Overarching Policy DoDD 8500.1--Information Assurance DoDI 8500.2--Information Assurance Implementation DoDI M-8510.1--DoD Information Technology Security Certification and Accreditation Process

(DITSCAP) Application Manual DoDI 5200.40, “DoD IT Security Certification and Accreditation (C&A) Process (DITSCAP),” 30 Dec

1997 CNO N614/HQMC C4--Navy-Marine Corps Unclassified Trusted Network Protection (UTN-Protect)

Policy, Version 1.0, 31 October 2002”

For more information on determining the applicability of these documents to the specific requirements of your

program, contact your local information assurance point of contact for assistance. An IA POC is available via the

NAVAIR portal at https://air74.navair.navy.mil

APPENDIX (1)PROJECT CLOSEOUT

Contract Number:

Project Number:

Page 22: Desktop:

N00421-08-R-0093

Page 22 of 100

Title:

1. Deliverables:

CDRL Date Submitted Serial # Title

2. Government-Furnished Equipment/Information (GFE/GFI):

Items Gov’t Prop.Furnished Acc't # Disposition

3. Contractor-Furnished Materials:

Purchase Order Number VENDOR Description Cost Disposition

To the best of my knowledge, the above information is true and correct.

Program Director

Signed by: Project Engineer Date

COR Date

APPENDIX (2)Code 4.5.11Special Communications Requirements Management Information System (SCRMIS)Electronic Transfer of Contractor Expenses

1.0 Instructions for the electronic submission of contractor expense data are as follows:

a. Submit file via email.b. Submit only one line of current expenditures and one line of cumulative expenditures per record.c. Maximum line length is 91 characters. Try to stay around 80.d. Categories are separated by a space.e. File must not contain page breaks or blank lines.

Page 23: Desktop:

N00421-08-R-0093

Page 23 of 100

f. Each line of current expenditures must contain at least nine columns and each line of cumulative expenditures must contain nine columns. If there is no expenditure data for the first nine columns, zeros must be placed in those columns.

g. The record is unique at the project/CLIN Level. If no expenditures exist for the CLIN and category put a zero in the column.

h. Submit all add records for a reporting period at the beginning of the file. After the reporting period, you may submit changes and deletion entries. Specify the period for the entry you wish to change or delete.

i. Valid transaction codes: (A) for adding or changing a record and (D) is for deletion of a record. Do not send a cumulative line when deleting a record.

j. All fields may be submitted to include up to the second decimal place.

1.1 The following information must be contained in each file and must be in the following order. There are some categories that are not used on all contracts but are required for others. You must report a zero for categories the contract or the contractor’s reporting system does not require. If no expenditures exist for a particular category, put a zero in the column for the current expenditures. Following are the headers and columns available to enter expenditures unique to the project/CLIN Level:

Contractor Status Report

Contract Number: Week Ending Date: MM/DD/YYYY

CODE,PROJECT_NO/DO_NO, CLIN, HOURS, LABOR$, HOURS_OT, LABOR$_OT, MATERIAL, TRAVEL, OTHER, CUM_HOURS, CUM_LABOR$, CUM_HOURS_OT, CUM_LABOR$_OT, CUM_MATERIAL, CUM_TRAVEL, CUM_OTHER

a. The contract number needs to be specified only once for the reporting period.a. The week ending date needs to be specified only once for a given period and will be applied to all entries

following the date. Dates should reflect the following format: MM/DD/YYYY.

1.2 Descriptions of expenditure category (column) titles are as follows:

CODE - Transaction Code. Should be an (A) when expenses for the specified CLIN are for a new period ending date, or a (D) if the transaction is a deletion of a previously transmitted expense entry. This entry should be placed in the first position of the line.

PROJECT NO/DO_NO - This entry may consist of up to 17 characters. Project numbers shall be in the following format:

05 = Last two digits of the Fiscal Year in which the project began (ex. 2005)

A = Contract Option Year - an alphabetic indicator assigned to each option year (ex. A for Base Year, B for Option I, C for Option II, etc.). Indicator will correspond to the contract's deliverable CDRL for that option year.

5733/ = Contract Number - last four digits of the contract number and a forward slash (/) at the end (ex. N00421-02-C-5733)

090-01 = Project Indicator - up to nine characters total. Place a dash (-) between the project indicators if necessary (ex. 090, 090-01, 1111-A01)

Examples: 05A5733/090

05A5733/090-0105A5733/1111-A01

Page 24: Desktop:

N00421-08-R-0093

Page 24 of 100

- Delivery Order format shall be in accordance with the Government issued number shown on Block 2 of Form DD1155. Number format can be alphabetic, numeric, or alphanumeric.

CLIN - Contract Line Item Number. This entry may consist of up to 6 characters

(ex. 0001, 0101, 0001aa, 0001ab).

HOURS - Total Workhours. Total labor hours expended for the reporting period to include subcontractor hours. Overtime hours worked may be included if other categories are not feasible to utilize with contractor’s reporting system.

LABOR$ - Labor Dollars. Total fully burdened labor dollars expended for the reporting period. May include overtime labor and subcontractor labor dollars, if other categories are not feasible to utilize with the contractor’s reporting system.

HOURS_OT - Overtime Hours. Total overtime labor hours expended for the reporting period, if the contractor’s reporting system provides this total separately from standard time workhours.

LABOR$_OT - Overtime Labor Dollars. Total fully burdened overtime labor dollars expended for the reporting period, if the contractor’s reporting system provides this total separately from standard labor dollars.

MATERIAL - Material Dollars. Total fully burdened material expenditures including outstanding commitments for the reporting period. This may include subcontractor material expenditures, if other categories are not feasible to utilize with the contractor’s reporting system.

TRAVEL - Travel Dollars. Total fully burdened travel expenditures including outstanding commitments for the reporting period. This may include subcontractor travel expenditures, if other categories are not feasible to utilize with the contractor’s reporting system.

OTHER - Other Dollars. All other miscellaneous expenses not applicable to the above categories broken down by CLIN (labor, travel, and material), if the contractor’s reporting system provides a category of cost other than those provided above.

CUM - Cumulative Hours or Cost. Indicates the cumulative total of the category.

1.3 The following reflects how each expenditure category is rolled together by SCRMIS to show CLIN Level expenses:

a. HOURS + HOURS_OT = HOURSb. LABOR$ + LABOR$_OT = LABORc. MATERIAL = MATERIALd. TRAVEL = TRAVELe. OTHER = OTHERf. CUM_HOURS + CUM_HOURS_OT = CUM_HOURSg. CUM_LABOR$ + CUM_LABOR$_OT = CUM_LABORh. CUM_MATERIAL = CUM_MATERIALi. CUM_TRAVEL = CUM_TRAVEL

Page 25: Desktop:

N00421-08-R-0093

Page 25 of 100

CUM_OTHER = CUM_OTHER

APPENDIX (3)Contract NumberPeriod of PerformanceCLIN Summary Report forCLINsFor Period Ending

Contract Current Period Cumulative Ceiling Expended Expended Balance

Prime HoursSubcon Hours

Total Hours

Prime Labor $ $ $ $Subcon Labor

Total Labor $ $ $ $

Travel $ $ $ $Mat/ODC

Sub-Total $ $ $ $

Fee $

Grand Total $ $ $ $

Incremental Funding Received Vouchered through #through Modification # (period ending)

Labor $ Labor $Travel $ Travel $Material $ Material $ Total $ Total $

Project Summary StatusContract #

Project No: Run Date:Project Title: Status Date Thru:Project Leader: Project Start Date:Project Status: Project Completion Date:

Expense Typs: Budget Current Cumulative BalanceExpended Expended

DL Hours $ $ $ $

Page 26: Desktop:

N00421-08-R-0093

Page 26 of 100

Labor $ $ $ $

Travel $ $ $ $

Material/ODC $ $ $ $

Total $ $ $ $

Project Labor Summary2

Project No. Employee Employee Emp Curr Per Curr PerCategory Number Name LOC ST Hrs OT Hrs

Cumulative CumulativeST Hrs OT Hrs

*** Totals ***

Project Travel Summary3

Project Date Employee EmployeeNumber Incurred Name LOC Destination

Depart Return Travel BurdenedDate Date Amount Amount

*** Totals ***

Project Material/ODC Summary4

Project Period PO/PR ItemNumber Ending Number Vendor Description PR Amount

2 Labor Summary shall be cumulative 3 Travel Summary shall be cumulative4 Material/ODC Summary shall be cumulative

Page 27: Desktop:

N00421-08-R-0093

Page 27 of 100

Burdened Amount

*** Totals ***

PERSONNEL QUALIFICATIONS

1. The contractor shall be responsible for employing personnel having the following levels of education, professional, and technical experience. These qualifications are only a baseline; contractors should strive for technical excellence in personnel by demonstrating experience and qualifications beyond these qualifications.

2. The specialized experience included as part of the required qualifications shall have been obtained in the field of endeavor indicated by the applicable labor categories listed below. The experience indicated in the following labor categories must have been performed during the past five years. In cases requiring experience of more than five years, at least five years of the total experience must be within the past five year period. Key personnel are those who will be performing in Key Labor Categories listed below. (the number of resumes required per key labor category are shown in brackets).

3. Personnel must have, or be able to obtain the appropriate security clearance as stated on the DD Form 254. One person bid for the labor categories annotated with an (*) below shall be capable of obtaining a Top Secret clearance at the time of award. In addition to these categories, Secret and Top Secret clearances may be required for other labor categories, depending on actual tasking throughout the duration of the contract. Proof of U.S. citizenship is required to be permitted access to government installations, aircraft, and ships.

Note: All required experience for all labor categories may have been obtained concurrently. All degrees shall be obtained from an accredited college or university.

KEY LABOR CATEGORIES NON-KEY LABOR CATEGORIES* Program Manager [1] Network Engineer Junior Network Analyst* Project Manager [1] Computer Scientist Information Assurance Analyst* Senior Network Engineer [1] Junior Computer Scientist Training Analyst* Senior Computer Scientist [1] Senior Engineer Technical Writer* Senior Systems Analyst [1] Engineer Draftsman/Illustrator II* Senior Database Administrator [1] Junior Engineer Draftsman/Illustrator III* Computer Programmer III [1] Systems Engineer Senior Logistics Technician* Senior Network Analyst [1] Systems Analyst Logistics Technician* Network Analyst [1] Database Administrator Help Desk Operator* Senior Information Assurance Junior Database Administrator Administrative Assistant

Analyst [1] Computer Programmer I Word Processor IComputer Programmer II Word Processor IIProject Analyst

DEFINITIONS

Page 28: Desktop:

N00421-08-R-0093

Page 28 of 100

As used in the minimum personnel qualification descriptions for this contract, the terms indicated shall be defined or their meaning qualified as follows:

academic year - a full or complete year of study at a junior college, college, university, or other academic institution toward which at least 30 semester hours or 45 quarter hours of undergraduate study, or 18 semester hours or 27 quarter hours of postgraduate study, were completed.

accredited institution - a post-secondary educational institution (junior college, college, university, technical trade, or professional school) which was approved by an accrediting agency listed as nationally recognized by the U.S. Department of Education.

accredited program - an educational program or course of study offered by a post-secondary educational institution which was approved by an accrediting agency listed as nationally recognized by the U.S. Department of Education.

certification - a valued credential awarded by a recognized professional organization or community of interest that proves competency upon satisfactory demonstration of particular knowledge and skills.

degree - an academic title conferred by an educational institution upon completion of a unified course of study; if not otherwise qualified, the term shall mean a degree at the bachelor’s, master’s, or doctoral levels only.

engineering or engineering discipline - when used in relation to educational or work experience requirements, “engineering” shall mean any of the following specific subjects, disciplines, or areas of work experience only: aerospace, computer, electrical, electronics, mechanical, nuclear, and engineering technology.

experience and years of experience –

a) When used in relation to requirements for past participation in professional work or employment activities, “experience” shall mean full-time (on the basis of a standard forty hour work week) participation, at least one-half of which time was spent performing qualifying functions as practitioner or employee.

b) When used in relation to requirements for a particular term or period of participation, “years of experience” shall mean full, productive years of participation. Productive years are work years of fifty-two weeks reduced by reasonable amounts of time for holiday, annual, and sick leave. If participation was part-time, or if less than one-half of the standard work week was spent performing qualifying functions, the actual time spent performing qualifying functions may be cumulated to arrive at full years (or years and months) of experience. For example, only the actual number of full days (or full-day equivalents) of duty or drills completed during a year of military reserve participation, or in other qualifying part-time employment or practice may be cumulated toward years of experience. Qualifying part-time experience performed in addition to other full-time qualifying employment during the same period of time may be cumulated on a full-time equivalent basis and added to the full-time experience to satisfy a total experience requirement.

postgraduate degree - a master’s, Ph.D., or other professional degree for which completion of an undergraduate curriculum for receipt of a bachelor’s degree was a prerequisite.

related field - Field of study with a similar curriculum of study but referenced by a different name.

a. Program Manager (Key) This labor category shall serve as the overall lead or director on the contract as the liaison between the contractor and the Government. Minimum qualifications are:

(1) Bachelor’s degree from an accredited school in the areas of Engineering, Engineering Management, Computer Science, Information Management, Business Administration, or a related field.

Page 29: Desktop:

N00421-08-R-0093

Page 29 of 100

(2) 10 years of experience in management and supervision of multiple projects relating to communications electronics advanced technology (CEAT), engineering and CEAT equipment, systems, and subsystems supporting voice, video, data and imagery information.

(3) Project Management Institute (PMI) Project Management Professional (PMP) certification.

b. Project Manager (Key) This labor category shall serve as the principal project coordinator on the contract and shall be responsible for managing various elements of the total contract effort. Qualified personnel shall have a broad theoretical and practical background in the area of CEAT, engineering and CEAT equipment, systems, and subsystems supporting voice, video, data and imagery information. Minimum qualifications are:

(1) Bachelor’s degree from an accredited school in the area of Engineering, Engineering Management, Computer Science, Information Management, Business Administration, or a related field.

(2) Six years of experience in management and supervision of a project relating to CEAT, engineering and CEAT equipment, systems, and subsystems supporting voice, video, data, and imagery information.

(3) Project Management Institute (PMI) Project Management Professional (PMP) certification.

c. Project Analyst (Non-Key) This labor category shall assist team leaders in coordinating project activities with Government engineers. Qualified personnel shall have a broad practical background in the area of CEAT systems development, acquisition and procurement, project planning, and financial analysis. Minimum qualifications are:

(1) Bachelor’s degree from and accredited school in the area of Engineering, Engineering Management, Business Administration, or a related field.

(2) Two years of experience in analysis and support of CEAT or related projects performing project management activities.

OR(1) High school diploma.(2) Six years experience in systems support involving design, implementation, integration, systems

testing, and interoperability studies related to digital and analog CEAT systems and subsystems.

c. Senior Network Engineer (Key) This labor category shall serve as a team leader for the support of tasking that involves engineering development, integration and interface design analysis, installation, integration, fielding and field analysis, operation, maintenance, and testing of CEAT hardware and software. Qualified personnel shall have the foregoing experience relating to local, regional, and wide area networks, and CEAT systems and subsystems supporting voice, video, data, and imagery information. Minimum qualifications are:

(1) Bachelor’s degree from an accredited school in the area of Engineering, Computer Engineering, or a related Engineering field.

(2) Ten years of practical analysis experience in network design, administration, operations, procedures, and troubleshooting

(3) Microsoft Certified Systems Engineer (MCSE) 2003 OR Cisco Certified Network Associate (CCNA).

d. Network Engineer (Non-Key) This labor category shall support tasking that involves engineering development, integration and interface design analysis, installation, integration, fielding and field analysis, operation, maintenance, and testing of CEAT hardware and software. Qualified personnel shall have the

Page 30: Desktop:

N00421-08-R-0093

Page 30 of 100

foregoing experience relating to local, regional, and wide area networks, and CEAT systems and subsystems supporting voice, video, data, and imagery information. Minimum qualifications are:

(1) Bachelor’s degree from an accredited school in the area of Engineering, Computer Engineering or related Engineering field.

(2) Four years of practical analysis experience in network design, administration, operations, procedures, and troubleshooting.

(3) Microsoft Certified Systems Engineer (MCSE) 2003 OR Cisco Certified Network Associate (CCNA).

e. Senior Computer Scientist (Key) This labor category shall serve as the lead computer scientist responsible for the management of multiple CEAT projects. Qualified personnel shall have in depth knowledge of computer science concepts and techniques to develop and apply automated solutions to engineering, scientific or business data acquisition and management problems. Leads scientific and engineering studies to independently identify conceptual or theoretical solutions to problems in CEAT software system design and operation. Develops alternative approaches to software architectures, design methodologies, and test and evaluation techniques for solving automation problems. Evaluates and recommends approaches to provide the optimum solution balancing specific project needs with economic constraints. Formulates functional specification, interfaces and documentation of CEAT systems, considering system interrelationships, operating modes and equipment configurations. Responsible for developing project plans, justifications, guidelines, and controls. Minimum qualifications are:

(1) Bachelor of Science Degree from an accredited college in Computer Science, Mathematics, Statistics, or Engineering.

(2) Eight years total experience performing the foregoing functions.

(3) Expert knowledge of CASE (Computer-Aided Software Engineering) tools.

(4) Working knowledge of configuration management best practices and automated tools.

f. Computer Scientist (Non-Key) Applies knowledge of computer science concepts and techniques to develop and apply automated solutions to engineering, scientific, or business data acquisition and management problems. Uses scientific and engineering logic to independently identify conceptual or theoretical solutions to problems in CEAT system design and operation. Develops alternative approaches to software architecture, design methodologies, and test and evaluation techniques for solving automation problems. Evaluates and recommends that which will provide the optimum solution balancing specific project needs with economic constraints. Formulates architectural design, functional specification, interfaces and documentation of CEAT systems considering system interrelationships, operating modes, and equipment configurations. Minimum qualifications are:

(1) Bachelor of Science Degree from an accredited college in Computer Science, Mathematics, Statistics, or Engineering.

(2) Four years of experience performing the foregoing functions.

g. Junior Computer Scientist (Non-Key) Applies knowledge of computer science concepts and techniques to develop and apply automated solutions to engineering, scientific, or business data acquisition and management problems. Uses scientific and engineering logic to identify conceptual or theoretical solutions to problems in CEAT system design and operation. Analyzes alternative approaches to software architecture design and test and evaluation techniques for solving automation problems. Evaluates and recommends that which will provide the optimum solution balancing specific project needs with economic constraints. Assists architectural design, functional specification, interfaces and documentation of CEAT systems considering system interrelationships, operating modes, and equipment configurations. Minimum qualifications are:

(1) Bachelor of Science Degree from an accredited college in Computer Science, Mathematics, Statistics, or Engineering.

Page 31: Desktop:

N00421-08-R-0093

Page 31 of 100

h. Senior Engineer (Non-Key) This labor category shall serve as a project manager or team leader for the support of tasking involving CEAT system concept formulation, system and subsystem design analysis, interface design analysis, and installation /integration/testing of CEAT systems. Minimum qualifications are:

(1) Bachelor of Science degree in Electrical Engineering or Computer Engineering or related engineering discipline.

(2) Ten years of practical engineering experience in CEAT systems engineering/analysis or communication systems.

i. Engineer (Non-Key). This labor category shall provide engineering direction and guidance for CEAT system design, installation, integration and testing. Minimum qualifications are:

(1) Bachelor of Science degree in Electrical Engineering or Computer Engineering or related engineering discipline.

(2) Five years of general engineering experience in CEAT systems engineering/analyses or communication systems.

j. Junior Engineer (Non-Key) This labor category shall participate in system installation, integration and testing teams. Minimum qualifications are:

(1) Bachelor of Science degree in Electrical Engineering or Computer Engineering or related engineering discipline

k. Systems Engineer (Non-Key) This labor category shall serve as a team leader for support involving systems engineering direction and guidance for design, implementation, integration, systems testing, and interoperability studies. Qualified personnel shall have the foregoing experience relating to the hardware, software, and network requirements of digital and analog CEAT systems and subsystems supporting voice, video, data, and imagery information. Minimum qualifications are:

(1) Bachelor’s degree in Engineering from an accredited school.(2) Four years experience in systems support involving design, implementation, integration, systems

testing, and interoperability studies related to CEAT systems and subsystems.

l. Senior Systems Analyst (Key) This labor category shall serve as a team leader for CEAT systems support involving design, implementation, integration, systems testing, and interoperability studies. Qualified personnel shall have the foregoing experience relating to the hardware, software and network requirements of CEAT digital and analog systems and subsystems supporting voice, video, data, and imagery information. Minimum qualifications are:

(1) Bachelor’s degree in the area of Computer Science, Information Management, or a related field.(2) Eight years experience in systems support involving design, implementation, integration,

systems testing, and interoperability studies related to digital and analog CEAT systems and subsystems. (3) Project Management Institute (PMI) Project Management Professional (PMP) certification.

OR(1) AA Degree.(2) Fifteen years experience in systems support involving design, implementation, integration,

systems testing, and interoperability studies related to digital and analog networks/communication/telecommunications systems and subsystems.

(3) Project Management Institute (PMI) Project Management Professional (PMP) certification.

m. Systems Analyst (Non-Key) This labor category shall provide systems support involving design, implementation, integration, systems testing, and interoperability studies. Qualified personnel shall have the foregoing experience relating to the hardware, software and network requirements of digital and analog

Page 32: Desktop:

N00421-08-R-0093

Page 32 of 100

networks/ CEAT systems and subsystems supporting voice, video, data, and imagery information. Minimum qualifications are:

(1) Bachelor’s degree from an accredited school in the area of Computer Science, Information Management, or a related field.

(2) Four years experience in systems support involving design, implementation, integration, systems testing, and interoperability studies related to digital and analog CEAT systems and subsystems.

OR(1) High school diploma.(2) Eight years experience in systems support involving design, implementation, integration,

systems testing, and interoperability studies related to digital and analog CEAT systems and subsystems.

n. Senior Database Administrator (Key) This labor category shall serve as a project manager or team leader for the support of tasking involving database design, associated system and subsystem database design analysis, interface design analysis, and database administration. Minimum qualifications are:

(1) Bachelor degree from and accredited school in the area of Computer Science, Information Systems Management or a related field.

(2) Eight years of practical experience in ORACLE/SQL Server database design, analysis, implementation, and administration.

OR(1) AA Degree.(2) Twelve years of practical experience in database design, analysis, implementation, and

administration. Eight of these twelve years must be with ORACLE and/or Microsoft SQL Server.(3) Microsoft Certified Database Administrator (MCDBA) OR Oracle Certified Database

Administrator OR comparable advanced certification in database administration. o. Database Administrator (Non-Key). This labor category shall serve as a team member for the

support of tasking involving database design, system and subsystem database design analysis and database administration. Minimum qualifications are:

(1) Bachelor degree from an accredited school in the area of Computer Science, Information Systems Management or a related field.

(2) Four years of practical experience in ORACLE/SQL Server database design, analysis, implementation, and administration.

OR(1) High school diploma.(2) Eight years of practical experience in database design, analysis, implementation, and

administration. Four of these eight years must be with ORACLE/SQL Server.

p. Junior Database Administrator (Non-Key) This labor category shall perform database administration functions. Minimum qualifications are:

(1) Bachelor degree from an accredited school in the area of Computer Science, Information Systems Management or related field.

(2) One year of ORACLE/SQL Server database administration experience.OR

(1) High school diploma.(2) Five years of practical experience in ORACLE/SQL Server database administration.

q. Computer Programmer I (Non-Key) This labor category shall apply knowledge of computer science concepts and techniques to write, modify, and adapt elementary/simple computer programs in machine level, assembly, and third or fourth generation programming languages. Performs routine assignments under close supervision. Work is closely monitored in progress and reviewed upon completion. Minimum qualifications are:

Page 33: Desktop:

N00421-08-R-0093

Page 33 of 100

(1) Bachelor’s degree from an accredited school in Computer Science or a computer related discipline.

OR(1) Associates degree in Computer Science or a computer-related discipline.

(2) Three years of experience in programming.

r. Computer Programmer II (Non-Key) This labor category shall apply knowledge of computer science concepts and techniques to write, modify, and adapt elementary/simple computer programs in machine level, assembly, and third or fourth generation programming languages. Performs routine assignments under close supervision. Works according to clear cut and complete specifications. Minimum qualifications are:

(1) Bachelor’s degree from an accredited school in Computer Science or a computer-related discipline.

(2) Three years of experience in programming.OR

(1) Associates degree in Computer Science or a computer-related discipline.

(2) Six years of experience in programming.

s. Computer Programmer III (Key) This labor category is intended to serve as project manager or team leader for contract software/hardware requirements. This labor category shall apply knowledge of computer science concepts and techniques to write, modify, and adapt elementary/simple computer programs in machine level, assembly, and third or fourth generation programming languages. Performs routine assignments under close supervision. May guide or instruct lower level programmers and review their work upon completion for accuracy and compliance with standards. Minimum qualifications are:

(1) Bachelor’s degree from an accredited school in Computer Science or a computer-related discipline.

(2) Five years of experience in programming.

OR(1) Associates degree in Computer Science or a computer-related discipline.(2) Eight years of experience in programming.

t. Senior Network Analyst (Key) This labor category shall serve as a team leader for the support of tasking that involves development, integration and interface design analysis, field service analysis, evaluation, integration, fielding, maintenance, testing, and operation of CEAT networks, systems and subsystems. Minimum qualifications are:

(1) Bachelor’s degree from an accredited school in the area of Computer Science, Information Management, or related field.

(2) Five years of practical CEAT network experience in network administration, operations, procedures, and troubleshooting, as well as a working knowledge of personal computers and COTS products

(3) Microsoft Certified Systems Engineer (MCSE) 2003 OR Cisco Certified Network Associate (CCNA).

OR(1) AA Degree.(2) Ten years of practical CEAT network experience in network administration, operations,

procedures, and troubleshooting, as well as a working knowledge of personal computers and COTS products(3) Microsoft Certified Systems Engineer (MCSE) 2003 OR Cisco Certified Network Associate

(CCNA).

Page 34: Desktop:

N00421-08-R-0093

Page 34 of 100

u. Network Analyst (Key) This labor category shall provide network support involving evaluation, integration, fielding, maintenance, testing, and operation of CEAT networks, systems and subsystems. Minimum qualifications are:

(1) Bachelor’s degree from an accredited school in the area of Computer Science, Information Management, or related field.

(2) Three years of practical CEAT network experience in network administration, operations, procedures, and troubleshooting, as well as a working knowledge of personal computers and COTS products

(3) Microsoft Certified Systems Engineer (MCSE) 2003 OR Cisco Certified Network Associate (CCNA).

OR(1) High school diploma.

(2) Six years of practical CEAT network experience in network administration, operations, procedures, and troubleshooting, as well as a working knowledge of personal computers and COTS products

(3) Microsoft Certified Systems Engineer (MCSE) 2003 OR Cisco Certified Network Associate (CCNA).

v. Junior Network Analyst (Non-Key). This labor category shall participate as a team member in the integration, fielding, maintenance, testing and operation of CEAT networks, systems and subsystems. Minimum qualifications are:

(1) Bachelor’s degree from an accredited school in the area of Computer Science, Information Management, or related field

OR(1) High school diploma.(2) Four years of practical CEAT network experience in network administration,

operations, procedures, and troubleshooting, as well as a working knowledge of personal computers and COTS products.

w. Senior Information Assurance Analyst (Key) This labor category shall serve as a team leader for the support of tasking that involves the analysis of the information assurance posture of CEAT networks and systems in support of system certification and accreditation. This support would include analysis of CEAT networks/systems; development of secure networks/systems; and integration, testing, and maintenance of the networks/systems. Lead the development of system IA documentation to support certification of compliance to applicable standards including DIACAP and DCID 6/9. Minimum qualifications are:

(1) Bachelor’s degree from an accredited school in the area of Computer Science, Information Management, or related field. (2) Five years of practical CEAT computer security experience in secure network and system design, analysis, procedure/test generation, test execution and implementation of computer/network security mechanisms.

OR(1) AA Degree.(2) Seven years of practical CEAT computer security experience in secure network and system

design, analysis, procedure/test generation, test execution and implementation of computer/network security mechanisms.

x. Information Assurance Analyst (Non-Key) This labor category shall provide technical support involving evaluation, integration, fielding, maintenance, testing, and operation of CEAT networks, systems and subsystems. Assist the development of system IA documentation to support certification of compliance to applicable standards including DIACAP and DCID 6/9.Minimum qualifications are:

(1) Bachelor’s degree from an accredited school in the area of Computer Science, Information Management, or related field.

Page 35: Desktop:

N00421-08-R-0093

Page 35 of 100

(2) Four years of practical CEAT computer security experience in secure network and system design, analysis, procedure/test generation, test execution and implementation of computer/network security mechanisms

OR(1) High school diploma.(2) Eight years of practical CEAT computer security experience in secure network and system

design, analysis, procedure/test generation, test execution and implementation of computer/network security mechanisms.

y. Training Analyst (Non-Key) This labor category shall provide training on CEAT systems and applications. Qualified personnel shall have extensive knowledge of training methodologies and COTS CEAT applications. Minimum qualifications are:

(1) Bachelor’s degrees from an accredited school in the area of Education, Computer Science, Information Management, or a related field.

(2) Two years of experience in course curriculum development as well as a working/training knowledge of CEAT COTS products.

OR(1) High school diploma.(2) Six years of experience in course curriculum development as well as a working/training

knowledge of CEAT COTS products.

z. Technical Writer (Non-Key) This labor category shall prepare, revise, or edit technical manuals and documentation. Minimum qualifications are:

(1) Bachelor’s degrees from an accredited school in the area of English or related fieldOR

(1) High school diploma.(2) Four years of general experience in technical writing in CEAT systems or engineering fields.

aa. Draftsman/Illustrator II (Non-Key) This labor category shall assist in providing drafting/illustration support. Minimum qualifications are:

(1) Associate’s degree from an accredited school in drafting or illustration.OR

(1) High school diploma.(2) Two years of experience in drafting/illustrating.

ab. Draftsman/Illustrator III (Non-Key) This labor category shall provide drafting and illustrating support. Minimum qualifications are:

(1) Associate’s degree from an accredited school in drafting or illustration.(2) Two years of experience in drafting or illustrating in CEAT systems or engineering fields.

OR(1) High school diploma.(2) Four years of experience in drafting or illustrating in information technology/ automated

information systems or engineering fields.

ac. Senior Logistics Technician (Non-Key) This labor category shall provide supervisory support for the procurement, tracking, receipt, and storage of equipment, materials, and supplies related to CEAT equipment, systems, and subsystems. Minimum qualifications are:

(1) High school diploma.(2) Five years of general experience in material procurement, receiving, storage, and tracking

Page 36: Desktop:

N00421-08-R-0093

Page 36 of 100

ad. Logistics Technician (Non-Key) This labor category shall provide support for the procurement, tracking, receipt, and storage of equipment, materials, and supplies related to CEAT equipment, systems, and subsystems. Minimum qualifications are:

(1) High school diploma.(2) One year of general experience in material procurement, receiving, storage, and tracking.

ae. Help Desk Operator (Non-Key). This labor category shall provide on call and on site help desk support for CEAT systems operations and deployments. Minimum qualifications:

(1) High School diploma.(2) Two years of experience in computer system operations, procedures, and troubleshooting, as well as, a working technical knowledge of computers and COTS products.

af. Administrative Assistant (Non-Key) This labor category shall conduct administrative and record keeping aspects of the operation of CEAT systems and engineering projects/programs. Minimum qualifications:

(1) Associate’s degree in business or related field.(2) Four years of office experience including office management, financial analysis, data collection,

and reports processing.OR

(1) High school diploma.(2) Six years of office experience including office management, financial analysis, data collection,

and reports processing.

ag. Word Processor I (Non-Key). This labor category shall assist in preparing and preserving technical or administrative documentation. Minimum qualifications are:

(1) High school diploma plus a typing proficiency of 40 words per minute.(2) One year of experience in typing technical reports and documentation following military

standards and procedures using personal computers.

ah. Word Processor II (Non-Key) This labor category shall prepare, maintain and preserve technical or administrative documentation, data, correspondence and records. Minimum qualifications are:

(1) High school diploma plus a typing proficiency of 40 words per minute.

(2) Three years of experience in typing manuals, texts, and formal reports for reproduction, typing technical reports and documentation following military standards and procedures using personal computers.

The following provides a matrix of RFP labor categories covered under the Service Contract Act (SCA) and the corresponding DOL Wage Determination labor categories:

RFP Labor Category SCA Labor Cetegory SCA Code

Technical Writer Technical Writer II 30462Draftsman Illustrator III Drafter/CAD operator III 30063Draftsman/Illustrator II Drafter/CAD Operator II 30062Sr. Logistics Technician Supply Technician 01410Logistics Technician Supply Technician 01410Administrative Assistant Administrative Assistant 01311Word Processor II Word Porcessor II 01612Word Processor I Word Processor I 01611

Page 37: Desktop:

N00421-08-R-0093

Page 37 of 100

Help Desk Operator Computer Operator II 14042

CLAUSES INCORPORATED BY FULL TEXT

5252.211-9509 INCORPORATION OF THE CONTRACTOR'S TECHNICAL PROPOSAL (NAVAIR)(OCT 2005)

The Contractor's Technical Proposal Number [ ], dated [ ], and any amendments/addendums thereof, is incorporated herein by reference, unless otherwise specified, with the same force and effect as if set forth in full text. Nothing in the Contractor's proposal shall constitute a waiver of any of the provisions of the contract, including the Statement(s) of Work and Specification. For purposes of FAR Clause 52.215-8, “Order of Precedence”, the Contractor's technical proposal shall be considered a "Specification."

Page 38: Desktop:

N00421-08-R-0093

Page 38 of 100

Section D - Packaging and Marking

CLAUSES INCORPORATED BY FULL TEXT

5252.247-9507 PACKAGING AND MARKING OF REPORTS (NAVAIR) (OCT 2005)(a) All unclassified data shall be prepared for shipment in accordance with best commercial practice.

Classified reports, data and documentation, if any, shall be prepared for shipment in accordance with the National Industry Security Program Operating Manual, DoD 5220.22-M.

(b) The contractor shall prominently display on the cover of each report the following information:(1) Name and business address of contractor.(2) Contract Number/Delivery/Task order number.(3) Contract/Delivery/Task order dollar amount.(4) Whether the contract was competitively or non-competitively awarded.(5) Name of sponsoring individual. (6) Name and address of requiring activity.

CLAUSES INCORPORATED BY FULL TEXT

5252.247-9508 PROHIBITED PACKING MATERIALS (NAVAIR) (JUN 1998)The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper

and similar hydroscopic or non-neutral material) is prohibited. In addition, loose fill polystyrene is prohibited for shipboard use.

5252.247-9514 TECHNICAL DATA PACKING INSTRUCTIONS (NAVAIR) (SEP 1999)Technical Data and Information shall be packed and packaged for domestic shipment in accordance with best

commercial practices. The package or envelope should be clearly marked with any special markings specified in this contract (or delivery/task order), e.g., Contract Number, CLIN, Device No., and document title must be on the outside of the package. Classified reports, data and documentation, if applicable, shall be prepared for shipment in accordance with Defense Industrial Manual for Safeguarding Classified Information, DoD 5220.22M.

Page 39: Desktop:

N00421-08-R-0093

Page 39 of 100

Section E - Inspection and Acceptance

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0101 Destination Government Destination Government 0102 Destination Government Destination Government 0103 Destination Government Destination Government 0104 Destination Government Destination Government

CLAUSES INCORPORATED BY REFERENCE

52.246-3 Inspection Of Supplies Cost-Reimbursement MAY 2001 52.246-5 Inspection Of Services Cost-Reimbursement APR 1984 52.246-16 Responsibility For Supplies APR 1984

CLAUSES INCORPORATED BY FULL TEXT

252.246-7000 MATERIAL INSPECTION AND RECEIVING REPORT (MAR 2008)(a) At the time of each delivery of supplies or services under this contract, the Contractor shall prepare and

furnish to the Government a material inspection and receiving report in the manner and to the extent required by Appendix F, Material Inspection and Receiving Report, of the Defense FAR Supplement.

(b) Contractor submission of the material inspection and receiving information required by Appendix F of the Defense FAR Supplement by using the Wide Area WorkFlow (WAWF) electronic form (see paragraph (b) of the clause at 252.232-7003) fulfills the requirement for a material inspection and receiving report (DD Form 250). Two copies of the receiving report (paper copies of either the DD Form 250 or the WAWF report) shall be distributed with the shipment, in accordance with Appendix F, Part 4, F-401, Table 1, of the Defense FAR Supplement.Appendix F--Material Inspection and Receiving Report

5252.246-9512 INSPECTION AND ACCEPTANCE (NAVAIR) (OCT 2005)(a) Inspection and acceptance of the supplies or services to be furnished hereunder shall be performed by [ insert

the accepting authority].(b) Acceptance of all Contract Line Items/Subcontract Line Items (CLINs/SLINs) shall be made by signature

of the accepting authority on a DD 250 submitted through the WAWF system. Acceptance will only occur when the accepting authority is sure that inspections performed demonstrate compliance with contract requirements.

Page 40: Desktop:

N00421-08-R-0093

Page 40 of 100

5252.246-9514 INSPECTION AND ACCEPTANCE OF TECHNICAL DATA AND INFORMATION (NAVAIR) (FEB 1995)

Inspection and acceptance of technical data and information will be performed by the Procuring Contracting Officer (PCO) or his duly authorized representative. Inspection of technical data and information will be performed by ensuring successful completion of the requirements set forth in the DD Form 1423, Contract Data Requirements List (CDRL) and incorporation/resolution of Government review comments on the data items. Acceptance will be evidenced by execution of an unconditional DD Form 250, Material Inspection and Receiving Report, as appropriate, and/or upon receipt of a second endorsement acceptance by the PCO on the attachment to this contract entitled [insert title of attachment, e.g., NAWCTSD 4330/60 Data Item Transmittal/Acceptance/ Rejection Form]. The attached form will not be used for high cost data such as drawings, specifications, and technical manuals.

Page 41: Desktop:

N00421-08-R-0093

Page 41 of 100

Section F - Deliveries or Performance

DELIVERY INFORMATION

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 POP 25-SEP-2008 TO

24-SEP-2009 N/A NAVAL AIR WARFARE CENTER AD

(PAX)RECEIVING OFFICERVILLA ROAD UNIT 11 BLDG 8115ST INIGOES MD 20684-0010301-872-9503FOB: Destination

N3555A

0002 POP 25-SEP-2008 TO

24-SEP-2009 N/A (SAME AS PREVIOUS LOCATION)

FOB: Destination N3555A

0003 POP 25-SEP-2008 TO

24-SEP-2009 N/A (SAME AS PREVIOUS LOCATION)

FOB: Destination N3555A

0004 POP 25-SEP-2008 TO

24-SEP-2009 N/A (SAME AS PREVIOUS LOCATION)

FOB: Destination N3555A

0101 POP 25-SEP-2009 TO

24-SEP-2010 N/A (SAME AS PREVIOUS LOCATION)

FOB: Destination N3555A

0102 POP 25-SEP-2009 TO

24-SEP-2010 N/A (SAME AS PREVIOUS LOCATION)

FOB: Destination N3555A

0103 POP 25-SEP-2009 TO

24-SEP-2010 N/A (SAME AS PREVIOUS LOCATION)

FOB: Destination N3555A

0104 POP 25-SEP-2009 TO

24-SEP-2010 N/A (SAME AS PREVIOUS LOCATION)

FOB: Destination N3555A

CLAUSES INCORPORATED BY REFERENCE

52.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 1984 52.247-34 F.O.B. Destination NOV 1991 252.247-7023 Transportation of Supplies by Sea MAY 2002 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000

CLAUSES INCORPORATED BY FULL TEXT

5252.211-9507 PERIOD OF PERFORMANCE (NAVAIR) (MAR 1999)

Page 42: Desktop:

N00421-08-R-0093

Page 42 of 100

(a) The contract shall commence on 22 October 2008 and shall continue for a period of 12 months. However, the period of performance may be extended in accordance with the option provisions contained herein.

Base 22 Oct 2008 through 21 Oct 2009Opt I 22 Oct 2009 through 21 Oct 2010

(b) If FAR Clause 52.216-18, “Ordering”, is incorporated into this contract, then the period in which the Government can issue orders under the contract will be extended at the exercise of an option, and extended to the end of that option period.

5252.247-9505 TECHNICAL DATA AND INFORMATION (NAVAIR) (FEB 1995)Technical Data and Information shall be delivered in accordance with the requirements of the Contract Data

Requirements List, DD Form 1423, Exhibit A, attached hereto, and the following:(a) The contractor shall concurrently deliver technical data and information per DD Form 1423, Blocks 12 and

13 (date of first/subsequent submission) to all activities listed in Block 14 of the DD Form 1423 (distribution and addresses) for each item. Complete addresses for the abbreviations in Block 14 are shown in paragraph (g) below. Additionally, the technical data shall be delivered to the following cognizant codes, who are listed in Block 6 of the DD Form 1423.

(1) PCO, Code 2.5.1.2.(2) ACO, Code [insert code].[insert additional code addresses, as necessary]

(b) Partial delivery of data is not acceptable unless specifically authorized on the DD Form 1423, or unless approved in writing by the PCO.

(c) The Government review period provided on the DD Form 1423 for each item commences upon receipt of all required data by the technical activity designated in Block 6.

(d) A copy of all other correspondence addressed to the Contracting Officer relating to data item requirements (i.e., status of delivery) shall also be provided to the codes reflected above and the technical activity responsible for the data item per Block 6, if not one of the activities listed above.

(e) The PCO reserves the right to issue unilateral modifications to change the destination codes and addresses for all technical data and information at no additional cost to the Government.

(f) Unless otherwise specified in writing, rejected data items shall be resubmitted within thirty (30) days after receipt of notice of rejection.

(g) DD Form 1423, Block 14 Mailing Addresses:

Naval Air Warfare Center Aircraft DivisionVilla Road

Bldg. 8185, Code 4.5.11.1St. Inigoes, MD 20684-0010

Page 43: Desktop:

N00421-08-R-0093

Page 43 of 100

Section G - Contract Administration Data

CLAUSES INCORPORATED BY FULL TEXT

5252.201-9501 DESIGNATION OF CONTRACTING OFFICER’S REPRESENTATIVE (COR)(NAVAIR) (OCT 1994)

(a) The Contracting Officer has designated to be determined at time of contract award as the authorized Contracting Officer’s Representative (COR) for this contract. The Alternate Contracting Office’s Representative (ACOR) for this contract is to be determined at time of contract award.

(b) The duties of the COR are limited to the following:

1. ensure contractor personnel requiring access to the Patuxent River Naval Air Station and the Webster Field Annex, St. Inigoes, Maryland adhere to the check-in and out procedures outlined in NASPAXRIVINST 5510.15K. The check-in form is available at http://www.nawcad.navy.mil/pax/base-access. You will notify the Customer Service Team (CST) in the event of contractor personnel space movements, telephone changes, or other changes requiring Locator System updates. The Naval Air Warfare Center Aircraft Division (NAVAIRWARCENACDIV) Locator Update Form is available for this purpose at http://paxlib.nawcad.navy.mil/cstweb/locatorindex.html. Contact the CST regarding specific contractor personnel check-out procedures;

2. work cooperatively with members of the acquisition team;

3. if a classified contract, identify contract requirements and changes as they occur to the COSR;

4. review, comment, and report on the contractor's progress and ensure the contractor complies with reporting requirements;

5. read and understand reference (d) and your role and responsibilities in the CPARS process to include maintaining documentation that supports the CPARS assessments;

6. if a labor hour contract (level of effort) or order, review contractor invoices to ensure that proper labor categories are charged, travel and other items appear consistent with performance, and charges are reasonable for the work performed;

7. provide an independent government estimate of desired or ordered work;

8. keep track of funds expended and remaining funds available so as not to overspend on the contract or order;

9. except for requirements originated by you, accept services and/or deliverables when completed, unless otherwise specified in the contract or order, and certify when all deliverables have been accepted by the government;

10. pay particular attention to the timely review of invoices;

11. obtain refresher training as required by reference (a) or as required by the PCO;

12. promptly notify and provide recommended corrective action to the contracting officer and your superior of any of the following:

(a) any violation of or deviation from the technical requirements of the contract or order;

Page 44: Desktop:

N00421-08-R-0093

Page 44 of 100

(b) inefficient or wasteful methods in use by the contractor, including the contractor exceeding the requirements of the order or contract;

(c) any contractor request for changes to the contract;

(d) issues that require clarification or resolution;

(e) inconsistencies between invoiced charges and performance, including the use of improper labor categories;

(f) instances where funds may be insufficient to complete the contract or order;

(g) conditions requiring a replacement for you as TOM; and

(h) improper use of government material, equipment, or property.

13. ensure the contract does not become a vehicle for personal services as described in reference (c);

14. review engineering studies, design, or value engineering proposals submitted by the contractor to determine teir feasibility; and

15. when required, review, comment, and report on the annual and final performance reports of the contractor as to compliance with technical instructions, timeliness, and any problems associated with the contract or order.

5252.201-9502 CONTRACTOR’S AUTHORIZED CONTRACT COORDINATOR AND TECHNICAL LIAISON (NAVAIR)(OCT 2005)

(a) The contractor shall state below the name and telephone numbers of the contractor’s employees responsible for coordination of contract functions/liaison with the Contracting Officer and/or Contract administrator, and providing technical assistance as required regarding product specifications, functionality, etc.

CONTRACT COORDINATOR:NAME: _______________________________________PHONE (BUS): ___________________________________PHONE (AFTER HOURS): _________________________

ALTERNATE:NAME: _______________________________________PHONE (BUS): ___________________________________PHONE (AFTER HOURS): _________________________

(b) The contractor shall notify the Contracting Officer and/or Contract Administrator in advance, in writing, of any changes in the above listed personnel.

5252.232-9502 SUBMISSION OF INVOICES (COST-REIMBURSEMENT, TIME-AND-MATERIALS, LABOR-HOUR, OR FIXED PRICE INCENTIVE) (NAVAIR)(OCT 2005) - ALT II (OCT 2005)

Page 45: Desktop:

N00421-08-R-0093

Page 45 of 100

(a) "Invoice" as used in this clause includes contractor requests for interim payments using public vouchers (SF 1034) but does not include contractor requests for progress payments under fixed price incentive contracts.

(b)(i) In accordance with DFARS 242.803(b)(i)(C), the cognizant Defense Contract Audit Agency (DCAA) auditor has authorized the contractor to submit interim invoices directly to paying offices. This authorization does not extend to the first and final invoices, which shall be submitted to the contract auditor at the following address:[ insert address ] A copy of every invoice shall also be provided to the individual listed below, at the address shown (if completed by the contracting officer): [ insert name and address ] In addition, a copy of the final invoice shall be provided to the Administrative Contracting Officer (ACO).

(ii) Upon written notification to the contractor, DCAA may rescind its authorization for the contractor to submit interim invoices directly to the paying offices. Upon receipt of such written notice the contractor shall immediately begin to submit all invoices to the contract auditor at the above address.

(iii) Notwithstanding (i) and (ii), when delivery orders are applicable, invoices shall be segregated by individual order and submitted to the address(es) specified in the order.

(c) Invoices requesting interim payments shall be submitted no more than once every two weeks, unless another time period is specified in the Payments clause of this contract. For indefinite delivery type contracts, interim payment invoices shall be submitted no more than once every two weeks for each delivery order. There shall be a lapse of no more than [ insert number of days ] calendar days between performance and submission of an interim payment invoice.

(d) In addition to the information identified in the Prompt Payment clause herein, each invoice shall contain the following information, as applicable:

(1) Contract line item number (CLIN).(2) Subline item number (SLIN).(3) Accounting Classification Reference Number (ACRN).(4) Payment terms.(5) Procuring activity.(6) Date supplies provided or services performed.(7) Costs incurred and allowable under the contract.(8) Vessel (e.g., ship, submarine or other craft) or system for which supply/service is provided.

(e) A DD Form 250, "Material Inspection and Receiving Report",[ ] is required with each invoice submittal. [ ] is required only with the final invoice.[ ] is not required.

(f) A Certificate of Performance [ ] shall be provided with each invoice submittal. [ ] is not required.

(g) The Contractor's final invoice shall be identified as such, and shall list all other invoices (if any) previously tendered under this contract.

(h) Costs of performance shall be segregated, accumulated and invoiced to the appropriate ACRN categories to the extent possible. When such segregation of costs by ACRN is not possible for invoices submitted with CLINS/ SLINS with more than one ACRN, an allocation ratio shall be established in the same ratio as the obligations cited in the accounting data so that costs are allocated on a proportional basis.

5252.232-9504 SPECIAL PAY INSTRUCTIONS FOR PAYING OFFICE (NAVAIR)(MAY 2006) - ALT I (MAY 2006)

(a) All payments against informational (numeric) sub-line items (SLINs) shall be processed manually by the paying office.

(b) Invoices submitted for payment, which do not contain contract line item number (CLIN) or sub-line item number (SLIN)) and the accounting classification reference number (ACRN) information, will be returned for correction.

(c) The disbursement of funds will be by the CLIN/SLIN/ACRN designation.

Page 46: Desktop:

N00421-08-R-0093

Page 46 of 100

(d) If progress payments are authorized, payments will be made against the unliquidated balance of all applicable CLINs/SLINs.

(e) Informational SLINs, e.g. 000101, are as follows:

SLIN ACRN Amount Obligated

5252.232-9510 PAYMENT OF FIXED FEE (NAVAIR) (OCT 2005)(a) The fixed fee, as specified in Section B of this contract, subject to any adjustment required by other

provisions of this contract, will be paid in installments. The fixed fee will be paid not more frequently than monthly based on the allowable cost. The amount of each such installment shall be in the same ratio to the total fixed fee as the the dollars per hour (based on the fixed fee divided by the level of effort in hours) . Payment shall be made in accordance with FAR Clauses 52.216-7, “Allowable Cost and Payment”, and 52.216-8, “Fixed Fee”.

Fee/Ratio:Base:Option I:

(b) In the event of termination of the work in accordance with the FAR Clause 52.232-22, “Limitation of Funds”, the fixed fee shall be redetermined by mutual agreement equitably to reflect the reduction of the work performed. The amount by which such fixed fee is less than or exceeds payments previously made on account of fee, shall be paid to (or repaid by) the contractor.

(c) The balance of the fixed fee shall be payable in accordance with other clauses of this contract.(d) For indefinite delivery type contracts the terms of this clause apply to each delivery/task order there under.

5252.232-9511 NOTICE OF REQUIREMENTS FOR PROMPT PAYMENT (NAVAIR) (MAR 2006)The Government anticipates that this contract will be distributed to Defense Finance and Accounting Service

(DFAS) by the DOD Electronic Document Access (EDA) system. DFAS is responsible for payment of contractor invoices.

(a) In accordance with FAR Clause 52.232-33 "Payment By Electronic Funds Transfer--Central Contractor Registration", the contractor is responsible for providing updated information to the Central Contractor Register (CCR) database. Additionally,the contractor is responsible for maintaining its active status in the CCR database.

(b) If the DUNS, CAGE code, TIN or address set forth in the contract do not match the information in the CCR, then DFAS will return invoices without payment. Therefore, it is imperative that the contractor ensure the DUNS, CAGE code, TIN and contractor address on the contract are accurate and in compliance with the CCR database. Additionally, any changes/updates made to the CCR database should be communicated to the Contracting Officer for the purpose of modifying the contract to reflect the new data.

5252.232-9513 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (MAR 2008)(a) Invoices for goods received or services rendered under this contract shall be submitted electronically through

Wide Area Work Flow -- Receipt and Acceptance (WAWF):

Page 47: Desktop:

N00421-08-R-0093

Page 47 of 100

(1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-800-559-WAWF (9293).

(2) WAWF Vendor “Quick Reference” Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521.

(3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for the size of files per invoice is 5 megabytes.

(b) The following information, regarding invoice routing DODAAC’s, must be entered for completion of the invoice in WAWF:

WAWF Invoice Type: -- Select Combo for Fixed Price Supplies and Services. (Seperate Invoices and Receiving Reports may also be used.)-- Select Cost Voucher for all Cost or T&M contracts or CLINs.Questions? Call 1-800-559-WAWF (9293).

Issuing Office DODAAC Enter DODAAC of the activity issuing the contract.

Admin Office DODAAC: Enter Admin Office DODAACInspector DODAAC (usually only used when Inspector & Acceptor are different people):

Enter Inspector DODAAC, or leave blank

Ship To DODAAC (for Combo),Service Approver DODAAC (Cost Voucher)

Enter DODAAC

DCAA Office DODAAC (Used on Cost Voucher’s only):

Enter DCAA Office DODAAC

Paying Office DODAAC: Enter Paying Office DODAAC Located on Contract

(c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Final voucher submission will be approved by the ACO.

(d) For each invoice / cost voucher submitted for payment, the contractor shall also email the WAWF automated invoice notice directly to the following points of contact:Name Email Phone Role

5252.232-9524 ALLOTMENT OF FUNDS (NAVAIR) (OCT 2005)(a) This contract is incrementally funded with respect to both cost and fee.(b) The amounts presently available and allotted to this contract for payment of fee, as provided in the Section I

clause of this contract entitled “FIXED FEE”, are as follows:ITEM(S) ALLOTTED TO FIXED FEE[insert CLIN] $[insert dollar amount]

(c) The amounts presently available and allotted to this contract for payment of cost, subject to the Section I “LIMITATION OF FUNDS” clause, the items covered thereby and the period of performance which it is estimated the allotted amount will cover are as follows:

PERIOD OFITEM(S) ALLOTTED TO COST PERFORMANCE[insert CLIN] $[insert dollar amount] [insert period]

Page 48: Desktop:

N00421-08-R-0093

Page 48 of 100

(d) The parties contemplate that the Government will allot additional amounts to this contract from time to time by unilateral contract modification, and any such modification shall state separately the amounts allotted for cost and for fee, the items covered thereby, and the period of performance the amounts are expected to cover.

5252.232-9525 SEGREGATION OF COSTS AND INVOICE REQUIREMENTS (NAVAIR) (OCT 2005)(a) The contractor shall segregate costs incurred under this contract at the lowest level of performance, either

by tasks or by subtask, rather than only on a Contract Line Item Number (CLIN) or total contract basis and shall submit invoices reflecting costs incurred at that level. In addition, the contractor shall submit invoices containing summaries or work charged during the period covered, as well as overall cumulative summaries for all work invoiced to date.

(b) When there is more than one line of accounting, the Government will ascribe each ACRN preceding the accounting citation in the contract or a particular CLIN. The Government will pay contractor invoices by charging only an ACRN corresponding to the CLIN invoiced. Accordingly, when there are many lines of accounting, the Government will fund each CLIN separately and it will summarize the funding level for each CLIN. The contractor's invoices shall state separate incremental and cumulative amounts for each CLIN with further segregation by task and subtask showing each element of cost.

(c) Invoices shall contain the following cost elements by schedule and include supporting detail.(d) Invoice summary for current billing period and cumulative.

(Schedule A) - Direct Labor $(Schedule B) - Material $(Schedule C) - Travel $(Schedule D) - Other Direct Charges $(Schedule E) - Indirect Charges $(Schedule F) - Adjustments $______________ TOTAL $______________(Schedule G) - Outstanding Commitments

Schedule A - DIRECT LABORPeriod Covered Cumulative00-00-00 $000Employee Labor Hours Worked Unburdened Burdened Total Hours CostsIdentifier Category Off-site **On-site *Rate *Rate _____ _____ $______ $______ $____ $______ _____ $______ TOTAL

Direct labor rates shall be reported as both fully burdened and unburdened rates for the current period. The unburdened rate shall not include indirect costs, and shall reflect the actual rate paid. The cumulative period shall only reflect the fully burdened direct labor costs.**On-site work is considered to be work performed at a Government installation. Off-site work is work performed at the contractor’s facility.Schedule B - MATERIAL

* Material charges shall be itemized and shall include the invoice number, date, total amount, company, purchase order number, and description of the item. A copy of the paid invoice shall be made available upon request.Schedule C - TRAVEL

Travel charges shall be itemized and shall include the dates of travel, names of individuals traveling, destination, purpose, and total cost. A copy of the travel voucher shall be made available upon request. Copies of back-up receipts need not be submitted; however, they should be retained and are subject to review.Schedule D - OTHER DIRECT CHARGES

Other direct charges shall be itemized. Copies of invoices shall be available upon request. Subcontractor invoices shall be in the same format and require the same detail.Schedule E - INDIRECT CHARGES

Page 49: Desktop:

N00421-08-R-0093

Page 49 of 100

Indirect charges include those charges based upon a rate that is subject to verification by DCAA at contract close-out.Schedule F - ADJUSTMENTS

Current fiscal year invoice adjustments shall be shown in this section along with the justification. Adjustments shall pertain to prior fiscal years shall be invoiced separately.Schedule G - OUTSTANDING COMMITMENTS

Any authorized expenditures that remain unpaid but will be reimbursed pending the receipt of a supplier invoice or travel claim shall be shown in this section.

(e) Invoices that must be segregated by CLIN can either have the CLINs itemized on each schedule or each CLIN can be presented individually. The contractor is not authorized to claim or will the Navy pay for direct costs associated with preparation of an invoice.

(f) Program management/support charges are limited to the first level supervisor. Program management hours above the supervisory level and other support hours not identified in the RFP must be explained in the proposal with a justification of the specific duties to be performed. The costs shall not be permitted without approval of the contracting officer.

5252.242-9511 CONTRACT ADMINISTRATION DATA (NAVAIR)(MAR 2008)(a) Contract Administration Office.(1) Contract administration functions (see FAR 42.302 and DFARS 242.302)

are assigned to: to be completed at time of award.See the ADMINISTERED BY Block on the face page of the contract or

modification.(2) Contract administration functions withheld, additional contract

administration functions assigned, or special instructions (see FAR 42.202) are as delineated by Procuring Contracting Officer (PCO) correspondence.(b) Inquiries regarding payment should be referred to: MyInvoice at

https://myinvoice.csd.disa.mil//index.html.

ADDITIONAL FUNDING INFORMATIONFunding Document Number:___________________________________________________FMS Case and FMS Country:__________________________________________________

Page 50: Desktop:

N00421-08-R-0093

Page 50 of 100

Section H - Special Contract Requirements

CLAUSES INCORPORATED BY FULL TEXT

252.225-7040 CONTRACTOR PERSONNEL AUTHORIZED TO ACCOMPANY U.S. ARMED FORCES DEPLOYED OUTSIDE THE UNITED STATES (MAR 2008)

(a) Definitions. As used in this clause--“ Combatant Commander” means the commander of a unified or specified combatant command established in

accordance with 10 U.S.C. 161.“Designated operational area” means a geographic area designated by the combatant commander or subordinate

joint force commander for the conduct or support of specified military operations.“Subordinate joint force commander” means a sub-unified commander or joint task force commander.(b) General.

(1) This clause applies when Contractor personnel are authorized to accompany U.S. Armed Forces deployed outside the United States in--

(i) Contingency operations;(ii) Humanitarian or peacekeeping operations; or(iii) Other military operations or military exercises, when designated by the Combatant Commander.

(2) Contract performance in support of U.S. Armed Forces deployed outside the United States may require work in dangerous or austere conditions. Except as otherwise provided in the contract, the Contractor accepts the risks associated with required contract performance in such operations.

(3) Contractor personnel are civilians accompanying the U.S. Armed Forces.(i) Except as provided in paragraph (b)(3)(ii) of this clause, Contractor personnel are only authorized to use

deadly force in self-defense.(ii) Contractor personnel performing security functions are also authorized to use deadly force when such

force reasonably appears necessary to execute their security mission to protect assets/ persons, consistent with the terms and conditions contained in their contract or with their job description and terms of employment.

(iii) Unless immune from host nation jurisdiction by virtue of an international agreement or international law, inappropriate use of force by contractor personnel authorized to accompany the U.S. Armed Forces can subject such personnel to United States or host nation prosecution and civil liability (see paragraphs (d) and (j)(3) of this clause).

(4) Service performed by Contractor personnel subject to this clause is not active duty or service under 38 U.S.C. 106 note.

(c) Support. (1)(i) The Combatant Commander will develop a security plan for protection of Contractor personnel in locations where there is not sufficient or legitimate civil authority, when the Combatant Commander decides it is in the interests of the Government to provide security because--

(A) The Contractor cannot obtain effective security services;(B) Effective security services are unavailable at a reasonable cost; or(C) Threat conditions necessitate security through military means.

(ii) The Contracting Officer shall include in the contract the level of protection to be provided to Contractor personnel.

(iii) In appropriate cases, the Combatant Commander may provide security through military means, commensurate with the level of security provided DoD civilians.

(2)(i) Generally, all Contractor personnel authorized to accompany the U.S. Armed Forces in the designated operational area are authorized to receive resuscitative care, stabilization, hospitalization at level III military treatment facilities, and assistance with patient movement in emergencies where loss of life, limb, or eyesight could occur. Hospitalization will be limited to stabilization and short-term medical treatment with an emphasis on return to duty or placement in the patient movement system.

(ii) When the Government provides medical treatment or transportation of Contractor personnel to a selected civilian facility, the Contractor shall ensure that the Government is reimbursed for any costs associated with such treatment or transportation.

(iii) Medical or dental care beyond this standard is not authorized unless specified elsewhere in this contract.

Page 51: Desktop:

N00421-08-R-0093

Page 51 of 100

(3) Unless specified elsewhere in this contract, the Contractor is responsible for all other support required for its personnel engaged in the designated operational area under this contract.

(4) Contractor personnel must have a letter of authorization issued by the Contracting Officer in order to process through a deployment center or to travel to, from, or within the designated operational area. The letter of authorization also will identify any additional authorizations, privileges, or Government support that Contractor personnel are entitled to under this contract.

(d) Compliance with laws and regulations. The Contractor shall comply with, and shall ensure that its personnel authorized to accompany U.S. Armed Forces deployed outside the United States as specified in paragraph (b)(1) of this clause are familiar with and comply with, all applicable--

(1) United States, host country, and third country national laws;(2) Treaties and international agreements;(3) United States regulations, directives, instructions, policies, and procedures; and(4) Orders, directives, and instructions issued by the Combatant Commander, including those relating to force

protection, security, health, safety, or relations and interaction with local nationals. However, only the Contracting Officer is authorized to modify the terms and conditions of the contract.

(e) Pre-deployment requirements. (1) The Contractor shall ensure that the following requirements are met prior to deploying personnel in support of U.S. Armed Forces. Specific requirements for each category may be specified in the statement of work or elsewhere in the contract.

(i) All required security and background checks are complete and acceptable.(ii) All deploying personnel meet the minimum medical screening requirements and have received all

required immunizations as specified in the contract. The Government will provide, at no cost to the Contractor, any theater-specific immunizations and/or medications not available to the general public.

(iii) Deploying personnel have all necessary passports, visas, and other documents required to enter and exit a designated operational area and have a Geneva Conventions identification card, or other appropriate DoD identity credential, from the deployment center. Any Common Access Card issued to deploying personnel shall contain the access permissions allowed by the letter of authorization issued in accordance with paragraph (c)(4) of this clause.

(iv) Special area, country, and theater clearance is obtained for personnel. Clearance requirements are in DoD Directive 4500.54, Official Temporary Duty Abroad, and DoD 4500.54-G, DoD Foreign Clearance Guide. Contractor personnel are considered non-DoD personnel traveling under DoD sponsorship.

(v) All personnel have received personal security training. At a minimum, the training shall--(A) Cover safety and security issues facing employees overseas;(B) Identify safety and security contingency planning activities; and(C) Identify ways to utilize safety and security personnel and other resources appropriately.

(vi) All personnel have received isolated personnel training, if specified in the contract, in accordance with DoD Instruction 1300.23, Isolated Personnel Training for DoD Civilian and Contractors.

(2) The Contractor shall notify all personnel who are not a host country national, or who are not ordinarily resident in the host country, that--

(i) Such employees, and dependents residing with such employees, who engage in conduct outside the United States that would constitute an offense punishable by imprisonment for more than one year if the conduct had been engaged in within the special maritime and territorial jurisdiction of the United States, may potentially be subject to the criminal jurisdiction of the United States in accordance with the Military Extraterritorial Jurisdiction Act of 2000 (18 U.S.C. 3621, et seq.);

(ii) Pursuant to the War Crimes Act (18 U.S.C. 2441), Federal criminal jurisdiction also extends to conduct that is determined to constitute a war crime when committed by a civilian national of the United States;

(iii) Other laws may provide for prosecution of U.S. nationals who commit offenses on the premises of U.S. diplomatic, consular, military or other U.S. Government missions outside the United States (18 U.S.C. 7(9)); and

(iv) In time of declared war or a contingency operation, Contractor personnel authorized to accompany U.S. Armed Forces in the field are subject to the jurisdiction of the Uniform Code of Military Justice under 10 U.S.C. 802(a)(10).

(f) Processing and departure points. Deployed Contractor personnel shall--(1) Process through the deployment center designated in the contract, or as otherwise directed by the

Contracting Officer, prior to deploying. The deployment center will conduct deployment processing to ensure visibility and accountability of Contractor personnel and to ensure that all deployment requirements are met, including the requirements specified in paragraph (e)(1) of this clause;

Page 52: Desktop:

N00421-08-R-0093

Page 52 of 100

(2) Use the point of departure and transportation mode directed by the Contracting Officer; and(3) Process through a Joint Reception Center (JRC) upon arrival at the deployed location. The JRC will

validate personnel accountability, ensure that specific designated operational area entrance requirements are met, and brief Contractor personnel on theater-specific policies and procedures.

(g) Personnel data. (1) The Contractor shall enter before deployment and maintain data for all Contractor personnel that are authorized to accompany U.S. Armed Forces deployed outside the United States as specified in paragraph (b)(1) of this clause. The Contractor shall use the Synchronized Predeployment and Operational Tracker (SPOT) web-based system, at http://www.dod.mil/bta/products/ spot.html, to enter and maintain the data.

(2) The Contractor shall ensure that all employees in the database have a current DD Form 93, Record of Emergency Data Card, on file with both the Contractor and the designated Government official. The Contracting Officer will inform the Contractor of the Government official designated to receive this data card.

(h) Contractor personnel. (1) The Contracting Officer may direct the Contractor, at its own expense, to remove and replace any Contractor personnel who jeopardize or interfere with mission accomplishment or who fail to comply with or violate applicable requirements of this contract. Such action may be taken at the Government's discretion without prejudice to its rights under any other provision of this contract, including the Termination for Default clause.

(2) The Contractor shall have a plan on file showing how the Contractor would replace employees who are unavailable for deployment or who need to be replaced during deployment. The Contractor shall keep this plan current and shall provide a copy to the Contracting Officer upon request. The plan shall--

(i) Identify all personnel who are subject to military mobilization;(ii) Detail how the position would be filled if the individual were mobilized; and(iii) Identify all personnel who occupy a position that the Contracting Officer has designated as mission

essential.(i) Military clothing and protective equipment. (1) Contractor personnel are prohibited from wearing military

clothing unless specifically authorized in writing by the Combatant Commander. If authorized to wear military clothing, Contractor personnel must--

(i) Wear distinctive patches, arm bands, nametags, or headgear, in order to be distinguishable from military personnel, consistent with force protection measures; and

(ii) Carry the written authorization with them at all times.(2) Contractor personnel may wear military-unique organizational clothing and individual equipment (OCIE)

required for safety and security, such as ballistic, nuclear, biological, or chemical protective equipment.(3) The deployment center, or the Combatant Commander, shall issue OCIE and shall provide training, if

necessary, to ensure the safety and security of Contractor personnel.(4) The Contractor shall ensure that all issued OCIE is returned to the point of issue, unless otherwise directed

by the Contracting Officer.(j) Weapons. (1) If the Contractor requests that its personnel performing in the designated operational area be

authorized to carry weapons, the request shall be made through the Contracting Officer to the Combatant Commander, in accordance with DoD Instruction 3020.41, paragraph 6.3.4.1 or, if the contract is for security services, paragraph 6.3.5.3. The Combatant Commander will determine whether to authorize in-theater Contractor personnel to carry weapons and what weapons and ammunition will be allowed.

(2) If the Contracting Officer, subject to the approval of the Combatant Commander, authorizes the carrying of weapons--

(i) The Contracting Officer may authorize the Contractor to issue Contractor-owned weapons and ammunition to specified employees; or

(ii) The [Contracting Officer to specify the appropriate individual, e.g., Contracting Officer's Representative, Regional Security Officer] may issue Government-furnished weapons and ammunition to the Contractor for issuance to specified Contractor employees.

(3) The Contractor shall ensure that its personnel who are authorized to carry weapons--(i) Are adequately trained to carry and use them--

(A) Safely;(B) With full understanding of, and adherence to, the rules of the use of force issued by the Combatant

Commander; and(C) In compliance with applicable agency policies, agreements, rules, regulations, and other applicable

law;(ii) Are not barred from possession of a firearm by 18 U.S.C. 922; and

Page 53: Desktop:

N00421-08-R-0093

Page 53 of 100

(iii) Adhere to all guidance and orders issued by the Combatant Commander regarding possession, use, safety, and accountability of weapons and ammunition.

(4) Whether or not weapons are Government-furnished, all liability for the use of any weapon by Contractor personnel rests solely with the Contractor and the Contractor employee using such weapon.

(5) Upon redeployment or revocation by the Combatant Commander of the Contractor's authorization to issue firearms, the Contractor shall ensure that all Government-issued weapons and unexpended ammunition are returned as directed by the Contracting Officer.

(k) Vehicle or equipment licenses. Contractor personnel shall possess the required licenses to operate all vehicles or equipment necessary to perform the contract in the designated operational area.

(l) Purchase of scarce goods and services. If the Combatant Commander has established an organization for the designated operational area whose function is to determine that certain items are scarce goods or services, the Contractor shall coordinate with that organization local purchases of goods and services designated as scarce, in accordance with instructions provided by the Contracting Officer.

(m) Evacuation. (1) If the Combatant Commander orders a mandatory evacuation of some or all personnel, the Government will provide assistance, to the extent available, to United States and third country national Contractor personnel.

(2) In the event of a non-mandatory evacuation order, unless authorized in writing by the Contracting Officer, the Contractor shall maintain personnel on location sufficient to meet obligations under this contract.

(n) Next of kin notification and personnel recovery. (1) The Contractor shall be responsible for notification of the employee- designated next of kin in the event an employee dies, requires evacuation due to an injury, or is isolated, missing, detained, captured, or abducted.

(2) In the case of isolated, missing, detained, captured, or abducted Contractor personnel, the Government will assist in personnel recovery actions in accordance with DoD Directive 2310.2, Personnel Recovery.

(o) Mortuary affairs. Mortuary affairs for Contractor personnel who die while accompanying the U.S. Armed Forces will be handled in accordance with DoD Directive 1300.22, Mortuary Affairs Policy.

(p) Changes. In addition to the changes otherwise authorized by the Changes clause of this contract, the Contracting Officer may, at any time, by written order identified as a change order, make changes in the place of performance or Government-furnished facilities, equipment, material, services, or site. Any change order issued in accordance with this paragraph (p) shall be subject to the provisions of the Changes clause of this contract.

(q) Subcontracts. The Contractor shall incorporate the substance of this clause, including this paragraph (q), in all subcontracts when subcontractor personnel are authorized to accompany U.S. Armed Forces deployed outside the United States in--

(1) Contingency operations;(2) Humanitarian or peacekeeping operations; or(3) Other military operations or military exercises, when designated by the Combatant Commander.

CLAUSES INCORPORATED BY FULL TEXT

5252.209-9510 ORGANIZATIONAL CONFLICTS OF INTEREST (NAVAIR) (SERVICES)(MAR 2007)(a) Purpose. This clause seeks to ensure that the contractor (1) does not obtain an unfair competitive advantage

over other parties by virtue of its performance of this contract, and (2) is not biased because of its current or planned interests (financial, contractual, organizational or otherwise) that relate to the work under this contract.

(b) Scope. The restrictions described herein shall apply to performance or participation by the contractor (as defined in paragraph (d)(7)) in the activities covered by this clause.

(1) The restrictions set forth in paragraph (e) apply to supplies, services, and other performance rendered with respect to the suppliers and/or equipment listed in Section C. The contract will specify to which suppliers and/or equipment subparagraph (f) restrictions apply.

(2) The financial, contractual, organizational and other interests of contractor personnel performing work under this contract shall be deemed to be the interests of the contractor for the purposes of determining the existence of an Organizational Conflict of Interest. Any subcontractor that performs any work relative to this

Page 54: Desktop:

N00421-08-R-0093

Page 54 of 100

contract shall be subject to this clause. The contractor agrees to place in each subcontract affected by these provisions the necessary language contained in this clause.

(c) Waiver. Any request for waiver of the provisions of this clause shall be submitted in writing to the Procuring Contracting Officer. The request for waiver shall set forth all relevant factors including proposed contractual safeguards or job procedures to mitigate conflicting roles that might produce an Organizational Conflict of Interest. No waiver shall be granted by the Government with respect to prohibitions pursuant to access to proprietary data.

(d) Definitions. For purposes of application of this clause only, the following definitions are applicable:(1) “System” includes system, major component, subassembly or subsystem, project, or item.(2) “Nondevelopmental items” as defined in FAR 2.101.(3) “Systems Engineering” (SE) includes, but is not limited to, the activities in FAR 9.505-1(b).(4) “Technical direction” (TD) includes, but is not limited to, the activities in FAR 9.505-1(b).(5) “Advisory and Assistance Services” (AAS) as defined in FAR 2.101.(6) “Consultant services” as defined in FAR 31.205-33(a).(7) “Contractor”, for the purposes of this clause, means the firm signing this contract, its subsidiaries and

affiliates, joint ventures involving the firm, any entity with which the firm may hereafter merge or affiliate, and any other successor or assignee of the firm.

(8) “Affiliates”, means officers or employees of the prime contractor and first tier subcontractors involved in the program and technical decision-making process concerning this contract.

(9) “Interest” means organizational or financial interest.(10) “Weapons system supplier” means any prime contractor or first tier subcontractor engaged in, or having

a known prospective interest in the development, production or analysis of any of the weapon systems, as well as any major component or subassembly of such system.

(e) Contracting restrictions.[ ] (1) To the extent the contractor provides systems engineering and/or technical direction for a system or

commodity but does not have overall contractual responsibility for the development, the integration, assembly and checkout (IAC) or the production of the system, the contractor shall not (i) be awarded a contract to supply the system or any of its major components or (ii) be a subcontractor or consultant to a supplier of the system or of its major components. The contractor agrees that it will not supply to the Department of Defense (either as a prime contractor or as a subcontractor) or act as consultant to a supplier of, any system, subsystem, or major component utilized for or in connection with any item or other matter that is (directly or indirectly) the subject of the systems engineering and/or technical direction or other services performed under this contract for a period of [ insert the period of prohibition] after the date of completion of the contract. (FAR 9.505-1(a))

[ X ] (2) To the extent the contractor prepares and furnishes complete specifications covering nondevelopmental items to be used in a competitive acquisition, the contractor shall not be allowed to furnish these items either as a prime contractor or subcontractor. This rule applies to the initial production contract, for such items plus a specified time period or event. The contractor agrees to prepare complete specifications covering non-developmental items to be used in competitive acquisitions, and the contractor agrees not to be a supplier to the Department of Defense, subcontract supplier, or a consultant to a supplier of any system or subsystem for which complete specifications were prepared hereunder. The prohibition relative to being a supplier, a subcontract supplier, or a consultant to a supplier of these systems of their subsystems extends for a period of 3 years after the terms of this contract. (FAR 9.505-2(a)(1))

[ X ] (3) To the extent the contractor prepares or assists in preparing a statement of work to be used in competitively acquiring a system or services or provides material leading directly, predictably and without delay to such a work statement, the contractor may not supply the system, major components thereof or the services unless the contractor is the sole source, or a participant in the design or development work, or more than one contractor has been involved in preparation of the work statement. The contractor agrees to prepare, support the preparation of or provide material leading directly, predictably and without delay to a work statement to be used in competitive acquisitions, and the contractor agrees not to be a supplier or consultant to a supplier of any services, systems or subsystems for which the contractor participated in preparing the work statement. The prohibition relative to being a supplier, a subcontract supplier, or a consultant to a supplier of any services, systems or subsystems extends for a period of 3 years after the terms of this contract. (FAR 9.505-2(b)(1))

[ ] (4) To the extent work to be performed under this contract requires evaluation of offers for products or services, a contract will not be awarded to a contractor that will evaluate its own offers for products or services, or those of a competitor, without proper safeguards to ensure objectivity to protect the Government’s interests.

Page 55: Desktop:

N00421-08-R-0093

Page 55 of 100

Contractor agrees to the terms and conditions set forth in the Statement of Work that are established to ensure objectivity to protect the Government’s interests. (FAR 9.505-3)

[ X ] (5) To the extent work to be performed under this contract requires access to proprietary data of other companies, the contractor must enter into agreements with such other companies which set forth procedures deemed adequate by those companies (i) to protect such data from unauthorized use or disclosure so long as it remains proprietary and (ii) to refrain from using the information for any other purpose other than that for which it was furnished. Evidence of such agreement(s) must be made available to the Procuring Contracting Officer upon request. The contractor shall restrict access to proprietary information to the minimum number of employees necessary for performance of this contract. Further, the contractor agrees that it will not utilize proprietary data obtained from such other companies in preparing proposals (solicited or unsolicited) to perform additional services or studies for the United States Government. The contractor agrees to execute agreements with companies furnishing proprietary data in connection with work performed under this contract, obligating the contractor to protect such data from unauthorized use or disclosure so long as such data remains proprietary, and to furnish copies of such agreement to the Contracting Officer. Contractor further agrees that such proprietary data shall not be used in performing for the Department of Defense additional work in the same field as work performed under this contract if such additional work is procured competitively. (FAR 9.505-4)

[ X ] (6) Preparation of Statements of Work or Specifications. If the contractor under this contract assists substantially in the preparation of a statement of work or specifications, the contractor shall be ineligible to perform or participate in any capacity in any contractual effort (solicited or unsolicited) that is based on such statement of work or specifications. The contractor shall not incorporate its products or services in such statement of work or specifications unless so directed in writing by the Contracting Officer, in which case the restrictions in this subparagraph shall not apply. Contractor agrees that it will not supply to the Department of Defense (either as a prime contractor or as a subcontractor) or act as consultant to a supplier of, any system, subsystem or major component utilized for or in connection with any item or work statement prepared or other services performed or materials delivered under this contract, and is procured on a competitive basis, by the Department of Defense within 3 years after completion of work under this contract. The provisions of this clause shall not apply to any system, subsystem, or major component for which the contractor is the sole source of supply or which it participated in designing or developing. (FAR 9.505-4(b))

[ ] (7) Advisory and Assistance Services (AAS). If the contractor provides AAS services as defined in paragraph (d) of this clause, it shall be ineligible thereafter to participate in any capacity in Government contractual efforts (solicited or unsolicited) which stem directly from such work, and the contractor agrees not to perform similar work for prospective offerors with respect to any such contractual efforts. Furthermore, unless so directed in writing by the Contracting Officer, the contractor shall not perform any such work under this contract on any of its products or services, or the products or services of another firm for which the contractor performs similar work. Nothing in this subparagraph shall preclude the contractor from competing for follow-on contracts for AAS.

(f) Remedies. In the event the contractor fails to comply with the provisions of this clause, such noncompliance shall be deemed a material breach of the provisions of this contract. If such noncompliance is the result of conflicting financial interest involving contractor personnel performing work under this contract, the Government may require the contractor to remove such personnel from performance of work under this contract. Further, the Government may elect to exercise its right to terminate for default in the event of such noncompliance. Nothing herein shall prevent the Government from electing any other appropriate remedies afforded by other provisions of this contract, or statute or regulation.

(g) Disclosure of Potential Conflicts of Interest. The contractor recognizes that during the term of this contract, conditions may change which may give rise to the appearance of a new conflict of interest. In such an event, the contractor shall disclose to the Government information concerning the new conflict of interest. The contractor shall provide, as a minimum, the following information:

(1) a description of the new conflict of interest (e.g., additional weapons systems supplier(s), corporate restructuring, new first-tier subcontractor(s), new contract) and identity of parties involved;

(2) a description of the work to be performed;(3) the dollar amount;(4) the period of performance; and(5) a description of the contractor’s internal controls and planned actions, to avoid any potential

organizational conflict of interest.

Page 56: Desktop:

N00421-08-R-0093

Page 56 of 100

5252.210-9501 AVAILABILITY OF UNIQUE DATA ITEM DESCRIPTIONS (UDIDs) AND DATA ITEM DESCRIPTIONS (DIDs) (NAVAIR) (OCT 2005)

Access Procedures for Acquisition Management System and Data Requirements Control List (AMSDL), DoD 5010.12-L, and DIDs listed therein. The AMSDL and all DIDs and UDIDs listed therein are available online via the Acquisition Streamlining and Standardization Information System located at http://assist.daps.dla.mil. To access these documents, select the Quick Search link on the site home page.

5252.211-9502 GOVERNMENT INSTALLATION WORK SCHEDULE (NAVAIR)(OCT 2005)(a) The Holidays applicable to this contract are: New Year’s Day, Martin Luther King’s Birthday, President’s

Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran’s Day, Thanksgiving Day, and Christmas Day.

(b) In the event that the contractor is prevented from performance as the result of an Executive Order or an administrative leave determination that applies to the using activity, such time may be charged to the contract as a direct cost provided such charges are consistent with the contractor’s accounting practices. In the event that any of the above holidays occur on a Saturday or Sunday, then such holiday shall be observed as they are by the assigned Government employees at the using activity.

5252.222-9500 SERVICE CONTRACT ACT (SCA) MINIMUM WAGES AND FRINGE BENEFITS (NAVAIR) (OCT 1994)

A Service Contract Act (SCA) wage determination has been requested from the U.S. Department of Labor. Until receipt of a wage determination, Attachment 3 (wage determination in the existing contract) will be applicable to this contract. If a new wage determination is received prior to contract award, it will be incorporated by amendment to this solicitation.

5252.227-9511 DISCLOSURE, USE AND PROTECTION OF PROPRIETARY INFORMATION (NAVAIR) (OCT 1994)

(a) During the performance of this contract, the Government may use an independent services contractor (ISC), who is neither an agent nor employee of the Government. The ISC may be used to conduct reviews, evaluations, or independent verification and validations of technical documents submitted to the Government during performance.

(b) The use of an ISC is solely for the convenience of the Government. The ISC has no obligation to the prime contractor. The prime contractor is required to provide full cooperation, working facilities and access to the ISC for the purposes stated in paragraph (a) above.

(c) Since the ISC is neither an employee or agent of the Government, any findings, recommendations, analyses, or conclusions of such a contractor are not those of the Government.

(d) The prime contractor acknowledges that the Government has the right to use ISCs as stated in paragraph (a) above. It is possible that under such an arrangement the ISC may require access to or the use of information (other than restricted cost or pricing data), which is proprietary to the prime contractor.

(e) To protect any such proprietary information from disclosure or use, and to establish the respective rights and duties of both the ISC and prime contractor, the prime contractor agrees to enter into a direct agreement with any

Page 57: Desktop:

N00421-08-R-0093

Page 57 of 100

ISC as the Government requires. A properly executed copy (per FAR 9.505-4) of the agreement will be provided to the Procuring Contracting Officer.

5252.228-9501 LIABILITY INSURANCE (NAVAIR) (MAR 1999)The following types of insurance are required in accordance with the clause entitled, 52.228-7 Insurance--

Liability to Third Persons and shall be maintained in the minimum amounts shown:(a) Comprehensive General Liability: $200,000 per person and $500,000 per accident for bodily injury.(b) Automobile Insurance: $200,000 per person and $500,000 per accident for bodily injury and $500,000 per

accident for property damage.(c) Standard Workman’s Compensation and Employer’s Liability Insurance (or, where maritime employment is

involved, Longshoremen’s and Harbor Worker’s Compensation Insurance) in the minimum amount of $100,000.(d) Aircraft public and passenger liability: $200,000 per person and $500,000 per occurrence for bodily injury,

other than passenger liability; $200,000 per occurrence for property damage. Passenger bodily injury liability limits of $200,000 per passenger, multiplied by the number of seats or number of passengers, whichever is greater.

5252.232-9509 REIMBURSEMENT OF TRAVEL, PER DIEM, AND SPECIAL MATERIAL COSTS (NAVAIR)(OCT 2006)

(a) Area of Travel. Performance under this contract may require travel by contractor personnel. If travel, domestic or overseas, is required, the contractor is responsible for making all necessary arrangements for its personnel. These include but are not limited to: medical examinations, immunizations, passports/visas/etc., and security clearances. All contractor personnel required to perform work on any U.S. Navy vessel shall obtain boarding authorization from the Commanding Officer of the vessel before boarding

(b) Travel Policy. The Government will reimburse the contractor for allowable travel costs incurred by the contractor in performance of the contract in accordance with FAR Subpart 31.2. Travel required for tasks assigned under this contract shall be governed in accordance with: Federal Travel Regulations, prescribed by the General Services Administration for travel in the conterminous 48 United States, (hereinafter the FTR); Joint Travel Regulation, Volume 2, DoD Civilian Personnel, Appendix A, prescribed by the Department of Defense, for travel in Alaska, Hawaii, The Commonwealth of Puerto Rico, and territories and possessions of the United States (hereinafter JTR); and Standardized Regulations (Government Civilians, Foreign Areas), Section 925, "Maximum Travel Per Diem Allowances for Foreign Areas," prescribed by the Department of State, for travel in areas not covered in the FTR or JTR (hereinafter the SR).

(c) Travel. Travel and subsistence are authorized for travel beyond a fifty-mile radius of the contractor’s office whenever a task assignment requires work to be accomplished at a temporary alternate worksite. No travel or subsistence shall be charged for work performed within a fifty-mile radius of the contractor’s office. The contractor shall not be paid for travel or subsistence for contractor personnel who reside in the metropolitan area in which the tasks are being performed. Travel performed for personal convenience, in conjunction with personal recreation, or daily travel to and from work at the contractor’s facility will not be reimbursed.

(1) For travel costs other than described in paragraph (c) above, the contractor shall be paid on the basis of actual amount paid to the extent that such travel is necessary for the performance of services under the contract and is authorized by the COR in writing.

(2) When transportation by privately owned conveyance is authorized, the contractor shall be paid on a mileage basis not to exceed the applicable Government transportation rate as contained in the FTR, JTR or SR. Authorization for the use of privately owned conveyance shall be indicated in the basic contract. Distances traveled between points shall be shown on invoices as listed in standard highway mileage guides. Reimbursement will not exceed the mileage shown in the standard highway mileage guides.

(3) The contractor agrees, in the performance of necessary travel, to use the lowest cost mode commensurate with the requirements of the mission as set forth in the basic contract and in accordance with good traffic

Page 58: Desktop:

N00421-08-R-0093

Page 58 of 100

management principles. When it is necessary to use air or rail travel, the contractor agrees to use coach, tourist class, or similar accommodations to the extent consistent with the successful and economical accomplishment of the mission for which the travel is being performed.

(4) The contractor’s invoices shall include receipts or other evidence substantiating actual costs incurred for authorized travel. In no event will such payments exceed the rates of common carriers.

(d) Vehicle and/or Truck Rentals. The contractor shall be reimbursed for actual rental/lease of special vehicles and/or trucks (i.e., of a type not normally used by the contractor in the conduct of its business) only if authorized in the basic contract or upon approval by the COR. Reimbursement of such rental shall be made based on actual amounts paid by the contractor. Use of rental/lease costs of vehicles and/or trucks that are of a type normally used by the contractor in the conduct of its business are not subject to reimbursement

(e) Car Rental. The contractor shall be reimbursed for car rental, exclusive of mileage charges, as authorized in the basic contract or upon approval by the COR, when the services are required to be performed beyond the normal commuting distance from the contractor’s facilities. Car rental for a team on TDY at one site will be allowed for a minimum of four (4) persons per car, provided that such number or greater comprise the TDY team.

(f) Per Diem. The contractor shall not be paid for per diem for contractor personnel who reside in the metropolitan areas in which the tasks are being performed. Per Diem shall not be paid on services performed within a fifty-mile radius of the contractor’s home office or the contractor’s local office. Per Diem is authorized for contractor personnel beyond a fifty-mile radius of the contractor’s home or local offices whenever a task assigned requires work to be done at a temporary alternate worksite. Per Diem shall be paid to the contractor only to the extent that overnight stay is necessary and authorized under this contract. The authorized per diem rate shall be the same as the prevailing per diem in the worksite locality. These rates will be based on rates contained in the FTR, JTR or SR. The applicable rate is authorized at a flat seventy-five (75%) percent on the day of departure from contractor’s home or local office, and on the day of return. Reimbursement to the contractor for per diem shall be limited to actual payments to per diem defined herein. The contractor shall provide actual payments of per diem defined herein. The contractor shall provide supporting documentation for per diem expenses as evidence of actual payment.

(g) Shipboard Stays. Whenever work assignments require temporary duty aboard a Government ship, the contractor will be reimbursed at the per diem rates identified in paragraph C8101.2C or C81181.3B(6) of the Department of Defense Joint Travel Regulations, Volume II.

(h) Special Material. “Special material” includes only the costs of material, supplies, or services which is peculiar to the ordered data and which is not suitable for use in the course of the contractor’s normal business. It shall be furnished pursuant to specific authorization approved by the COR. The contractor will be required to support all material costs claimed by its costs less any applicable discounts. “Special materials” include, but are not limited to, graphic reproduction expenses, or technical illustrative or design requirements needing special processing.

5252.237-9501 ADDITION OR SUBSTITUTION OF KEY PERSONNEL (SERVICES) (NAVAIR)(OCT 2005)

(a) A requirement of this contract is to maintain stability of personnel proposed in order to provide quality services. The contractor agrees to assign only those key personnel whose resumes were submitted and approved, and who are necessary to fulfill the requirements of the effort. The contractor agrees to assign to any effort requiring non-key personnel only personnel who meet or exceed the applicable labor category descriptions. No substitution or addition of personnel shall be made except in accordance with this clause.

(b) If personnel for whatever reason become unavailable for work under the contract for a continuous period exceeding thirty (30) working days, or are expected to devote substantially less effort to the work than indicated in the proposal, the contractor shall propose a substitution to such personnel, in accordance with paragraph (d) below.

(c) The contractor agrees that during the first 12 months of the contract, no key personnel substitutions or additions will be made unless necessitated by compelling reasons including, but not limited to: an individual’s illness, death, termination of employment, declining an offer of employment (for those individuals proposed as contingent hires), or family friendly leave. In such an event, the contractor must promptly provide the

Page 59: Desktop:

N00421-08-R-0093

Page 59 of 100

information required by paragraph (d) below to the Contracting Officer for approval prior to the substitution or addition of key personnel.

(d) All proposed substitutions shall be submitted, in writing, to the Contracting Officer at least fifteen (15) days (thirty (30) days if a security clearance must be obtained) prior to the proposed substitution. Each request shall provide a detailed explanation of the circumstances necessitating the proposed substitution, a complete resume for the proposed substitute, information regarding the full financial impact of the change, and any other information required by the Contracting Officer to approve or disapprove the proposed substitution. All proposed substitutes (no matter when they are proposed during the performance period) shall have qualifications that are equal to or higher than the qualifications of the person being replaced.

(e) In the event a requirement to increase the specified level of effort for a designated labor category, but not the overall level of effort of the contract occurs, the offeror shall submit to the Contracting Officer a written request for approval to add personnel to the designated labor category. The information required is the same as that required in paragraph (d) above. The additional personnel shall have qualifications greater than or equal to at least one (1) of the individuals proposed for the designated labor category.

(f) The Contracting Officer shall evaluate requests for substitution and addition of personnel and promptly notify the offeror, in writing, of whether the request is approved or disapproved.

(g) If the Contracting Officer determines that suitable and timely replacement of personnel who have been reassigned, terminated or have otherwise become unavailable to perform under the contract is not reasonably forthcoming or that the resultant reduction of productive effort would impair the successful completion of the contract or the task order, the contract may be terminated by the Contracting Officer for default or for the convenience of the Government, as appropriate. Alternatively, at the Contracting Officer’s discretion, if the Contracting Officer finds the contractor to be at fault for the condition, he may equitably adjust (downward) the contract price or fixed fee to compensate the Government for any delay, loss or damage as a result of the contractor’s action.

(h) Noncompliance with the provisions of this clause will be considered a material breach of the terms and conditions of the contract for which the Government may seek any and all appropriate remedies including Termination for Default pursuant to FAR Clause 52.249-6, Alt IV, “Termination (Cost-Reimbursement)”.

5252.237-9503 ORDERING PROCEDURES FOR NAVY MARINE CORPS INTRANET (NMCI) SERVICES (NAVAIR) (SEP 2000)

(a) This Support Services contract may require the use of and/or access to Department of Navy (DoN) Information Technology (IT) Resources by contractor personnel for contract performance. Applicable DoN IT Resources for performance of this contract shall be procured from the NMCI Contractor pursuant to the authority of NMCI Contract #N00024-00-D-6000, clause 5.2 “Ordering.”

(b) The Support Services contractor shall obtain written authorization from the Contracting Officer executing this contract, prior to ordering directly from the NMCI Contractor. No NMCI Order may be placed without the prior written authorization of the Contracting Officer. Any NMCI Order exceeding the written authorization of the Contracting Officer shall be treated as an unallowable cost pursuant to FAR Part 31.

(c) The Government shall reimburse the contractor for the placement of NMCI Orders including applicable indirect burdens (general & administrative, etc.), excluding profit or fee.

5252.242-9502 TECHNICAL DIRECTION (NAVAIR) (OCT 2005)(a) When necessary, technical direction or clarification concerning the details of specific tasks set forth in the

contract shall be given through issuance of Technical Direction Letters (TDLs) by the Contracting Officer’s Representative (COR).

(b) Each TDL shall be in writing and shall include, as a minimum, the following information:(1) Date of TDL:

Page 60: Desktop:

N00421-08-R-0093

Page 60 of 100

(2) Contract and TDL number; (3) Reference to the relevant section or item in the statement of work; (4) Signature of COR.(5) The specific direction provided to the contractor.

(c) Each TDL issued hereunder is subject to the terms and conditions of this contract; and in no event shall technical directions constitute an assignment of new work or changes to such nature as to justify any adjustment to the fixed fee, estimated costs, or delivery terms under the contract. In the event of a conflict between a TDL and this contract, the contract shall control.

(d) When in the opinion of the contractor a technical direction calls for effort outside the contract statement of work, the contractor shall notify the Contracting Officer thereof in writing, with a copy to the COR, within two (2) working days of having received the technical direction in question. The contractor shall undertake no performance to comply with the technical direction until the matter has been resolved by the Contracting Officer through formal contract modification or other appropriate action.

(e) Oral technical directions may be given by the COR only in emergency circumstances, and provided that any oral technical direction given is reduced in writing by the COR within two (2) working days of its issuance.

(f) Amendments to a TDL shall be in writing and shall include the information set forth in paragraph (b) above. A TDL may be amended orally only by[insert the name, title and/or code of the individual authorized to orally amend technical direction letters] in emergencies; oral amendments shall be confirmed in writing within two (2) working days from the time of the oral communication amending the TDL by a TDL modification.

(g) Any effort undertaken by the contractor pursuant to oral or written technical directions issued other than in accordance with the provisions herein shall be at the contractor’s risk of not recovering related costs incurred and corresponding proportionate amount of fixed fee, if any.

(h) The COR must provide a copy of the TDL to the Contracting Officer and the Administrative Contracting Officer (If contractor had on-site DCMS) within two (2) days of issuance.

(i) The COR must retain a copy for the files.

5252.242-9515 RESTRICTION ON THE DIRECT CHARGING OF MATERIAL (NAVAIR) (JUL 1998)(a) The term “material” includes supplies, materials, parts, equipment, hardware and Information Technology

(IT) resources including equipment, services and software. This is a service contract and the procurement of material of any kind that are not incidental to and necessary for contract performance may be determined to be unallowable costs pursuant to FAR Part 31. No materials may be acquired under the contract without the prior written authorization of the Contracting Officer’s Representative (COR). IT resources may not be procured under the material line item of this contract unless the approvals required by Department of Defense purchasing procedures have been obtained. Any material provided by the contractor is subject to the requirements of the Federal Acquisition Regulation (FAR), the Defense Federal Acquisition Regulation Supplement (DFARS), and applicable Department of the Navy regulations and instructions.

(b) Prior written approval of the COR shall be required for all purchases of materials. If the contractor’s proposal submitted for a task order includes a list of materials with associated prices, then the COR’s acceptance of the contractor’s proposal shall constitute written approval of those purchases.

(c) The costs of general purpose business expenses required for the conduct of the contractor’s normal business operations will not be considered an allowable direct cost in the performance of this contract. General purpose business expenses include, but are not limited to, the cost for items such as telephones and telephone charges, reproduction machines, word processing equipment, personal computers and other office equipment and office supplies.

List of Allowable Materials:

Electronic Components and Materials:

Antennas, Amplifiers, Backshells, Batteries, Cable, Cable Assemblies, Capacitors, Circuit Board Repair Materials, Circuit Breakers, Charging Devices, Chemicals, Chips, Cleaners, Color Touch Panels, Connectors,

Page 61: Desktop:

N00421-08-R-0093

Page 61 of 100

Connector Accessories, Control System, Converters, Crystals, Diodes, Eliminators, Fiber Optic Cable, Fuses, Hubs, IC Circuits, Inductors, Infrared Remotes, Lamps/Bulbs, Microphones, Patch Cords, Relays, Resistors, RF Adapters, Routers, Power Controllers, Power Supplies, Semi-Conductor Devices, Splices, Switches, Switchers, Terminals, Transistors, Transformers, Twisted Pair Cable, Wireless Communication Components, and Wires.

Hardware/Raw Manufacturing Material:

Bolts, Boxes, Brackets, Brads, Carpet, C-E Cases, Control Frames, Electrical Boxes, Fabric, Foam Inserts, Heat Shrink, Hinges, Handles, Kevlar, Metals (Various Gauge), Interior/Exterior Mounts, Intermediate Distribution Frames, Main Distribution Frames, Nuts, Polyurethane, Racks, Rack Assembly, Rack Mount Frames, Rubber, Slides, Braces, Rivets, Rivnuts, Screws, Washers, Wood, Fiberglass, and Plastics.

Hardware:

Personal Computers (PC), Work Stations, Laptop PCs, TEMPEST PCs, Printers, Modems, Data Storage Devices, Color Monitors, Scanners, Facsimiles, Servers, Routers, Bridges, Telephones (secure and unsecure), Switches, Satellite Radios, LOS Radios, Amplifiers, Data Controllers, Diplexers, Multiplexers, and Cryptographic Equipment.

Software:

Software Licenses, Word Processors, Spreadsheets, Database Managers, Utilities, Operating Systems, Graphics and Presentation Packages, Mail Systems, Network Handlers, Communications Packages, Customized Software, and Miscellaneous Software.

Miscellaneous Material:

Data Storage Medium, Binders, Dividers, Electronic Component Cleaning Materials, Composite Fabrication Materials, Deliverable/Documentation Consumables, De-Greaser, Electronic Repair Services, Floor Coverings, Insulation, Memory, Mylar, Paint, Solder Supplies, Shipping/Freight Supplies/Services, Vu-graph Supplies, and other materials in accordance with this solicitation.

Note: Material purchases that exceed $3000 per item shall have prior COR approval; material purchases that exceed $100,000 per item shall have prior Contracting Officer approval. In addition, no investment item material (unit cost of $250,000 or more) may be procured under this contract.

5252.243-9504 AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (NAVAIR) (JAN 1992)

(a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with contractor personnel during the performance of this contract shall constitute a change under the “Changes” clause of this contract.

(b) The contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract.

(c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer’s. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is:

Page 62: Desktop:

N00421-08-R-0093

Page 62 of 100

Naval Air Systems CommandContracts, Code 2.5.1.2

Villa Road, Bldg. 8110St. Inigoes, MD 20684-0010

Contracting Officer: J. Larry Mattingly, (301) [email protected]

Page 63: Desktop:

N00421-08-R-0093

Page 63 of 100

Section I - Contract Clauses

CLAUSES INCORPORATED BY REFERENCE

52.202-1 Definitions JUL 2004 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures JUL 1995 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal

or Improper Activity JAN 1997

52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity JAN 1997 52.203-12 Limitation On Payments To Influence Certain Federal

Transactions SEP 2007

52.204-2 Security Requirements AUG 1996 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-7 Central Contractor Registration APR 2008 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 52.209-6 Protecting the Government's Interest When Subcontracting

With Contractors Debarred, Suspended, or Proposed for Debarment

SEP 2006

52.211-5 Material Requirements AUG 2000 52.211-15 Defense Priority And Allocation Requirements APR 2008 52.215-2 Audit and Records--Negotiation JUN 1999 52.215-8 Order of Precedence--Uniform Contract Format OCT 1997 52.215-10 Price Reduction for Defective Cost or Pricing Data OCT 1997 52.215-11 Price Reduction for Defective Cost or Pricing Data--

Modifications OCT 1997

52.215-12 Subcontractor Cost or Pricing Data OCT 1997 52.215-13 Subcontractor Cost or Pricing Data--Modifications OCT 1997 52.215-14 Integrity of Unit Prices OCT 1997 52.215-15 Pension Adjustments and Asset Reversions OCT 2004 52.215-17 Waiver of Facilities Capital Cost of Money OCT 1997 52.215-18 Reversion or Adjustment of Plans for Postretirement

Benefits (PRB) Other than Pensions JUL 2005

52.215-19 Notification of Ownership Changes OCT 1997 52.215-21 Requirements for Cost or Pricing Data or Information Other

Than Cost or Pricing Data--Modifications OCT 1997

52.216-7 Allowable Cost And Payment DEC 2002 52.216-8 Fixed Fee MAR 1997 52.219-4 Notice of Price Evaluation Preference for HUBZone Small

Business Concerns JUL 2005

52.219-8 Utilization of Small Business Concerns MAY 2004 52.219-9 Alt II Small Business Subcontracting Plan (Apr 2008) Alternate II OCT 2001 52.219-16 Liquidated Damages-Subcontracting Plan JAN 1999 52.222-3 Convict Labor JUN 2003 52.222-4 Contract Work Hours and Safety Standards Act - Overtime

Compensation JUL 2005

52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans

of the Vietnam Era, and Other Eligible Veterans SEP 2006

52.222-36 Affirmative Action For Workers With Disabilities JUN 1998

Page 64: Desktop:

N00421-08-R-0093

Page 64 of 100

52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans

SEP 2006

52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees

DEC 2004

52.222-41 Service Contract Act Of 1965 NOV 2007 52.222-50 Combating Trafficking in Persons AUG 2007 52.223-5 Pollution Prevention and Right-to-Know Information AUG 2003 52.223-6 Drug-Free Workplace MAY 2001 52.223-14 Toxic Chemical Release Reporting AUG 2003 52.225-13 Restrictions on Certain Foreign Purchases FEB 2006 52.226-1 Utilization Of Indian Organizations And Indian-Owned

Economic Enterprises JUN 2000

52.227-1 Authorization and Consent DEC 2007 52.227-2 Notice And Assistance Regarding Patent And Copyright

Infringement DEC 2007

52.228-3 Worker's Compensation Insurance (Defense Base Act) APR 1984 52.228-7 Insurance--Liability To Third Persons MAR 1996 52.230-2 Cost Accounting Standards APR 1998 52.230-6 Administration of Cost Accounting Standards MAR 2008 52.232-9 Limitation On Withholding Of Payments APR 1984 52.232-17 Interest JUN 1996 52.232-18 Availability Of Funds APR 1984 52.232-22 Limitation Of Funds APR 1984 52.232-23 Alt I Assignment of Claims (Jan 1986) - Alternate I APR 1984 52.232-25 Alt I Prompt Payment (Oct 2003) Alternate I FEB 2002 52.232-33 Payment by Electronic Funds Transfer--Central Contractor

Registration OCT 2003

52.233-1 Alt I Disputes (Jul 2002) - Alternate I DEC 1991 52.233-3 Alt I Protest After Award (Aug 1996) - Alternate I JUN 1985 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection Of Government Buildings, Equipment, And

Vegetation APR 1984

52.237-3 Continuity Of Services JAN 1991 52.237-10 Identification of Uncompensated Overtime OCT 1997 52.239-1 Privacy or Security Safeguards AUG 1996 52.242-1 Notice of Intent to Disallow Costs APR 1984 52.242-3 Penalties for Unallowable Costs MAY 2001 52.242-4 Certification of Final Indirect Costs JAN 1997 52.242-13 Bankruptcy JUL 1995 52.243-2 Alt II Changes--Cost Reimbursement (Aug 1987) - Alternate II APR 1984 52.244-5 Competition In Subcontracting DEC 1996 52.244-6 Subcontracts for Commercial Items MAR 2007 52.245-1 Government Property JUN 2007 52.245-9 Use And Charges JUN 2007 52.246-23 Limitation Of Liability FEB 1997 52.246-25 Limitation Of Liability--Services FEB 1997 52.247-63 Preference For U.S. Flag Air Carriers JUN 2003 52.247-67 Submission Of Transportation Documents For Audit FEB 2006 52.248-1 Value Engineering FEB 2000 52.249-6 Termination (Cost Reimbursement) MAY 2004 52.249-14 Excusable Delays APR 1984 52.251-1 Government Supply Sources APR 1984 52.253-1 Computer Generated Forms JAN 1991 252.201-7000 Contracting Officer's Representative DEC 1991

Page 65: Desktop:

N00421-08-R-0093

Page 65 of 100

252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies

DEC 2004

252.203-7002 Display Of DOD Hotline Poster DEC 1991 252.204-7000 Disclosure Of Information DEC 1991 252.204-7002 Payment For Subline Items Not Separately Priced DEC 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.205-7000 Provision Of Information To Cooperative Agreement

Holders DEC 1991

252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country

DEC 2006

252.211-7003 Item Identification and Valuation JUN 2005 252.211-7007 Item Unique Identification of Government Property SEP 2007 252.215-7000 Pricing Adjustments DEC 1991 252.215-7002 Cost Estimating System Requirements DEC 2006 252.219-7003 Small Business Subcontracting Plan (DOD Contracts) APR 2007 252.223-7004 Drug Free Work Force SEP 1988 252.223-7006 Prohibition On Storage And Disposal Of Toxic And

Hazardous Materials APR 1993

252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7004 Report of Contract Performance Outside the United States

and Canada--Submission after Award MAY 2007

252.225-7012 Preference For Certain Domestic Commodities MAR 2008 252.225-7013 Duty-Free Entry OCT 2006 252.225-7031 Secondary Arab Boycott Of Israel JUN 2005 252.225-7043 Antiterrorism/Force Protection Policy for Defense

Contractors Outside the United States MAR 2006

252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns

SEP 2004

252.227-7013 Rights in Technical Data--Noncommercial Items NOV 1995 252.231-7000 Supplemental Cost Principles DEC 1991 252.232-7010 Levies on Contract Payments DEC 2006 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008 252.242-7004 Material Management And Accounting System NOV 2005 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.244-7000 Subcontracts for Commercial Items and Commercial

Components (DoD Contracts) JAN 2007

252.247-7023 Transportation of Supplies by Sea MAY 2002 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000

CLAUSES INCORPORATED BY FULL TEXT

52.215-19 NOTIFICATION OF OWNERSHIP CHANGES (OCT 1997) (a) The Contractor shall make the following notifications in writing:

(1) When the Contractor becomes aware that a change in its ownership has occurred, or is certain to occur, that could result in changes in the valuation of its capitalized assets in the accounting records, the Contractor shall notify the Administrative Contracting Officer (ACO) within 30 days.

(2) The Contractor shall also notify the ACO within 30 days whenever changes to asset valuations or any other cost changes have occurred or are certain to occur as a result of a change in ownership.

Page 66: Desktop:

N00421-08-R-0093

Page 66 of 100

(b) The Contractor shall-- (1) Maintain current, accurate, and complete inventory records of assets and their costs; (2) Provide the ACO or designated representative ready access to the records upon request; (3) Ensure that all individual and grouped assets, their capitalized values, accumulated depreciation or

amortization, and remaining useful lives are identified accurately before and after each of the Contractor's ownership changes; and

(4) Retain and continue to maintain depreciation and amortization schedules based on the asset records maintained before each Contractor ownership change.

(c) The Contractor shall include the substance of this clause in all subcontracts under this contract that meet the applicability requirement of FAR 15.408(k).

52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified

in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within _____ [insert the period of time within which the Contracting Officer may exercise the option].

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)(a) The Government may extend the term of this contract by written notice to the Contractor within

_____[insert the period of time within which the Contracting Officer may exercise the option]; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least ___days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed ___________(months)(years).

52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUN 2007)(a) Definitions. As used in this clause--Long-term contract means a contract of more than five years in duration, including options. However, the term

does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority.

Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause.

(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following:

(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.

Page 67: Desktop:

N00421-08-R-0093

Page 67 of 100

(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract.   

(3) For long-term contracts--(i) Within 60 to 120 days prior to the end of the fifth year of

the contract; and(ii) Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter.

(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/

(d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees.

(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update.  (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.

(g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:

The Contractor represents that it [  ] is, [  ] is not a small business concern under NAICS Code [_______] assigned to contract number [______________].  [Contractor to sign and date and insert authorized signer's name and title].

______________________________________________________________ ____________________________Signature Date________________________________________ __________________________________________________Signer’s Printed Name Signer’s Title

52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)(a) The use of overtime is authorized under this contract if the overtime premium cost does not exceed $0.00 or

the overtime premium is paid for work --(1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns

of production equipment, or occasional production bottlenecks of a sporadic nature;(2) By indirect-labor employees such as those performing duties in connection with administration,

protection, transportation, maintenance, standby plant protection, operation of utilities, or accounting;(3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportation

conveyances, and operations in flight or afloat that are continuous in nature and cannot reasonably be interrupted or completed otherwise; or

(4) That will result in lower overall costs to the Government.(b) Any request for estimated overtime premiums that exceeds the amount specified above shall include all

estimated overtime for contract completion and shall--(1) Identify the work unit; e.g., department or section in which the requested overtime will be used, together

with present workload, staffing, and other data of the affected unit sufficient to permit the Contracting Officer to evaluate the necessity for the overtime;

(2) Demonstrate the effect that denial of the request will have on the contract delivery or performance schedule;

Page 68: Desktop:

N00421-08-R-0093

Page 68 of 100

(3) Identify the extent to which approval of overtime would affect the performance or payments in connection with other Government contracts, together with identification of each affected contract; and

(4) Provide reasons why the required work cannot be performed by using multishift operations or by employing additional personnel.

52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989)In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION

Employee Class Monetary Wage Fringe Benefits

Technical Writer $23.05 $8.35Draftsman Illustrator II $12.02 $6.83Draftsman Illustrator III $23.05 $8.35Sr. Logistics Technician $33.43 $12.11Logistics Technician $27.89 $10.11Administrative Assistant $18.85 $6.83Word Processor II $13.60 $4.93Word Processor I $12.11 $4.38Help Desk Operator $20.87 $7.56

52.244-2 SUBCONTRACTS (JUN 2007) (a) Definitions. As used in this clause--

“Approved purchasing system” means a Contractor's purchasing system that has been reviewed and approved in accordance with Part 44 of the Federal Acquisition Regulation (FAR).

“Consent to subcontract” means the Contracting Officer's written consent for the Contractor to enter into a particular subcontract.

“Subcontract” means any contract, as defined in FAR Subpart 2.1, entered into by a subcontractor to furnish supplies or services for performance of the prime contract or a subcontract. It includes, but is not limited to, purchase orders, and changes and modifications to purchase orders.

(b) When this clause is included in a fixed-price type contract, consent to subcontract is required only on unpriced contract actions (including unpriced modifications or unpriced delivery orders), and only if required in accordance with paragraph (c) or (d) of this clause.

(c) If the Contractor does not have an approved purchasing system, consent to subcontract is required for any subcontract that--

(1) Is of the cost-reimbursement, time-and-materials, or labor- hour type; or (2) Is fixed-price and exceeds--

(i) For a contract awarded by the Department of Defense, the Coast Guard, or the National Aeronautics and Space Administration, the greater of the simplified acquisition threshold or 5 percent of the total estimated cost of the contract; or

(ii) For a contract awarded by a civilian agency other than the Coast Guard and the National Aeronautics and Space Administration, either the simplified acquisition threshold or 5 percent of the total estimated cost of the contract.

Page 69: Desktop:

N00421-08-R-0093

Page 69 of 100

(d) If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain the Contracting Officer's written consent before placing the following subcontracts:

(e)(1) The Contractor shall notify the Contracting Officer reasonably in advance of placing any subcontract or modification thereof for which consent is required under paragraph (b), (c), or (d) of this clause, including the following information:

(i) A description of the supplies or services to be subcontracted. (ii) Identification of the type of subcontract to be used. (iii) Identification of the proposed subcontractor. (iv) The proposed subcontract price. (v) The subcontractor's current, complete, and accurate cost or pricing data and Certificate of Current Cost

or Pricing Data, if required by other contract provisions. (vi) The subcontractor's Disclosure Statement or Certificate relating to Cost Accounting Standards when

such data are required by other provisions of this contract.(vii) A negotiation memorandum reflecting--

(A) The principal elements of the subcontract price negotiations; (B) The most significant considerations controlling establishment of initial or revised prices; (C) The reason cost or pricing data were or were not required; (D) The extent, if any, to which the Contractor did not rely on the subcontractor's cost or pricing data in

determining the price objective and in negotiating the final price; (E) The extent to which it was recognized in the negotiation that the subcontractor's cost or pricing data

were not accurate, complete, or current; the action taken by the Contractor and the subcontractor; and the effect of any such defective data on the total price negotiated;

(F) The reasons for any significant difference between the Contractor's price objective and the price negotiated; and

(G) A complete explanation of the incentive fee or profit plan when incentives are used. The explanation shall identify each critical performance element, management decisions used to quantify each incentive element, reasons for the incentives, and a summary of all trade-off possibilities considered.

(2) The Contractor is not required to notify the Contracting Officer in advance of entering into any subcontract for which consent is not required under paragraph (b), (c), or (d) of this clause.

(f) Unless the consent or approval specifically provides otherwise, neither consent by the Contracting Officer to any subcontract nor approval of the Contractor's purchasing system shall constitute a determination--

(1) Of the acceptability of any subcontract terms or conditions; (2) Of the allowability of any cost under this contract; or (3) To relieve the Contractor of any responsibility for performing this contract.

(g) No subcontract or modification thereof placed under this contract shall provide for payment on a cost-plus-a-percentage-of- cost basis, and any fee payable under cost-reimbursement type subcontracts shall not exceed the fee limitations in FAR 15.404- 4(c)(4)(i).

(h) The Contractor shall give the Contracting Officer immediate written notice of any action or suit filed and prompt notice of any claim made against the Contractor by any subcontractor or vendor that, in the opinion of the Contractor, may result in litigation related in any way to this contract, with respect to which the Contractor may be entitled to reimbursement from the Government.

(i) The Government reserves the right to review the Contractor's purchasing system as set forth in FAR Subpart 44.3.

(j) Paragraphs (c) and (e) of this clause do not apply to the following subcontracts, which were evaluated during negotiations: ___*_________________________________________________________________________________________________________________________________________

*(To be completed at time of award)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

Page 70: Desktop:

N00421-08-R-0093

Page 70 of 100

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/these address(es): http://www.arnet.gov/far or http://farsite.hill.af.mil.

52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause

with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2)

clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008)

(a) Definitions. As used in this clause--(1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the

Federal Acquisition Regulation.(2) Electronic form means any automated system that transmits information electronically from the initiating

system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer.

(3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract.

(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/.

(c) The Contractor may submit a payment request and receiving report using other than WAWF only when--(1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the

Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF;

(2) DoD is unable to receive a payment request or provide acceptance in electronic form;(3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic

submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; or

(4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System).

(d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract.

(e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests.

Page 71: Desktop:

N00421-08-R-0093

Page 71 of 100

252.237-7019 TRAINING FOR CONTRACTOR PERSONNEL INTERACTING WITH DETAINEES (SEPT 2006)

(a) Definitions. As used in this clause--“Combatant Commander” means the commander of a unified or specified combatant command established in

accordance with 10 U.S.C. 161.“Detainee” means a person in the custody or under the physical control of the Department of Defense on behalf

of the United States Government as a result of armed conflict or other military operation by United States armed forces.

“Personnel interacting with detainees” means personnel who, in the course of their duties, are expected to interact with detainees.

(b) Training requirement. This clause implements Section 1092 of the National Defense Authorization Act for Fiscal Year 2005 (Pub. L. 108-375).

(1) The Combatant Commander responsible for the area where a detention or interrogation facility is located will arrange for training to be provided to contractor personnel interacting with detainees. The training will address the international obligations and laws of the United States applicable to the detention of personnel, including the Geneva Conventions. The Combatant Commander will arrange for a training receipt document to be provided to personnel who have completed the training.

(2)(i) The Contractor shall arrange for its personnel interacting with detainees to--

(A) Receive the training specified in paragraph (b)(1) of this clause--(1) Prior to interacting with detainees, or as soon as possible if, for compelling reasons, the Contracting

Officer authorizes interaction with detainees prior to receipt of such training; and(2) Annually thereafter; and

(B) Provide a copy of the training receipt document specified in paragraph (b)(1) of this clause to the Contractor for retention.

(ii) To make these arrangements, the following points of contact apply:[Contracting Officer to insert applicable point of contact information cited in PGI 237.171-3(b).]

(3) The Contractor shall retain a copy of the training receipt document(s) provided in accordance with paragraphs (b)(1) and (2) of this clause until the contract is closed, or 3 years after all work required by the contract has been completed and accepted by the Government, whichever is sooner.

(c) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (c), in all subcontracts that may require subcontractor personnel to interact with detainees in the course of their duties.

5252.204-9504 DISCLOSURE OF CONTRACT INFORMATION (NAVAIR) (JAN 2007)(a) The Contractor shall not release to anyone outside the Contractor’s organization any unclassified

information (e.g., announcement of contract award), regardless of medium (e.g., film, tape, document), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval.

(b) Requests for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The Contractor shall submit its request to the Contracting Officer at least ten (10) days before the proposed date for release.

(c) The Contractor agrees to include a similar requirement in each subcontract under this contract. Subcontractors shall submit requests for authorization to release through the prime contractor to the Contracting Officer.

Page 72: Desktop:

N00421-08-R-0093

Page 72 of 100

Section J - List of Documents, Exhibits and Other Attachments

Attachment 1 – Personnel Data Form (PDF)Attachment 2 – Contractor Performance Evaluation Survey (CPARs)Attachment 3 – Wage DeterminationAttachment 4 – Base Access FormAttachment 5 – Bidder’s Mailing ListAttachment 6 – SF LLLAttachment 7 – DD 254

Exhibit A – Contract Data Requirements List (CDRLs)

ATTACHMENT 1PERSONNEL DATA FORM INSTRUCTIONS

Item 1. Employee name.

Item 2. Government labor category as specified in the RFP.

Item 3. Company labor category assigned the employee.

Item 4. Employee’s security clearance level, if applicable.

Item 5. Employer’s name and address.

Item 6. Indicate whether the employee is proposed for a key or non-key position as specified in the RFP.

Item 7. Provide the number of hours the employee is proposed to work under this effort. Also indicate the total hours proposed for the specific labor category.

Item 8. Indicate the type of degree held (no abbreviations), year awarded, and the school from which the employee received the degree.

Item 9. List the employee’s total years of experience, as substantiated by the information detailed in items 9-12.

Item 10. Synopsize the employee’s primary experience that is being detailed in items 10-12.

Item 11. Provide the dates during which this experience was gained. Be specific. Show the month/day/year of employment.

Item 12. State the name of the employer during which time experience was gained.

Item 13. Provide a narrative description/explanation of the experience which clearly demonstrates the employee’s qualifications.

Item 14. Sign the PDF.

1. NAME:

Page 73: Desktop:

N00421-08-R-0093

Page 73 of 100

2. GOVERNMENT LABOR CATEGORY:

3. COMPANY LABOR CATEGORY:

4. SECURITY CLEARANCE:

5. CURRENT EMPLOYER NAME & ADDRESS:

6. KEY: NON-KEY:

7. HOURS: TOTAL HOURS:

8. DEGREE:

9. TOTAL YEARS EXPERIENCE:

10. EXPERIENCE ELEMENT:

11. TIME PERIOD:

12. EMPLOYER NAME & ADDRESS:

13. NARRATIVE:

14. DISCLOSURE CERTIFICATION:

I consent to the disclosure of this Personnel Data Form for evaluation purposes regarding the proposal of submitted to NAVAIR, Patuxent River, MD under RFP# . Signature: Date:

ATTACHMENT 2CONTRACTOR PERFORMANCE EVALUATION SURVEY

Page 74: Desktop:

N00421-08-R-0093

Page 74 of 100

CONTRACTOR NAME: _____________________________ CONTRACT NUMBER: _________________

EVALUATION PERIOD: _____________________ DELIVERY ORDER NO: _______________________

CONTRACTING OFFICERS REPRESENTATIVE:

_____________________________________________ ___________________ ____________________Name (print) Code Phone

Please read the statements below, indicating your relative level of agreement in the box provided:NOTE: For statements indicating “Unsatisfactory” or “Exceptional,” please provide a brief explanation in the space provided.

Unsat Marginal Sat Very Good Exceptional N/A(a.) QUALITY OF PRODUCT OR SERVICE:

(1) The Contractor provided a product or service that conformed to contract requirements.

(2) The Contractor submitted accurate reports.

(3) The Contractor utilized personnel that were appropriate to the effort performed.

Unsat Marginal Sat Very Good Exceptional N/A(b.) SCHEDULE:

(1) The Contractor was responsive to technical direction.

(2) The tasks required under this effort were accomplished in accordance with the period of performance of the contract.

Page 75: Desktop:

N00421-08-R-0093

Page 75 of 100

Unsat Marginal Sat Very Good Exceptional N/A(c.) COST CONTROL:

(1) The Contractor submitted accurate invoices.

(2) The Contractor submitted invoices on a timely basis.

(3) The Contractor demonstrated cost efficiencies in performing the required effort.

(4) The Contractor demonstrated adequate internal controls.

(5) The actual costs realized reflect the negotiated cost/price.

Unsat Marginal Sat Very Good Exceptional N/A(d.) BUSINESS RELATIONSHIPS:

(1) The Contractor demonstrated overall effective management.

(2) The Contractor maintained open lines of communication to the appropriate points of contact.

(3) The Contractor promptly notified the appropriate points of contact regarding urgent issues.

(4) The Contractor acted proactively in providing effective solutions to critical program issues.

(5) The Contractor demonstrated effective management of its subcontractors.

(6) The Contractor demonstrated an effective small business concern subcontracting program.

Page 76: Desktop:

N00421-08-R-0093

Page 76 of 100

Unsat Marginal Sat Very Good Exceptional N/A(e.) KEY PERSONNEL:

(1) The key personnel were adequately retained throughout Contract performance.

(2) The Contractor proposed qualified personnel to fulfill the requirements of the effort.

ATTACHMENT 3The following Department of Labor Wage Determination(s) (WD) is/are hereby incorporated into the contract by reference, with the same force and effect as if they were given in full text. The Wage Determination(s) can be accessed electronically at www.wdol.gov.

PLACE OF PERFORMANCEWD#: REV#: DATE: STATE AND COUNTY:2005-2103 6 05/29/2008 Maryland, St. Mary’s

ATTACHMENT 5Bidder’s Mailing List

Booz Allen Hamilton8283 Greensboro DriveMcLean, VA 22102Phone: (301) 863-3475Fax: (301) [email protected]

Object Talk, Inc.1013 West Ninth Ave.King of Prussia, PA 19406Phone: (610) 265-1278Fax: (610) [email protected]

Coordinator, Grant InformationOffice of CommunicationsSan Diego State University Research Foundation

Page 77: Desktop:

N00421-08-R-0093

Page 77 of 100

5250 Campanile DriveSan Diego, CA 92182Phone: (619) 594-2458Fax: (619) [email protected]

ATTACHMENT 6

SF-LLL

DISCLOSURE OF LOBBYING ACTIVITIES

INSTRUCTIONS FOR COMPLETION OF SF-LLL

This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section 1352. The filing of a form is required for each .payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with a covered Federal action. Use the SF-LLL-A Continuation Sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information.

1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action.

2. Identify the status of the covered Federal action.

3. Identify the appropriate classification of this report. If this is a followup report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action.

4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime or subaward recipient. Identify the tier of-the subawardee, e.g., the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants.

5. If the organization filing the report in item 4 checks "Subawardee", then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known.

6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below agency name, if known. For example, Department of Transportation, United States Coast Guard.

7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments.

8. Enter the most appropriate Federal identifying. number available for the Federal action identified in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number; the contract, grant, or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001."

Page 78: Desktop:

N00421-08-R-0093

Page 78 of 100

9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5.

10. (a)Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity- identified in item 4 to influence the covered Federal action. (b)Enter the full names of the individual(s) performing services, and include full address if different from 10 (a). Enter Last Name, First Name, and Middle Initial (MI).

11. The certifying official shall sign and date the form, print his/her name, title, and telephone number.

Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (03480046), Washington, D.C. 20503.

Page 79: Desktop:

N00421-08-R-0093

Page 79 of 100

Section K - Representations, Certifications and Other Statements of Offerors

CLAUSES INCORPORATED BY REFERENCE

52.222-38 Compliance With Veterans' Employment Reporting Requirements

DEC 2001

252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country

OCT 2006

252.209-7002 Disclosure Of Ownership Or Control By A Foreign Government

JUN 2005

252.209-7006 LImitations on Contractors Acting as Lead System Integrators

JAN 2008

252.225-7003 Report of Intended Performance Outside the United States and Canada--Submission with Offer

DEC 2006

252.225-7031 Secondary Arab Boycott Of Israel JUN 2005

CLAUSES INCORPORATED BY FULL TEXT

52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2006)(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is [insert NAICS

code].(2) The small business size standard is [insert size standard].(3) The small business size standard for a concern which submits an offer in its own name, other than on a

construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.

(b)(1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (c) of this provision applies.

(2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (c) of this provision instead of completing the corresponding individual representations and certification in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes:

[ ] (i) Paragraph (c) applies.[ ] (ii) Paragraph (c) does not apply and the offeror has completed the individual representations and

certifications in the solicitation.(c) The offeror has completed the annual representations and certifications electronically via the Online

Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

FAR Clause Title Date Change

       

       

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.

Page 80: Desktop:

N00421-08-R-0093

Page 80 of 100

52.223-13 CERTIFICATION OF TOXIC CHEMICAL RELEASE REPORTING (AUG 2003)(a) Executive Order 13148, of April 21, 2000, Greening the Government through Leadership in Environmental

Management, requires submission of this certification as a prerequisite for contract award.(b) By signing this offer, the offeror certifies that --

(1) As the owner or operator of facilities that will be used in the performance of this contract that are subject to the filing and reporting requirements described in section 313 of the Emergency Planning and Community Right-to-Know Act of 1986 (EPCRA) (42 U.S.C. 11023) and section 6607 of the Pollution Prevention Act of 1990 (PPA) (42 U.S.C. 13106), the offeror will file and continue to file for such facilities for the life of the contract the Toxic Chemical Release Inventory Form (Form R) as described in sections 313(a) and (g) of EPCRA and section 6607 of PPA; or

(2) None of its owned or operated facilities to be used in the performance of this contract is subject to the Form R filing and reporting requirements because each such facility is exempt for at least one of the following reasons: [Check each block that is applicable.]

[____] (i) The facility does not manufacture, process, or otherwise use any toxic chemicals listed in 40 CFR 372.65;

[____] (ii) The facility does not have 10 or more full-time employees as specified in section 313(b)(1)(A) of EPCRA, 42 U.S.C. 11023(b)(1)(A);

[____] (iii) The facility does not meet the reporting thresholds of toxic chemicals established under section 313(f) of EPCRA, 42 U.S.C. 11023(f) (including the alternate thresholds at 40 CFR 372.27, provided an appropriate certification form has been filed with EPA);

[____] (iv) The facility does not fall within the following Standard Industrial Classification (SIC) codes or their corresponding North American Industry Classification System sectors:

(A) Major group code 10 (except 1011, 1081, and 1094.(B) Major group code 12 (except 1241).(C) Major group codes 20 through 39.(D) Industry code 4911, 4931, or 4939 (limited to facilities that combust coal and/or oil for the purpose of

generating power for distribution in commerce).(E) Industry code 4953 (limited to facilities regulated under the Resource Conservation and Recovery Act,

Subtitle C (42 U.S.C. 6921, et seq.), 5169, 5171, or 7389 (limited to facilities primarily engaged in solvent recovery services on a contract or fee basis); or

[____] (v) The facility is not located within any State of the United States or its outlying areas.

52.230-1 COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (JUN 2000)Note: This notice does not apply to small businesses or foreign governments. This notice is in three parts,

identified by Roman numerals I through III.Offerors shall examine each part and provide the requested information in order to determine Cost Accounting

Standards (CAS) requirements applicable to any resultant contract.If the offeror is an educational institution, Part II does not apply unless the contemplated contract will be subject

to full or modified CAS coverage pursuant to 48 CFR 9903.201-2(c)(5) or 9903.201-2(c)(6), respectively.I. Disclosure Statement -- Cost Accounting Practices and Certification

(a) Any contract in excess of $500,000 resulting from this solicitation will be subject to the requirements of the Cost Accounting Standards Board (48 CFR Chapter 99), except for those contracts which are exempt as specified in 48 CFR 9903.201-1.

(b) Any offeror submitting a proposal which, if accepted, will result in a contract subject to the requirements of 48 CFR Chapter 99 must, as a condition of contracting, submit a Disclosure Statement as required by 48 CFR 9903.202. When required, the Disclosure Statement must be submitted as a part of the offeror's proposal under this solicitation unless the offeror has already submitted a Disclosure Statement disclosing the practices used in

Page 81: Desktop:

N00421-08-R-0093

Page 81 of 100

connection with the pricing of this proposal. If an applicable Disclosure Statement has already been submitted, the offeror may satisfy the requirement for submission by providing the information requested in paragraph (c) of Part I of this provision.

Caution: In the absence of specific regulations or agreement, a practice disclosed in a Disclosure Statement shall not, by virtue of such disclosure, be deemed to be a proper, approved, or agreed-to practice for pricing proposals or accumulating and reporting contract performance cost data.

(c) Check the appropriate box below:[ ]* (1) Certificate of Concurrent Submission of Disclosure Statement. The offeror hereby certifies that,

as a part of the offer, copies of the Disclosure Statement have been submitted as follows:(i) Original and one copy to the cognizant Administrative Contracting Officer (ACO) or cognizant

Federal agency official authorized to act in that capacity (Federal official), as applicable; and(ii) One copy to the cognizant Federal auditor.

(Disclosure must be on Form No. CASB DS-1 or CASB DS-2, as applicable. Forms may be obtained from the cognizant ACO or Federal official and/or from the loose-leaf version of the Federal Acquisition Regulation.)

Date of Disclosure Statement: __________________ Name and Address of Cognizant ACO or Federal Official Where Filed: __________________________________________________________________________

The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the Disclosure Statement.

[ ]* (2) Certificate of Previously Submitted Disclosure Statement. The offeror hereby certifies that the required Disclosure Statement was filed as follows:

Date of Disclosure Statement: __________________ Name and Address of Cognizant ACO or Federal Official Where Filed: __________________________________________________________________________

The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the applicable Disclosure Statement.

[ ]* (3) Certificate of Monetary Exemption. The offeror hereby certifies that the offeror, together with all divisions, subsidiaries, and affiliates under common control, did not receive net awards of negotiated prime contracts and subcontracts subject to CAS totaling $50 million or more in the cost accounting period immediately preceding the period in which this proposal was submitted. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise the Contracting Officer immediately.

[ ]* (4) Certificate of Interim Exemption. The offeror hereby certifies that:(i) the offeror first exceeded the monetary exemption for disclosure, as defined in (3) of this subsection,

in the cost accounting period immediately preceding the period in which this offer was submitted and(ii) in accordance with 48 CFR 9903.202-1, the offeror is not yet required to submit a Disclosure

Statement. The offeror further certifies that if an award resulting from this proposal has not been made within 90 days after the end of that period, the offeror will immediately submit a revised certificate to the Contracting Officer, in the form specified under subparagraph (c)(1) or (c)(2) of Part I of this provision, as appropriate, to verify submission of a completed Disclosure Statement.

Caution: Offerors currently required to disclose because they were awarded a CAS-covered prime contract or subcontract of $50 million or more in the current cost accounting period may not claim this exemption (4). Further, the exemption applies only in connection with proposals submitted before expiration of the 90-day period following the cost accounting period in which the monetary exemption was exceeded.

II. Cost Accounting Standards -- Eligibility for Modified Contract CoverageIf the offeror is eligible to use the modified provisions of 48 CFR 9903.201-2(b) and elects to do so, the offeror

shall indicate by checking the box below. Checking the box below shall mean that the resultant contract is subject to the Disclosure and Consistency of Cost Accounting Practices clause in lieu of the Cost Accounting Standards clause.

[ ]* The offeror hereby claims an exemption from the Cost Accounting Standards clause under the provisions of 48 CFR 9903.201-2(b) and certifies that the offeror is eligible for use of the Disclosure and Consistency of Cost Accounting Practices clause because during the cost accounting period immediately preceding the period in which this proposal was submitted, the offeror received less than $50 million in awards of CAS-covered prime contracts and subcontracts. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise the Contracting Officer immediately.

Caution: An offeror may not claim the above eligibility for modified contract coverage if this proposal is expected to result in the award of a CAS-covered contract of $50 million or more or if, during its current cost

Page 82: Desktop:

N00421-08-R-0093

Page 82 of 100

accounting period, the offeror has been awarded a single CAS-covered prime contract or subcontract of $50 million or more.

III. Additional Cost Accounting Standards Applicable to Existing ContractsThe offeror shall indicate below whether award of the contemplated contract would, in accordance with

subparagraph (a)(3) of the Cost Accounting Standards clause, require a change in established cost accounting practices affecting existing contracts and subcontracts. [ ]* yes [ ]* no

252.225-7000 BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2005)

(a) Definitions. “Domestic end product”, “foreign end product”, “qualifying country”, “qualifying country end product”, and “United States” have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation.

(b) Evaluation. The Government-(1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal

Acquisition Regulation Supplement; and(2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy

American Act or the Balance of Payments Program.(c) Certifications and identification of country of origin.

(1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that-

(i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and

(ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country.

(2) The offeror certifies that the following end products are qualifying country end products:Line Item Number Country of Origin      

(3) The following end products are other foreign end products:Line Item Number Country of Origin (If known)      

252.247-7022 REPRESENTATION OF EXTENT OF TRANSPORTATION OF SUPPLIES BY SEA (AUG 1992)

(a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation.

(b) Representation. The Offeror represents that it--____ Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation.____ Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation.

(c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense FAR Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea.

Page 83: Desktop:

N00421-08-R-0093

Page 83 of 100

5252.209-9511 ORGANIZATIONAL CONFLICTS OF INTEREST REPRESENTATION (NAVAIR)(SERVICES) (APR 1989)

This solicitation contains an organizational conflicts of interest clause in Section H, which is to appear in the awarded contract. Along with their proposals, offerors must check the appropriate box below:[ ] Information concerning a conflict of interest, as identified in NAVAIR 5252.209-9510, is provided.[ ] No conflict of interest exists.

5252.222-9501 IDENTIFICATION OF FIRST-TIER SUBCONTRACTORS FOR PRE-AWARD CLEARANCE PURPOSES (NAVAIR) (FEB 1995)

(a) In order to comply with the pre-award clearance requirement of FAR 22.805(a), the bidder/offeror will identify any first-tier subcontractors proposed and estimated at $10,000,000 or more, including name, address, telephone number, place or places of performance, and the estimated amount of the subcontract (if known) in the space provided below:______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

(b) For the purpose of this clause, “subcontract” means any agreement or arrangement between a contractor and any person (in which the parties do not stand in the relationship of an employer and employee), (1) for furnishing of supplies or services or for use of real or personal property, including lease arrangements, that in whole or in part is necessary to the performance of any one or more Government contracts or (2) under which any portion of the contractor’s obligation under any one or more Government contracts is performed, undertaken, or assumed. “Subcontractor” means any person who holds, or has held a subcontract subject to EO 11246. The term “first-tier subcontractor” means a subcontractor holding a subcontract with a prime contractor.

Page 84: Desktop:

N00421-08-R-0093

Page 84 of 100

Section L - Instructions, Conditions and Notices to Bidders

L1 NOTICE TO OFFERORSThe Government reserves the right to award a contract to an offeror whose proposal contains less than 100% acceptable resumes. As stated in Section H, Clause 5252.237-9501 Addition or Substitution of Key Personnel (Services) (Oct 2005), the award will contain an attachment listing approved key personnel.

CLAUSES INCORPORATED BY REFERENCE

52.215-1 Instructions to Offerors--Competitive Acquisition JAN 2004 52.215-16 Facilities Capital Cost of Money JUN 2003 52.215-20 Requirements for Cost or Pricing Data or Information Other

Than Cost or Pricing Data OCT 1997

52.222-24 Preaward On-Site Equal Opportunity Compliance Evaluation FEB 1999 52.222-46 Evaluation Of Compensation For Professional Employees FEB 1993 52.237-10 Identification of Uncompensated Overtime OCT 1997 252.204-7001 Commercial And Government Entity (CAGE) Code

Reporting AUG 1999

252.227-7028 Technical Data or Computer Software Previously Delivered to the Government

MAR 2004

CLAUSES INCORPORATED BY FULL TEXT

52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE USE (APR 2008)Any contract awarded as a result of this solicitation will be [ ] DX rated order; [ X ] DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation.

52.216-1 TYPE OF CONTRACT (APR 1984)The Government contemplates award of a Cost Plus Fixed Fee contract resulting from this solicitation.

52.233-2 SERVICE OF PROTEST (SEP 2006)(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an

agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Naval Air Systems Command, Attn: Mr. J. Larry Mattingly, Code 2.5.1.2, Bldg. 8110, Unit 11, Villa Road, St. Inigoes, MD 20684-0010.

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

Page 85: Desktop:

N00421-08-R-0093

Page 85 of 100

This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov/far or http://www.farsite.hill.af.mil/.

52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984)(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an

authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision.(b) The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision

with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

5252.209-9513 ORGANIZATIONAL CONFLICT OF INTEREST INSTRUCTIONS (SERVICES)(NAVAIR)(JUN 1993)

(a) In accordance with FAR 9.507-1, the potential conflict of interest for this solicitation in the Contracting Officer’s judgment would involve any prime contractor, subcontractor, co-sponsor, parties to a joint venture, consultant or other legal entity (1) who because of activities or relationships is unable to render impartial assistance or advice to the Government, or (2) whose objectivity in performing the contemplated contract work is or might otherwise be impaired, or (3) who has an unfair competitive advantage in regards to providing technical and engineering services to the Special Communications Requirements (SCR) Division to support Communications-Electronics Advanced Technology (CEAT) systems.

(b) This solicitation contains special provision clause in Section H entitled, “Organizational Conflicts of Interest”, which is to appear in the awarded contract.

(c) If the offeror has checked Block one of the NAVAIR 5252.209-9511, “Conflicts of Interest Representation” in Section K, indicating a potential conflict exists, the offeror shall in accordance with the 5252.209-9510, “Organizational Conflict of Interest” clause in Section H, disclose any and all information necessary to ascertain whether an organizational conflict of interest does exist, and if so, whether a waiver should be requested.

(d) The offeror shall take all reasonable steps to obtain documentation of organizational conflicts of interest, and shall cooperate fully with the Government in resolving such issues expeditiously.

(e) Along with responses to this solicitation, offerors must either (1) submit the following information concerning any existing or planned contracts with, or interests in, the suppliers and/or equipment identified in Section C ; or (2) state that to the best of the offeror’s knowledge no such interest or contract exists:

(1) a description of the conflict of interest (e.g., weapons systems supplier(s), corporate restructuring, first-tier subcontractor(s)) and identity of parties involved;

(2) a description of the work to be performed;(3) the dollar amount;(4) the period of performance; and(5) a description of the contractor’s internal controls and planned actions, to avoid any potential

organizational conflict of interest.(f) Documentation referred to above may be submitted in advance of proposal submission but must be submitted

no later than the closing date for receipt of offers.(g) Disclosure of Potential Conflict of Interest by Offerors.

(1) The offeror agrees to disclose, in writing and prior to the closing date for receipt of offers, any relevant facts pertaining to work previously performed or presently being performed by the offeror under private and Government contracts wherein the subject matter includes systems, components, technology, or services identical or similar to that encompassed by the proposed contract and which might give rise to the appearance of an

Page 86: Desktop:

N00421-08-R-0093

Page 86 of 100

organizational conflict of interest. Such disclosure should set forth all relevant facts including identification of contracts under which work was or is being performed

(2) If any of the contracts identified pursuant to subparagraph (g)(1) contain an Organizational Conflict of Interest Provision, the offeror may request a waiver of that provision and propose contractual safeguards or job procedures to mitigate conflicting roles that might produce an Organizational Conflict of Interest.

(3) Any documentation submitted pursuant to this subparagraph shall identify this procurement by IFB/RFP or other appropriate number as a reference and shall be forwarded to:

Naval Air Systems CommandBldg. 8110, Unit 11, Code 2.5.1.2

Villa RoadSt. Inigoes, MD 20684-0010

Attn: Organizational Conflict of Interest Material

(h) The Contracting Officer will determine whether such interests or contracts present potential organizational conflicts of interest that should preclude award to the offeror.

5252.215-9503 ANTICIPATED AWARD DATE (NAVAIR) (FEB 1995)The anticipated award date for this requirement is 22 October 2008. This information is provided for use as a

basis for schedules and burden (labor, overheads, G&A, etc.) mid-point calculations.

5252.215-9520 CONTENT OF PROPOSALS (SERVICES)(NAVAIR)(AUG 2006) - ALT I (MAR 1999)

(A) Offerors shall submit proposals in three (3) separate volumes as indicated below. No proposal volume, other than Volume III, shall contain any reference to cost aspects of the offer unless otherwise noted.

Volume I – General Information:

Tab A – General Information: Include a completed and signed Standard Form 33 (Solicitation, Offer, and Award), any other solicitation amendments, the completed and signed Representations, Certifications and other Statements of Offerors (Section K of this RFP), any other applicable fill-ins and DCAA Information/Payroll Verification.

Tab B – Small Business Utilization Strategy: The offeror shall provide all data and information required for evaluation of the Small Business Utilization Strategy in accordance with the instructions found under this instruction “Content of Proposals – Best Value”.

Tab C – Small Business Subcontracting Plan: The Small Business Subcontracting Plan, as required by FAR 52.219-9 II, shall be provided with this volume.

Volume II - Technical: The technical volume shall consist of two (2) separate sections as follows:

Tab A - Technical and Management: The offeror shall provide all data required for the evaluation of Technical and Management in accordance with the instructions found under this instruction “Content of Proposals – Best Value”. The Technical Proposal shall not contain any reference to the cost aspects of the offer.

Page 87: Desktop:

N00421-08-R-0093

Page 87 of 100

Tab B – Past Performance: The offeror shall include all data and information required for the past performance evaluation and prepare in accordance with instructions found under this instruction, “Content of Proposals – Best Value”.

Volume III – Price/Cost Proposal: The offeror shall include the completed Section B of this solicitation and the completed Table II, as well as the cost information required under this instruction, “Content of Proposals – Best Value.”

I M P O R T A N T N O T I C E : R E S P O N D T O A L L R E Q U I R E M E N T S O F T H E S O L I C I T A T I O N . O F F E R S S U B M I T T E D W I T H I N A D E Q U A T E T E C H N I C A L O R C O S T D A T A M A Y B E F O U N D U N A C C E P T A B L E . D O N O T A L T E R O R R E A R R A N G E T H E S O L I C I T A T I O N . D O N O T I N C L U D E C L A S S I F I E D I N F O R M A T I O N I N Y O U R P R O P O S A L .

(B) PROPOSAL FORMAT:

(i) Proposals shall be submitted on 81/2 x 11-inch paper, printed on one side only. The pages shall be numbered consecutively and contain a Table of Contents. Use a font size no smaller than 12-point type (fixed or proportional). Fold out pages up to 11 x 17 inches are permissible when used for diagrams, charts or graphic material with type size(s) no smaller than 10 point type (fixed or proportional), however, each foldout page counts as one page. Text shall be single space with margins at one inch (right, left, top and bottom).

(ii) Each Volume and Tab of the proposal shall be submitted as original and additional copies as specified in the table below. Page limitations for each tab, if any, are also specified below.

IDENTIFICATION PAGE LIMIT NO. OF COPIES

Volume I:

Tab A - General Information No Limit 1 Original (Written) 1 Copy

Tab B – Small Business Utilization Strategy 10 Pages 1 Original (Written) 1 Copy

Tab C – Small Business Subcontracting Plan No Limit 1 Original (Written) 1 Copy

Volume II:

Tab A - Technical and Management Forty (40) Pages 1 Original (Written) 3 Copies (paper only) Tab B - Past Performance No Limit 1 Original (Written) 2 Copies

Volume III:

Price/Cost No Limit 1 Original (Written) 2 Copies

Page 88: Desktop:

N00421-08-R-0093

Page 88 of 100

I F A S E C T I O N O F T H E P R O P O S A L E X C E E D S T H E P A G E L I M I T A T I O N S E T F O R T H ,

E X C E S S T E X T W I L L B E R E M O V E D F R O M T H E B A C K O F T H A T S E C T I O N A N D W I L L

N O T B E E V A L U A T E D .

(iii) The table of contents, not included in page count, shall provide sufficient detail so the important elements can be easily located. The use of tabs and dividers are encouraged. The proposal Title Page shall include all information required, plus identification of copies bearing original authorizing signatures.

(iv) The proposal volumes shall be in standard three-ring loose-leaf binders. The title page shall include the following information:

Title of proposal and proposal number

Volume and Volume Number; Tab and tab letter (General, Technical, Personnel, Past Performance)

RFP Number

Offeror’s name, address, POC, telephone number, facsimile number, and email address

Subcontractors name, address, POC, telephone numbers, facsimile numbers, and email addresses

Taxpayer Identification Number (TIN), Data Universal Numbering System Numbers (DUNS), Cage

Codes for the prime and any proposed subcontractors

Serial number/copy number/designation of the original

Name, address, telephone number, and facsimile number of Cognizant DCAA Auditor, ACO, and

DCMA office for the prime and any subcontractors.

(v) Data submitted directly to the Government by subcontractors in support of the prime offeror’s cost proposal shall follow the above format. In addition, it shall prominently identify the prime offeror.

(C) Electronic Media Requirements

All proposal volumes (excluding Volume I "General Information") must also be provided via electronic media on a virus free disk. Electronic data must be submitted on 3.5” disks or compact disks in an IBM-Compatible format. Proposals will be evaluated using Microsoft Word for Windows (version 6.0) and Microsoft Excel 97 for Windows (version 5.0). Submitted electronic proposals must be readable in these specified formats. Offerors may submit proposals in alternate formats (such as Adobe Acrobat), provided that an appropriate DOS/Windows viewer is provided to the Government. If the offeror elects to use such an alternate, the viewer must be provided on a separate diskette or diskettes, clearly identified. Each diskette shall be marked with the offeror’s name, the solicitation number, submission date, volume number(s), software used, and the names and descriptions of all files included on that diskette. Two sets of diskettes shall be submitted. One set shall be marked “MASTER” and the second shall be marked “BACKUP.” Each set of diskettes shall be separately wrapped in commercially available, industry-standard electrostatic discharge (ESD) sensitive packaging. All diskettes shall be write protected.

(D) Requirements for Proposal Content

The proposal shall concisely describe the offeror’s response to the requirements of the solicitation. Elaborate artwork, expensive paper or bindings, expensive visual aids or other aids are not necessary and are discouraged. The use of general or vague statements such as “standard procedures will be used,” “good engineering practice,” and “will comply with specification,” are not desired and may be construed as an indication of the offeror's lack of understanding or cost consciousness.

Do not repeat information required in response to two or more evaluation factors. Present details in only one area of the proposal where it contributes most critically to the discussion. Where discussion of the same information is necessary, refer to the initial discussion and identify its location within the proposal. If required,

Page 89: Desktop:

N00421-08-R-0093

Page 89 of 100

cross-reference the proposal for traceability. Specific detailed evaluation factors are stated in Section M. Fully address each factor in the appropriate section of your proposal.

Any data previously submitted in response to another solicitation will be assumed unavailable to the Government. This data must not be incorporated into the technical proposal by reference.

Clarity and completeness of the proposal are of the utmost importance. The proposal must be written in a practical, clear, and concise manner. It must use quantitative terms whenever possible and must avoid qualitative adjectives to the maximum extent possible. Proposal Volumes must be internally consistent or the proposal will be considered unrealistic and may be considered unacceptable.

(1) Proposal Content – Volume I - General Information

(A) Tab A – General Information (Written). Provide the following:

(i) The completed and signed Standard Form (SF) 33 (Solicitation, Offer and Award).

(ii)Copies and acknowledgment of any solicitation amendments.

(iii) Verification that representations and certifications currently posted electronically at the Online Representations and Certifications (ORCA) website have been entered or updated within the last 12 months, and are current, accurate, complete, and applicable to this solicitation as of the date of this offer submission and are thus incorporated by reference. The representations and certifications shall apply to the business size standards applicable to the NAICS code referenced in the solicitation. Exceptions/changes to the representations/certifications shall be noted in this volume of the offeror’s proposal. Offeror’s shall also ensure to address any other FAR clauses, and all DFAR or NAVAIR clauses imbedded in Section K of the solicitation that are not contained in ORCA.

(iv) A summary, which identifies and explains any exceptions to or conditions for any solicitation provision or contract clause. Rationale for the exception and/or condition shall be fully provided as well as reference to the respective provision or clause.

(v) The offeror and proposed subcontractors shall provide the most current DCAA Provisional Billing Rate Approval Letter, DCAA Final Billing Rate Approval Letter, and/or DCAA Forward Pricing Rate Agreement recommendation, payroll verification for all personnel proposed, and any other information necessary to substantiate the rates (direct and indirect) being proposed. Payroll verification for direct labor rates shall consist of a form containing the employee’s name, direct labor rate and a signed certification by an authorized representative of the company that the information contained in the form is correct. If any of the rates utilized by the offeror or any subcontractors differ from the DCAA information and/or payroll verification, a justification shall be provided for the difference. If DCAA has not reviewed the rate information for an offeror or one of its subcontractors, that company must submit details and justification for calculation of its proposed direct and indirect rates. The offeror shall also provide documentation verifying that it has a DCAA approved Cost Accojnting System. The proposed subcontractors are required to submit their DCAA information and payroll verification either under their prime contractor or separately.

(B) Tab B – Small Business Utilization Strategy (Written). The offeror, if a large business, shall

address their strategy for utilizing small business, small disadvantaged business, women-owned small business, hubzone small business, veteran owned small business, and service disabled veteran owned small business (hereafter referred to as small business concerns) for the performance of this contract.

The strategy shall include the following:

Describe approach of identifying Small Business Concerns. Identify extent of participation of small businesses on this contract including the percentage of total

contract value to be performed by small business concerns.

Page 90: Desktop:

N00421-08-R-0093

Page 90 of 100

Identify the extent of commitment to use such small businesses. Identify the degree to which the offeror meets or exceeds the requirement that 20% of the total estimated

value of the contract be reserved for small business concerns. Describe complexity and variety of work the proposed small business concerns are to perform. Describe past experience in meeting proposed small business goals and processes that have been

implemented to correct inabilities to meet proposed small business goals. Demonstrate consistency among the Small Business Program, the Small Business Subcontracting Plan,

and Cost proposal.

It is the policy of NAVAIR to ensure that small business concerns shall have the maximum practicable opportunity to participate in the performance of contracts awarded to support NAVAIR programs at both the prime and subcontractor level. The contract to be awarded as a result of this solicitation shall fully comply with the intent of the aforementioned policy. Since this procurement is unrestricted, prime contractors, which are large businesses, shall reserve at least 20% of the total estimated value of the contract for performance by small business concerns. The expenditures by small business concerns shall be reported by the prime contractor in its monthly progress report so that the Government can periodically review and assess the contractor’s compliance with this requirement.

(C) Tab C – Small Business Subcontracting Plan (Written). The offeror, if a large business, shall submit a copy of their approved Subcontracting Plan, in accordance with FAR 52.219-9 II Small Business Subcontracting Plan, DFAR 252.219-7003 Small Business Subcontracting Plan (DOD Contracts) and NAVAIR 5252.219-9501 Less than Five Percent Small Disadvantaged Business Subcontracting Goal. As stated above, 20% of the total estimated value of the contract shall be reserved for small business concerns. The 20% small business subcontracting is to be allocated as follows: 5% - Small Disadvantaged Business; 6% - Woman-Owned Small Business; 3% - Hubzone Small Business; 3% - Veteran-Owned Small Business; and 3% - Service Disabled Veteran-Owned Small Business. If the goals differ, the offeror shall also provide a detailed explanation as to why the goals differ and how the offeror plans to meet the requirements of the contract.

(2) Proposal Content – Volume II - Technical

The Technical Volume is subdivided into two (2) sections as follows:

(a) Tab A – Technical and Management (Written) . The offeror shall provide a technical approach detailing relevant experience and expertise in the task areas identified in the Performance Based Statement of Work (PBSOW) (See Section C). The technical approach shall be based on the contractor’s capability, including team partners, to carry out the requirements of the PBSOW. The Technical Approach shall not exceed 40 pages in length when printed (Resumes, Personnel Utilization Plan and Letters of Intent not included in the page count). Technical and Management consist of two subfactors, Technical Approach and Personnel, as follows:

(1) Technical Approach: The offeror shall address the following areas:

(i) The offeror’s understanding of the technical requirements as stated in Section C demonstrating the necessary experience and expertise to accomplish all areas of tasking. Offerors are encouraged to demonstrate unique methods for accomplishing these requirements;

(ii) The offeror’s methodology (including staffing plan and a description of the contractor furnished facilities) for performing the technical requirements identified in Section C;

(iii) The offeror’s demonstrated understanding of the deliverables to be produced in response to the requirements

(iv) The offeror’s management approach to address plans to manage, execute, and monitor tasking progress in the interest of efficient and effective quality control; identify and resolve contractual and technical problems; effectively interface with the Government

Page 91: Desktop:

N00421-08-R-0093

Page 91 of 100

Contracting Officer’s Representative (COR); manage subcontractors and also ensure compliance with the mandated goal for subcontracting 20% of the resultant contract value to small business firms; and administration to include status reporting. This section of the proposal shall also address what facilities it plans to have available to meet the requirement for contractor furnished facilities as addressed in Section C. The Government will provide limited office, laboratory and integration space for the contractor for on-site work requirements (approximately 2500 sq. ft.) located at NAWCAD, Patuxent River, St. Inigoes, MD. to support this requirement. Offerors shall address in the proposal submission what equipments, etc., it plans to have available within these spaces;

(v) The offeror’s Quality Assurance Plan describing how the contractor will monitor their technical performance of the PBSOW tasking.

(2) Personnel: The offeror shall propose key personnel and non-key personnel required to perform tasking under Section C. Offerors shall submit a resume for all proposed key personnel. Be advised, the Government has provided its estimate for labor hours, labor mix, minimum personnel qualifications, and category designation of key or non-key personnel in Section(s) B and C of this RFP. This information should be utilized by the offeror in the development of its proposal BUT should be considered only as general parameters in developing the proposal and not misconstrued as mandatory nor the only acceptable approach. In Section C, the Government has provided minimum personnel qualifications along with Key and Non-Key designation. The offeror shall identify the proposed mix of personnel it plans to utilize for the performance of tasking under the Performance Work Statement (PWS) including labor categories (both key and non-key) and the number of hours per category. The labor mix shall be provided in the Personnel Utilization Plan. If the proposed mix of personnel, level of effort, minimum personnel qualifications, and designation of “key” versus “non-key” categories differs from Government provided information cited in Section(s) B and C, the offeror shall provide rationale for doing so in a narrative which addresses the basis for its alternate approach and why it should be considered well suited to performing tasks outlined in the PWS. The offeror shall demonstrate that proposed personnel meet the minimum qualifications of the respective labor categories referenced by completing the Personnel Utilization Plan. The offeror is NOT required to identify specific individuals proposed for Non-Key labor categories at the time of proposal submission. In addition, the offeror must submit a resume(s) for all key personnel proposed. Provide a resume of the work assignments, training, education, etc., that demonstrates the specific experience and specialized qualifications of each key person proposed. The offeror shall include a separate written agreement (“letter of intent”) signed by the potential key employee(s) to work for the offeror effective at award. Agreements shall be provided for both prospective and current offeror employees.

(i) This tab contains the resumes reflecting the qualifications and experience of all personnel being proposed for the key labor categories set out below (unless otherwise noted). If the offeror does not identify the labor categories listed below by the same specific title, then a cross reference list should be provided with the offeror’s proposal identifying the difference.

KEY PERSONNEL

Program Manager (1)Project Manager (1)Senior Network Engineer (1)Senior Computer Scientist (1)Senior Systems Analyst (1)Senior Database Administrator (1)Computer Programmer III (1)Senior Network Analyst (1)Network Analyst (1)Senior Information Assurance Analyst (1)

Page 92: Desktop:

N00421-08-R-0093

Page 92 of 100

(ii) Personnel resumes submitted by the offeror must reflect the necessary qualifications and experience as described in the labor category descriptions included in (Section C Personnel Qualifications), and represent the offeror’s capability to perform the tasks contained in (Section C Statement of Work). Resume entries shall detail specific skills and include separate entries for each position in which those skills were performed. Resumes shall be provided in strict accordance with the resume format in Attachment 1 of Section J. A person cannot be proposed for more than one labor category. Each resume is limited to a total of two single-sided pages and must be signed by all employees as well as contain signed letters of commitment to work from any contingent hires.

(iii) The offeror must have personnel, organization, and administrative control necessary to ensure that the services performed meet all requirements of this contract. The work history of each offeror's employees shall contain experience directly related to the tasks and functions to be assigned. The Government reserves the right to determine if a given work history contains necessary and sufficiently detailed related experience to reasonably ensure the offeror's ability for effective and efficient performance.

(iv) Current annual salary is required only if the employee is currently employed by the offeror or subcontractor (to be provided in cost volume). If the employee is a contingency hire, the offeror or subcontractor, must include the agreed to annual salary of the prospective employee (to be provided in the cost volume), as well as a signed commitment to work. Resumes for subcontractor's personnel may be submitted in a separately sealed envelope to the prime contractor. The sealed envelope will be submitted with the prime contractor's personnel Section.

(v) Additional categories (those not designated as Key) identified in this solicitation, Section C – Personnel Qualifications, will not be used for evaluation purposes and offerors are not to submit resumes for these categories. However, offerors must include all labor categories in the personnel utilization matrix and must demonstrate in their proposals the ability and intention to provide personnel meeting or exceeding those minimum qualifications to commence work at the time of contract award.

(vi) The offeror must provide a Personnel Utilization Plan for all labor categories for the base period only in the format of Table I, Personnel Utilization Plan. The offeror should subtotal the labor hours identified in the Personnel Utilization Plan for labor categories of both the prime and subcontractor(s). If an individual is proposed as a contingency hire, it must be so noted. New hires may not be proposed. A contingency hire is defined as an individual who has signed a commitment to work in the event that the contract is awarded to the offeror. A new hire is defined as an unspecified person to fill an empty billet who is not identified as a current employee of the offeror or as a contingency hire. Be advised that the Government estimate of the labor mix and hours required to perform this effort has been cited in Section B clause entitled, Level of Effort. This estimate is based on historical information from the current contract and tasking projections for the upcoming option period. Offerors can choose to propose an alternative labor mix, and if doing so, shall include a narrative rationale in this section of the proposal that supports the proposed Personnel Utilization Plan. The evaluation team will take into consideration both the qualitative and proposal risk merits of any proposed plan that deviates from the Government-provided estimate. The Personnel Utilization Plan does not have a page limitation.

(b) Tab B – Past Performance: The past performance tab will contain a description of the offeror’s Government contracts (both prime and major subcontracts) currently ongoing or completed within the past three years, which are in any way similar to the effort required by this solicitation. The description should include, as a minimum, the following information: the offeror’s CAGE and DUNS numbers; contract number; awarded/estimated price; Government points of contact (Contracting Officer, and Contracting Officer’s Representative); a brief narrative of the work required and similarities with the requirements of this solicitation. (Note: This information shall also be submitted for proposed subcontractors.) This information will be used to evaluate such areas as quality of product or service; schedule and cost control; personnel retention, and business and customer relationships.

(i) The offeror must provide a matrix of recent corporate experience as shown on Table III, “Matrix of Corporate Accomplishments”. This information will be used to evaluate past performance and systemic improvement. The offeror shall prepare an outline that identifies contracts for which Contractor Performance Assessment Reporting System (CPARS) reports currently exist.

Page 93: Desktop:

N00421-08-R-0093

Page 93 of 100

(ii) For those identified contracts that CPARs reports do not currently exist, the offeror shall obtain past performance data by sending a copy of the Contractor Performance Evaluation Survey provided as a Attachment (2) in Section J to the Contracting Officer of the cited contract not later than fifteen (15) days prior to the proposal due date. A cover letter should accompany the survey and request that the Contracting Officer complete the survey with assistance from the Contracting Officer’s Representative (COR)/Technical Point of Contact and then proceed to forward it directly to the address in Block 7 of the SF 33 so that it is received on or before the proposal due date. It is suggested that words similar to the following be included in the cover letter:

It is requested that the Contracting Officer and COR/Technical Point of Contact for the contract cited above, complete the attached survey to provide past performance data for consideration by the Past Performance Evaluation Team. The survey shall be forwarded to Naval Air Systems Command, Aircraft Support Contracts Department, Villa Road, Unit 11, Bldg. 8110, St. Inigoes, MD 20684-0010, Attn: Peggy Coberly, Code 2.5.1.2.2.1, Solicitation N00421-08-R-0093, on or before the date shown in Block 9 of the SF 33.

(3) Proposal Content – Volume III – Cost/Price

(1) Offerors shall submit cost data, which allows the Government to perform a cost realism analysis. The Offeror shall complete Section B (CLINs 0001, 0002, 0003, 0004, 0101, 0102, 0103, and 0104) for the base and option period. In order to support the Section B estimated cost and fee, the Price/Cost proposal must contain specific cost information for the labor categories and corresponding level of effort outlined in 5252.211-9503I “Level of Effort”, provided in the format of Table II for the initial year and option year for the Offeror and all subcontractors. Individual consultants must be proposed as subcontractors. Each subcontractor shall provide a complete Table II. The CPFF for each subcontractor shall be used when constructing the prime contractor’s Table II. Proposals must be submitted for the total maximum hours, by labor category, shown in Section B 5252.211-9503I “Level of Effort.”

(2) Table II must be consistent and demonstrate a clear understanding as to how both prime and subcontractor hours and costs were derived. Proposed prime and subcontractor hours and costs should be consistent. Inconsistencies in the proposal between the prime and the subcontractor hours and costs may be considered a proposal risk to the Government.

(3) All proposed costs must be adequately supported. The proposal must include sufficient background to show derivation of all costs. If the cost proposal cannot be understood, it may result in the entire proposal being found to be unacceptable and thus eliminated from the competition

(4) The proposed costs shall be evaluated to determine fairness and reasonableness and shall be evaluated on the basis of the best value to the Government, as submitted in “Section B – Supplies or Services and Prices/Costs”. Congruence between the cost/price and technical proposal shall be evaluated.

(5) Service Contract Act. This solicitation, and the resulting contract, will be subject to the Service Contract Act of 1965, as amended, and FAR 52.222-41, Section I of this solicitation. Therefore, as part of the cost proposal, the offeror shall furnish all information needed to ascertain compliance with the minimum monetary wages and fringe benefits for service employees as specified in the Wage Determination, Section J of this solicitation. Offerors are required to submit a total compensation plan setting forth salaries and fringe benefits proposed for employees (including temporary and part time employees) who will work under the contract and are subject to the Act. Include the data used in establishing the total “bona fide” fringe benefit plan, fund, or program for each labor category proposed.

(6) Labor Rate Escalation. Any proposed labor escalation shall be limited to the offeror’s normal practices associated with merit increases, promotions, cost-of-living, etc.

Page 94: Desktop:

N00421-08-R-0093

Page 94 of 100

(7) Performance Ratios. For proposal purposes, use the following on-site (Government) and off-site (Contractor) performance ratios. On-site will entail access to government work spaces versus sole use of a government work space (e.g., testing in a laboratory area).

On-Site Off-Site

30% 70%

(8) In accordance with provision “Identification of Uncompensated Overtime” (FAR 52.237-10), the Offeror must provide information for all personnel proposed for all categories.

(9) The Offeror must provide the information required by provision 52.222-46, “Evaluation of Compensation for Professional Employees.”

(10) Other Direct Costs (ODCs). The estimates for these costs are set forth below. It is anticipated that the offeror's applicable indirect cost burdens, excluding fee, will be applied to the Government estimate for travel and material, with calculations of such action to be outlined in the offeror's cost proposal. The contractor shall identify the total burdened travel and material costs in Section B. The contractor shall not propose any specified fee against travel or material.

Travel MaterialBase $450,000 $4,000,000Option I $450,000 $4,000,000

TABLE I – PERSONNEL UTILIZATION PLAN

RFP Category Employee Name Employer Key/Non-Key Contingency Hire (Yes/No)

Hours Proposed *Education Degree (Yr) *Yrs of Experience Utilization by SOW Category

*Per Section C, Labor Category Descriptions/Personnel Qualifications.**Identify paragraphs of the SOW where proposed personnel will be utilized.

TABLE IITHE RATES USED IN THIS ATTACHMENT ARE ONLY A SAMPLE

CPFF SUPPORTING INFORMATION

TABLE II

(BASE PERIOD)PRIME: LABOR CATEGORY LABOR RATES HOURS DIRECT LABOR W. WRIGHT PROGRAM MANAGER $ 20.00 1000 $ 20,000.00 O. WRIGHT SENIOR ENGINEER $ 21.68 1200 $ 26,016.00 A. BELL ENGINEER $ 20.20 1100 $ 22,220.00

3300 $ 68,236.00

COST ELEMENT BASE RATE TOTAL $

Page 95: Desktop:

N00421-08-R-0093

Page 95 of 100

SUBCONTRACTS $195,291.36

TOTAL DL $ $ 68,236.00 OVERHEAD $68,236.00 35% $ 23,882.60 FRINGE $68,236.00 25% $ 17,059.00

SUBTOTAL $109,177.60

G&A (PRIME) $109,177.60 10% $ 10,917.76 G&A (SUB) $195,291.36 5% $ 9,764.57

SUBTOTAL $ 20,682.33

TOTAL COST $325,151.29 FIXED FEE $325,151.29 6% $ 19,509.08

TOTAL CPFF $344,660.37

TABLE II NOTES

Note 1: For purposes of this example fringe is broken out of the overhead rate and applied separately. Overhead and fringe shall be displayed in accordance with the contractor's approved accounting system.

Note 2: The hours must be consistent between the prime's proposal and the subcontractor back-up data.

Note 3: The Contractor shall not propose any specified fee against travel or material.

Note 4: If required, add a column for Facilities Capital Cost of Money.

TABLE II CON’TTHE RATES USED IN THIS ATTACHMENT ARE ONLY A SAMPLE

CPFF SUPPORTING INFORMATION

TABLE II

(BASE PERIOD)SUBCONTRACTOR: LABOR CATEGORY LABOR RATES HOURS DIRECT LABOR T. EDISON DESIGN ENGINEER $47.65 1300 $ 61,945.00 O. WRIGHT ELECTRICAL ENGINEER $44.56 1100 $ 49,016.00

3300 $ 110,961.00

COST ELEMENT BASE RATE TOTAL $ TOTAL DL $ $110,961.00 OVERHEAD $110,961.00 35% $ 38,836.35 FRINGE $110,961.00 25% $ 27,740.25 SUBTOTAL $177,537.60 G&A (SUB) $177,537.60 10% $ 17,753.76

$195,291.36

Page 96: Desktop:

N00421-08-R-0093

Page 96 of 100

FIXED FEE $110,961.00 0% $0.00 TOTAL CPFF $195,291.36

TABLE III

MATRIX OF CORPORATE ACCOMPLISHMENTS

The offeror must provide a chronological matrix of recent corporate contract experience in performing tasks similar to those described in the solicitation. Include the experience of all subcontractors, joint venture participants and teaming participants, but list them separately. For experience not acquired as a prime contractor, identify the prime contractor and describe the depth and extent of the work you performed to include the percentage of the total contract dollar value performed by your employees. If experience was through other than a formal contract, provide a complete narrative explaining the circumstances. The offeror must describe the relevancy of its corporate experience to this proposed contract and describe how this proposed contract will benefit from the offeror's initiatives in systemic improvement. The matrix must be in the following format. Include a description/discussion of how the task was proposed/accomplished and results of the final report.

Name & Address Name & Phone No. CPARSPeriod of Contract of Contracting of Government Description of Report Performance Number Activity Contracting Officer Cost Task Performed Exists (Y/N)

5252.219-9501 LESS THAN FIVE PERCENT SMALL DISADVANTAGED BUSINESS SUBCONTRACTING GOAL (NAVAIR) (MAR 1999)

Offerors submitting Small and Small Disadvantaged Business Subcontracting Plans per FAR Clause 52.219-9, “Small Business Subcontracting Plan” and DFARS Clause 252.219-7003, “Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts)” which reflect a Small Disadvantaged Business (SDB) goal of less than five percent shall also provide, as a part of the subcontracting plan submission, those extenuating circumstances of why a five percent SDB goal cannot be proposed.

5252.233-9500 PROTEST/APPEAL FILED WITH THE NAVAL AIR SYSTEMS COMMAND (NAVAIR) (MAR 1999)

(a) Agency protests/appeals will be processed in accordance with the procedures established at FAR 33.103. A protest to the Naval Air Systems Command shall be filed with the Contracting Officer whose name and address are shown in FAR Clause 52.233-2, “Service of Protest “ of this solicitation.

(b) The protester may request an independent review of the Contracting Officer’s decision on the protest by filing a written appeal with:

The Chief of the Contracting Office (AIR-2.0)Naval Air Systems Command

Attn: Pamela K. Gray, Code 2.5E

Page 97: Desktop:

N00421-08-R-0093

Page 97 of 100

Bldg. 441, Unit 721983 Bundy Road

Patuxent River, MD 20670

(c) The appeal must be received by the Chief of the Contracting Office within 10 calendar days after the Contracting Officer’s protest decision was issued. The appeal shall include (1) the name, address, and fax and telephone numbers of the appellant; (2) the solicitation or contract number; (3) a detailed statement of the factual grounds for the appeal, to include a description of resulting prejudice to the appellant; (4) copies of relevant documents; (5) a request for an independent review by the Chief of the Contracting Office; (6) a statement as to the form of relief requested; and, (7) all information establishing the timeliness of the appeal.

Page 98: Desktop:

N00421-08-R-0093

Page 98 of 100

Section M - Evaluation Factors for Award

CLAUSES INCORPORATED BY REFERENCE

52.217-5 Evaluation Of Options JUL 1990

CLAUSES INCORPORATED BY FULL TEXT

5252.215-9511 COST REALISM (OCT 2007) (NAVAIR)(a) All efforts proposed on a cost reimbursement basis shall be evaluated using cost realism. Cost realism

analysis is conducted to determine what the Government should realistically expect to pay for the proposed effort, the offeror’s understanding of the work and the offeror’s ability to perform the work. Any understatement or overstatement of costs, whether in labor hours, labor rates, overhead rates and other direct costs may be considered a reflection of a lack of understanding of the work required and may be considered in the technical analysis, which could affect the technical rating or risk assessment.

(b) An offeror’s proposal is presumed to represent his best efforts to respond to the solicitation. Any inconsistency, whether real or apparent, between promised performance and cost/price should be explained in the proposal. For example, if the intended use of new and innovative production techniques is the basis for an abnormally low estimate, the nature of these techniques and their impact on cost should be explained. Additionally, if a corporate policy has been made to absorb certain costs, the offeror shall fully identify and explain those company investments. The resulting contract shall include a clause indicating that those costs will not be allowable.

(c) Any significant inconsistency if unexplained, raises a fundamental issue of the offeror’s understanding of the nature and scope of the work required and its financial ability to perform the contract, and may affect risk assessments and responsibility determinations.

5252.215-9530 EVALUATION FACTORS FOR AWARD (SERVICES) (NAVAIR) (MAY 1999)(a) General. The Government intends to evaluate proposals and award a contract without discussions. Therefore, offerors are cautioned that their initial offer should contain the best terms from a technical and a cost or price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The failure of an offeror's proposal to meet any given requirement of the RFP may result in the entire proposal being found to be unacceptable and thus eliminated from the competition. One Contractor will be selected for award on the basis of its proposal being the most advantageous to the Government, price and other factors considered.

(b) Evaluation Methodology. All evaluation factors other than Price/Cost, when combined, are significantly more important than Price/Cost. The evaluation factors, Technical and Management, Past Performance, and Price/Cost, are:

TECHNICAL AND MANAGEMENT is more important than

PAST PERFORMANCE

All evaluation factors other than Price/Cost, when combined, are significantly more important than Price/Cost.

(c) Evaluation of Proposals. The Government shall evaluate the offerors’ Technical and Management Proposal using five qualitative rating definitions (Outstanding, Highly Satisfactory, Satisfactory, Marginal, or Unsatisfactory). Proposal risk shall also be assessed for the Technical and Management evaluation factors using

Page 99: Desktop:

N00421-08-R-0093

Page 99 of 100

three descriptive rating definitions (High, Medium, or Low). The Past Performance portion of the proposal shall be assessed for performance risk using six definitions (very low, low, moderate, high, very high, or unknown). The Technical and Management proposal risk assessments are equal in importance to the Technical and Management qualitative ratings. Under Technical and Management, proposal risk assessments will identify the risks associated with an offeror's proposed approach to accomplish the requirements of the solicitation. Under Past Performance, performance risk assessments of past performance will help predict how a contractor will perform based on contract performance on requirements of similar type, size, and complexity. Proposal information provided for one factor may be used in the evaluation or assessment of other factors if the Government deems it appropriate.

(1) Technical and Management. The subfactors listed below are of equal weight.

(i) Technical Approach. The following items for Technical Approach will be considered but will not be evaluated separately:

- Understanding of the Technical Requirements- Methodology (including staffing plan)- Demonstrated understanding of deliverables- Management approach

(ii) Personnel. The following items for Personnel will be considered but not evaluated separately:

- The degree to which proposed key personnel meet and/or exceed the minimum qualifications to include education, general and specialized experience for such designated labor categories as addressed in Section C.

- The extent to which proposed personnel, as evidenced by the Personnel Utilization Plan and any alternate proposed personnel qualifications meet the elements of education, experience, and clearance levels required for respective labor categories.

- The extent to which the offeror’s proposed level of effort and labor mix indicate a team well suited to accomplish the tasking under the contract.

(2) Past Performance. Each offeror will be evaluated on its past performance on contracts or subcontracts currently ongoing or completed within the last three years for similar products or services. The Government will focus on information that demonstrates quality of performance relative to size and complexity of the procurement under consideration. References other than those identified by the Offeror may be contacted by the Government with the information received used in evaluating the offeror's past performance.

(i) Evaluation of past performance will be based on consideration of all relevant facts and circumstances. The evaluation will include demonstrated past performance in quality of product or service; cost control; schedule; business relationships; customer satisfaction; and key personnel retention.

(ii) Information utilized will be obtained from the references listed in the proposal, other customers known to the Government, consumer protection organizations, CPARS (if available) and others who may have useful and relevant information. Information will also be considered regarding any significant subcontractor (proposing cost of $1,000,000.00 or more) and key personnel records.

(iii) In the case of an offeror, or proposed employees of the offeror, that do not have past contract performance information or with respect to which information on past contract performance is not available, the offeror will not be evaluated favorably or unfavorably on the factor of past performance.

(3) Price/Cost. Price/Cost is not the most important evaluation factor, but its degree of importance will increase commensurably with the degree of equality among different offerors' Technical and Management and Past Performance proposals. Prospective offerors are forewarned that a proposal meeting solicitation requirements with the lowest price/cost may not be selected if award to a higher priced proposal is determined to be most advantageous to the Government. The price/cost for labor will be evaluated on the total

Page 100: Desktop:

N00421-08-R-0093

Page 100 of 100

estimated cost and fee proposed for the base year and all option years. The cost proposals will be evaluated for reasonableness and realism. This evaluation may include consideration of actual salaries being paid for similar work under other contracts, Defense Contract Audit Agency audit information, and evaluation of compensation for professional employees. Proposed Other Direct Costs including travel, material and NMCI Services will be added to the labor costs to produce the total contract Price/Cost.

END OF SOLICITATION