You are on page 1of 27

DELIVERY ORDER FINAL

1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO.
N00178-04-D-4042 FC1007
ORIG04/26/2007
MOD05/02/2008
N00164-08-MR-66228
5. ISSUED BY CODE N00164 6. ADMINISTERED BY CODE S2101A
NSWC, CRANE DIVISION
300 Highway 361 - Building 64
Crane IN 47522-5001
jesse.mechinus@navy.mil812-854-3554

DCMA MARYLAND
217 EAST REDWOOD STREET, SUITE 1800
BALTIMORE MD 21202-5299
7. CONTRACTOR CODE 34157 FACILITY 8. DELIVERY DATE
EG&G Technical Services, Inc.
900 Clopper Road
Gaithersburg MD 20878
See Section F
9. CLOSING DATE/TIME

(hours local time Block 5 issuing office)


SET ASIDE TYPE

10. MAIL INVOICES TO


See Section G
11. SHIP TO 12. PAYMENT WILL BE MADE BY CODE HQ0338
See Section D
DFAS Columbus Center,South Entitlement Operations
P.O. Box 182264
Columbus OH 43213
13. TYPE
OF
ORDER
D X
This delivery order/call is issued on another Government agency or in accordance with and subject to terms and conditions
of above-numbered contract.

ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVE BEEN OR IS
NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERMFORM THE SAME.

EG&G Technical
Services, Inc.

A. Weakley
Vice President

NAME OF CONTRACTOR SIGNATURE TYPED NAME AND TITLE DATE SIGNED
14. ACCOUNTING AND APPROPRIATION DATA
See Section G
15.ITEM NO. 16.SCHEDULE OF SUPPLIES/SERVICES 17.QUANTITY
ORDERED/
ACCEPTED*
18.UNIT 19.UNIT PRICE 20.AMOUNT
See the Following Pages
*If quantity accepted by the Government
is same as quantity ordered, indicate by
X. If different, enter actual quantity
accepted below quantity ordered and
encircle.
21. UNITED STATES OF AMERICA 22. TOTAL
By:Richard L. McGarvey 05/02/2008
CONTRACTING/ORDERING OFFICER
SECTION DESCRIPTION SECTION DESCRIPTION
B SUPPLIES OR SERVICES AND PRICES/COSTS H SPECIAL CONTRACT REQUIREMENTS
C DESCRIPTION/SPECS/WORK STATEMENT I CONTRACT CLAUSES
D PACKAGING AND MARKING J LIST OF ATTACHMENTS
E INSPECTION AND ACCEPTANCE
F DELIVERIES OR PERFORMANCE
G CONTRACT ADMINISTRATION DATA
GENERAL INFORMATION
The purpose of this modification is todeobligate fundingfrom CLIN 1000 for Labor. Accordingly, said Task Order is
modified as follows:
The total estimated amount of this task order is The total potential period of performance is one year.
The task order type is cost plus fixed fee.
FUNDING INFORMATION
The total funded amount currently available for payment is
The clause Limitation of Funds (FAR 52.232-22) applies. The Government is not obligated to reimburse the Contractor
for cost incurred in excess of $605,765 unless additional funds are made available and incorporated as a modification
to this task order.
Section B, G, and H are updated to reflect the below SLIN and ACRN additions for purposes of providing the
incremental funding.
Deobligation Amounts are provided below for LaborInformation SLINs CLIN 1000
A conformed copy of this Task Order is attached to this modification for information purposes only.
ACRN SLIN REQN FROM TO BY
A2 100002 72777623
A2 100003 73060484
The total value of the task order remains unchanged. The total amount of funds obligated to the task is hereby
decreased by from to .
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
2 of 2
SECTION C DESCRIPTIONS AND SPECIFICATIONS
STATEMENT OF WORK
FOR
PERFORMANCE OF SHIP ALTERATION (SHIPALT)
INSTALLATIONS AND FIELD SERVICE
OF THE
COUNTERMEASURE SET ACOUSTIC (CSA)
MK 2 SERIES EQUIPMENT
31 JANUARY 2007
DISTRIBUTION STATEMENT A: Approved for public release; distribution is
unlimited.
Prepared by
Naval Surface Warfare Center Crane Division
Code 6071
Crane, IN 47522
TABLE OF CONTENTS
PARAGRAPH TITLE PAGE
1.0 SCOPE 1
1.1 Applicable Paragraphs 1
1.2 System Description 1
1.3 SHIPALT Background 1
2.0 APPLICABLE DOCUMENTS 2
3.0 REQUIREMENTS 3
3.1 Quality Assurance (AQ) Support 3
(Functional Area 11)
3.2 Disposal Support (Functional Area 13) 4
3.3 Test and Certification Support 4
(Functional Area 14)
3.4 Logistics Support (Functional Area 16) 4
3.5 Supply Support (Functional Area 17) 5
3.6 In-Service Engineering Agent (ISEA), 5
Installation, and Field Service Support
(Functional Area 19)
3.6.1 SHIPALT 4024K 5
3.6.2 SHIPALT 4025K 6
3.6.3 SHIPALT 4047K 7
3.6.4 Cable Installation 7
3.6.5 Field Service 7
3.7 Program Support (Functional Area 20) 8
4.0 GOVERNMENT FURNISHED ITEMS 8
4.1 Government Furnished Information 8
4.2 Government Furnished Materials 8
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
3 of 28
4.3 Government Furnished Facilities 9
4.4 Return of Government Furnished Items 9
5.0 DELIVERABLES 9
5.1 Technical Report-Study/Service 10
5.2 Report, Record of Meeting/Minutes 10
5.3 Presentation Materials 10
5.4 Integrated Logistics Support (ILS) 11
5.5 Monthly Progress, Status, and 11
Management Report
6.0 SPECIAL CONDITIONS 12
6.1 Incremental Funding 12
6.2 Security 12
6.3 Safety and Health 12
6.4 Control of Contractor Personnel 12
6.5 Identification Badges 12
6.6 Accident Reporting 13
6.7 Smoking Regulations 13
6.8 Data Rights 13
6.9 Travel 13
6.10 Task Order Manager (TOM) 14
6.10.1 Requiring Technical Activity (RTA) 14
6.11 Information Non-Disclosure 14
6.12 Release of Information 14
6.13 Privacy Act 14
6.14 Damage Reporting 14
6.15 Non-Personal Services 14
7.0 PERIOD OF PERFORMANCE 15
7.1 Place of Performance 15
STATEMENT OF WORK
FOR SHIPALT INSTALLATIONS AND FIELD SERVICE
OF THE CSA MK 2 SERIES EQUIPMENTS
1.0 SCOPE. This Statement of Work (SOW) defines the requirements for the
performance of Ship Alterations (SHIPALT) 4024K, 4025K, and 4247K, and field
service of the Countermeasures Set, Acoustic (CSA) MK 2 System on-board selected
Submarine Platforms. This includes the planning, testing, and coordination of
each scheduled maintenance action. This non-personal tasking will be performed
under the cognizance of the Naval Surface Warfare Center (NSWC) Crane Division,
Code 6071, In-Service Engineering Agent (ISEA) and Alteration Installation Team
(AIT).
1.1 Applicable Paragraphs. The following paragraphs of SeaPort Enhanced
(SeaPort-e)Contract N00178-07-R-4000 are applicable to this Task
Order(TO):
3.11 Quality Assurance Support
3.13 Inactivation and Disposal Support
3.14 Interoperability, Test and Evaluation, and Trials Support
3.16 Logistics Support
3.17 Supply and Provisioning Support
3.19 In-Service Engineering, Fleet Introduction, Installation
and Checkout Support
3.20 Program Support
1.2 System Description. The CSA MK 2 System was developed to control the
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
4 of 28
selection and launching of a series of expendable Acoustic Device
Countermeasures (ADCs) from Submarine Platforms. This system provides
the capability to store, select, program monitor, and launch these ADCs
stowed in external launcher assemblies, against torpedo threats or
threat platforms. The CSA MK 2 consists of a MK 421 MOD 0 Launch
Control Panel (LCP) located in the Control Room, two (2) Junction
Boxes, two (2) Electrical Hull Penetrators (EHP), and two (2) MK 25 MOD 0
Launcher Housing Assemblies (LHA) or PODs, one mounted on each dihedral strut,
and interconnecting cables. The LHAs hold Launcher Assemblies (LAs) comprised
of the MK 77 MOD 0 Gas Generator (GG) and an ADC Launch Tube Assembly (LTA).
Each LTA consists of a specific countermeasure device, a steel launch
tube, a sealed muzzle cap and ram plate, a ramp to capture the ram and prevent
the instantaneous release of gases from the tube, a jacking plate, and several
retaining rings.
1.3 SHIPALT Backgrounds. SHIPALT 4024K, the mechanical portion, and SHIPALT
4025K, the electrical portion of the CSA MK 2 System have been installed on all
SSN 688I Class Submarines except the USS SCRANTON (SSN 756). These SHIPALTs
have been partially installed on this hull. The remaining portions of these
SHIPALTs will be installed in accordance with requirements of this SOW.
SHIPALT 4247K, CSA MK 2 MOD 4 Cable Installation, has been installed on all SSN
688I Class Submarines except the USS SCRANTON (SSN 756) and the USS ASHEVILLE
(SSN 758). This SHIPALT will be installed in its entirety on both remaining
platforms.
2.0 APPLICABLE DOCUMENTS. The contractor shall perform support tasks in
accordance with applicable military standards, handbooks, performance
specifications, and non-Government documents, as well as all project specific
technical documentation and information as specified herein. Project specific
documentation will be provided as Government Furnished Information GFI) and
will include technical manuals, training materials and information,
specifications, standards, procedures, processes, drawings, and quality system
documents. These documents form a part of this SOW to the extent specified
herein. The exact revisions of the documents are not cited in the text of
this SOW for the convenience of reference. All references listed are assumed
to be the latest revision as of the date of task order award. In the event of
conflict between these documents and the contents of this SOW, the SOW shall be
considered a superseding requirement.
CINCLANTFLT/CINCPACFLT Joint Fleet Maintenance Manual (JFMM)
Instruction 4790.3
NAVSEA 0924-062-0010 Submarine Safety (SUBSAFE)
Requirements Manual
NAVSEA 0948-LP-045-7010 Material Control Standard
NAVSEA SL720-AA-MAN-010 Fleet Modernization Program (FMP)
Management and Operations Manual
NAVSEA 9090-310 NAVSEA Technical Specifications,
Alterations to Ships by Alteration
Installation Teams (AIT)
NAVSEANOTE 5000 Activities Authorized to Perform
SUBSAFE Work
NWSCINST 5510.1 Information, Personnel, and Industrial
Security Manual
OPNAVINST 5510.1 Navy and Marine Corps Mishap and Safety
Security Manual
SECNAVINST 5370.2 Navy Fraternization Policy
SSN 688-4024K Ship Alteration Record (SAR)
SSN 688-4025K Ship Alteration Record (SAR)
SSN 699-4247K Ship Alteration Record (SAR)
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
5 of 28
073-5529 SUBMEPP Underbody Noise Survey
176-5112 SUBMEPP Structural Tanks-Strength
and Completion Test
406-1-2638 SUBMEPP Outboard Cabling Pre-
Installation Check
406-2-2656 SUBMEPP Six-Inch Countermeasure
406-2-2658 SUBMEPP Six-Inch Countermeasure
Resistance Checks (Dockside)
406-3-2657 SUBMEPP Six-Inch Countermeasure
Equipment Test
406-6-2659 SUBMEPP Six-Inch Countermeasure
Resistance Checks (Post Deep Dive)
9090-310 NAVSEA Technical Specification,
Alterations to Ships by Alteration
Installation Teams (AIT)
3.0 REQUIREMENTS. The installation, testing, certification, and field
service actions shall be performed in accordance with SHIPALTs 4024K, 4025K,
and 4247K SAR, this SOW, and all applicable documents contained therein. The
contractor shall furnish all material with the exception of Government
Furnished Material (GFM) listed in Paragraph 4.2, equipment, facilities, and
labor by qualified personnel to accomplish the requirements of this SOW.
Technical Instructions (TIs) will be utilized to delineate specific efforts
when applicable. Functional areas to be supported under this TO are described
below. The contractor shall support and attend a variety of meetings for the
following taskings:
3.1 Quality Assurance Support (Functional Area 11). The contractor shall
develop, provide and maintain a quality system that has been accepted by NAVSEA
04XQ in accordance with NAVSEA Technical Specification 9090-310 before the
performance of any installation. The contractor shall provide proof of NAVSEA
04XQ acceptance. The contractor shall support and follow the ISO 9000 Quality
System in place within the Code 60 Directorate. All relative tasking specified
herein shall be accomplished using these established quality processes,
procedures, and instructions. The contractor shall be certified to perform and
to certify all Submarine Safety (SUBSAFE) work in accordance with NAVSEANOTE
5000, Activities Authorized to Perform SUBSAFE Work.
3.2 Disposal Support (Functional Area 13). The contractor shall identify
all hazardous material (HAZMAT) required for use during all installations and
maintenance actions and provide Material Safety Data Sheets (MSDS) for each.
The contractor shall dispose of all hazardous waste generated as a result of
installations and maintenance actions in accordance with established Government
activity and contractor facility instructions, processes, and procedures.
3.3 Test and Certification (Functional Area 14). The contractor shall be
responsible for pre- and post-installation testing and certification required
during installations and field service maintenance actions. Testing will
verify system operability prior to installation and maintenance actions, and
verify the satisfactory operation of updated or newly installed systems,
subsystems, and components. The contractor shall certify in writing to the
appropriate Maintenance Coordinator or Project Superintendent that all work and
logistical issues have been satisfactorily completed and tested in accordance
with NAVSEA Technical Spec 9090-310. Tests will include:
a. System Operation and Verification Test (SOVT).
b. Underbody Noise Survey in accordance with Submarine Maintenance
Engineering, Planning, and Procurement (SUBMEPP) Procedure 073-5529.
c. Structural Tanks, Strength and Completion Test in accordance with
SUBMEPP Procedure 176-5112.
d. Outboard Cabling Pre-Installation Checks in accordance with SUBMEPP
Procedure 406-1-2638.
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
6 of 28
e. External Launcher System Installation Inspection in accordance with
SUBMEPP Procedure 406-2-2656.
f. Launcher System Operational Test in accordance with SUBMEPP Procedure
406-3-2657.
g. Outboard Cabling Insulation Resistance Test in accordance with SUBMEPP
Procedure 406-2-2658.
h. Post Deep Dive Test in accordance with SUBMEPP Procedure 406-6-2659.
3.4 Logistics Support (Functional Area 16). The contractor shall be
responsible for coordinating all industrial support required for installations
and maintenance actions at Navy Shipyards. Industrial support includes crane
and rigging services, staging, welding and burning services, and compressed air
supply. The contractor shall generate, update, and maintain logistic
documentation for SHIPALT installations and field service. The contractor
shall generate or provide support to generate the following logistic
documentation:
a. Memorandums of Agreement (MOA). Approved MOAs are required between
Government activities or contractor facilities prior to the start of
any scheduled installations or maintenance actions can be accomplished.
b. Integrated Logistics Support (ILS) Certification Forms. Approved ILS
Certification Forms are required prior to the start of any scheduled
SHIPALT installations.
The contractor shall support and attend required ILS meetings.
3.5 Supply Support (Functional Area 17). The contractor shall procure and
provide all necessary material, with the exception of the Government Furnished
Material (GFM) listed in Paragraph 4.2 of this SOW, for the performance of the
SHIPALTs 4024K, 4025K, and 4247K on all applicable platforms in accordance with
NAVSEA 0948-LP-045-7010, Material Control Standard.
3.6 ISEA, Installation, and Field Service Support (Functional Area 19).
The contractor shall schedule maintenance actions and installations, and ensure
updates into various database modules including Navy Data Environment (NDE),
Configuration Data Managers Database-Open Architecture (CDMD-OA), Navy
Modernization (NM), Regional Maintenance and Modernization Control
Office (RMMCO), and Submarine Modernization Alteration and Requirements Tool
(SMART). Installation and maintenance actions shall be performed in accordance
with CINCLANTFLT/ CINCPACFLT Instruction 4790.3, Joint Fleet Maintenance Manual
(JFMM), NAVSEA SL720-AA-MAN-010, Fleet Modernization Program (FMP) Management
and Operations Manual, and NAVSEA 9090-310, Technical Specification, Alterations
to Ships by Alteration Installation Teams (AIT). Technical Instructions (TIs)
will be generated by the Government for each SHIPALT installation and field
service action.
3.6.1 SHIPALT 4024K. This SHIPALT has been partially installed on the USS
SCRANTON (SSN 756). The following portions have been completed and are listed
herein as reference information.
a. Two (2) large Dihedrals with fairing have been attached to the Ships
hull at a 25-degree plane below main axis between Frames 129 and 137
both Port and Starboard.
b. The Transition Foundation unit has been attached to each large Dihedral.
c. The Launcher PODs, consisting of seven (7) tubes per POD, have been
attached to the Transition Foundation.
d. Steel Nose Cones have been manufactured and attached to each POD and
Transition Foundation.
e. External hydraulic piping and three (3) associated hangers for the Thin
Line Towed Array Handling System relocated in the Main Ballast Tank 5A.

The following portions of SHIPALT 4024K have not been installed on the USS
SCRANTON (SSN 756). The contractor shall complete the installation of SHIPALT
4024K on the USS SCRANTON (SSN 756) in accordance with the SSN 688-4024K Ship
Alteration Record (SAR), all applicable documents, and this SOW during this
platforms scheduled Fiscal Year (FY) 2008 Docking Selected Restricted
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
7 of 28
Availability (DSRA) as follows:
a. The Fabrication and installation of the foundations for the LCP in the
Control Room/Attack Center, Starboard at Frame 48.
b. The fabrication and installation of the foundations for the two (2)
Junction Boxes in the Engine Room, Port and Starboard at Frame 120.
c. Relocation of the Type 18B Periscope TV Monitor and Bookrack (S1-47-7)
for the installation
of the LCP.
All required SUBSAFE work shall be performed in accordance with NAVSEA 0924-062-
0010, SUBSAFE Requirements Manual. The contractor shall procure and provide
all necessary material for the performance of the SHIPALT 4024K on the USS
SCRANTON (SSN 756) with the exception of the Government Furnished Material
(GFM) listed in Paragraph 4.2 of this SOW. The contractor shall generate a
detailed installation plan describing the operations for the performance of the
installation of SHIPALT 4024K, and provide a copy of the installation plan to
the Government before the start the SHIPALT installation. The contractor shall
provide support in the generation and finalization of a Memorandum of Agreement
(MOA) for this installation. The contractor shall support and attend all
meetings for this installation.
3.6.2 SHIPALT 4025K. This SHIPALT has been partially installed on the USS
SCRANTON (SSN 756). The following portion has been completed and is listed
herein as reference information.
a. Two (2) 240-Pin Electrical Hull Fittings (EHF) in the Aft Elliptical
Bulkhead at Frame 126 have been installed. All other portions of
SHIPALT 4025K have not been installed on the USS SCRANTON (SSN 756).
The contractor shall complete the installation of SHIPALT 4025K on the
USS SCRANTON (SSN 756) in accordance with the SSN 688-4025K SAR, all
applicable documents, and this SOW during this platforms scheduled
FY 2008 DSRA. All required SUBSAFE work shall be performed in
accordance with NAVSEA 0924-062-0010, SUBSAFE Requirements Manual. The
contractor shall procure and provide all necessary material for the
performance of the SHIPALT 4025K on the USS SCRANTON (SSN 756) with the
exception of the Government Furnished Material (GFM) listed in
Paragraph 4.2 of this SOW. The contractor shall generate a detailed
installation plan describing the operations for the performance of the
installation of SHIPALT 4025K, and provide a copy of the installation
plan to the Government before the start the SHIPALT installation.
The contractor shall provide support in the generation and finalization
of an MOA for this installation. The contractor shall support and
attend meetings for this installation.
3.6.3 SHIPALT 4247K. This SHIPALT will be installed in its entirety on both
the USS SCRANTON (SSN 756) during this platforms scheduled FY 2008 DSRA, and
the USS ASHEVILLE (SSN 758) during this platforms scheduled FY 2007 DSRA in
accordance with SSN 688-4247K SAR, all applicable documents, and this SOW. All
required SUBSAFE work shall be performed in accordance with NAVSEA 0924-062-
0010, SUBSAFE Requirements Manual. The contractor shall procure and provide
all necessary material for the performance of the SHIPALT 4247K on the USS
SCRANTON (SSN 756) and the USS ASHEVILLE (SSN 758) with the exception of
the Government Furnished Material (GFM) listed in Paragraph 4.2 of this SOW.
The contractor shall generate a detailed installation plan describing the
operations for the performance of both SHIPALT 4247K installations, and provide
a copy of each installation plan to the Government before the start the SHIPALT
installation. The contractor shall provide support in the generation and
finalization of MOAs for these installations. The contractor shall support and
attend meetings for these installations.
3.6.4 Cable Installation. The contractor shall install Countermeasure Set
Acoustic (CSA) MK 2 MOD 1 Outboard Cables on the USS MEMPHIS (SSN 691). This
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
8 of 28
installation will be performed during scheduled the FY07 Pre-Inactivation
Restricted Availability (PIRA) for this platform. All required SUBSAFE work
shall be performed in accordance with NAVSEA 0924-062-0010, SUBSAFE
Requirements Manual. The contractor shall procure and provide all necessary
material for the performance of this cable installation on the
USS MEMPHIS (SSN 691) with the exception of the Government Furnished Material
(GFM) listed in Paragraph 4.2 of this SOW. The contractor shall generate a
detailed installation plan describing the operations for the performance of
this installation, and provide a copy of the installation plan to the
Government before the start the installation. The contractor shall provide
support in the generation and finalization of an MOA for this installation.
The contractor shall support and attend meetings for this
installation.
3.6.5 Field Service. The contractor shall provide field service support to
deployed CSA MK 2/3 and ADC Programs that requires repair beyond the skill of
the organizational maintenance personnel. This support includes inspections,
problem analyses, alterations, repair and maintenance actions, and
Engineering Change (EC) installations. All required SUBSAFE work shall be
performed in accordance with
NAVSEA 0924-062-0010, SUBSAFE Requirements Manual. The contractor shall
provide support in the generation and finalization of MOAs for these
installations. Following each field service, the contractor shall
provide the Government with a report describing the action taken and the
results of the action. This report shall also include recommendations, along
with supporting rational, and problem related information such as time, date,
place, equipment identification, ship class, and hull number. The contractor
shall support and attend meetings for field service tasking.
3.7 Program Support (Functional Area 20). The contractor shall provide a
responsible individual to serve as the single point of contact for all efforts
related to the planning, organization, directing, and execution of all field
service actions and installations. The contractor shall provide monthly
progress and status reports for each field service action and installation in
accordance with distribution as called out in Paragraph 5.0 of this SOW. The
report shall summarize efforts currently in progress, accomplishments and
problems encountered, and project funding status by field service action and
installation by TI. This monthly status report shall be in narrative form with
graphics, as appropriate, to better define information. The contractor shall
provide qualified personnel to attend meetings or reviews associated with field
service and installation tasking. Meetings will be held at NSWC Crane,
other Government activities, and contractor facilities. Travel will be
required. The contractor shall prepare presentations and presentation
materials for use by the Government at these meetings, consisting
of viewgraphs, storyboards, or slide presentations (computer based viewgraphs),
addressing selected topics. The contractor shall document the proceedings, and
complete action items and assignments resulting from these meetings.
4.0 GOVERNMENT FURNISHED ITEMS.
4.1 Government Furnished Information. The Government will provide CSA MK 2
System data to the contractor as Government Furnished Information (GFI). The
data provided will include technical manuals, specifications, drawings and
parts lists, applicable SARs, Ship Installation Drawings (SIDs), and
Engineering Change Instructions (ECIs). Other required documentation provided
upon contractor request.
4.2 Government Furnished Material. GFM will consist of the following:
4.2.1 USS SCRANTON (SSN 756) Installations:

NOMENCLATURE PART NUMBER QUANTITY
Launcher Control Panel 5947525 1
Junction Box Assemblies 6203835 2
Ballast Tank Cables 7454379-1 14
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
9 of 28
Launcher Assembly Cables 7454380-1 4
Launcher Aaaebly Cables 7454380-2 6
Launcher Assebbly Cables 7454380-3 4
Bulkhead 62 Stuffing Tube M24235/1-004 2
4.2.2 USS ASHEVILLE (SSN 758) Installation:
NOMENCLATURE PART NUMBER QUANTITY
Ballast Tank Cables 7454379-1 14
Launcher Assembly Cables 7454380-1 4
Launcher Assembly Cables 7454380-2 6
Launcher Assembly Cables 7454380-3 4
4.2.3 USS MEMPHIS (SSN 691) Cable Installation:
NOMENCLATURE PART NUMBER QUANTITY
Ballast Tank Cables 7721200 14
Launcher Assembly Cables 7271201, AY 1 1
Launcher Assembly Cables 7271201, AY 2 1
Launcher Assembly Cables 7271201, AY 3 1
Launcher Assembly Cables 7271201, AY 4 1
Launcher Assembly Cables 7271201, AY 5 1
Launcher Assembly Cables 7271201, AY 6 1
Launcher Assembly Cables 7271201, AY 7 1
Launcher Assembly Cables 7271201, AY 8 1
Launcher Assembly Cables 7271201, AY 9 1
Launcher Assembly Cables 7271201, AY 10 1
Launcher Assembly Cables 7271201, AY 11 1
Launcher Assembly Cables 7271201, AY 12 1
Launcher Assembly Cables 7271201, AY 13 1
Launcher Assembly Cables 7271201, AY 14 1
4.3 Government Furnished Facilities. The Government will provide access
to the Center and furnish work areas and equipment for tasks required to be
performed on-site at NSWC Crane.
4.4 Return of Government Furnished Items. All GFI and unused GFM provided
to or acquired by the contractor in support of the requirements of this SOW
shall be returned to NSWC, Crane Code 6071 upon completion of assigned tasking.
5.0 DATA DELIVERABLES. SHIPALT specific deliverables (inspection, test,
and certification reports) shall be in the format called out in procedures and
SHIPALT 4024K, 4025K, and 4247K SARs, unless otherwise directed, and submitted
as required. All deliverables shall be completed and submitted in accordance
with the requirements listed below. Final copies of deliverables shall be
distributed to the following.

Task Order Manager (TOM) Requiring Technical Activity
(RTA)
Mr. Roger Maryfield Mr. Steve Stahl Mrs. Lisa
Springer
Code 053RM, Building 64 Code 607, Building 41NE Code
6071, Building 41NE
300 Highway 361 300 Highway 361 300
Highway 361
Crane, IN 47522 Crane, IN 47522 Crane,
IN 47522
roger.maryfield@navy.mil steven.stahl@navy.mil
lisa.springer1@navy.mil

5.1 Technical Report-Study/Services. The contractor shall provide the
Government with engineering and technical reports. Contractor format is
acceptable. Deliverables: Engineering and technical reports shall provide the
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
10 of 28
Government with fully documented information on status of SHIPALTs and field
service actions. Reports shall include problems encountered, summaries,
recommendations, status, trip reports, and any other required report.
Frequency: As Required. The Government shall provide notification of all
required reports and associated due dates. Medium: Electronic format
(Microsoft compatible format whenever possible). Document shall be transmitted
via e-mail or accessible via the Internet. Due Date: Contractor shall be
notified of specific due dates as required.
5.2 Report, Record of Meeting/Minutes. The contractor shall provide the
Government with reports and records of meetings of any specified type.
Contractor format is acceptable. Deliverables: Meeting minutes, and reports
shall provide the Government with fully documented records of the deliberations
and actions resulting from these meetings. Frequency: As Required. The
Government shall provide notification of all meeting support requirements.
Medium: Electronic format (Microsoft compatible format whenever possible).
Document shall be transmitted via e-mail or accessible via the Internet.
Due Date: Contractor shall be notified of specific due dates as required.
5.3 Presentation Materials. The contractor shall provide the Government
with presentation material such as viewgraphs, photographs, slides, or other
audiovisual aids to be used to present information. Contractor format is
acceptable. Deliverables: The contractor shall provide the Government with
viewgraphs, photographs, slides, or other audiovisual aids as well as any
accompanying text to be used to present information during meetings, reviews,
and briefings. Frequency: As Required. The Government shall provide
notification of all required presentations and associated due dates.
Medium: Electronic format (Microsoft compatible format whenever possible).
Document shall be transmitted via e-mail or accessible via the Internet.
Due Date: Contractor shall be notified of specific due dates as required.
5.4 Integrated Logistics Support (ILS). The contractor shall provide ILS
associated with SHIPALT installations and field service performance to the CSA
MK 2 Series systems, subsystems, and components. Deliverables: The contractor
shall identify and develop all logistic requirements necessary to effectively
support all installations and field service actions, and provide required
technical reports and documentation to the Government. Contractor format is
acceptable. Frequency: As Required. The Government shall provide notification
of all requirements, and provide associated due dates. Medium: Electronic
format (Microsoft compatible format whenever possible). Unless the original
format of the document is a requirement, contractor format is acceptable.
Document shall be transmitted via e-mail or accessible via the Internet.
Due Date: Contractor shall be notified of specific due dates as required.
5.5 Monthly Progress, Status, and Management Report. The contractor shall
provide monthly progress and status reports for each SHIPALT installation and
field service TI to the Government. The report shall summarize efforts
currently in progress, planned tasking, accomplishments and problems
encountered, and financial status by TI. Deliverables: The contractor shall
submit a Monthly Progress and Status Report, in narrative form with
graphics, as appropriate, to better define information. Contractor format is
acceptable. Frequency: Monthly. Medium: Electronic format (Microsoft
compatible format whenever possible). Unless the original format
of the document is a requirement, contractor format is acceptable. Document
shall be transmitted via e-mail or accessible via the Internet. Due Date: 30
days after contract award and monthly thereafter.
6.0 SPECIAL CONDITIONS. The following special conditions apply:
6.1 Incremental Funding. This task order will be funded incrementally as
required, per SHIPALT installation and field service requirement TI.
6.2 Security. The contractor shall comply with security procedures and
instructions as specified by the local Government Security Department and
Section C of SeaPort-e Contract, N00178-07-R-4000. The nature of the work
under this SOW is mostly unclassified. However, some tasks may require access
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
11 of 28
to classified documents and secured areas. All contractors performing these
tasks are required to obtain a SECRET security clearance. Access to classified
information will be limited by security clearance level and need to know, and
all classified material shall be handled in accordance with approved security
practices and procedures. Contractor personnel in contact with classified
documentation and/or equipment shall have the proper level of clearance on file
with the local Government Security Office. A Department of Defense Form 254
(DD 254) shall be filed with the contract identifying the contractors facility
and safeguarding level of clearance requirements. Classified information may
be received or generated by the contractor, in accordance with DOD-5220.22-M,
National Industrial Security Program Operating Manual (NISPOM), to fulfill the
requirements of this task order.
6.3 Safety and Health. The requirements of this order may require
contractor personnel to come in contact or be exposed to hazardous conditions.
The contractor shall abide by all applicable Federal, local and state
occupational safety and health requirements. The contractor must have on
record a corporate safety plan and shall provide a copy to the Task Order
Manager (TOM) when instructed. The contractor shall ensure all employees have
appropriate Personal Protection Equipment (PPE). The contractor shall ensure
employees have all required training and certifications related to Occupational
Safety and Health Requirements.
6.4 Control of Contractor Personnel. The contractor shall comply with the
requirements of NWSCINST 5510.1, Information, Personnel, and Industrial
Security Manual. All persons engaged in work while on Government property
shall be subject to search of their persons (no bodily search) and vehicles
at any time by the Government, and shall report any known or suspected security
violations to the Crane Division Security Department. Assignment, transfer,
and reassignment of contractor personnel shall be at the discretion of the
contractor. However, when the Government directs, the contractor shall remove
from contract performance any person who endangers life, property, or national
security through improper conduct. All contractor personnel engaged in work
while on Government property shall be subject to the Standards of Conduct
contained in SECNAVINST 5370.2, Navy Fraternization Policy. Prior to
conducting work under this contract, the contractor shall provide a list of
employees to the Government containing contractors full names, security
clearance levels, and labor categories. This list shall be updated within
forty eight hours after changes occur.
6.5 Identification Badges. The contractor shall be required to obtain
identification badges from the Government for contractor personnel working on
Government property. The identification badge shall be visible at all times
while employees are on Crane Division property. The contractor shall furnish
all requested information required to facilitate issuance of identification
badges and shall conform to applicable regulations concerning the use and
possession of the badges. The contractor shall be responsible for ensuring
that all identification badges issued to contractor employees are returned to
the Crane Division Security Department within forty eight hours following the
completion of the contract, relocation or termination of an employee issued an
identification badge, and upon request by the Contracting Officer.
6.6 Accident Reporting. The contractor shall maintain an accurate record
of and shall report all accidents occurring at NSWC Crane to the TOM and/or the
Crane Division Security Department as prescribed by OPNAVINST 5102.1, Navy and
Marine Corps Mishap and Safety Investigation Reporting and Record Keeping
Manual. Accidents at Navy Shipyards, other Government activities, and
contractor facilities shall be reported to the TOM and recorded and reported in
accordance with that activitys instructions and procedures.
6.7 Smoking Regulations. Smoking on NSWC Crane premises shall be in
approved areas only in accordance with NAVFAC P 1021. Smoking in vehicles is
prohibited.
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
12 of 28
6.8 Data Rights. All data/documentation delivered/created in support of
this effort becomes the property of the US Government and will be delivered
without proprietary markings. The Government shall have Government purpose
rights for all data associated to this contract.
6.9 Travel. The contractor may be required to travel throughout the
continental United States (CONUS). When required to obtain access to a
Government facility, ship, aircraft or other duty station, the contractor shall
initiate requests for need-to-know certification, and submit these requests to
the TOM for appropriate action. Trip reports shall be provided within five (5)
working days of return from travel, or submitted with the Monthly Status Report
for the month in which the trips were taken. The contractor is authorized to
use task order funds for travel in order to complete assigned tasking. Code
6071 will determine travel destination, dates, and purposes as schedules
develop. Travel will be authorized by the TOM via TOM/Contracting Officer
approved Travel Authorization (TA). The contractor is authorized to
purchase non-refundable airline tickets for all required travel. Travel cost
computations are in accordance with the following estimated travel schedule.
ESTIMATED TRAVEL REQUIREMENTS
FROM TO DURATION PERSONS # OF TRIPS
NSWC Crane Norfolk, VA 50 days 7 1
NSWC Crane Norfolk, VA 3 days 1 1
NSWC Crane San Diego, CA 39 days 7 1
NSWC Crane San Diego, CA 3 days 1 1
NSWC Crane Portsmouth, NH 14 days 6 1
NSWC Crane Portsmouth, NH 3 days 1 1
6.10 Task Order Manager (TOM). The TOM for this task order is Mr. Roger
Maryfield, Code 0531, telephone 812-854-4898, email: roger.maryfield@navy.mil.
6.10.1 Requiring Technical Activity (RTA). The RTA Points of Contact are Mr.
Steve Stahl, Code 607, telephone 812-854-6389, email: steven.stahl@navy.mil, or
Mrs. Lisa Springer, Code 6071, telephone 812-854-4174, email:
lisa.springer1@navy.mil.
6.11 Information Non-Disclosure. The contractor shall not disclose any
information provided or developed under this contract outside the Government
without prior approval from the Code 6071 Branch and Section Managers.
6.12 Release of Information. All technical data provided to the contractor
shall be protected from the public. All other information relating to the
items to be delivered and services to be performed under this TO may not be
disclosed by any means without prior approval of the authorized representative
of the Contracting Officer. Dissemination or public disclosure includes but is
not limited to permitting access to such information by foreign nationals by
any other person or entity or publication of technical or scientific papers or
advertising or any other proposed public release. The contractor shall provide
adequate physical protection to such information so as to preclude access by
any person or entity not authorized such access.
6.13 Privacy Act. Under US Code Title 5, Section 552, information accessed
in completing this TO is subject to the Privacy Act.
6.14 Damage Reporting. The contractor shall maintain an accurate record of
and shall report to the TOM all damages to Government property as prescribed by
OPNAVINST 5102.1.
6.15 Non-Personal Services. The Government will neither supervise
contractor employees nor control the method by which the contractor performs
the required tasks. Under no circumstances shall the Government assign tasks
to, or prepare work schedules for, individual contractor employees. It shall be
the responsibility of the contractor to manage its employees and to guard
against any actions that are of the nature of personal services, or give the
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
13 of 28
perception of personal services. If the contractor feels that
any actions constitute, or are perceived to constitute personal services, it
shall be the contractors responsibility to notify the TO TPCO immediately.
These services shall not be used to perform work of a policy/decision making or
management nature, i.e., inherently Governmental functions. All decisions
relative to programs supported by the contractor shall be the sole
responsibility of the Government.
PERIOD OF PERFORMANCE. Due to hull availability schedules, all installs and
field service actions will be completed within the next year. Contract period
of performance is for 12 months from date of award.
7.1 Place of Performance. Tasks called out in this SOW may be performed at
NSWC Crane, Building 41NE, other Government activities, Navy Shipyards, and
contractor facilities.
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
14 of 28
SECTION D PACKAGING AND MARKING
SECTION D PACKAGING AND MARKING
All provisions and clauses in SECTION D of the basic contract are applicable
to this
task order, unless otherwise specified within this task order.
DATA PACKAGING LANGUAGE (5503)
All unclassified data shall be prepared for shipment in accordance with
best commercial practices. Classified reports, data and documention
sahll be prepared for shipment in accordance with National Industrial
Security Program Operating Manual (NISPOM), DOD 5220.22-M dated January
1995.
MARKING OF REPORTS (NAVSEA) (SEP) (5506)
All reports delivered by the Contracator to the Government under this
task order shall prominently show on the cover of the report:
(1) Contractor's name and business address
(2) Contract Number
(3) Task Order Number
(4) Sponsor: Name of Individual Sponsor - Name of Requiring Activity -
City and State.
PROHIBITED PACKING MATERIALS (5512)
The use of asbestos, excelsior, newspaper or shredded paper (all types
including waxed paper, computer paper and similiar hygroscopic or non
neutral material) is prohibited. In addition, loose fill polystyrene
is prohibited for shipboard use.
INSTRUCTIONS FOR MARKING DISTRIBUTION STATEMENT (5513)
The Contractor shall comply with the instructions cited below for placement,
of the distribution statement associated with data. The applicable dis-
tribution statement is identified in Paragraph 5.0 of the Statement of Work.
The distribution statement shall be displayed conspicuously on technical
documents so as to be recognized readily by receipts. The distribution
statement shall appear on each front cover and title page, the applicable
distribution statement shall be stamped or typed on the front page in a
conspicuous position.
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
15 of 28
SECTION E INSPECTION AND ACCEPTANCE
SECTION E INSPECTION AND ACCEPTANCE
All provisions and clauses in SECTION E of the basic contract are applicable
to this task order unless otherwise specified within this task order.
CLAUSES INCORPORATED BY REFERENCE
52.246-5 Inspection of Services Cost Reimbursement APR 1984
INSPECTION AND ACCEPTANCE TERMS
Inspection and Acceptance shall be at destination
INSPECTION AND ACCEPTANCE LANGUAGE FOR DATA (5602)
Inspection and acceptance of all data shall be specified in Paragraph
5.0 of the enclosed Statement of Work.
GOVERNMENT FURNISHED MATERIAL (NAVSEA) (MAY 1995)
Government furnished material: When materia is furnished by the Government,
the Contractor's procedures shall include at least the following:
a. Examination upon receipt, consistent with practicality, to detect
damage in transit;
b. Inspection for completeness an dproper type:;
c. Periodic inspection and precautions to assure adequate storage
conditions
and to guard against damag from handling and deterioration during storage;
d. Functional testing, either prior to or after installation, or both, as
required by contract to determine satisfactory operation.
e. Identification and protection from improper use or disposition; and
f. Verfication of quantity
Damaged Government Furnished Material: The contractor shall report to the
Government representative any Government-furnished property found damaged,
malfunctioning, or otherwise unsuitable for use. In the event of damage or
malfunction during or after installation, the contractor shall determine and
record probable casue and necessity for withholding material from use.
[As used in the foregoing, the term "material" applies to Government-furnished
equipment to be installed in or furnished with the end item. The term "property"
is Government equipment that is used in the fabrication or assembly of the end
item, and is not delivered as part of the end product.]
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
16 of 28
SECTION F DELIVERABLES OR PERFORMANCE
SECTION F DELIVERIES OR PERFORMANCE
All provisions and clauses in SECTION F of the basic contract are applicable
to this
task order unless otherwise specified in this task order.
CLAUSES INCORPORATED BY REFERENCE
52.247-34 F.O.B. DESTINATION NOV 1991
DATA DELIVERY LANGUAGE FOR SERVICE PROCUREMENTS (5703)
All data to be furnished under this task order shall be delivered prepaid in
accordance
at the time(s) specified in Paragraph 5.0 of the Statement of Work.
The Contractor shall perform the work described in SECTION C, at the level of
effort
specified in SECTION B, and through the issuance of TDL(s) as follows:
TIME OF PERFORMANCE (SERVICES) (5711)
Services to be furnished under this task order shall be performed and
completed within
12 months from the effective date of award.
CLIN - DELIVERIES OR PERFORMANCE
The periods of performance for the following firm items are from date of task order award through 12 months
thereafter, estimated at:

1000 4/26/2007 - 4/25/2008
3000 4/26/2007 - 4/25/2008
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
17 of 28
SECTION G CONTRACT ADMINISTRATION DATA
SECTION G CONTRACT ADMINISTRATION DATA
All provisions and clauses in SECTION G of the basic contract are applicable to this
task order unless otherwise specified in this task order.
Task Order Manager
Roger Maryfield, 0531
300 Highway 361; Bldg. 64
Crane, IN 47522
roger.maryfield@navy.mil
812-854-4898
SECURITY ADMINISTRATION (5806)
The highest level of security required under this contract is SECRET
as designated on DD Form 254 attached hereto and made a part hereof.
The Commander, Defense Security Service, Director of Industrial Security,
Southern Region, is designated Security Administrator for the purpose of
administering all elements of military security hereunder.
INVOICING INSTRUCTIONS AND PAYMENT FOR SERVICES
Invoices for services rendered under this Contract shall be submitted
electronically through Wide Area Work Flow Receipt and Acceptance (WAWF):
The vendor shall self-register at the web site https://wawf.eb.mil.
Vendor training is available on the internet at https://wawftraining.eb.mil.
Additional support can be accessed by calling the NAVY WAWF Assistance Line:
1-800-559-WAWF (9293). Select the Cost Voucher within WAWF as the invoice
type. The cost voucher prepares the interim voucher. Back up documentation
(such as timesheets, cost breakdowns, 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.
The following information regarding Naval Surface Warfare Center,
Crane, Indiana is provided for completion of the invoice in WAWF:
PAY DODAAC: HQ0338
WAWF Invoice Type: Cost Voucher
Issue by DODAAC: N00164
Admin DODAAC: S2101A
DCAA DODAAC (if applicable): N/A
Service Approver: N00164
Inspect by DODAAC: N/A
Service Acceptor DODAAC: N00164
LPO DODAAC: N/A
The contractor shall submit invoices for payment per ACRN and Sub-Contract Line
Item Number (SLIN).
Payment is not to be pro-rated across ACRNs. ACRNs are to be paid in
accordance with contractor's invoice.
After clicking the submit button a Notice or successful/unsuccessful
submission screen will appear. This screen allows you to enter an
additional e-mail notification address. You must click on the Send
More E-mail Notifications link and add the e-mail address listed
below for submittal to the acceptor:
roger.maryfield@navy.mil
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
18 of 28
Additional WAWF Information:
On the Miscellaneous Tab of the invoice in WAWF attach the cost
breakdown for the cost voucher amount being submitted in accordance
with the invoicing instructions.
CONTRACT ADMINISTRATION DATA LANGUAGE (5802)
Enter below the address (street and number, city, county, state
and zip code) of the Contractors facility which will administer
the task order if such address is different from the address shown
on the proposal.
Address:___________________________________________
Street & number ____________________________________
City & State ____________________________________
County ____________________________________
Zip Code ____________________________________
CONTRACTOR PERFORMANCE ASSESSMENT RATING SYSTEM (CPARS) (JAN 2001)
(a) Pursuant to FAR 42.1502, this task order is subject to DoD's
Contractor Performance Assessment Rating System (CPARS). CPARS is an
automated centralized information system accessible via the
Internet that maintains reports of contractor performance for
each contract/task order. CPARS is located at http://www.cpars.navy.mil/
Further information on CPARS is available at that web-site.
(b) Under CPARS, the Government will conduct annual evaluations
of the contractor's performance. The contractor has thirty (30)
days after the Government's evaluation is completed to comment
on the evaluation. The opportunity to review and comment is limited
to this time period and will not be extended. Failure to review the
report at this time will not prevent the Government from using the
report.
(c) The contractor may request a meeting to discuss the CPAR. The
meeting is to be requested via e-mail to the CPARS Program Manager
no later than seven days following receipt of the CPAR. A meeting
will then be held during the contractors 30-day review period.
(d) The CPARS system requires the Government to assign the
contractor a UserID and password in order to view and comment on
the evaluation. Provide the name(s) of at least one individual
(not more than three) that will be assigned as your Defense
Contractor Representative for CPARS. Name Phone E-mail Address
(optional)
PURCHASING OFFICE REPRESENTATIVE LANGUAGE
Jesse Mechinus
CODE 0561, Bldg 64
NSWC Crane
300 Highway 361
Crane, IN 47522-5011
Telephone (812) 854-3554
e-mail: jesse.mechinus@navy.mil
EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995)
(a) As part of the negotiated fixed price or total estimated amount of this
contract, both the Government and the Contractor have agreed to waive any
entitlement that otherwise might accrue to either party in any residual dollar
amount of $500 or less at the time of final contract closeout. The
term "residual dollar amount" shall include all money that would otherwise be
owed to either part at the end of the contract except that, amounts connected
in any way with taxation, allegations of fraud and/or antitrust violations
shall be excluded. For purposes of determining residual dollar amounts,
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
19 of 28
offsets of money owed by one party against money that would otherwise be paid
by that party may be considered to the extent permitted by law.
(b) This agreement to waive entitlement to residual dollar amounts has been
considered by both parties. It is agreed that the administrative costs for
either part associated with collected such small dollar amounts could exceed
the amount to be recovered.

-------- ---------------------- ---------------------

CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
20 of 28
SECTION H SPECIAL CONTRACT REQUIREMENTS
SECTION H SPECIAL CONTRACT REQUIREMENTS
GOVERNMENT FURNISHED PROPERTY (PERFORMANCE) (SEP 1990)(NAVSEA 5252.245-9108)
The Government will provide only that property set forth below,
notwithstanding any term or condition of this contract to the
contrary. Upon Contractor's written request to the cognizant Task Order
Manager, via the cognizant Procuring Contract Office (NSWC Crane), the
Government will furnish the following for use in the performance of
this contract:
*To be identified upon issuance of Technical Instruction (TI).
TECHNICAL INSTRUCTIONS (MAY 1993) (NAVSEA 5252.242-9115)
(a) Performance of the work hereunder shall be subject to written
technical instructions/technical direction letters signed by the
Task Order Manager specified in Section G of this contract. As
used herein, technical instructions/technical direction letters are
defined to include the following:
(1) Directions to the Contractor which suggest pursuit of
certain lines of inquiry, shift work emphasis, fill in
details or otherwise serve to accomplish the contractual
statement of work.
(2) Guidelines to the Contractor which assist in the
interpretation of drawings, specifications or technical
portions of work description.
(b) Technical instructions must be within the general scope of work
stated in the contract. Technical instructions may not be used to:
(1) assign additional work under the contract; (2) direct a change
as defined in the "CHANGES" clause of this contract; (3) increase
or decrease the contract price or estimated contract amount
(including fee), as applicable, the level of effort, or the time
required for contract performance; or (4) change any of the terms,
conditions or specifications of the contract.
(c) If, in the opinion of the Contractor, any technical
instruction/technical direction letters calls for effort outside
the scope of the contract or is inconsistent with this requirement,
the Contractor shall notify the Procuring Contracting Officer
(NSWC Crane) in writing within ten (10) working days after the
receipt of any such instruction. The Contractor shall not proceed
with the work affected by the technical instruction/technical direction
letter unless and until the Contractor is notified by the Procuring
Contracting Officer (NSWC Crane) that the technical
instruction/technical direction letter is within the scope of this
contract.
(d) Nothing in the foregoing paragraph shall be construed to excuse the
Contractor from performing that portion of the contractual work statement,
which is not affected by the disputed technical instruction/technical
direction letter.
H20S INSURANCE - WORK ON A GOVERNMENT INSTALLATION
The following types of insurance are required in accordance with the
clause entitled, Insurance - Work On A Government Installation
(FAR 52.228-5), and shall be maintained in the minimum amounts shown:
(1) Comprehensive General Liability: $200,000 per person and $500,000
per accident for bodily injury.
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
22 of 28
(2) Automobile Insurance: $200,000 per person and $500,000 per
accident for bodily injury and $20,000 per accident for property
damage.
(3) Standard Workmen'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.
ALLOTMENT OF FUNDS (MAY 1993) (NAVSEA 5252.232-9104)
(a) This contract is incrementally funded with respect to both cost and fee.
The amount(s) presently available and allotted to this contract for payment
of fee for incrementally funded contract line item number/contract subline
item number (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216
8)
or "INCENTIVE FEE" (FAR 52.216 10), as appropriate, is specified below.
The amount(s) presently available and allotted to this contract for payment
of cost for incrementally funded CLINs/SLINs is set forth below. As provided
in the clause of this contract entitled "LIMITATION OF FUNDS" (FAR 52.232 22),
the CLINs/SLINs covered thereby, and the period of performance for which
it is estimated the allotted amount(s) will cover are as follows:
H30S LIMITATION OF LIABILITY - INCREMENTAL FUNDING (JUN 2004)
This task order is incrementally funded and the amount currently
available for payment hereunder is limited to inclusive of
fee, profit and all other charges. The clause entitled, Limitation of
Funds (FAR 52.232-22), applies. The Government is not obligated to
reimburse the Contractor for costs incurred in excess of this amount
unless additional funds are made available and are incorporated as a
modification to this task order.
* To be completed at time of award and upon execution of each
incremental funding modification.
H81S TRAVEL COSTS AND RESPONSIBILITIES
(a) Performance under this task order may require travel by contractor
personnel. If travel, domestic or overseas, is required, the Contractor
shall be responsible for making all needed arrangements for his personnel.
This includes, but is not limited to, medical examinations; immunizations;
passports, visas, etc. and security clearances. If any work will take
place on a U.S. Navy vessel, the Contractor shall obtain boarding
authorization for all contractor personnel from the Commanding Officer
of the vessel. Authorization shall be obtained prior to boarding.
(b) The Government will reimburse the Contractor for allowable travel
costs incurred by the Contractor in performance of the task order in
accordance with FAR subpart 31.2 or 31.3 as applicable.
H83S SERVICE CONTRACT ACT WAGE DETERMINATION (JUN 2004)
The applicable Service Contract Act Wage Determinations by the
Secretary of Labor are provided as attachments in Section J.
HC25S ACCESS TO GOVERNMENT SITE (JUN 2004)
(a) Contractor personnel shall comply with all current badging and
security procedures required to gain access to any Government site.
The Contractor shall ensure that Contractor personnel employed on any
Government site become familiar with and obey Activity regulations.
Contractor personnel shall not enter restricted areas unless required to
ITEMS Alloted to Cost Alloted to Fee
Estimated Period of
Performance
1000
26 April 2007 to 25
April 2008
3000 -
26 April 2007 to 25
April 2008
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
23 of 28
do so and until cleared for such entry. The Contractor shall request
permission to interrupt any activity roads or utility services in writing
a minimum of 15 calendar days prior to the date of interruption.
Contractor personnel shall bear personal protective equipment in
designated areas.
All contractor equipment shall be conspicuously marked for identification.
The contractor shall strictly adhere to Federal Occupational Safety
and Health Agency (OSHA) Regulations, Environmental Protection Agency
(EPA) Regulations, and all applicable state and local requirements.
HG10S CONTRACTUAL AUTHORITY AND COMMUNICATIONS (JUN 2004)
(a) Except as specified in subparagraph (b) below, no order, statement,
or conduct of any Government personnel who visit the Contractor's
facilities or in any other manner communicates with Contractor personnel
during the performance of this task order shall constitute a change
under the Changes clause of this task order.
(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 task order.
(c) The Contracting Officer is the only person authorized to approve
changes in any of the requirements of this task order and,
notwithstanding provisions contained elsewhere in this task order, the
said authority remains solely the Contracting Officer's. In the event
the contractor effects any change at the direction of any person other
than the Contracting Officer, the change will be considered to have been
made without authority and no adjustment will be made in the task order
price to cover any increase in charges incurred as a result thereof.
WORK WEEK
(a) All or a portion of the effort under this contract will
be performed on a Government installation. The normal work
week shall be Monday through Friday for all straight time worked.
No deviation in the normal workweek will be permitted without
express advance approval in writing by the designated Ordering
Officer with coordination of the using departments. In the
event that the contractor fails to observe such normal work week,
any costs incurred by the Government resulting therefrom, shall
be chargeable o the contractor. Work on Center shall be performed
during the normal work hours at that location unless differing
hours are specified on the individual delivery orders.
For purposes of scheduling personnel, the contractor is hereby
advised that the Government Installation will observe Federal
Government holidays. The contractor is further advised that
access to the Government installation may be restricted on
these holidays:
(b) In the event any of the above holidays occur on a
Saturday or a Sunday, then such holiday shall be observed by
the Contractor in accordance with the practice as observed by
the assigned Government employees at the using activity.
(c) In the event the Contractor is prevented from performance
as the result of an Executive Order or an administrative
leave determination applying to the using activity, such
time may be charged to leave or indirect charges in accordance
with the company policy.
HP10S OPTION TO EXTEND THE TERM OF THE TASK ORDER
This task order is renewable at the prices stated in Section B of
the Contractor's proposal, at the option of the Government. The
Contracting Officer shall give written notice, to the Contractor,
of Option Year I renewal within 365 days from effective date of task
order award. Such a preliminary notice of intent
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
24 of 28
to renew shall not be deemed to commit the Government to renewals. If the
Government exercises these options for renewal, the task order as renewed
shall be deemed to include this option provision however, the total
duration of this task order, including the exercise of any options under
this clause, shall not exceed 24 months.

HQ-C-2-0014 CONTRACTOR'S PROPOSAL (NAVSEA) (SEP 1990)
(a) Performance of this contract by the Contractor shall be conducted and
performed in accordance with detailed obligations to which the Contractor
committed itself in Proposal dated 28 March 2007 in response to NSWC Crane
Solicitation No. N00024-07-R-3217.
(b) The technical volume(s) of the Contractor's proposal is incorporated by
reference and hereby made subject to the provisions of the "ORDER OF
PRECEDENCE" (FAR 52.215-08) clause of this contract. Under the "ORDER OF
PRECEDENCE" clause, the technical volume of the Contractor's proposal
referenced herein is hereby designated as item (f) of the clause following "The
specifications" in order of precedence.
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
25 of 28
SECTION I CONTRACT CLAUSES
52.222-2 -- Payment for Overtime Premiums.
SECTION I CONTRACT CLAUSES
All provisions and clauses of SECTION I of the basic contract are
applicable to this task order unless, othrwise specified herein.
CLAUSES INCORPORATED BY REFERENCE
52.222-41 SERVICE CONTRACT ACT (1965) JUL 2005
52.222-41 Service Contract Act (1965)
CLAUSES INCORPORATED BY FULL TEXT

As prescribed in 22.103-5(b), insert the following clause:


Payment for Overtime Premiums (Jul 1990)
(a) The use of overtime is authorized under this contract if the overtime premium does not exceed 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;
(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.
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
26 of 28
* Insert either zero or the dollar amount agreed to during negotiations. The inserted figure does not apply
to the exceptions in subparagraph (a)(1) through (a)(4) of the clause.
(End of Clause)
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
27 of 28
SECTION J LIST OF ATTACHMENTS
ATTACHMENTS AND EXHIBITS
Attachment 1: DD254 Security Clearance
CONTRACT NO.
N00178-04-D-4042
DELIVERY ORDER NO.
FC1007
PAGE
28 of 28

You might also like