N00178-11-D-6495-M801-14 - Chugach Alaska Corporation

advertisement
1. CONTRACT ID CODE
2. AMENDMENT/MODIFICATION NO.
3. EFFECTIVE DATE
14
6. ISSUED BY
CODE
PAGE OF PAGES
U
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
1
4. REQUISITION/PURCHASE REQ. NO.
15-May-2015
N00421
2
5. PROJECT NO. (If applicable)
1300463809-0002
N/A
7. ADMINISTERED BY (If other than Item 6)
CODE
NAVAIR Aircraft Division Pax River
NAVAIR Aircraft Division Pax River
21983 BUNDY ROAD, Bldg 441
21983 BUNDY ROAD, Bldg 441
Patuxent River MD 20670
Patuxent River MD 20670
N00421
samantha.pennini@navy.mil 301-342-5541
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code)
9A. AMENDMENT OF SOLICITATION NO.
CHUGACH FEDERAL SOLUTIONS, INC
3800 Centerpoint Drive, Suite 601
9B. DATED (SEE ITEM 11)
Anchorage AK 99503
10A. MODIFICATION OF CONTRACT/ORDER NO.
[X]
N00178-11-D-6495-M801
10B. DATED (SEE ITEM 13)
CAGE
CODE
59PZ4
FACILITY CODE
01-Dec-2012
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
[ ]The above numbered solicitation is amended as set forth in Item 14.
[ ]
[ ]
The hour and date specified for receipt of Offers
is extended,
is not extended.
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:
(a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By
separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE
PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this
amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation
and this amendment, and is received prior to the opening hour and date specified.
12. ACCOUNTING AND APPROPRIATION DATA (If required)
SEE SECTION G
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
(*)
[ ]
[ ]
A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN
ITEM 10A.
B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation
date, etc.)SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
[ ]
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
[X]
D. OTHER (Specify type of modification and authority)
FAR 43.103(b) and FAR 52.232-22 Limitation of Funds
E. IMPORTANT: Contractor [ X ] is not, [ ] is required to sign this document and return
copies to the issuing office.
14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
SEE PAGE 2
15A. NAME AND TITLE OF SIGNER (Type or print)
16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
J. Larry Mattingly, Contracting Officer
15B. CONTRACTOR/OFFEROR
15C. DATE SIGNED
16B. UNITED STATES OF AMERICA
16C. DATE SIGNED
BY
15-May-2015
(Signature of person authorized to sign)
NSN 7540-01-152-8070
PREVIOUS EDITION UNUSABLE
/s/J. Larry Mattingly
(Signature of Contracting Officer)
30-105
STANDARD FORM 30 (Rev. 10-83)
Prescribed by GSA
FAR (48 CFR) 53.243
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
NOO 178-11-D-6495
M801
14
2 of2
FINAL
GENERAL INFORMATION
The purpose of this modification is to 1) realign ceiling from the increased capacity CLIN 4203 to CLIN 4201 2)
provide incremental funding in the amount of $193,062.50 for continued contract performance and update Section G
- 5252.232-9104 Allotment of Funds. Accordingly, said Task Order is modified as follows: A conformed copy of
this Task Order is attached to this modification for informational purposes only.
The Line of Accounting information is hereby changed as follows:
The total amount of funds obligated to the task is hereby increased from
to
CLIN/SLIN
Type Of Fund
420105
O&MN,N
620104
O&MN,N
From($)
By($)
To($)
The total value of the order is hereby increased from
CLIN/SLIN
From($)
to
By($)
To($)
4201
The Period of Performance of the following line items is hereby changed as follows:
CLIN/SLIN
From
To
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
NOOl 78-l l-D-6495
M801
14
1 of79
SECTION B SUPPLIES OR SERVICES AND PRICES
CLIN - SUPPLIES OR SERVICES
For Cost Type Items:
Item
PSC
Supplies/Services
4001
R706 Services (Domestic) - Tomahawk Weapon
Systems Life Cycle Managemet Support
for PMA-280 in accordance with SOW.
(Fund Type - OTHER)
Qty Unit Est. Cost
1.0 LO
400101 R706 Funding in Support of CLIN 4001
(O&MN,N)
400102 R706 Flll1ding in Support of CLIN 4001 (WPN)
400103 R706 Flll1ding in Support of CLIN 4001
(O&MN,N)
400104 R706
Funding in Support of CLIN 4001 (WPN)
400105 R706 Funding in support of CLIN 4001
(O&MN,N)
400106 R706 Funding in support of CLIN 4001 (WPN)
4002
R706 Services (Foreign Military Sales) ·Tomahawk Weapon Systems Life Cycle
Managemet Support for PMA-280 in
accordance with SOW.
(FMS Case #UK-P-GEK)
1. 0
LO
400201 R706 Funding in Support of CLIN 4002 (FMS)
4003
R706
Increased Capacity - Services in
accordance with the Task Order H-1
clause - Option for Increased Services
(OTHER) (Fund Type - OTHER)
1.
0 LO
400301 R706 Funding in support of CLIN 4003 (FMS)
400302 R706
Funding in support of CLIN 4003 (WPN)
4004
R706 Technical data in support of 4001 and
4002 Series CLIN'S in accordance with
Exhibit .A - Not Separately Priced.
(Fund Type - OTHER)
1.0
4005
R706 OPSEC Plan in accordance with SOW
paragraph 15(b). (Fund Type - OTHER)
1.0 LO
4006
R706 OPSEC Plan in accordance with CDRL
exhibit. (Fund Type - OTHER)
1.0
LO
4101
R706 Services (Domestic) - Tomahawk Weapon
Systems Life Cycle Management Support
for PMA-280 in accordance with SOW.
(Fund Type - OTHER)
1.0
LO
LO
Fixed Fee
CPFF
FINAL
Item
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
NOO 178-11-D-6495
M801
14
2 of79
PSC
Supplies/Services
Qty Unit Est. Cost
410101 R706 Funding in support of CLIN 4101
(O&MN,N) (O&MN,N)
410102 R706 Funding in support of CLIN 4101 (WPN)
(WPN)
410103 R706 Funding in support of CLIN 4101
(O&MN,N)
410104 R706 Funding in support of CLIN 4101 (WPN)
410105 R706 Funding in support of CLIN 4101
(O&MN,N)
410106 R706 Funding in support of CLIN 4101
(RDT&E)
410107 R706 Funding in support of CLIN 4101
(O&MN,N)
4102
R706 Services (Foreign Military Sales) Tomahawk Weapon Systems Life Cycle
Managemet Support for PJVlA-280 in
accordance with SOW.
(FMS Case #UK-P-GEK)
1.0 LO
410201 R706 Funding in support of CLIN 4102 (FMS)
(FMS)
4103
R706
Increased Capacity - Services in
accordance with the Task Order H-1
clause - Option for Increased Services
(OTHER) (Fund Type - OTHER)
1. 0
LO
Option
4104
R706 Technical data in support of 4101 and
4102 Series CLIN'S in accordance with
Exhibit A - Not Separately Priced.
(Fund Type - OTHER)
1. 0 LO
4201
R706 Services (Domestic) - Tomahawk Weapon
Systems Life Cycle Managemet Support
for PJVlA-280 in accordance with SOW and
CDRL's. (Fund Type - OTHER)
1. 0
LO
1. 0
LO
420101 R706 Funding in support of CLIN 4201
(O&MN,N)
420102 R706 Funding in support of CLIN 4201 (WPN)
420103 R706 Funding in support of CLIN 4201
(O&MN,N)
420104 R706 Funding in support of CLIN 4201 (WPN)
420105 R706 Funding in support of CLIN 4201
(O&MN,N)
4202
R706 Services (Foreign Military Sales) Tomahawk Weapon Systems Life Cycle
Managemet Support for PJVlA-280 in
Fixed Fee
CPFF
FINAL
Item
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
NOOl 78-l l-D-6495
M801
14
3of79
PSC
Qty Unit Est. Cost
Supplies/Services
Fixed Fee
FINAL
CPFF
accordance with SOW.
(FMS Case #UK-P-FAY)
420201 R706 Funding in support of CLIN 4202 (FMS)
4203
R706
Increased Capacity - Services in
accordance with the Task Order H-1
clause - Option for Increased Services
(OTHER) (Fund Type - OTHER)
LO
LO
Option
4204
1.0 LO
R706 Technical data in support of 4201 and
4202 Series CLIN'S in accordance with
Exhibit A - Not Separately Priced.
(Fund Type - OTHER)
For ODC Items:
Qty Unit Est. Cost
Item
PSC
Supplies/Services
6001
R706 Other Direct Costs in support of CLIN 4001 (Fund Type - OTHER)
1.0 LO
600101 R706 Funding in Support of CLIN 6001 (O&MN,N)
600102 R706 Funding in Support of CLIN 6001 (WPN)
6002
R706 Other Direct Costs in support of CLIN 4002 (FMS Case #UK-P-GEK)
1.0 LO
600201 R706 Funding in Support of CLIN 6002 (FMS)
600202 R706 Funding in Support of CLIN 6002 (FMS)
Increased Capacity - Other Direct Costs in accordance with the Task
Order H-1 clause - Option for Increased Services (OTHER) (Fund Type
- OTHER)
6003
R706
6101
R706 Other Direct Costs in support ot CLIN 4101 (Fund Type - OTHER)
610101 R706 Funding in support of CLIN 6101 (O&M,N)
610102 R706 Funding in support of CLIN 6101 (WPN)
1. 0
LO
1. 0
LO
1. 0
LO
1. 0
LO
(O&MN,N)
(WPN)
610103 R706 Funding in support of CLIN 6101 (O&MN,N)
610104 R706 Funding in support of CLIN 6101 (O&MN,N)
610105 R706 Funding in support of CLIN 6101 (RDT&E)
6102
R706 Other Direct Costs in support of CLIN 4102 (FMS Case #UK-P-GEK)
610201 R706 Funding in support of CLIN 6102 (FMS)
6103
R706
(FMS)
Increased Capacity - Services in accordance with the Task Order H-1
clause - Option for Increased Services (OTHER) (Fund Type - OTHER)
Option
6201
R706 Other Direct Costs in support of CLIN 4201 (Fund Type - OTHER)
620101 R706 Funding in support of CLIN 6201 (O&MN,N)
1. 0 LO
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
NOOl 78-1 l-D-6495
M801
14
4 of79
Supplies/Services
FINAL
Qty Unit Est. Cost
620102 R706 Funding in support of CLIN 6201 (WPN)
620103 R706 Funding in support of CLIN 6201 (O&MN,N)
620104 R706 Funding in support of CLIN 6201 (O&MN,N)
6202
R706 Other Direct Costs in support of CLIN 4202 (FMS Case #UK-P-FAY)
LO
LO
620201 R706 Funding in support of CLIN 6202 (FMS)
6203
R706 Increased Capacity - Services in accordance with the Task Order H-1
clause - Option for Increased Services (OTHER) (Fund Type - OTHER)
1. O LO
Option
Block 5
Contract Specialist
Samantha Pennini
Code
AIR-2.5.1.14.12
Phone Number
301-342-5541
Facsimile Number
301-995-0849
Email
samantha.pennini@navy.mil
Block 21: Contracting Officer
Kristen Adamski
Code
AIR- 2.5.1.14.7
Phone Number
301-342-9707
Email
Kristen.adamski@navv.mil
Ombudsman:
LCDR Jake Almuete
Code
NAVAIR 2.5.1 A
Phone Number
(301) 757-897 4
Facsimile Number
(301) 757-7054
Email
jakenberg.a lmuete@navy. mi I
Notes:
(1) This acquisition is applicable to Zone 2 (National Capital Zone) as an 8(a) Small Business
Concerns.
(2) This task order is issued in accordance with the terms and conditions of the Seaport-e
multiple award contract <to contract number to be inserted at time of award>. Therefore, all
terms and conditions of the Seaport-e multiple award contract, including but not limited to all
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
5 of 79
FINAL
clauses and provisions, are hereby fully and expressly incorporated into this task order. Only
clauses and provisions requiring fill-ins, or unique to the task order have been included in full
text in the task order.
(3) It is anticipated that there will be a two to four-week transition period prior to start work date to
transition from the incumbents to the awardee of the task order competition. Actual transition
will be dependent upon the actual date of award and is not guaranteed. The period of
performance will be determined at time of award depending upon actual transition allowed.
(4) The task order is for a total performance period of three years inclusive of all options.
(5) The Contract Line Item Number (CLIN) structure of task order is as follows:
CLIN
Funding Type
Period of
Performance
Dates of Performance
Services of Cost
Type:
4001
Other
Base
01 December 2012 - 30 November
2013
4002
FMS
Base
01 December 2012 - 30 November
2013
4003
Other
Base
4004
Other
Base
4005
Other
Base
4006
Other
Base
4101
Other
4102
FMS
4103
Other
4104
Other
4201
Other
4202
FMS
4203
Other
4204
Other
ODC of Cost Type:
Option 1
Option 1
Option 1
Option 1
Option 2
Option 2
Option 2
Option 2
01 December
2013
01 December
2013
01 December
2013
01 December
2013
01 December
2014
01 December
2014
01 December
2014
01 December
2014
01 December
2015
01 December
2015
01 December
2015
01 December
2015
2012 - 30 November
2012 - 30 November
2012 - 30 November
2012 - 30 November
2013 - 30 November
2013 - 30 November
2013 - 30 November
2013 - 30 November
2014 - 30 November
2014 - 30 November
2014 - 30 November
2014 - 30 November
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
6 of 79
6001
Other
6002
FMS
6003
Other
6101
Other
6102
FMS
6103
Other
6201
Other
6202
FMS
6203
Other
Base
Base
Base
Option 1
Option 1
Option 1
Option 2
Option 2
Option 2
01 December
2013
01 December
2013
01 December
2013
01 December
2014
01 December
2014
01 December
2014
01 December
2015
01 December
2015
01 December
2015
FINAL
2012 - 30 November
2012 - 30 November
2012 - 30 November
2013 - 30 November
2013 - 30 November
2013 - 30 November
2014 - 30 November
2014 - 30 November
2014 - 30 November
(6) Funding for each CLIN will be added at the subCLIN (SLIN) level.
The following clauses are incorporated by reference from the basic contract:
HQ B-2-0004 EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995)
HQ B-2-0020 TRAVEL COSTS – ALTERNATE I (NAVSEA) (DEC 2005)
NOTE: Other Direct Costs are for travel and material only and other uses are not permitted.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
7 of 79
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
8 of 79
FINAL
SECTION C DESCRIPTIONS AND SPECIFICATIONS
SECTION C DESCRIPTIONS AND SPECIFICATIONS
STATEMENT OF WORK
For PMA-280 – TOMAHAWK Weapons Systems Life Cycle Management Support
1.0 INTRODUCTION
This requirement is for full logistics and technical support of the TOMAHAWK Weapon
System Program (TWS). This includes depot operations, TOMAHAWK Weapon
System (TWS) technical and logistics documentation, missile readiness
management products, Foreign Military Sales (FMS), financial services and
operational officer support of the TWS as defined in the Statement of Work (SOW)
below.
2.0 SCOPE
This SOW defines the overall objectives for the depot operations, acquisition
documentation, missile readiness management products, Foreign Military Sales
(FMS), financial services and operational officer support of the TWS. The TWS
includes the All Up Round (AUR) Missile including the nuclear land attack submarine
variant, Surface Ships, Submarines and SSGN TOMAHAWK Weapons Systems, and
in service and developmental Weapons Systems variants. The contractor shall
provide technical and administrative support to the applicable PMA-280 Integrated
Process Teams (IPTs) and make recommendations for the development and revision
of TOMAHAWK planning, documents, specifications, and reports as detailed in the
SOW below.
The TOMAHAWK program shall require the contractor to work closely with the
government project manager and support the needs of the program at the sponsor
level; coordination of meetings, preparing budget drills, developing agenda items,
attending high-level meetings, generating minutes, and tracking action items is
required. Other support requires the contractor to recommend policies, doctrine,
tactics, and procedures given their past expert opinion or using analysis of actual
outcomes. Program support requires significant coordination and interface with
various DOD and non-DOD activities.
This SOW is intended to cover full logistics and technical support of the TOMAHAWK
Weapon System Program. This program utilizes the following types of funding:
Research, Development, Test and Evaluation, (RDT&E), Weapons Procurement, Navy
(WPN), Ship Construction, Navy (SCN), Operations and Maintenance, Navy (OMN) and
Foreign Military Sales (FMS). This Statement of Work defines specific requirements
relating to contract performance. All acronyms used are defined in Attachment 1.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
9 of 79
FINAL
3.0 REQUIREMENT
3.1 TOMAHAWK AUR Lifecycle Enterprise Tasking
These are enterprise tasks for PMA-280 which includes Tomahawk AUR and WCS
tasking. A technical point of contact shall be identified for the engineering and
logistics areas.
3.1.1 TOMAHAWK AUR Integrated Logistics Support (ILS)–Tomahawk AUR ILS is
associated with the Block III & IV Tomahawk All-Up-Round (AUR) missile. The
contractor shall provide support services and logistics management associated with
the operations and maintenance of the Tomahawk AUR. Major support areas include
Life Cycle Maintenance / Maintenance Planning, Supply Support, and Support
and-Test Equipment, Technical Documentation, Training Support and Missile
Readiness/Management support. Because some of this tasking is classified, in order
to accomplish this task, the contractor shall have SIPRNet accounts. The following
SOW objectives are established for Tomahawk AUR ILS Support.
a. Maintenance Planning (OMN) –The Contractor shall perform and document
Maintenance Planning analysis activities. The documentation shall also include
recommendations for updates / revisions for Life Cycle Sustainment Plan (LCSP), the
Users Logistics Support Summary (ULSS) and Maintenance Plans.
CDRL A003 – Tomahawk AUR Logistics and Supply Supportability
Management Information
CDRL A004 – Tomahawk AUR Failure Summary and Analysis Report
b. Inventory Management / Asset Tracking (OMN/WPN) –The Contractor shall provide
inventory analysis, management, sparing recommendations, and asset tracking. The
Contractor shall track and provide data pertaining to Warranties, and Service
Contracts statuses for PMA-280 programs to ensure material has proper venues for
updates and repairs, track expended MK14 canisters, MK45 and MK10 capsules,
track and redistribute MK30 shipping and storage skids and CNU-308/E shipping
containers. The Contractor shall review the weekly ashore and afloat RFI/NRFI, total
and provide status to PMA-28071. The Contractor shall provide PMA-280 with a
Monthly Inventory Report.
CDRL A006 – Tomahawk AUR Monthly Metrics and Inventory Report
c. Editorial Support (OMN/WPN) –The Contractor shall comply with applicable
Templates, Style Guides and shall ensure proper document classification.
d. Technical Documentation In-Process Reviews (RDT&E) –The Contractor shall
conduct in process reviews of technical documentation and shall establish a method
for ensuring quality of documentation for development and / or test and evaluation
efforts.
e. Documentations Templates and Style Guides (OMN/WPN) –The Contractor shall
maintain and update templates and style guides used in developing technical
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
10 of 79
FINAL
documentation and training materials.
f. Logistics Support Library (OMN/OPN) –The Contractor shall create, maintain, and
distribute required Logistics Support Libraries (LSLs).
g. Documentation CDs (OMN/OPN) –The Contractor shall create, maintain, and
update technical documentation CDs.
h. Classified / Unclassified Library (OMN/OPN) –The Contractor shall implement
/maintain a library of user documentation and software in compliance with DoD
OPSEC standards for classified materials and shipments.
3.1.2. TOMAHAWK WCS INTEGRATED LOGISTICS SUPPORT (ILS)–
[OM&N, OPN, RDT&E, SCN] - Tomahawk Weapon Control System (WCS) ILS is
associated with the acquisition of ship and submarine Control Systems for Blk IV
TWS equipment, scheduled for installation or currently installed on platforms currently
in the fleet. The contractor shall provide support services and logistics management
associated with the operations and maintenance of the Tomahawk WCS. The
following SOW objectives are established for Tomahawk WCS ILS.
a. DT/OT Support (OPN, SCN and RDT&E) –The Contractor shall prepare logistics
plans and products to support the DT and OT efforts for future Twcs upgrades.
CDRL A007 – TWCS Logistics and Supply Supportability Management
Information
b. Acquisition Support (OMN, OPN, SCN and RDT&E) The Contractor shall review
TOMAHAWK weapon system program acquisition documentation to identify areas of
possible logistics concerns for both new and in-service ships and new and legacy
weapon systems and provide recommendations to promote the integration of evolving
Navy goals and priorities such as manpower reduction, distance support, etc.
CDRL A008 – Tomahawk Weapon System Technical Report
c. Tomahawk WCS IPT Support (OMN, OPN, SCN and RDT&E) –The Contractor shall
prepare the weekly activity report (WAR) and the Plan of the Week (POW) for
PMA-28072, for distribution to PMA-2807 and the logistics community. The Contractor
shall review the Tomahawk WCS schedule for accuracy and initiate required updates.
The Contractor shall manage the action item tracking and update of the Twcs APML
logistics action items.
CDRL A009 – Tomahawk Weapon System WAR and Plan of the Week
3.1.3 FINANCIAL SUPPORT SERVICES–[O&MN, WPN, OPN, RDT&E, SCN]
The following statement of work objectives are established for the Financial Support
Services.
a. Manage and monitor obligations of execution year funds (OMN, WPN, OPN, SCN
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
11 of 79
FINAL
and RDT&E)–The Contractor shall provide/coordinate inputs, recommendations and
impacts for prioritization decisions of execution funding, to include
population/maintenance of spend plans, and tracking expenditures of all sources of
funding. The Contractor shall respond to Program Office, Branch, Division,
Department, HQ and other agency data calls/requests with documented information
and/or briefings related to managed funds.
b. Manage and monitor long-term budgeting and funding strategies (OMN, WPN, OPN
SCN and RDT&E) –The Contractor shall develop long term funding strategies and
support TOMAHAWK, NAVAIR and OPNAV leadership in the development of budget
requirements and documentation. The Contractor shall develop complete accurate
Program Objective Memorandum (POM) and budget exhibits for RDT&E, WPN and
OMN appropriations for the Tomahawk All-Up-Round (AUR) program.
c. Financial Database Management –The Contractor shall maintain the budget,
planning and execution data base (TOMIS) to effectively allocate and track funding and
produce required products and reports. The Contractor shall assist the PMA-280 IPTs
with OPOM inputs and reports and review OPOM summary mapping for PMA-280
tasking and perform required remapping.
3.1.4 TOMAHAWK NUCLEAR IPT SUPPORT–[O&MN]
The following statement of work objectives are established for the Tomahawk Nuclear
IPT Support services.
a. Inventory Management (OMN) –Provide inventory management support for
TOMAHAWK BLK II air frames and AURs and prepare Nuclear Weapons and Nuclear
Weapons Related Material (NWRM) inventory report and data base input.
b. Technical Documentation (OMN) –The Contractor shall provide updates to and
review completed changes to the Special Weapons Ordnance Publications (SWOPs)
and submit comments and recommendations based on knowledge of the TLAM-N
missile and the Tomahawk WCS. The Contractor will update and maintain the
TLAM-N retirement plan.
CDRL A010 – Tomahawk Block II Retirement Plan
c. Nuclear IPT Support (OMN) –The Contractor shall prepare and provide
presentations for the following meetings:
1) Use-control project officer’s group.
2) W80 project officer’s group.
3) W80 requirements working group.
4) W80 safety & reliability working group.
5) W80 maintenance & logistics group.
6) Navy stockpile review.
7) TLAM-N roundtable.
8) SWFLANT and SWFPAC monitor visits.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
12 of 79
FINAL
9) NWRM assessment team meetings
10) Ad hoc meetings and TLAM-N working groups.
3.1.5 Missile System IPT SUPPORT–[O&MN, WPN]
Missile System IPT support services are associated with the acquisition and initial
deployment of the Block IV All-Up-Round (AUR) missile, as well as support for the
planning and coordination for Block III missiles for Depot maintenance and repair.
The technical services support the procurement of new or modified support & test
equipment, training weapons systems, technical documentation, and initial supply
support of Tomahawk AURs. The following SOW objectives are established for
Missile System IPT Support.
a. Sparing Planning (OMN and WPN) –The Contractor shall develop complete and
accurate Program Support Data (PSD) and Provisioning Technical Documentations
(PTD) that meets NAVAIR, NAVSEA, and NAVICP schedule requirements.
CDRL A011 – Tomahawk Weapon System PSD and PTD Documentation
b. Tomahawk AUR Depot Support (WPN) –The Contractor shall provide analyses,
technical studies and reports in support of organizational, intermediate, and depot
level maintenance tasks and maintenance scheduling and management efforts. The
Contractor shall provide analyses on current and future depot/intermediate
capabilities/capacity requirements and issues. The Contractor shall develop metrics,
monitor progress and support analyzing depot and intermediate production in support
of department and NAVAIR goals. The Contractor shall provide readiness
improvement status evaluations and other status reports, identifying current fleet
readiness problems, mission capabilities and full mission capability factors causing
readiness degradations, corrective actions, and get well dates.
CDRL A012 – Tomahawk Missile Systems Technical Reports
3.1.6. TOMAHAWK OPERATIONS IPT SUPPORT–[O&MN]
The following performance objectives are established for the Tomahawk Operations
IPT Support. The contractor shall:
a. Administrative / Program / Project Support Functions (OMN) –The Contractor shall
provide the following administrative/program/project support functions:
1) Prepare for meetings and conferences by arranging for location, recording
minutes, preparing minutes, proposing attendees, agenda, etc.
2) Be proficient in the use of Microsoft Office products, to include Office, Word,
Excel, PowerPoint, Outlook and Project.
3) Schedule, arrange, coordinate attendees and run Video Teleconferences
(VTC) and phone conferences.
4) Prepare and update letters, Naval messages, directives, instructions,
reports, briefings, standards and other documents.
b. PMA-280 Strategic Planning Administration (OMN) –The Contractor shall provide
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
13 of 79
FINAL
analysis, planning and coordination for strategic planning and strategy efforts. Provide
lessons learned analyses and/or documentation. The Contractor shall design and
develop executive level briefings, policy, and documents and do the necessary work to
collect and coordinate information for use in these documents.
c. PMA-280 Message Traffic Administration (OMN) –The Contractor shall, on a daily
basis, review and process classified message traffic via SIPRNet within PMA-280,
update the SIPRNet log book for PMA-280 message traffic and deliver SIPRN
messages to the appropriate PMA-280 personnel.
3.2 FOREIGN MILITARY SALES (FMS) ILS –CLIN’s 4002, 4102 and 4202.
PMA-280 requires ILS services for its foreign government customers. Currently, only
the United Kingdom of Great Britain is a customer of Tomahawk. However, there may
be more customers in the future. The following statement of work objectives are
established for FMS ILS of the Tomahawk system. The contractor shall provide the
following support services.
3.2.1 Technical Documentation Support (FMS)–The contractor shall prepare and
provide FMS case sensitive technical data packages. This includes technical
manuals, drawings, vendor catalogs and item descriptions. The Contractor shall
provide detailed technical evaluation of new and/or revised technical data as it relates
to FMS supported weapon systems acquisition. The Contractor shall review, analyze
and determine the depth and range of Engineering Change Proposals (ECPs) on
FMS case support plans and provide documentation of completed analyses. The
Contractor shall prepare rough draft correspondence to answer inquiries, establish,
and confirm FMS case unique maintenance philosophy and to provide solutions for
long-term situations that adversely influence FMS SE operational capabilities.
CDRL A014 – Tomahawk FMS Logistics Management Information
3.2.2 Foreign Military Sales ILS Services (FMS) –The Contractor shall participate as
expert technical advisor to NAVAIR representatives at domestic and in country FMS
program meetings, reviews and site surveys. The Contractor shall provide acquisition
management support for items not conforming to standard Navy stocked items for
existing and future Foreign Military Sales cases, site activation and stand-up. The
Contractor shall research, evaluate and recommend alternate sources of
procurement for original equipment manufacturer “Out of Production” or “No Bid”
items and for developmental / prototype items necessary to support unique FMS case
specific requirements.
3.2.3 Tomahawk AUR FMS Depot Support (FMS)–The Contractor shall coordinate
with UK TOMAHAWK IPT for the return of UK BLK IV assets for warranty work. The
Contractor shall coordinate with US NAVMAGs to arrange shipment of UK missiles to
the AUR repair depot. The Contractor shall prepare messages in MILSTRIP format to
provide shipping instructions for TOMAHAWK related equipment and FMS submarine
TOMAHAWK AURs.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
14 of 79
FINAL
3.3 CONTRACT DATA REQUIREMENTS LIST –CLIN’s 4004, 4101 and 4204.
3.3.1 The data to be furnished shall be in accordance with the Contract Data
Requirements List (CDRL), DD Form 1423. CDRLs tasked at the contract level are
attached in Exhibit A.
3.3.2 When required by the CDRL, delivery of data shall be electronic. File formats
shall be identified in the CDRL.
3.3.3 Monthly Status Report - The contractor shall prepare a monthly status report
that documents the status of contractor effort towards achieving contract objectives.
The report shall identify accomplishments to date and difficulties encountered, and
compare the status achieved to planned goals and the resources expended. The
status report shall also include a detail listing of all material purchases, including the
specific cost of each item procured with supporting documentation. The monthly
status report will include such items as description of work accomplished for the
reporting period, problem areas and actions taken, and work planned for the next
reporting period. (CDRL A001)
The contractor shall also prepare a Funds and Man-Hour Expenditure Report (FER).
The FER will include CLIN number, funds authorized, current month expenditures,
cumulative expenditures, and funding balance. Deviations shall be indicated from the
originally negotiated amount plus any approved modifications to the contract. As an
addition, a list of trips taken with the associated locations, dates and cost shall be
included. (CDRL A002)
3.4 OTHER DIRECT COSTS –CLIN’s 6001, 6002, 6101, 6102, 6201 and 6202.
The contractor may incur travel, NMCI, and incidental supplies and materials costs in
support of this effort as Other Direct Costs (ODC). Contract Clause 5252.242-9515
details allowable costs and restrictions on the direct charging of materials costs. Only
those material expenses having prior COR approval shall be reimbursed to the
contractor. ODC’s may include general and administrative (G&A) expenses but shall
not include profit.
3.4.1 MATERIALS
a. The contractor shall notify the Procuring Contracting Officer (PCO) and the COR
when the sum of all ODC purchases (incidental materials, NMCI, and travel) reaches
75 percent of the available funding for ODCs for each contract year.
b. All material associated with this contract that is purchased by the contractor and not
depleted during the performance of the contract shall become the property of the
Federal Government. The contractor shall transfer all materials not depleted to the
COR by way of Material Inspection and Receiving Report (DD250).
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
15 of 79
FINAL
3.4.2 TRAVEL
a. The contractor shall be required to travel.
b. Local and long distance, domestic, and international, travel may be required for this
effort. All travel expenses shall be authorized by the COR, and only those travel
expenses having valid receipts and travel claims shall be reimbursed to the contractor
as Other Direct Costs. Travel shall be reimbursed at cost in accordance with the
Department of Defense Joint Travel Regulations and clause 5252.232-9509,
“Reimbursement of Travel, Per Diem, and Special Material Costs”. Travel may be
required throughout CONUS and OCONUS.
c. Reimbursement of travel to-and-from the respective site, Patuxent River Navy Base,
and the contractor’s facility and the surrounding area, by the contractor or
subcontractor located within 50 miles of the base, shall not be authorized.
d. All travel costs shall be reported in the monthly status report as well as monitored
by contractor to ensure yearly ceiling is not exceeded. (CDRL A001)(CDRL A002)
e. The contractor shall provide trip reports for each trip taken.
CDRL A015 – Trip Report
f. There is no anticipated FMS-funded travel for this solicitation.
g. For pricing purposes, the offerors should use an estimated yearly travel cost of
$30,000. The following table of estimated travel is provided for informational
purposes.
Location
Number of Trips
Number of People
Raytheon Tucson,
AZ
NSWC PHD, CA
NUWC Newport, RI
NAWCWD, China
Lake
SWFLANT, GA
SWFPAC, WA
NNSA Albuquerque
Norfolk, VA
San Diego, CA
East Coast
WPNSTAs
West Coast
WPNSTAs
2
2
Number of Days
per Person per
Trip
5
2
2
1
2
2
2
5
5
5
1
1
1
2
2
2
1
1
1
2
2
2
4
4
4
4
5
5
2
2
5
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
16 of 79
McAlester, OK
2
2
FINAL
5
3.4.3 NMCI REQUIREMENTS
The following objectives are established for the contractor’s NMCI requirements or
any follow-on government directed intranet.
a. Contractor personnel for contract performance may require the use of and/or
access to Department of Navy Information Technology Resources. Applicable DoN IT
Resources 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’s Representative (COR) 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 fee,
as other direct costs.
d. Contactor personnel who are seated on-site, who will use an NMCI computer, or
any follow-on government directed computer system, or be required to access any
DoD computer system, shall obtain and utilize a DoD Common Access Card (CAC)
and certified Public Key Infrastructure (PKI) certification and encryption within 30 days
of contract award.
3.5 SECURITY – CLIN’s 4005 and 4006.
3.5.1 Only U.S. citizens may perform under this contract. All personnel must be able
to obtain a clearance at the Secret level. All personnel required to work at the
Government’s site must, at a minimum, obtain an Interim Secret Clearance prior to
starting work at the Government’s facility. In some instances, a Top Secret level
clearance may be required. The level of clearance required to perform tasking under
this contract is up to and including Top Secret.
3.5.2 OPSEC - The contractor shall provide OPSEC protection for all classified
information (as defined in FAR 4.401) and sensitive information (as defined in Title 15,
USC, Section 278g-3(d)(4)). Security policy, procedures, and requirements for
classified information are provided in the National Industrial Security Program
Operating Manual (DoD 5220.22-M). The contractor shall enforce these safeguards
throughout the life of the contract including the development, delivery, support phases,
and the disposition/storage of classified and controlled unclassified information at
contract completion. If the contractor does not have an established security plan that
addresses the protection of proprietary, sensitive, or controlled unclassified
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
17 of 79
FINAL
information, the government contracting authority shall provide an OPSEC Plan
template for development. The contractor shall prepare the OPSEC Plan IAW the
CDRL (A016).
3.5.3 A CAC card may be required for contractor employees on this contract. The
Government Contractor CAC card serves as the primary method of identification for
the contractor employees, as well as providing the basis of the PKI access to the
NMCI and any follow-on government directed intranet, which requires PKI access.
The COR will assist in providing the contractor appropriate documentation for
obtaining CAC cards.
3.5.4 Basic Information Security Guidelines for Protection of Unclassified DoD
Information on Non-DoD Systems – The contractor shall safeguard unclassified DoD
information stored on non-DoD information systems to prevent the loss, misuse, and
unauthorized access to or modification of this information. The contractor shall:
a. Not process DoD information on public computers (e.g., those available for use
by the general public in kiosks or hotel business centers) or computers that do not
have access control.
b. Protect information by at least one physical or electronic barrier (e.g., locked
container or room, login and password) when not under direct individual control.
c.
Sanitize media before external release or disposal.
d. Encrypt all information that has been identified as controlled unclassified
information (CUI) when it is stored on mobile computing devices such as laptops and
personal digital assistants, or removable storage media such as thumb drives and
compact disks, using the best available encryption technology.
e. Limit information transfer to subcontractors or teaming partners with a need to
know and a commitment to at least the same level of protection.
f. Transmit e-mail, text messages, and similar communications using technology
and processes that provide the best level of privacy available, given facilities,
conditions, and environment. Examples of recommended technologies or processes
include closed networks, virtual private networks, public key-enabled encryption, and
Transport Layer Security (TLS). Encrypt organizational wireless connections and use
encrypted wireless connection where available when traveling. If encrypted wireless is
not available, encrypt application files (e.g., spreadsheet and word processing files),
using at least application-provided password protection level encryption.
g. Transmit voice and fax transmissions only when there is a reasonable assurance
that access is limited to authorized recipients.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
18 of 79
FINAL
h. Not post DoD information to Web site pages that are publicly available or have
access limited only by domain or Internet protocol restriction.
i. Provide protection against computer network intrusions and data exfiltration,
minimally including the following:
1) Current and regularly updated malware protection services, e.g., anti-virus,
anti-spyware.
2) Monitoring and control of inbound and outbound network traffic as appropriate
(e.g., at the external boundary, sub-networks, individual hosts) including blocking
unauthorized ingress, egress, and exfiltration through technologies such as firewalls
and router policies, intrusion prevention or detection services, and host-based
security services.
3) Prompt application of security-relevant software patches, service packs, and hot
fixes.
j. Comply with other current Federal and DoD information protection and reporting
requirements for specified categories of information (e.g., personally identifiable
information, export controlled) as specified in contracts and other agreements.
3.6 INCREASED CAPACITY – CLIN’s 4003, 4103, 4203, 6003, 6103, 6203
This CLIN is provided to address an increase to the current estimated ceiling.
Support will include tasking as shown in paragraphs 3.1 through 3.5 above.
3.7 Incurred Cost and Progress Reporting for Services - CDRL A017
In order to support invoice reviews conducted as part of proper surveillance, the Contractor shall
report incurred cost and progress in accordance with NAVAIR clause 5252.232-9529, “Incurred
Cost and Progress Reporting for Services,” CDRL A017, and Contract Attachment 5.
4.0 GENERAL REQUIREMENTS
4.1 GENERAL SUPPORT REQUIREMENTS/UTILITIES
4.2.1 The contractor shall maintain electronic capabilities necessary to prepare
documents and software packages compatible with the Government automatic data
processing (ADP) environment through the security classification of Secret. Updated
versions of the software packages below may be used if they are compatible with the
current environment or if the Government changes its current approved software. The
current environment is as follows:
a.
Microsoft Windows XP
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
19 of 79
b.
c.
d.
e.
f.
g.
h.
i.
j.
FINAL
Microsoft Project 2003/2007
Microsoft Office 2003/2007
Microsoft Excel 2003/2007
Microsoft Word for Windows 2003/2007
Microsoft Power Point 2003/2007
Microsoft Outlook 2003/2007
Microsoft Access 2003/2007
Adobe Acrobat 9.0
Internet access / World Wide Web based applications
4.2.2 The contractor shall obtain SIPRNet accounts in order to respond to classified
tasking that may occur. The COR will assist in providing the contractor appropriate
information and documentation for obtaining SIPRNet accounts.
4.2.3 The contractor shall maintain the ability to interface with and transfer data to
and from TOMAHAWK Program’s websites and software applications and their
upgraded versions (i.e. TOMIS, TCAP).
4.2.4 The contractor shall maintain state-of the-art virus software and ensure that all
media are virus free when delivered.
4.2.5 The contractor shall be capable of Internet and LAN communications with the
program office in accordance with Local Command Information Management
standards.
4.2.6 The contractor shall be capable of maintaining real-time communications, both
voice and data transfer capabilities, with PMA-280 during working hours whether at
contractor work site, the PMA-280 office or on travel.
4.2.7 All documentation shall be prepared in accordance with Navy correspondence
guidelines.
4.2.8 The Contractor shall provide the graphic capabilities required to assemble,
organize and edit technical material for presentations for both unclassified and
classified material, up to the Secret level.
4.2.9 The contractor shall provide technical recommendations for program
documentation in accordance with DoD 5000.1 and DoD 5000.2 and SECNAV 5000.2.
4.2.10 The contractor shall attend meetings in an advisory capacity to the program
office and maintain minutes, which shall include a summary of attendees, agenda
items, discussions and action items.
4.2.11 The contractor shall be capable of performing work in the contractor’s facilities
and on-site at the Government’s facility.
4.2.12 The contractor shall locate and secure conference room facilities for
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
20 of 79
FINAL
conducting meetings at the classification level of up to and including Top Secret.
4.3 WORK SCHEDULE
4.3.1 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).
4.3.2 Government Employees are allowed to voluntarily work a “Compressed Work
Schedule” (CWS). CWS is an alternative work schedule to the traditional five 8.5
workdays (which includes a 30-minute lunch) worked per week. Under a CWS
schedule an employee completed 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.
4.3.3 The Contractor awarded this contract, with agreement by the COR, may allow
its employees to work a CWS schedule. Any Contractor that chooses to allow its
employees to work a CWS schedule 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.
4.3.4 SPECIAL CONTRACT REQUIREMENT - STATEMENT OF WORK ADDENDUM
This clause does not apply to any line items funded by Foreign Military Sales
(FMS).
(a) Notwithstanding any other provision of this contract, in the event that the
Government reduces operations pursuant to a furlough of civilian employees of the
Department of Defense, the level of effort for this contract or task order
established in SEA 5252.216-9122 LEVEL OF EFFORT (DEC 2000) shall be reduced
for the tenure of the civilian furlough. The level of effort for this contract or task
order during the civilian furlough period shall be expended at an average rate of
334.51 hours per week.
(b) The contractor is not required to remain on standby and should take every
effort to minimize its overhead costs during the reduction. At the conclusion of the
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
21 of 79
FINAL
civilian furlough period, the level of effort will revert to the prior rate. The
contractor will not be required to immediately revert to the prior level of effort, but
rather will be allowed a reasonable amount of time to revert to the prior rate.
(c) During the civilian furlough period, unless otherwise authorized by the
contracting officer, the work schedule will consist of an 8-hour work day Monday
through Thursday. Therefore, Friday will not be part of the work schedule. At the
conclusion of the civilian furlough period, the work schedule will revert to the prior
established schedule, if any. This revision to the normal work week is not the
result of an Executive Order or an administrative leave determination.
Contractor’s Statement of Release
This supplemental agreement acts as a complete equitable adjustment for the
changes described herein. The contractor hereby releases the Government from
any and all liability arising under or relating to this contract for any changes,
impacts, or Government actions in this supplemental agreement which actually do
or could give rise to contractor entitlement, whether known or unknown or
foreseeable or unforeseeable, whether discussed or not discussed by the parties,
and regardless of whether expressly included in this supplemental agreement.
Except as modified herein, all other terms and conditions remain unchanged and in
full force and effect.
4.4 ACCESS TO GOVERNMENT FACILITIES
PMA-280 will provide the contractor access to Government facilities for completing this
task order. Access will be provided during normal business hours (Monday through
Friday, 0600 - 1800 hours) or other applicable timeframes to support TOMAHAWK
activities. Contractor employees will be issued a CAC to fulfill task order
requirements.
4.5 QUALITY SURVEILLANCE AND PERFORMANCE STANDARDS
4.5.1 The government will conduct quality surveillance via various methods
including formal and informal meetings, review of technical reports, review of monthly
progress reports, and review of deliverables as provided in the Quality Assurance
Surveillance Plan (QASP) (Attachment 2).
4.5.2 The Government will evaluate contractor performance in the area of Quality,
Schedule, Cost Control, Business Relations, Management, and other areas in
accordance with the procedures and criteria established in the QASP.
4.6 GOVERNMENT FURNISHED PROPERTY AND GOVERNMENT FURNISHED
INFORMATION
4.6.1 All GFP and GFI is the property of the U.S. Government and shall not be
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
22 of 79
FINAL
transferred by any individual or agency public or private without the express written
approval of the Contracting Officer, except as required for the specific performance of
this task order. Specific GFI will be designated. Any GFI listed will be provided to the
contractor within five (5) days after award of the order. Additional GFI such as training,
and documentation requiring contractor review, analysis, and updating will be
provided throughout the contract period of performance. Additionally, PMA-280 will
provide relevant program management documentation as that information becomes
available throughout the contract period of performance. Disposition of GFI will be
made at contract completion.
4.6.2 Contractors performing on-site support will be provided access to workspaces,
telephone service, printers, facsimile machines, copy machines, shredders,
computers and network access including web servers and applicable databases or
other applications necessary to carry out assigned tasks. The workspaces will
normally be available from 0600 to 1800 Monday through Friday. Exceptions to these
hours shall be coordinated with the COR.
C-2 ACRONYMS - (Attachment 1) in Section J
C-3 LABOR QUALIFICATIONS
Note: Programs are identified in parentheses "( )". The qualifications outlined in
Section L are those the program office has determined desirable in personnel
performing under the SOW. However, as a performance based acquisition, the
contractor shall propose personnel with experience and knowledge that they
determine can best fulfill the requirements of the SOW.
The personnel shown in Section L are the DESIRED (NOT REQUIRED) minimum
experience and knowledge qualifications for the labor categories shown.
C-4 PERFORMANCE MATRIX
The work shall be performance based. An evaluation and reporting process is
provided in the Quality Assurance Surveillance Plan, Attachment 2 in Section J.
C-5 NON-REFUNDABLE AIRLINE
TICKETS
(a) To the maximum extent possible, the contractor is encouraged to take
advantage of savings available with the purchase of non-refundable airline tickets.
The contractor is encouraged to review travel requirements against the following
criteria to determine whether non-refundable tickets are economically advantageous
for the particular travel situation:
(1) The certainty that the proposed trip will take place as planned and not
cancelled or rescheduled;
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
23 of 79
FINAL
(2) How often the ticketed passenger/employee travels (i.e., if this trip is
canceled, can the non-refundable ticket be shortly reapplied to another trip/ticket);
(3) The price differential between the non-refundable and refundable ticket as
compared to the chances for its successful usage; including any company provided
per diem for Saturday night stay-overs consistent with airline pricing procedures;
(4) The disclosed policy of specific company regarding travel reimbursement.
(b) Should the traveler’s company experience a minimum number of situations (and a
minimum proportion of the total trips) where the non-refundable ticket will not be
usable, and the above criteria were followed in a prudent manner in purchasing the
ticket, the Government will reimburse the company for the expense.
(c) This policy will only be in effect as long as a monetary benefit can be shown to the
Government in the prudent use of non-refundable airline tickets. It is anticipated that
due to the large volume of travel on the contract there will be an overriding benefit to
the Government to pay for an occasional unusable non-refundable tickets in realizing
substantial airline cost savings across the majority of trips that do proceed as
planned.
(d) If the contractor is intending to utilize airline travel in fulfillment of a task order, the
costs associated shall be provided to the Contracting Officer’s Representative for the
specific task order disclosing the information covered in paragraphs (a) (1) through
(4). The Contracting Officer’s Representative will ensure sufficient funding is available
on the Task Order prior to travel being authorized and expenses incurred.
C-6 COMPRESSED WORK SCHEDULE (CWS)
(a) 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).
(b) Government Employees are allowed to voluntarily work a “Compressed Work
Schedule” (CWS). CWS is an alternative work schedule to the traditional five 8.5
workdays (which includes a 30-minute lunch) worked per week. Under a CWS
schedule an employee completed 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.
(c) The Contractor awarded this contract, with agreement by the COR, may allow its
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
24 of 79
FINAL
employees to work a CWS schedule. Any Contractor that chooses to allow its
employees to work a CWS schedule in support of this contract, 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.
Note: For purposes of this clause incorporated at the task order level, the term
“contract” means “task order.”
C-7 TELECOMMUTING
(a) For telecommuting to be authorized under a specific task order the following must
be in place with the contractor:
(1) Written company policy for Telecommuting covering all terms and conditions, to
include but not limited to:
Written agreement between company and employee;
Work Site of Telecommute;
Time and Attendance;
Work Performance;
Overtime;
Security and Equipment;
Liability and Injury Compensation;
Standards of Conduct;
Mileage Savings; and
Length of Agreement
(2) Proposed definitive amount of work or level of effort to be accomplished.
(3) Guaranteed savings to the Government if authorized to Telecommute on
specific Task Order.
(4) Measures in place to ensure project will be on schedule and auditable for
reimbursement.
(5) Access to NMCI, if access is required for performance.
(b) In task order proposal, if telecommuting is planned, paragraphs (a) (1) through (5)
must be addressed.
(c) If telecommuting is authorized it must be stated in the issued Task Order
document.
(d) If telecommuting is requested after a task order has been placed, paragraphs (a)
(1) through (5) must be addressed in the contractor’s request for telecommuting. The
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
25 of 79
FINAL
Contracting Officer’s and the Contracting Officer’s Representative’s concurrence is
required if telecommuting is requested after a task order has been placed.
(e) However, the Government reserves the right to prohibit telecommuting on any task
order where the Government determines it to be in its best interest.
C-8 PERFORMANCE BASED EVALUATION.
1.1 Surveillance. During the base period the contractor’s performance will be
evaluated twice. The first evaluation will occur 90 days after contract award to include
the transition period and the second evaluation will occur at the end of the base
period of performance. During option years, if exercised, the contractor will be rated
biannually.
1.2 Acceptable Quality Level. Evaluations shall be conducted as established in the
Services CPARS. A grade of satisfactory is assigned when the contractor is meeting
the requirements of the contract or has only minor problems with an effective recovery
plan and does not require any comments. Grades assigned above and below
satisfactory will require comments. Minimum acceptable quality level is all grades
Satisfactory or above, except for Cost which must be at least Very Good. To obtain a
grade above Satisfactory, the grading criterion requires that the contractor’s
performance “meet contractual requirements and exceeds some to the Government’s
benefit.” As such the contractor is strongly encouraged to submit a monthly
performance report, which at a minimum identifies areas the contractor feels they
have provided the Government with additional “benefit.” See Attachment 2 for Cost
grading.
1.3 Incentives. As a CPAR, all grades after the 90-day contract award will be input into
the CPAR database. This will provide the CPAR to document the contractor’s
performance. Should the contractor’s last two CPARs be graded as Exceptional in all
but two areas, which must be rated no lower than Very Good, the contractor’s next
option will likely be exercised. If three or more categories are rated as less than
exceptional, the option year may or may not be exercised at the discretion of the
Government.
1.4 Performance Metrics. The Performance Metrics established for Deliverables
under this contract are contained in Attachment 2. Assessment of the Services
provided under this contract shall be in accordance with the Contractor Performance
Assessment Reporting System (CPARS) for Services. Information on the CPARS
assessment criteria may be found in the Department of Navy Contractor Performance
Assessment Reporting System (CPARS) Guide. The guide is available for public
access on the CPARS website at http://www.cpars.navy.mil/. The contractor shall be
measured on all applicable areas of the contract performance, as a minimum, the
contractor will be rated in Quality of Product or Service, Cost, Schedule and
Management of Key Personnel.
C-TXT-ECMRA
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
26 of 79
FINAL
REQUIRED ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING
APPLICATION (ECMRA) INFORMATION
The contractor shall report contractor labor hours (including subcontractor labor hours) required
for performance of services provided under this contract for the Navy via a secure data collection
site. Contracted services, excluded from reporting are based on Product Service Codes (PSCs).
The excluded PSCs are:
(1) W, Lease/Rental of Equipment;
(2) X, Lease/Rental of Facilities;
(3) Y, Construction of Structures and Facilities;
(4) S, Utilities ONLY;
(5) V, Freight and Shipping ONLY.
The contractor is required to completely fill in all required data fields using the following web
address https://doncmra.nmci.navy.mil.
Reporting inputs will be for the labor executed during the period of performance during each
Government fiscal year (FY), which runs October 1 through September 30. While inputs may be
reported any time during the FY, all data shall be reported no later than October 31 of each
calendar year. Contractors may direct questions to the help desk, linked at
https://doncmra.nmci.navy.mil.
5252.204-9502 REQUIREMENTS FOR LOCAL SECURITY SYSTEM (NAVAIR) (OCT
2005)
The contractor agrees to provide locator information regarding all employees requiring a
permanent badge for authorized entrance to the Patuxent River Naval Air Station. Entrance is
authorized by this contract as a result of tasks associated with performance of the Section C Statement of Work only. Initial information shall be provided as each individual is assigned to
this contract by using the Locator Form provided as (Attachment D) to this contract. Thereafter,
quarterly reports (due at the beginning of each quarter by the fifth day of the month) will be
provided with gains/losses (identification of new and replaced or added individuals) and any
changes to current personnel (such as telephone number, building number and room number). A
point of contact is to be named on each quarterly report for any questions/additional information
needed by the Government recipient. The quarterly reports are to be addressed to PMA-28071,
47123 Buse Road, Building 2272, Room 247, Patuxent River, MD 20670. All losses are to have
the permanent badges returned to PMA-280 (OPS), 47123 Buse Road, Building 2272, Room
247, Patuxent River, MD 20670 on the last day of the individual’s task requirement.
5252.204-9505 SYSTEM AUTHORIZATION ACCESS REQUEST NAVY (SAAR-N)
REQUIREMENTS FOR INFORMATION TECHNOLOGY (IT) (NAVAIR) (JUN 2009)
(a) Contractor personnel assigned to perform work under this contract may require access to
Navy Information Technology (IT) resources (e.g., computers, laptops, personal electronic
devices/personal digital assistants (PEDs/PDAs), NMCI, RDT&E networks, websites such as
MyNAVAIR, and Navy Web servers requiring Common Access Card (CAC) Public Key
Infrastructure (PKI)). Contractor personnel (prime, subcontractor, consultants, and temporary
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
27 of 79
FINAL
employees) requiring access to Navy IT resources (including those personnel who previously
signed SAAR DD Form 2875) shall submit a completed System Authorization Access Request
Navy (SAAR-N), OPNAV 5239/14 (Jul 2008) form or latest version thereof, and have initiated
the requisite background investigation (or provide proof of a current background investigation)
prior to accessing any Navy IT resources. Instructions for processing the SAAR-N forms are
available at: http://www.navair.navy.mil/index.cfm?fuseaction=home.contractor_forms.
(b) SAAR-N forms will be submitted to the Contracting Officer’s Representative (COR) or
Alternate COR, or to the government sponsor, if the contract does not name a COR or Alternate
COR via the contractor’s Facility Security Officer (FSO). If the contract does not have an
assigned COR or Alternate COR (ACOR), the designated SAAR-N Government Sponsor for
contractor employees requiring IT access, [fill-in name] shall be responsible for signing and
processing the SAAR-N forms. For those contractors that do not have a FSO, SAAR-N forms
shall be submitted directly to the COR/ACOR or designated SAAR-N Government Sponsor.
Copies of the approved SAAR-N forms may be obtained through the COR/ACOR or designated
SAAR-N Government Sponsor. Requests for access should be routed through the
NAVAIR_SAAR.fct@navy.mil mailbox.
(c) In order to maintain access to Navy IT resources, the contractor shall ensure completion of
initial and annual IA training, monitor expiration of requisite background investigations, and
initiate re-investigations as required. If requested, the contractor shall provide to the
COR/ACOR or designated SAAR-N Government Sponsor documentation sufficient to prove
that it is monitoring/tracking the SAAR-N requirements for its employees who are accessing
Navy IT resources. For those contractor personnel not in compliance with the requirements of
this clause, access to Navy IT resources will be denied/revoked.
(d) The SAAR-N form remains valid throughout contractual performance, inclusive of
performance extensions and option exercises where the contract number does not change.
Contractor personnel are required to submit a new SAAR-N form only when they begin work on
a new or different contract.
5252.211-9509 INCORPORATION OF THE CONTRACTOR'S TECHNICAL
PROPOSAL (NAVAIR)(OCT 2005)
The Contractor's Technical Proposal Number (Volume 2, dated July 29, 2011), 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” but the Government's
Specification shall take precedence over the Contractor's technical proposal.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
28 of 79
FINAL
SECTION D PACKAGING AND MARKING
Packaging and markings shall be in accordance with Section D of the Basic
Seaport-e Multiple Award Contract.
For Block 11 of Solicitation/Task Order:
The ship to address for all deliverables is as follows:
Naval Air Systems Command PMA280
Street 47123 Buse Road, Building 2272, Rm. 247
Patuxent River, MD 20670
Ship to DODAAC: N00421
HQ D-1-0001 DATA PACKAGING LANGUAGE
All unclassified data shall be prepared for shipment in accordance with best
commercial practice.
Classified reports, data, and documentation shall be prepared for shipment in
accordance with National Industrial Security Program Operating Manual (NISPOM),
DOD 5220.22-M dated 28 February 2006.
HQ D-2-0008 MARKING OF REPORTS (NAVSEA) (SEP 1990)
All reports delivered by the Contractor to the Government under this contract shall
prominently show on the cover of the report: *
(1)
(2)
(3)
(4)
name and business address of the Contractor
contract number
task order number
sponsor:
Naval Air Systems Command PMA280
Street 47123 Buse Road, Building 2272, Rm. 247
Patuxent River, MD 20670
Ship to DODAAC: N00421
5252.247-9508
T he
PROHIBITED PACKING MATERIALS (NAVAIR) (JUN 1998)
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.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
29 of 79
FINAL
SECTION E INSPECTION AND ACCEPTANCE
SECTION E
Note: All the provisions and clauses of Section E of the basic contract apply to this
task order, unless otherwise specified in the task order, in addition to the following:
Inspection and Acceptance shall be in accordance with Section E of the Basic
Seaport-E Multiple Award Contract.
Supplies/Services will be inspected at:
CLIN
Inspection At
Base
4001
4002
4003
4004
4005
4006
4101
4102
4103
4104
4201
4202
4203
4204
6001
6002
6003
6101
6102
6103
6201
6202
6203
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Inspection
By
Inspection Inspection
At
By
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
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 the COR, Naval Air Systems Command PMA280.
(b) Acceptance of all Contract Line Items/Sub Line Items (CLINs/SLINs) shall be
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
30 of 79
FINAL
made by signature of the accepting authority on a DD Form 250 submitted through the
WAWF system. Acceptance will only occur when the accepting authority is sure that
inspections performed demonstrate compliance with contract requirements.
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 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.
Note: For the purposes of this clause, “contract” means “contract task order” and
"PCO" refers to the "Task Order PCO."
5252.246-9529 SURVEILANCE OF SERVICES AND TIME RECORDS (JUL 1998)
(NAVAIR)
(a) The official(s) designated in paragraph (b) shall be responsible for appropriate
surveillance of all services to be performed under this contract. In so doing, such
official(s) shall (1) review the accuracy and approve or disapprove the contractor’s
time and attendance records of all workers assigned under the contract, and (2) make
frequent periodic visits to the work site to check on the presence of workers whose
time is charged thereto.
Paragraph (b) to be completed at time of task order issuance.
(b)
Name:
James Russ, PMA 28071
Activity:
TOMAHAWK Program Management Activity (PMA-280)
Address:
Department of the Navy
7123 Buse Road. Building 2272, Room 247
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
31 of 79
FINAL
Patuxent River MD, 20670
Phone:
301-757-6351
(c) When performance is at a Government site, the contractor’s representative shall
contact the Government representative named above upon arrival and departure from
the work site. If access to a security area is required, the designated Government
representative will provide continuous escort service for the contractor’s
representative.
Note: Regarding 5252.246-9529, at paragraph (c), contractor’s representative is
defined as an employee of the contractor, who is not employed in the day to day
performance of the contract task order, and is visiting the Government work site for
purposes of contract surveillance of work performed by the employees of the prime
and subcontractor(s) on a specific task order.
Note: For the purposes of this clause, “contract” means “contract task order.”
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
32 of 79
FINAL
SECTION F DELIVERABLES OR PERFORMANCE
The periods of performance for the following Items are as follows:
4001
4002
4003
4004
4005
4006
4101
4102
4104
4201
4202
4204
6001
6002
6003
6101
6102
6201
6202
12/1/2012 - 11/30/2013
12/1/2012 - 11/30/2013
12/1/2012 - 11/30/2013
12/1/2012 - 11/30/2013
12/1/2012 - 11/30/2013
12/1/2012 - 11/30/2013
12/1/2013 - 11/30/2014
12/1/2013 - 11/30/2014
12/1/2013 - 11/30/2014
12/1/2014 - 11/30/2015
12/1/2014 - 11/30/2015
12/1/2014 - 11/30/2015
12/1/2012 - 11/30/2013
12/1/2012 - 11/30/2013
12/1/2012 - 11/30/2013
12/1/2013 - 11/30/2014
12/1/2013 - 11/30/2014
12/1/2014 - 11/30/2015
12/1/2014 - 11/30/2015
Note: All the provisions and clauses of Section F of the basic contract apply to this task order,
unless otherwise specified in the task order, in addition to the following:
CLIN - DELIVERIES OR PERFORMANCE
The periods of performance for the following Items are as follows:
4001
4002
4003
4004
4005
4006
4101
4102
4104
4201
4202
4204
12/1/2012 - 11/30/2013
12/1/2012 - 11/30/2013
12/1/2012 - 11/30/2013
12/1/2012 - 11/30/2013
12/1/2012 - 11/30/2013
12/1/2012 - 11/30/2013
12/1/2013 - 11/30/2014
12/1/2013 - 11/30/2014
12/1/2013 - 11/30/2014
12/1/2014 - 11/30/2015
12/1/2014 - 11/30/2015
12/1/2014 - 11/30/2015
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
33 of 79
6001
6002
6003
6101
6102
6201
6202
FINAL
12/1/2012 - 11/30/2013
12/1/2012 - 11/30/2013
12/1/2012 - 11/30/2013
12/1/2013 - 11/30/2014
12/1/2013 - 11/30/2014
12/1/2014 - 11/30/2015
12/1/2014 - 11/30/2015
The periods of performance for the following Option Items are as follows:
4103
4203
6103
6203
12/1/2013 - 11/30/2014
12/1/2014 - 11/30/2015
12/1/2013 - 11/30/2014
12/1/2014 - 11/30/2015
Ddl-F40 CONTRACTOR NOTICE REGARDING LATE DELIVERY
In the event the contractor anticipates or encounters difficulty in complying with the
contract delivery schedule or date, he/she shall immediately notify, in writing, the Task
Order Contracting Officer and the cognizant Contract Administration Services Office, if
assigned. The notice shall give the pertinent details; however such notice shall not
be construed as a waiver by the Government of any contract delivery schedule, or of
any rights or remedies provided by law or under this contract.
Note: For the purposes of this clause, “contract” means “contract task order.”
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 A001, A002, A003, A004, A005, A006, A007, A008, A009, A010, A011, A012, A014,
A015, A016 and A017 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.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
34 of 79
(1) PCO, Code 2.5.1.14.3
Department of the Navy
NAWCAD
21983 Bundy Road, Bldg. 441
Patuxent River, MD 20670
(2) COR, Code PMA 28071
Department of the Navy
TOMAHAWK Program Management Activity (PMA-280)
47123 Buse Road. Building 2272, Room 247
Patuxent River MD, 20670
(3) PMA-28072
Department of the Navy
TOMAHAWK Program Management Activity (PMA-280)
47123 Buse Road. Building 2272, Room 247
Patuxent River MD, 20670
(4) PMA-2801
Department of the Navy
TOMAHAWK Program Management Activity (PMA-280)
47123 Buse Road. Building 2272, Room 247
Patuxent River MD, 20670
(5) PMA-2803
Department of the Navy
TOMAHAWK Program Management Activity (PMA-280)
47123 Buse Road. Building 2272, Room 247
Patuxent River MD, 20670
(6) PMA-2804
Department of the Navy
TOMAHAWK Program Management Activity (PMA-280)
47123 Buse Road. Building 2272, Room 247
Patuxent River MD, 20670
(7) PMA-2806
Department of the Navy
TOMAHAWK Program Management Activity (PMA-280)
47123 Buse Road. Building 2272, Room 247
Patuxent River MD, 20670
(8) PMA-2807
Department of the Navy
TOMAHAWK Program Management Activity (PMA-280)
47123 Buse Road. Building 2272, Room 247
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
35 of 79
FINAL
Patuxent River MD, 20670
(9) PMA-280 (OPS)
Department of the Navy
TOMAHAWK Program Management Activity (PMA-280)
47123 Buse Road. Building 2272, Room 247
Patuxent River MD, 20670
(10) PMA-280B
Department of the Navy
TOMAHAWK Program Management Activity (PMA-280)
47123 Buse Road. Building 2272, Room 247
Patuxent River MD, 20670
(11) PMA-28014
Department of the Navy
TOMAHAWK Program Management Activity (PMA-280)
47123 Buse Road. Building 2272, Room 247
Patuxent River MD, 20670
(12) PMA-280141
Department of the Navy
TOMAHAWK Program Management Activity (PMA-280)
47123 Buse Road. Building 2272, Room 247
Patuxent River MD, 20670
(13) PMA-280142
Department of the Navy
TOMAHAWK Program Management Activity (PMA-280)
47123 Buse Road. Building 2272, Room 247
Patuxent River MD, 20670
(14) AIR 7.4.4
Naval Air Warfare Center Aircraft Division
47123 Buse Road, Building 2272, Room 074
Patuxent River, MD 20670-1547
(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
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
36 of 79
FINAL
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: PMA 280-7, 47123 Buse Rd, Rm
247, Building 2272, Patuxent River, MD 20670.
Note: For the purposes of this clause, “PCO” means “Task Order Contracting Officer.”
5252.247-9521 PLACE OF PERFORMANCE (NAVAIR) (OCT 2005)
The services to be performed herein shall be performed: 33% of the work at the local
Government facilities at Patuxent River, MD and 67% of the work on the contractor's
site within 30 miles of Patuxent River, MD.
NOTE: For the purposes of the RFP, do not propose any telecommuting personnel.
After award, the Government may consider allowing some of the offerors personnel
to telecommute, but that will be reviewed on a case-by-case basis between the
Program Manager and the COR.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
37 of 79
FINAL
SECTION G CONTRACT ADMINISTRATION DATA
Note: All the provisions and clauses of Section G of the Basic Seaport-E Multiple
Award Contract apply to this task order, unless otherwise specified in the task order,
in addition to the following:
HQ B-2-0015 PAYMENTS OF FEE(S) (LEVEL OF EFFORT) (NAVSEA) (MAY 1993)
(a) For purposes of this contract, "fee" means "target fee" in cost-plus-incentive-fee
type contracts, "base fee" in cost-plus-award-fee type contracts, or "fixed fee" in
cost-plus-fixed-fee type contracts for level of effort type contracts.
(b) The Government shall make payments to the Contractor, subject to and in
accordance with the clause in this contract entitled "FIXED FEE" (FAR 52.216-8) or
"INCENTIVE FEE", (FAR 52.216-10), as applicable. Such payments shall be equal
to Five percent ( 5%) of the allowable cost of each invoice submitted by and payable
to the Contractor pursuant to the clause of this contract entitled "ALLOWABLE COST
AND PAYMENT" (FAR 52.216-7), subject to the withholding terms and conditions of the
"FIXED FEE" or "INCENTIVE FEE" clause, as applicable (percentage of fee is based
on fee dollars divided by estimated cost dollars, including facilities capital cost of
money). Total fee(s) paid to the Contractor shall not exceed the fee amount(s) set
forth in this contract.
(c) The fee(s) specified in SECTION B, and payment thereof, is subject to adjustment
pursuant to paragraph (g) of the special contract requirement entitled "LEVEL OF
EFFORT." If the fee(s) is reduced and the reduced fee(s) is less than the sum of all
fee payments made to the Contractor under this contract, the Contractor shall repay
the excess amount to the Government. If the final adjusted fee exceeds all fee
payments made to the contractor under this contract, the Contractor shall be paid the
additional amount, subject to the availability of funds. In no event shall the
Government be required to pay the Contractor any amount in excess of the funds
obligated under this contract at the time of the discontinuance of work.
(d) Fee(s) withheld pursuant to the terms and conditions of this contract shall not be
paid until the contract has been modified to reduce the fee(s) in accordance with the
"LEVEL OF EFFORT" special contract requirement, or until the Procuring Contracting
Officer has advised the paying office in writing that no fee adjustment is required.
Note: (1) For purposes of this clause incorporated at the task order level, the term
“contract” means “task order”, and the term “Procuring Contracting Officer” is the “Task
Order Contracting Officer.”
(2) When the contractor wrote its cost proposal it proposed a fixed fee pool
based on fee on its own labor and fee on its subcontractors' labor. At the time of the
award/issuance of the task order the fixed fee pool is fixed. It is no longer a fee on
prime and a fee on the subcontractors' labor, just a fixed fee pool. Therefore, when
the contractor submits its invoices it should not segregate costs to apply separate
fixed fees, but apply the fixed fee percentage of the fixed fee pool that is the result of
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
NOOI 78-l 1-D-6495
M801
14
38of79
FINAL
dividing the fixed fee pool by the cost in Section 8 of the Task order, what we refer to
as the "weighted average."
SEA 5252.232-9104 ALLOTMENT OF FUNDS (MAY 1993)
(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:
ITEMS
AllOITED TO COST
ALLOTIED TO FEE
ESTIMATED PERIOD OF
PERFORMANCE
4001
1 DEC 2012 - 30 NOV 2013
4002
1 DEC 2012 - 30 NOV 2013
4003
1 DEC 2012 - 30 NOV 2013
4004
4005
4101
1 DEC 2013 - 30 NOV 2014
4102
1 DEC 2013 - 30 NOV 2014
4103
4104
4105
4201
4202
01 Dec 2014 - 30 Nov 2015
01 Dec 2014 - 30 Nov 2015
4203
4204
4205
6001
1 DEC 2012 - 30 NOV 2013
6002
1 DEC 2012 - 30 NOV 2013
6003
6004
6101
1 DEC 2013 - 30 NOV 2014
6102
1 DEC 2013 - 30 NOV 2014
6103
6104
6201
6202
6203
6204
01 Dec 2014 - 30 Nov 2015
01 Dec 2014 - 30 Nov 2015
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
NOOI 78-1 l-D-6495
M801
14
39 of79
FINAL
(b) The parties contemplate that the Government will allot additional amounts to
this contract from time to time for the incrementally funded CLINs/SLINs by unilateral
contract modification, and any such modification shall state separately the amount(s)
allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the
period of performance which the amount(s) are expected to cover.
(c) CLINs/SLINs 4001, 4002. 4102, 6002, 6102, 4202, 6202 and 4301 are fully
funded and performance under these CLINs/SLINs is subject to the clause of this
contract entitled "LIMITATION OF COST' (FAR 52.232-20), as applicable.
(d) The Contractor shall segregate costs for the performance of incrementally
funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs.
FUNDING PROFILE
It is estimated that these incremental funds will provide for approximately
The following details funding to date:
Total Contract
CPFF
Funds This
Action
Previous
Funding
Funds Available
hours.
Balance
Unfunded
SEA 5252.216 ..9122 LEVEL OF EFFORT (DEC 2000)
(a) The Contractor agrees to provide the total level of effort specified in the next sentence
in performance of the work described in Sections B and C of this contract. The total level
of effort for the performance of this contract shall be
total man-hours of direct
labor, including subcontractor direct labor for those subcontractors specifically identified
in the Contractor's proposal as having hours included in the proposed level of effort.
(b) Of the total man-hours of direct labor set forth above, it is estimated that Q to be
identified at the task order level) man-hours are uncompensated effort.
Uncompensated effort is defined as hours provided by personnel in excess of 40 hours
per week without additional compensation for such excess work. All other effort is
defined as compensated effort. If no effort is indicated in the first sentence of this
paragraph, uncompensated effort performed by the Contractor shall not be counted in
fulfillment of the level of effort obligations under this contract.
(c) Effort performed in fulfilling the total level of effort obligations specified above shall
only include effort performed in direct support of this contract and shall not include time
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
NOOI 78-1 l-D-6495
M801
14
40of79
FINAL
and effort expended on such things as (local travel to and from an employee's usual
work location), uncompensated effort while on travel status, truncated lunch periods,
work (actual or inferred) at an employee's residence or other non-work locations (except
as provided in paragraph U) below), or other time and effort which does not have a
specific and direct contribution to the tasks described in Sections B and C.
(d) The level of effort for this contract shall be expended at an average rate of
approximate!
[Yearly number of labor hours divided by 52 weeks]hours per
week. It is understood and agreed that the rate of man-hours per month may fluctuate in
pursuit of the technical objective, provided such fluctuation does not result in the use of
the total man-hours of effort prior to the expiration of the term hereof, except as provided
in the following paragraph.
(e) If, during the term hereof, the Contractor finds it necessary to accelerate the
expenditure of direct labor to such an extent that the total man hours of effort specified
above would be used prior to the expiration of the term, the Contractor shall notify the
Contracting Officer in writing setting forth the acceleration required, the probable benefits
which would result, and an offer to undertake the acceleration at no increase in the
estimated cost or fee together with an offer, setting forth a proposed level of effort, cost
breakdown, and proposed fee, for continuation of the work until expiration of the term
hereof. The offer shall provide that the work proposed will be subject to the terms and
conditions of this contract and any additions or changes required by then current law,
regulations, or directives, and that the offer, with a written notice of acceptance by the
Contracting Officer, shall constitute a binding contract. The Contractor shall not
accelerate any effort until receipt of such written approval by the Contracting Officer. Any
agreement to accelerate will be formalized by contract modification.
(f) The Contracting Officer may, by written order, direct the Contractor to accelerate the
expenditure of direct labor such that the total man hours of effort specified in paragraph
(a) above would be used prior to the expiration of the term. This order shall specify the
acceleration required and the resulting revised term. The Contractor shall acknowledge
this order within five days of receipt.
(g) If the total level of effort specified in paragraph (a) above is not provided by the
Contractor during the period of this contract, the Contracting Officer, at its sole discretion,
shall either (i) reduce the fee of this contract as follows:
Fee Reduction= Fee x ((Required LOE minus Expended LOE)divided by Required LOE)
or (ii) subject to the provisions of the clause of this contract entitled "LIMITATION OF
COST" (FAR 52.232-20) or "LIMITATION OF COST (FACILITIES)" (FAR 52.232-21 ), as
applicable, require the Contractor to continue to perform the work until the total number
of man hours of direct labor specified in paragraph (a) above shall have been expended,
at no increase in the fee of this contract.
(h) The Contractor shall provide and maintain an accounting system, acceptable to the
Administrative Contracting Officer and the Defense Contract Audit Agency (DCAA), which
collects costs incurred and effort (compensated and uncompensated, if any) provided in
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
41 of 79
FINAL
fulfillment of the level of effort obligations of this contract. The Contractor shall indicate
on each invoice the total level of effort claimed during the period covered by the invoice,
separately identifying compensated effort and uncompensated effort, if any.
(i) Within 45 days after completion of the work under each separately identified period of
performance hereunder, the Contractor shall submit the following information in writing
to the Contracting Officer with copies to the cognizant Contract Administration Office and
to the DCAA office to which vouchers are submitted: (1) the total number of man hours of
direct labor expended during the applicable period; (2) a breakdown of this total showing
the number of man hours expended in each direct labor classification and associated
direct and indirect costs; (3) a breakdown of other costs incurred; and (4) the
Contractor's estimate of the total allowable cost incurred under the contract for the
period. Within 45 days after completion of the work under the contract, the Contractor
shall submit, in addition, in the case of a cost underrun; (5) the amount by which the
estimated cost of this contract may be reduced to recover excess funds and, in the case
of an underrun in hours specified as the total level of effort; and (6) a calculation of the
appropriate fee reduction in accordance with this clause. All submissions shall include
subcontractor information.
(j) Notwithstanding any of the provisions in the above paragraphs, the Contractor may
furnish man hours up to five percent in excess of the total man hours specified in
paragraph (a) above, provided that the additional effort is furnished within the term
hereof, and provided further that no increase in the estimated cost or fee is required.
(End of Clause)
Ddl-G40 PAYMENT, SELECTED ITEMS OF COST REIMBURSEMENT CONTRACTS
(a) Travel Costs (Including Foreign Travel)
(1) Air: The contractor shall, to the maximum extent practicable,
minimize overall travel costs by taking advantage of discounted airfare rates available
through advance purchase. Charges associated with itinerary changes and
cancellations under nonrefundable airline tickets are reimbursable as long as the
changes are driven by the work requirement.
(2) Non-reimbursable Travel: The following travel shall not be
reimbursed hereunder: travel performed for personal convenience or daily travel to
and from work at the contractor's facility (i.e., designated work site).
(b) Training
The Government will not allow costs, nor reimburse costs associated with the
contractor training employees in an effort to attain and/or maintain minimum
personnel qualification requirements of this contract. Other training may be approved
on a case-by-case basis by the COR. Attendance at workshops or symposiums is
considered training for purposes of this clause.
(c) General Purpose Office Equipment (GPOE) and Information Technology (IT)
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
42 of 79
FINAL
The cost of acquisition of GPOE and IT shall not be allowable as direct charges to
this contract. The contractor is expected to have the necessary facilities to perform the
requirements of this contract, including any necessary GPOE and IT. GPOE means
equipment normally found in a business office such as desks, chairs, typewriters,
calculators, file cabinets, etc. IT means any equipment or interconnected system or
subsystem of equipment that is used in the automatic acquisition, storage,
manipulation, movement, control, display, switching, interchange, transmission, or
reception of data or information. IT includes computers, ancillary equipment,
software, firmware and similar products, services (including support services), and
related resources.
In order to be in compliance with DFARS 252-232-7003 “Electronic Submission of
Payment Requests”, a clause similar to the following will be included at the Task
Order Level.
HQ G-2-0007 INVOICE INSTRUCTIONS (NAVSEA) (JAN 2008)(NAVAIR Deviation)
(a) In accordance with the clause of this contract entitled “ELECTRONIC
SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS” (DFARS
252.232-7003), the Naval Sea Systems Command (NAVSEA) will utilize the DoD Wide
Area Workflow Receipt and Acceptance (WAWF) system to accept supplies/services
delivered under this contract. This web-based system located at https://wawf.eb.mil
provides the technology for government contractors and authorized Department of
Defense (DoD) personnel to generate, capture and process receipt and paymentrelated documentation in a paperless environment. Invoices for supplies/services
rendered under this contract shall be submitted electronically through WAWF.
Submission of hard copy DD250/invoices may no longer be accepted for payment.
(b) It is recommended that the person in your company designated as the Central
Contractor Registration (CCR) Electronic Business (EB) Point of Contact and anyone
responsible for the submission of invoices, use the online training system for WAWF
at http://wawftraining.com. The Vendor, Group Administrator (GAM), and sections
marked with an asterisk in the training system should be reviewed. Vendor Quick
Reference Guides also are available at http://acquisition.navy.mil/navyaos/content
/view/full/3521/. The most useful guides are “Getting Started for Vendors” and “WAWF
Vendor Guide”.
(c) The designated CCR EB point of contact is responsible for activating the
company’s CAGE code on WAWF by calling 1-866-618-5988. Once the company is
activated, the CCR EB point of contact will self-register under the company’s CAGE
code on WAWF and follow the instructions for a group administrator. After the
company is set-up on WAWF, any additional persons responsible for submitting
invoices must self-register under the company’s CAGE code at https://wawf.eb.mil.
(d) The contractor shall use the following document types, DODAAC codes and
inspection and acceptance locations when submitting invoices in WAWF:
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
43 of 79
FINAL
Type of Document (contracting officer check all that apply)
Invoice (FFP Supply & Service)
Invoice and Receiving Report Combo (FFP Supply)
Invoice as 2-in-1 (FFP Service Only)
X
Cost Voucher (Cost Reimbursable, T&M , LH, or FPI)
Receiving Report (FFP, DD250 Only)
DODAAC Codes and Inspection and Acceptance Locations (contracting officer
complete appropriate information as applicable)
Issue DODAAC
N00421
Admin DODAAC
S4801A
Pay Office DODAAC
HQ0339
Inspector DODAAC
N/A
Service Acceptor DODAAC
N/A
Service Approver DODAAC
N00019
Ship To DODAAC
See Section F
DCAA Auditor DODAAC
HAA021
LPO DODAAC
N/A
Inspection Location
See Section E
Acceptance Location
See Section E
Attachments created in any Microsoft Office product may be attached to the WAWF
invoice, e.g., backup documentation, timesheets, etc. Maximum limit for size of each
file is 2 megabytes. Maximum limit for size of files per invoice is 5 megabytes.
(e) Before closing out of an invoice session in WAWF, but after submitting the
document(s), you will be prompted to send additional email notifications. Click on
“Send More Email Notification” and add the acceptor/receiver email addresses noted
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
44 of 79
FINAL
below in the first email address block, and add any other additional email addresses
desired in the following blocks. This additional notification to the government is
important to ensure that the acceptor/receiver is aware that the invoice documents
have been submitted into WAWF.
Send Addi onal Email No fica on To:
James.a.Russ@navy.mil
(f) The contractor shall submit invoices/cost vouchers for payment per contract terms
and the government shall process invoices/cost vouchers for payment per contract
terms. Contractors approved by DCAA for direct billing will submit cost vouchers
directly to DFAS via WAWF. Final voucher submission will be approved by the ACO.
(g) The WAWF system has not yet been implemented on some Navy programs;
therefore, upon written concurrence from the cognizant Procuring Contracting Officer,
the Contractor is authorized to use DFAS’s WInS for electronic end to end invoicing
until the functionality of WInS has been incorporated into WAWF.
(h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at
the above 1-866 number.
(End of Text)
5252.201-9501 DESIGNATION OF CONTRACTING OFFICER’S REPRESENTATIVE (COR)
(NAVAIR) (OCT 1994)
(a) The Contracting Officer has designated PMA-280-71 as the authorized Contracting
Officer’s Representative (COR) for this contract.
(b) The duties of the COR are limited to the following: See Attachment 5, COR
Appointment Letter.
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:
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: N/A
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
45 of 79
FINAL
(b) Inquiries regarding payment should be referred to: MyInvoice at
https://myinvoice.csd.disa.mil//index.html.
5252.232-9529, Incurred Cost Reporting and Progress Reporting for Services
The following applies to the prime contractor and all subcontractors. If desired, a subcontractor
may directly submit the required data in accordance with contract CDRL A017. When a
subcontractor reports directly to the Government, the prime contractor shall highlight the
subcontractor costs to be directly reported to the Government.
General: The contractor shall segregate costs incurred under this contract and
provide a report as a supplement to each invoice submitted for payment in
accordance with the requirements of this clause and CDRL A017. This report shall
include the elements outlined below and, at a minimum, be submitted jointly with the
invoice. The total of all cost elements below shall match the applicable invoice
amount. If there are no costs associated to a particular element, the report shall state
“Not Applicable.” The data tables outlined in Attachment 5 shall be utilized as
required herein and attached to the report. Other required information and supporting
documentation not reported as part of the data tables shall be included in the report
and/or as a separate attachment to the report.
a)
Incurred Costs:
1) Summary: An incurred cost summary shall be reported by completing the “Header” and
“Invoice Summary” tabs included in Attachment 5.
2) Labor: Incurred costs for labor shall be reported by completing the “Invoiced Labor” tab, and,
if applicable, the “If Individuals > Hourly Tripwire” tab included in Attachment 5. Additional
information regarding individual labor categories and fully burdened labor rates shall be provided
upon request.
3) Other Direct Costs (ODCs), including Travel and Material: Total fully burdened other direct
costs shall be reported by completing the “Invoice Summary” tab included in Attachment 5. In
addition, an itemized listing of the unburdened other direct charges, including travel and material,
shall be provided. For material greater than $3,000, the invoice number, date, total amount,
company, purchase order number, and description of each item shall be included. For travel, the
dates, names of individuals traveling, destination, purpose and total cost shall be outlined. A
copy of the travel voucher with accompanying receipts shall be provided upon request. For
material less than $3,000, supplemental data shall be provided upon request. The report shall
also include the following statements regarding ODCs and Labor: “No fee has been applied to
ODCs, and the applicable fee rate does not exceed that identified in NAVAIR Clause
5252.215-9512, Savings Clause.”
b) Progress: A description of progress made during the invoice period by labor category shall be
included in the report. At a minimum, the description shall include the following: deliverables
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
NOO 178-11-D-6495
M801
14
46 of79
FINAL
completed and delivered, problem areas encountered, and any impacts on cost, technical and
schedule.
Accounting Data
SLINID
PR Number
Amount
400101
1300314694-0001
LLA :
400102
1300314694-0001
LLA :
400201
1300314694-0001
LLA :
600101
1300314694-0001
LLA :
600102
1300314694-0001
LLA :
600201
1300314694-0001
LLA :
111111
BASE Funding ~~~1111~
Cumulative u
MOD 01 Funding
Cumulative Fundii;ngg-11111111111
MOD 02 Funding
Cumulative Fundii;ngg-11111111111
MOD 03
600202
1300314694-0002
LLA :
MOD 03 Funding 6949.60
Cumulative Funding 938107.87
MOD 04
400103
1300341346-0001
LLA :
Standard Number:
CIN 130034134600003
400104
1300341346-0001
LLA :
Standard Number: n/a
CIN 130034134600004
400301
1300349875
LLA :
Standard Number: n/a
CONTRACT NO.
NOOl 78-1 l-D-6495
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
M801
14
47of79
CIN 130034987500001
MOD 04
Funding~~===···
Cumulative Funding
MOD 05 Funding
Cumulative Fundli~n~g~lllllllllll
MOD 06
400105
LLA :
1300341346-0003
Standard Number:
CIN 130034134600007
400106
LLA :
1300341346-0003
Standard Number:
CIN 130034134600006
MOD 06
Funding~~:==···
Cumulative Funding
MOD 07
400302
LLA :
1300341346-·0004
Standard Number:
CIN 130034134600008
MOD 07 Funding
~~~=~llll!I
Cumulative Funding
MOD 08
410101
LLA :
1300389589
Standard Number:
COST CODE: A00002020721
CIN: 130038958900001
410102
LLA :
1300389589
Standard Number:
COST CODE: Al0002020721
CIN: 130038958900003
410201
LLA :
1300389589
Standard Number:
COST CODE: 118080980AHJ
CIN: 130038958900005
610101
LLA :
1300389589
Standard Number:
COST CODE: A00002020721
CIN: 130038958900002
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-ll-D-6495
M801
14
48 of79
610102
LLA :
1300389589
Standard Number: N/A
COST CODE: Al0002020721
CIN: 130038958900004
610201
LLA :
1300389589
Standard Number: N/A
COST CODE: 118080980AHJ
CIN: 130038958900006
MOD 08 Funding~~===···
Cumulative Funding
MOD 09
410103
LLA :
1300389589-0001
Standard Number:
CIN 130038958900010
410104
LLA :
1300389589-0001
Standard Number: n/a
CIN 130038958900011
610103
LLA :
1300389589-0001
Standard Number:
CIN 130038958900012
••,
MOD 09 Funding ~~11111i
Cumulative Funding
MOD 10
410105
LLA :
1300389589-0002
Standard Number:
CIN 130038958900013
410106
LLA :
1300410494
Standard Number:
CIN 130041049400001
610104
LLA :
1300389589-0002
Standard Number: n/a
CIN 130038958900014
610105
LLA :
1300410494
Standard Number:
CIN 130041049400001
~~===···
MOD
10 Funding
Cumulative
Funding
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
NOO 178-11-D-6495
M801
14
49of79
MOD 11
410104
1300389589-0001
LLA :
Standard Number: n/a
CIN 130038958900011
410107
1300389589-0004
LLA
CIN 130038958900015
~~===···
MOD
11 Funding
Cumulative
Funding
MOD 12
420101
1300463809
LLA
CIN 130046380900001
420102
1300463809
LLA
CIN 130046380900003
420201
1300463809
LLA
CIN 130046380900005
620101
1300463809
LLA
CIN 130046380900002
620102
1300463809
LLA
CIN 130046380900004
620201
1300463809
LLA
CIN 130046380900006
~~===···
MOD
12 Funding
Cumulative
Funding
MOD 13
420103
1300463809-0001
LLA
CIN 130046380900007
420104
1300463809-0001
LLA
CIN 130046380900009
620103
1300463809-0001
LLA
CIN 130046380900008
MOD 13 Funding • • • • •
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
NOOl 78-l l-D-6495
M801
14
50of79
Cumulative Funding
1111111111
MOD 14
420105
1300463809-0002
LLA
CIN 130046380900010
620104
1300463809-0002
LLA
CIN 130046380900011
..11
MOD 14 Funding ~~11111.i
Cumulative Funding
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
51 of 79
FINAL
SECTION H SPECIAL CONTRACT REQUIREMENTS
Note: All the provisions and clauses of Section H of the basic contract apply to this
task order unless otherwise specified in the task order, including the following:
TASK ORDER H-1 OPTION TO INCREASE CAPACITY WITHIN PERIOD OF
PERFORMANCE (February 2011) (AIR-2.5.1)
(a) The task order includes an option associated with each period of performance for
an increase in capacity not to exceed ten percent (10%) of the total dollars of the Labor
and ODC CLINs within the respective term. This option may be exercised at the
Government’s discretion, if the Government determines a need for an increase in the
level of effort, to be provided by the contractor, due to increased in-scope program
requirements.
(b) The use of this option does not provide an extension to the length of time of the
current term, nor shall the entire task order exceed 3 years in duration.
(c) The Government may exercise an option for increased capacity within the period of
performance without obligation to exercise succeeding year option(s).
(d) The exercise of an option for increased capacity within the period of performance
may be accomplished anytime during the task order performance, but not later than
thirty (30) calendar days prior to the expiration of the task order.
(e) The Government will be required to give the contractor a preliminary written notice
of its intent to exercise the option for increased capacity within the period of
performance. The contractor shall be required to use the same hourly rates or
Department of Labor hourly rates established for the current term.
(f) An increased capacity option CLIN cannot exceed 10% of the CLIN it supports
during the current term. If the contractor anticipates acceleration of effort greater than
10% during the current term, the contractor shall provide notice in accordance with
clause SEA 5252.216-9122 “Level of Effort (Dec 2000)” of the task order.
H.15 REQUIRED INSURANCE
(a) The following types of insurance are required in accordance with the clause
entitled "INSURANCE - LIABILITY TO THIRD PERSONS" and shall be maintained in
the minimum amounts shown:
(1) Comprehensive General Liability: $100,000 per person and $500,000
per accident for bodily injury. No property damage general liability insurance is
required.
(2) Automobile Insurance: $200,000 per person and $500,000 per accident
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
52 of 79
FINAL
for bodily injury and $20,000 per accident for property damage. Comprehensive form
of policy is required.
(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.
(b) The policies for such insurance shall contain an endorsement that cancellation or
material change in the policies, adversely affecting the interest of the Government in
such insurance, shall not be cancelled or materially changed until 30 days prior
written notice has been given to the Task order Contracting Officer. When the
coverage is provided by self-insurance, prior approval of the Administrative
Contracting Officer is required for any change or decrease in coverage.
HQ C-2-0002 ACCESS TO PROPRIETARY DATA OR COMPUTER SOFTWARE (NAVSEA)
(JUN 1994)
(a) Performance under this contract may require that the Contractor have access to
technical data, computer software, or other sensitive data of another party who
asserts that such data or software is proprietary. If access to such data or software is
required or to be provided, the Contractor shall enter into a written agreement with
such party prior to gaining access to such data or software. The agreement shall
address, at a minimum, (1) access to, and use of, the proprietary data or software
exclusively for the purposes of performance of the work required by this contract, and
(2) safeguards to protect such data or software from unauthorized use or disclosure
for so long as the data or software remains proprietary. In addition, the agreement
shall not impose any limitation upon the Government or its employees with respect to
such data or software. A copy of the executed agreement shall be provided to the
Task Order Contracting Officer. The Government may unilaterally modify the contract
to list those third parties with which the Contractor has agreement(s).
(b) The Contractor agrees to: (1) indoctrinate its personnel who will have access to
the data or software as to the restrictions under which access is granted; (2) not
disclose the data or software to another party or other Contractor personnel except as
authorized by the Task Order Contracting Officer; (3) not engage in any other action,
venture, or employment wherein this information will be used, other than under this
contract, in any manner inconsistent with the spirit and intent of this requirement; (4)
not disclose the data or software to any other party, including, but not limited to, joint
venturer, affiliate, successor, or assign of the Contractor; and (5) reproduce the
restrictive stamp, marking, or legend on each use of the data or software whether in
whole or in part.
(c) The restrictions on use and disclosure of the data and software described above
also apply to such information received from the Government through any means to
which the Contractor has access in the performance of this contract that contains
proprietary or other restrictive markings.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
53 of 79
FINAL
(d) The Contractor agrees that it will promptly notify the Task Order Contracting Officer
of any attempt by an individual, company, or Government representative not directly
involved in the effort to be performed under this contract to gain access to such
proprietary information. Such notification shall include the name and organization of
the individual, company, or Government representative seeking access to such
information.
(e) The Contractor shall include this requirement in subcontracts of any tier which
involve access to information covered by paragraph (a), substituting "subcontractor"
for "Contractor" where appropriate.
(f) Compliance with this requirement is a material requirement of this contract.
H.20 DATA RIGHTS
A. Task Order Intellectual Property Deliverable Restrictions. For each task order to be
issued under the contract, the Contractor shall identify, prior to award of the affected
task order(s) to the best of its ability, noncommercial and commercial technical data
and computer software that it intends to deliver with restrictions on the Government’s
right to use, release or disclose such identified technical data and/or computer
software (see DFARS 252.227-7017). The Government further requires that the
Contractor identify, prior to award of affected task order(s), background inventions that
will be embodied in items, components, processes, technical data, computer
software or computer software documentation developed or delivered under the task
order. To identify such technical data, computer software and background inventions, the
Contractor shall submit the following three lists:
1. Noncommercial Computer Software and Technical Data. The Government desires
appropriate rights in all noncommercial technical data and noncommercial computer
software developed or delivered under each task order. The Contractor shall identify all
asserted restrictions on the Government’s license rights in such data and software,
pursuant to paragraph (e) of the clauses at DFARS 252.227-7013 (‘7013) and DFARS
252.227-7014 (‘7014). The ‘7013 and the ‘7014 clauses shall govern the format and
content of the Contractor’s assertions of software and data restrictions for each task
order. The Contractor may combine the ‘7013(e) and the ‘7014(e) post-award lists into a
single list, as long as the technical data items can be clearly distinguished from the
computer software items. The Contractor shall submit the post-award assertions to the
Task Order Contracting Officer as soon as practicable before the scheduled delivery of
the relevant data and/or software. The Contract shall update the post-award assertions
as necessary during performance of the task order to ensure that the list is accurate
before making final delivery of data or software under the task order.
2. Commercial Computer Software and Technical Data. For each task order, the
Contractor shall identify all asserted restrictions on the Government’s license rights in
commercial computer software and commercial technical data. To identify such
restrictions, the Contractor shall submit a Commercial Restrictions List, dated and
signed by an official contractually authorized to obligate the Contractor, as an attachment
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
54 of 79
FINAL
to the affected task order. The format of the Commercial Restrictions List shall be
substantially same as the format set forth in DFARS 252.227-7017(d).
The Commercial Restrictions List shall include the assertions of the Contractor’s
subcontractors or suppliers or potential subcontractors or suppliers. For each entry in
the Commercial Restrictions List which indicates that the asserted rights category is a
special license or the license customarily provided to the public, the Contractor shall
attach to the Commercial Restrictions List a copy of such license, except that if any
particular license is identified as applying to more than one such entry, only one copy of
that license need be provided. The Contractor shall update the Commercial Restrictions
List as necessary during performance of the task order to ensure that the list is accurate
before making final delivery of data or software under the task order.
3. Background Inventions. For each task order, the Contractor shall provide an
identification and licensing list to the Government, that identifies all inventions
(background inventions), other than subject inventions, disclosed in any patents or
pending patent applications in which the Contractor has:
(a) any title, right or interest; and
(b) intends to include in any Items, Components or Processes developed or delivered
under the affected task order, or that are described or disclosed in any Technical Data,
Computer Software or Computer Software Documentation developed or delivered under
the affected task order.
For each background invention, the list shall identify:
(a) patent or pending patent application number;
(b) title of the patent or pending patent application;
(c) issue date of the patent, or filing date of the pending patent application;
(d) the Item, Component, Process, Technical Data, Computer Software or
Computer Software Documentation that will include or disclose the background
invention;
(e) the nature of the Contractor’s right, title or interest in the background
invention;
(f) if the Government or any third part has any right, title or interest in the
background invention; and
(g) if the Contractor is willing to sell the Government a license to practice the
background invention.
The list shall be an attachment to the affected task order, and the Contractor shall
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
55 of 79
FINAL
update the list, as necessary, during performance of the task order to promptly identify all
background inventions.
B. Delivery of Noncommercial Computer Software and Technical Data. Unless
expressly otherwise stated in the task order, the Contractor’s deliveries of
noncommercial technical data shall include physical delivery of the digital version of
that technical data. The Contractor’s deliveries of noncommercial computer software
shall include physical delivery of a digital version of both the executable code and the
annotated source code. This includes noncommercial data/software that was
developed exclusively at private expense. As used in this paragraph, "physical delivery"
means submission to the Government of the data/software in a predetermined format
on appropriate digital storage media (e.g., CD-ROM), and, if specified in the delivery
requirement, may also include submission of paper copies of that data/software.
However, due to the variety and number of task orders contemplated under this contract,
it may be mutually beneficial to modify the physical delivery requirement. Accordingly, the
Contractor may, before delivery of the affected computer software or technical data, notify
the Task Order Contracting Officer in writing that it intends to modify the physical delivery
requirement. If the Task Order Contracting Officer accepts the modified physical delivery,
the modified physical delivery shall be incorporated into the affected task order by
modification.
HQ C-2-0011 COMPUTER SOFTWARE AND/OR COMPUTER DATABASE(S) DELIVERED
TO AND/OR RECEIVED FROM THE GOVERNMENT (NAVSEA) (APR 2004)
(a) The Contractor agrees to test for viruses all computer software and/or computer
databases, as defined in the clause entitled "RIGHTS IN NONCOMMERCIAL
COMPUTER SOFTWARE AND NONCOMMERCIAL COMPUTER SOFTWARE
DOCUMENTATION" (DFARS 252.227-7014), before delivery of that computer software
or computer database in whatever media and on whatever system the software is
delivered. The Contractor warrants that any such computer software and/or computer
database will be free of viruses when delivered.
(b) The Contractor agrees to test any computer software and/or computer
database(s) received from the Government for viruses prior to use under this contract.
(c) Unless otherwise agreed in writing, any license agreement governing the use of
any computer software to be delivered as a result of this contract must be paid-up and
perpetual, or so nearly perpetual as to allow the use of the computer software or
computer data base with the equipment for which it is obtained, or any replacement
equipment, for so long as such equipment is used. Otherwise the computer software
or computer database does not meet the minimum functional requirements of this
contract. In the event that there is any routine to disable the computer software or
computer database after the software is developed for or delivered to the Government,
that routine shall not disable the computer software or computer database until at
least twenty-five calendar years after the delivery date of the affected computer
software or computer database to the Government.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
56 of 79
FINAL
(d) No copy protection devices or systems shall be used in any computer software or
computer database delivered under this contract to restrict or limit the Government
from making copies. This does not prohibit license agreements from specifying the
maximum amount of copies that can be made.
(e) Delivery by the Contractor to the Government of certain technical data and other
data is now frequently required in digital form rather than as hard copy. Such delivery
may cause confusion between data rights and computer software rights. It is agreed
that, to the extent that any such data is computer software by virtue of its delivery in
digital form, the Government will be licensed to use that digital-form data with exactly
the same rights and limitations as if the data had been delivered as hard copy.
(f) Any limited rights legends or other allowed legends placed by a Contractor on
technical data or other data delivered in digital form shall be digitally included on the
same media as the digital-form data and must be associated with the corresponding
digital-form technical data to which the legends apply to the extent possible. Such
legends shall also be placed in human-readable form on a visible surface of the
media carrying the digital-form data as delivered, to the extent possible.
H-XX NOTIFICATION CONCERNING DETERMINATION OF SMALL BUSINESS SIZE
STATUS
For the purposes of FAR clauses 52.219-6, NOTICE OF TOTAL SMALL BUSINESS
SET-ASIDE, 52.219-3, NOTICE OF TOTAL HUBZONE SET-ASIDE, 52.219-18,
NOTIFICATION OF COMPETITION LIMITED TO ELIGIBLE 8(A) CONCERNS, and
52.219-27 NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL
BUSINESS SET-ASIDE, the determination of whether a small business concern 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 size
standards in this solicitation, and further, meets the definition of a HUBZone small
business concern, a small business concern certified by the SBA for participation in
the SBA’s 8(a) program, or a service disabled veteran-owned small business
concern, as applicable, shall be based on the status of said concern at the time of
award of the SeaPort-e MACs and as further determined in accordance with Special
Contract Requirement H-19.
5252.211-9510
CONTRACTOR EMPLOYEES (NAVAIR)(MAY 2011)
(a) In all situations where contractor personnel status is not obvious, all
contractor personnel are required to identify themselves to avoid creating
an impression to the public, agency officials, or Congress that such
contractor personnel are Government officials. This can occur during
meeting attendance, through written (letter or email) correspondence or
verbal discussions (in person or telephonic), when making presentations,
or in other situations where their contractor status is not obvious to third
parties. This list is not exhaustive. Therefore, the contractor employee(s)
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
57 of 79
FINAL
shall:
(1) Not by word or deed give the impression or appearance of being
a Government employee;
(2) Wear appropriate badges visible above the waist that identify
them as contractor employees when in Government spaces, at a
Government-sponsored event, or an event outside normal work spaces in
support of the contract/order;
(3) Clearly identify themselves as contractor employees in telephone
conversations and in all formal and informal written and electronic
correspondence. Identification shall include the name of the company for
whom they work;
(4) Identify themselves by name, their company name, if they are a
subcontractor the name of the prime contractor their company is
supporting, as well as the Government office they are supporting when
participating in meetings, conferences, and other interactions in which all
parties are not in daily contact with the individual contractor employee;
and
(5) Be able to provide, when asked, the full number of the
contract/order under which they are performing, and the name of the
Contracting Officer’s Representative.
(b) If wearing a badge is a risk to safety and/or security, then an
alternative means of identification maybe utilized if endorsed by the
Contracting Officer’s Representative and approved by the Contracting
Officer.
(c) The Contracting Officer will make final determination of compliance
with regulations with regard to proper identification of contractor
employees.
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
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
58 of 79
FINAL
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 N/A
will specify to which suppliers and/or equipment subparagraph (f) restrictions apply.
(2) The financial, contractual, organizational and other interests of contractor
personnel performing work under this contract shall be deemed to be the interests of
the contractor for the purposes of determining the existence of an Organizational
Conflict of Interest. Any subcontractor that performs any work relative to this contract
shall be subject to this clause. The contractor agrees to place in each subcontract
affected by these provisions the necessary language contained in this clause.
(c) Waiver. Any request for waiver of the provisions of this clause shall be submitted
in writing to the Procuring Contracting Officer. The request for waiver shall set forth all
relevant factors including proposed contractual safeguards or job procedures to
mitigate conflicting roles that might produce an Organizational Conflict of Interest. No
waiver shall be granted by the Government with respect to prohibitions pursuant to
access to proprietary data.
(d) Definitions. For purposes of application of this clause only, the following
definitions are applicable:
(1) “System” includes system, major component, subassembly or subsystem,
project, or item.
(2) “Nondevelopmental items” as defined in FAR 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.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
59 of 79
FINAL
(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.
[ X ] (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 for a period of 2 years 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 for a period of 2
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
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
60 of 79
FINAL
subsystems extends for a period of for a period of 2 years after the terms of this
contract. (FAR 9.505-2(b)(1))
[ X ] (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.
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)
[ 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
with for a period of 2 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))
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
61 of 79
FINAL
[ X ] (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.
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.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
62 of 79
5252.216-9509
FINAL
TASK ORDERS WITH OPTIONS (NAVAIR) (AUG 2001)
(a) The Ordering Officer may issue Task Orders that include options under any of the
following conditions:
(1) The services being acquired are highly unique or specialized;
(2) The efforts to be performed are so integrally related that only a single
contractor can reasonably perform the work; or
(3) Foreseeable additional effort fits the criteria of FAR 16.505(b)(2)(iii) as a
logical follow-on.
(b) Only those Task Orders for which all awardees were given a fair opportunity to
be considered shall include options. For purposes of FAR 52.216-19(b), the base
award and each option are separate orders.
(c) Prior to exercising an option on a Task Order, the Government will ensure that
the contract has adequate quantities and period of performance. The contractor shall
not begin performance on requirements in the Task Order option until the Government
has exercised the option on the Task Order and, if necessary, the option on the
contract.
(d) Award of a Task Order with an option is subject to the conditions of FAR clause
52.217-5, “Evaluation of Options”.
5252.227-9507 NOTICE REGARDING THE DISSEMINATION OF EXPORT-CONTROLLED
TECHNICAL DATA (NAVAIR) (OCT 2005)
(a) Export of information contained herein, which includes release to foreign
nationals within the United States, without first obtaining approval or license from the
Department of State for items controlled by the International Traffic in Arms
Regulations (ITARS), or the Department of Commerce for items controlled by the
Export Administration Regulations (EAR), may constitute a violation of law.
(b) For violation of export laws, the contractor, its employees, officials or agents are
subject to:
(1) Imprisonment and/or imposition of criminal fines; and
(2) Suspension or debarment from future Government contracting actions.
(c) The Government shall not be liable for any unauthorized use or release of exportcontrolled information, technical data or specifications in this contract.
(d) The contractor shall include the provisions or paragraphs (a) through (c) above in
any subcontracts awarded under this contract.
5252.227-9511 DISCLOSURE, USE AND PROTECTION OF PROPRIETARY
INFORMATION (NAVAIR) (FEB 2009)
(a) During the performance of this contract, the Government may use an independent
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
63 of 79
FINAL
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 nor 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 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.
5252.232-9509 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).
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
64 of 79
FINAL
(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 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.
5252.242-9502 TECHNICAL DIRECTION (NAVAIR) (APR 2011)
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
65 of 79
FINAL
(a) Definition. Technical Direction Letters (TDLs) are a means of communication
between the Contracting Officer’s Representative (COR) or SeaPort-e Task Order
Manager (TOM), and the contractor to answer technical questions, provide technical
clarification, and give technical direction regarding the content of the Statement of
Work (SOW) of a Contract, Order, or Agreement; herein after referred to as contract.
(i) “Technical Direction” means “clarification of contractual requirements or
direction of a technical nature, within the context of the SOW of the contract.”
(b) Scope. The Defense Federal Acquisition Regulation Supplement (DFARS)
201.602-2 states that the Contracting Officer may designate qualified personnel as a
COR. In this capacity, the COR or TOM may provide Technical Direction to the
contractor, so long as the Technical Direction does not make any commitment or
change that affects price, quality, quantity, delivery, or other terms and conditions of the
contract. This Technical Direction shall be provided consistent with the limitations
specified below.
(c) Limitations. When necessary, Technical Direction concerning details of
requirements set forth in the contract, shall be given through issuance of TDLs
prepared by the COR or TOM subject to the following limitations.
(i) The TDL, and any subsequent amendments to the TDL, shall be in writing and
signed by both the COR or TOM, and the Contracting Officer prior to issuance of the
TDL to the contractor. Written TDLs are the only medium permitted for use when
technical direction communication is required. Any other means of communication
(including such things as Contractor Service Request Letters, Authorization Letters, or
Material Budget Letters) are not permissible means of communicating technical
direction during contract performance.
(ii) In the event of an urgent situation, the COR/TOM may issue the TDL directly to
the contractor prior to obtaining the Contracting Officer’s signature.
(iii) Each TDL issued is subject to the terms and conditions of the contract and
shall not be used to assign new work, direct a change to the quality or quantity of
supplies and/or services delivered, change the delivery date(s) or period of
performance of the contract, or change any other conditions of the contract. TDLs
shall only provide additional clarification and direction regarding technical issues. In
the event of a conflict between a TDL and the contract, the contract shall take
precedence.
(iv) Issuance of TDLs shall not incur an increase or decrease to the contract price,
estimated contract amount (including fee), or contract funding, as applicable.
Additionally, TDLs shall not provide clarification or direction of a technical nature that
would require the use of existing funds on the contract beyond the period of
performance or delivery date for which the funds were obligated.
(v) TDLs shall provide specific Technical Direction to the contractor only for work
specified in the SOW and previously negotiated in the contract. TDLs shall not require
new contract deliverables that may cause the contractor to incur additional costs.
(vi) When, in the opinion of the contractor, a TDL calls for effort outside the terms
and conditions of the contract or available funding, the contractor shall notify the
Contracting Officer in writing, with a copy to the COR or TOM, within two (2) working
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
66 of 79
FINAL
days of having received the Technical Direction. The contractor shall undertake no
performance to comply with the TDL until the matter has been resolved by the
Contracting Officer through a contract modification or other appropriate action.
(vii) If the contractor undertakes work associated with a TDL that is considered to
be outside the scope of the contract, the contractor does so at its own risk and is not
subject to recover any costs and fee or profit associated with the scope of effort.
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.
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.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
67 of 79
FINAL
(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: Janiece Shall, Department of the Navy, NAWCAD Bldg 441,
21983 Bundy Road, Patuxent River, MD 20670-1127.
Note: For the purposes of this clause included in a task order under a multiple award
contract, the term "PCO" refers to the "Task Order PCO."
5252.243-9505 ENGINEERING CHANGES (NAVAIR) (OCT 2005)
Note: For the purposes of this clause included in a task order under a multiple award
contract, the term "PCO" refers to the "Task Order PCO."
(a) After contract award, the Contracting Officer may solicit, and the contractor is
encouraged to propose independently, engineering changes to the equipment,
software specifications or other requirements of this contract. These changes may be
proposed for reasons of economy, improved performance, or to resolve increased
data processing requirements. If the proposed changes are acceptable to both
parties, the contractor shall submit a price change proposal to the Government for
evaluation. Those proposed engineering changes that are acceptable to the
Government will be processed as modifications to the contract.
(b) This applies only to those proposed changes identified by the contractor, as a
proposal submitted pursuant to the provisions of this clause. As a minimum, the
following information shall be submitted by the contractor with each proposal:
(1) A description of the difference between the existing contract requirement and
the proposed change, and the comparative advantages and disadvantages of each.
(2) Itemized requirements of the contract that must be changed if the proposal is
adopted, and the proposed revision to the contract for each such change.
(3) An estimate of the changes in performance costs, if any, that will result from
adoption of the proposal.
(4) An evaluation of the effects the proposed change would have on collateral
costs to the Government such as Government-furnished property costs, costs of
related items, and costs of maintenance and operation.
(5) A statement of the time by which the change order adopting the proposal must
be issued so as to obtain the maximum benefits of the changes during the remainder
of this contract. Also, any effect on the contract completion time or delivery schedule
shall be identified.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
68 of 79
FINAL
(c) Engineering change proposals submitted to the Contracting Officer shall be
processed expeditiously. The Government shall not be liable for proposal preparation
costs or any delay in acting upon any proposal submitted pursuant to this clause. The
contractor has the right to withdraw, in whole or in part, any engineering change
proposal not accepted by the Government within the period specified in the
engineering change proposal. The decision of the Contracting Officer as to the
acceptance of any such proposal under this contract shall be final and shall not be
subject to the “Disputes” clause of the contract.
(d) The Contracting Officer may accept any engineering change proposal submitted
pursuant to this clause by giving the contractor written notice thereof. This written
notice may be given by issuance of a modification to this contract. Unless and until a
modification is executed to incorporate an engineering change proposal under this
contract, the contractor shall remain obligated to perform in accordance with the terms
of the existing contract.
(e) If an engineering change proposal pursuant to this clause is accepted and
applied to this contract, an equitable adjustment in the contract price and in any other
affected provisions of this contract shall be made in accordance with the “Changes”
clause.
(f) The contractor is requested to identify specifically any information contained in its
engineering change proposal which it considers confidential and/or proprietary and
which it prefers not to be disclosed to the public. The identification of information as
confidential and/or proprietary is for information purposes only and shall not be
binding on the Government to prevent disclosure of such information. Offerors are
advised that such information may be subject to release upon request pursuant to the
Freedom of Information Act (5 U.S.C. 552).
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
69 of 79
FINAL
SECTION I CONTRACT CLAUSES
Note: All the provisions and clauses of Section I of the basic contract apply to this task
order, if applicable, unless otherwise specified in the task order, in addition to the
following:
CLAUSES INCORPORATED BY FULL TEXT
52.209-8 UPDATES OF INFORMATION REGARDING RESPONSIBILITY MATTERS
(DEVIATION) (OCT 2010)
(a)
(1) The Contractor shall update the information in the Federal Awardee
Performance and Integrity Information System (FAPIIS) on a semi-annual basis,
throughout the life of the contract, by posting the required information in the Central
Contractor Registration database at http://www.ccr.gov (see 52.204-7).
(2) At the first semi-annual update on or after April 15, 2011, the Contractor shall
post again any required infor.mation that the Contractor posted prior to April 15, 2011.
(b)
(1) The Contractor will receive notification when the Government posts new
information to the Contractor's record.
(2) The Contractor will have an opportunity to post comments regarding
information that has been posted by the Government. The comments will be retained
as long as the associated information is retained, i.e., for a total period of 6 years.
Contractor comments will remain a part of the record unless the Contractor revises
them.
(3) Public access to information in FAPIIS.
(i) Public requests for system information that was posted prior to April
15, 2011, will be handled under Freedom of Information Act procedures, including,
where appropriate, procedures promulgated under E.O. 12600.
(ii) As required by section 3010 of Public Law 111-212, all information
posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be
publicly available.
(End of clause)
52.232-32
PERFORMANCE-BASED PAYMENTS (JAN 2008)
a) Amount of payments and limitations on payments. Subject to such other limitations
and conditions as are specified in this contract and this clause, the amount of
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
70 of 79
FINAL
payments and limitations on payments shall be specified in the contract’s description
of the basis for payment.
(b) Contractor request for performance-based payment. The Contractor may submit
requests for payment of performance-based payments not more frequently than
monthly, in a form and manner acceptable to the Contracting Officer. Unless
otherwise authorized by the Contracting Officer, all performance-based payments in
any period for which payment is being requested shall be included in a single
request, appropriately itemized and totaled. The Contractor’s request shall contain the
information and certification detailed in paragraphs (l) and (m) of this clause.
(c) Approval and payment of requests.
(1) The Contractor shall not be entitled to payment of a request for
performance-based payment prior to successful accomplishment of the event or
performance criterion for which payment is requested. The Contracting Officer shall
determine whether the event or performance criterion for which payment is requested
has been successfully accomplished in accordance with the terms of the contract.
The Contracting Officer may, at any time, require the Contractor to substantiate the
successful performance of any event or performance criterion which has been or is
represented as being payable.
(2) A payment under this performance-based payment clause is a contract financing
payment under the Prompt Payment clause of this contract and not subject to the
interest penalty provisions of the Prompt Payment Act. The designated payment office
will pay approved requests on the 30th day after receipt of the request for
performance-based payment by the designated payment office. However, the
designated payment office is not required to provide payment if the Contracting Officer
requires substantiation as provided in paragraph (c)(1) of this clause, or inquires into
the status of an event or performance criterion, or into any of the conditions listed in
paragraph (e) of this clause, or into the Contractor certification. The payment period
will not begin until the Contracting Officer approves the request.
(3) The approval by the Contracting Officer of a request for performance-based
payment does not constitute an acceptance by the Government and does not excuse
the Contractor from performance of obligations under this contract.
(d) Liquidation of performance-based payments.
(1) Performance-based finance amounts paid prior to payment for delivery of an item
shall be liquidated by deducting a percentage or a designated dollar amount from the
delivery payment. If the performance-based finance payments are on a delivery item
basis, the liquidation amount for each such line item shall be the percent of that
delivery item price that was previously paid under performance-based finance
payments or the designated dollar amount. If the performance-based finance
payments are on a whole contract basis, liquidation shall be by either predesignated
liquidation amounts or a liquidation percentage.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
71 of 79
FINAL
(2) If at any time the amount of payments under this contract exceeds any limitation in
this contract, the Contractor shall repay to the Government the excess. Unless
otherwise determined by the Contracting Officer, such excess shall be credited as a
reduction in the unliquidated performance-based payment balance(s), after
adjustment of invoice payments and balances for any retroactive price adjustments.
(e) Reduction or suspension of performance-based payments. The Contracting
Officer may reduce or suspend performance-based payments, liquidate
performance-based payments by deduction from any payment under the contract, or
take a combination of these actions after finding upon substantial evidence any of the
following conditions:
(1) The Contractor failed to comply with any material requirement of this contract
(which includes paragraphs (h) and (i) of this clause).
(2) Performance of this contract is endangered by the Contractor’s -(i) Failure to make progress; or
(ii) Unsatisfactory financial condition.
(3) The Contractor is delinquent in payment of any subcontractor or supplier under
this contract in the ordinary course of business.
(f) Title.
(1) Title to the property described in this paragraph (f) shall vest in the Government.
Vestiture shall be immediately upon the date of the first performance-based payment
under this contract, for property acquired or produced before that date. Otherwise,
vestiture shall occur when the property is or should have been allocable or properly
chargeable to this contract
(2) “Property,” as used in this clause, includes all of the following described items
acquired or produced by the Contractor that are or should be allocable or properly
chargeable to this contract under sound and generally accepted accounting principles
and practices:
(i) Parts, materials, inventories, and work in process;
(ii) Special tooling and special test equipment to which the Government is to acquire
title under any other clause of this contract;
(iii) Nondurable (i.e., noncapital) tools, jigs, dies, fixtures, molds, patterns, taps,
gauges, test equipment and other similar manufacturing aids, title to which would not
be obtained as special tooling under subparagraph (f)(2)(ii) of this clause; and
(iv) Drawings and technical data, to the extent the Contractor or subcontractors are
required to deliver them to the Government by other clauses of this contract.
(3) Although title to property is in the Government under this clause, other applicable
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
72 of 79
FINAL
clauses of this contract (e.g., the termination or special tooling clauses) shall
determine the handling and disposition of the property.
(4) The Contractor may sell any scrap resulting from production under this contract,
without requesting the Contracting Officer’s approval, provided that any significant
reduction in the value of the property to which the Government has title under this
clause is reported in writing to the Contracting Officer.
(5) In order to acquire for its own use or dispose of property to which title is vested in
the Government under this clause, the Contractor shall obtain the Contracting
Officer’s advance approval of the action and the terms. If approved, the basis for
payment (the events or performance criteria) to which the property is related shall be
deemed to be not in compliance with the terms of the contract and not payable (if the
property is part of or needed for performance), and the Contractor shall refund the
related performance-based payments in accordance with paragraph (d) of this
clause.
(6) When the Contractor completes all of the obligations under this contract, including
liquidation of all performance-based payments, title shall vest in the Contractor for all
property (or the proceeds thereof) not -(i) Delivered to, and accepted by, the Government under this contract; or
(ii) Incorporated in supplies delivered to, and accepted by, the Government under this
contract and to which title is vested in the Government under this clause.
(7) The terms of this contract concerning liability for Government-furnished property
shall not apply to property to which the Government acquired title solely under this
clause.
(g) Risk of loss. Before delivery to and acceptance by the Government, the Contractor
shall bear the risk of loss for property, the title to which vests in the Government under
this clause, except to the extent the Government expressly assumes the risk. If any
property is damaged, lost, stolen, or destroyed, the basis of payment (the events or
performance criteria) to which the property is related shall be deemed to be not in
compliance with the terms of the contract and not payable (if the property is part of or
needed for performance), and the Contractor shall refund the related
performance-based payments in accordance with paragraph (d) of this clause.
(h) Records and controls. The Contractor shall maintain records and controls
adequate for administration of this clause. The Contractor shall have no entitlement to
performance-based payments during any time the Contractor’s records or controls
are determined by the Contracting Officer to be inadequate for administration of this
clause.
(i) Reports and Government access. The Contractor shall promptly furnish reports,
certificates, financial statements, and other pertinent information requested by the
Contracting Officer for the administration of this clause and to determine that an event
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
73 of 79
FINAL
or other criterion prompting a financing payment has been successfully
accomplished. The Contractor shall give the Government reasonable opportunity to
examine and verify the Contractor’s records and to examine and verify the Contractor’s
performance of this contract for administration of this clause.
(j) Special terms regarding default. If this contract is terminated under the Default
clause,
(1) the Contractor shall, on demand, repay to the Government the amount of
unliquidated performance-based payments, and
(2) title shall vest in the Contractor, on full liquidation of all performance-based
payments, for all property for which the Government elects not to require delivery
under the Default clause of this contract. The Government shall be liable for no
payment except as provided by the Default clause.
(k) Reservation of rights.
(1) No payment or vesting of title under this clause shall -(i) Excuse the Contractor from performance of obligations under this contract; or
(ii) Constitute a waiver of any of the rights or remedies of the parties under the
contract.
(2) The Government’s rights and remedies under this clause -(i) Shall not be exclusive, but rather shall be in addition to any other rights and
remedies provided by law or this contract; and
(ii) Shall not be affected by delayed, partial, or omitted exercise of any right, remedy,
power, or privilege, nor shall such exercise or any single exercise preclude or impair
any further exercise under this clause or the exercise of any other right, power, or
privilege of the Government.
(l) Content of Contractor’s request for performance-based payment. The Contractor’s
request for performance-based payment shall contain the following:
(1) The name and address of the Contractor;
(2) The date of the request for performance-based payment;
(3) The contract number and/or other identifier of the contract or order under which the
request is made;
(4) Such information and documentation as is required by the contract’s description of
the basis for payment; and
(5) A certification by a Contractor official authorized to bind the Contractor, as specified
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
74 of 79
FINAL
in paragraph (m) of this clause.
(m) Content of Contractor’s certification. As required in paragraph (l)(5) of this clause,
the Contractor shall make the following certification in each request for
performance-based payment:
I certify to the best of my knowledge and belief that -(1) This request for performance-based payment is true and correct; this request (and
attachments) has been prepared from the books and records of the Contractor, in
accordance with the contract and the instructions of the Contracting Officer;
(2) (Except as reported in writing on __________), all payments to subcontractors and
suppliers under this contract have been paid, or will be paid, currently, when due in
the ordinary course of business;
(3) There are no encumbrances (except as reported in writing on _________) against
the property acquired or produced for, and allocated or properly chargeable to, the
contract which would affect or impair the Government’s title;
(4) There has been no materially adverse change in the financial condition of the
Contractor since the submission by the Contractor to the Government of the most
recent written information dated _____________; and
(5) After the making of this requested performance-based payment, the amount of all
payments for each deliverable item for which performance-based payments have
been requested will not exceed any limitation in the contract, and the amount of all
payments under the contract will not exceed any limitation in the contract.
(End of Clause)
52.239-1
Privacy or Security Safeguards (Aug 1996)
(a) The Contractor shall not publish or disclose in any manner, without the
Contracting Officer's written consent, the details of any safeguards either designed or
developed by the Contractor under this contract or otherwise provided by the
Government.(b) To the extent required to carry out a program of inspection to safeguard against
threats and hazards to the security, integrity, and confidentiality of Government data,
the Contractor shall afford the Government access to the Contractor's facilities,
installations, technical capabilities, operations, documentation, records, and
databases. –
(c) If new or unanticipated threats or hazards are discovered by either the Government
or the Contractor, or if existing safeguards have ceased to function, the discoverer
shall immediately bring the situation to the attention of the other party.
(End of clause)
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
75 of 79
52.252-2
FINAL
CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and
effect as if they were given in full text. Upon request, the Contracting Officer will make
their full text available. Also, the full text of a clause may be accessed electronically at
this/these address(es):
http://www.arnet.gov/far/
http://www.acq.osd.mil/dp/dars/dfars
(End of clause)
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 clause with an authorized deviation is
indicated by the addition of “(DEVIATION)” after the name of the regulation
(End of Clause)
252.222-7999 ADDITIONAL REQUIREMENTS AND RESPONSIBILITIES RESTRICTING
THE USE OF MANDATORY ARBITRATION AGREEMENTS (DEVIATION) (FEB 2010)
(a) Definitions.
“Covered subcontract,” as used in this clause, means any subcontract, except a
subcontract for the acquisition of commercial items or commercially available
off-the-shelf items, that is in excess of $l million and uses Fiscal Year 2010 funds.
(b) The Contractor(1) Agrees not to(i) Enter into any agreement with any of its employees or independent contractors that
requires, as a condition of employment, that the employee or independent contractor
agree to resolve through arbitration any claim under title VII of the Civil Rights Act of
1964 or any tort related to or arising out of sexual assault or harassment, including
assault and battery, intentional infliction of emotional distress, false imprisonment, or
negligent hiring, supervision, or retention; or
(ii) Take any action to enforce any provision of an existing agreement with an
employee or independent contractor that mandates that the employee or independent
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
76 of 79
FINAL
contractor resolve through arbitration any claim under title VII of the Civil Rights Act of
1964 or any tort related to or arising out of sexual assault or harassment, including
assault and battery, intentional infliction of emotional distress, false imprisonment, or
negligent hiring, supervision, or retention; and
(2) Certifies, by signature of the contract, for contracts awarded after June 17, 2010,
that it requires each covered subcontractor to agree not to enter into, and not to take
any action to enforce any provision of any agreements, as described in paragraph
(b)(1) of this clause, with respect to any employee or independent contractor
performing work related to such subcontract.
(c) The prohibitions of this clause do not apply with respect to a Contractor's or
subcontractor’s agreements with employees or independent contractors that may not
be enforced in a court of the United States.
(d) The Secretary of Defense may waive the applicability of the restrictions of
paragraph (b) to the Contractor or a particular subcontractor for the purposes of the
contract or a particular subcontract if the Secretary or the Deputy Secretary personally
determines that the waiver is necessary to avoid harm to national security interests of
the United States, and that the term of the contract or subcontract is not longer than
necessary to avoid such harm. This determination will be made public not less than
15 business days before the contract or subcontract addressed in the determination
may be awarded.
(End of clause)
52.216-8 FIXED FEE (MAR 1997)
(a) The Government shall pay the Contractor for performing this contract the fixed fee
specified in the Schedule.
(b) Payment of the fixed fee shall be made as specified in the Schedule; provided that
after payment of 85 percent of the fixed fee, the Contracting Officer may withhold
further payment of fee until a reserve is set aside in an amount that the Contracting
Officer considers necessary to protect the Government’s interest. This reserve shall
not exceed 15 percent of the total fixed fee or $100,000, whichever is less. The
Contracting Officer shall release 75 percent of all fee withholds under this contract
after receipt of the certified final indirect cost rate proposal covering the year of
physical completion of this contract, provided the Contractor has satisfied all other
contract terms and conditions, including the submission of the final patent and royalty
reports, and is not delinquent in submitting final vouchers on prior years’ settlements.
The Contracting Officer may release up to 90 percent of the fee withholds under this
contract based on the Contractor’s past performance related to the submission and
settlement of final indirect cost rate proposals.
If the task order includes any options, insert 52.217-8 in the solicitation, in full text.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
77 of 79
FINAL
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 30 DAYS [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 task order by written notice to the
Contractor on or before the expiration of the task order; provided, that the Government
gives the Contractor a preliminary written notice of its intent to extend at least 60 days
before the task order expires. The preliminary notice does not commit the Government
to an extension.
(b) If the Government exercises this option, the extended task order shall be
considered to include this option clause.
(c) The total duration of this task order, including the exercise of any options under this
clause, shall not exceed three years.
52.219-14 LIMITATIONS OF SUBCONTRACTING (DEC 1996)
(a) This clause does not apply to the unrestricted portion of a partial set-aside.
(b) By submission of an offer and execution of a contract, the Offeror/Contractor
agrees that in performance of the contract in the case of a contract for -(1) Services (except construction). At least 50 percent of the cost of contract
performance incurred for personnel shall be expended for employees of the concern.
(2) Supplies (other than procurement from a nonmanufacturer of such supplies).
The concern shall perform work for at least 50 percent of the cost of manufacturing the
supplies, not including the cost of materials.
(3) General construction. The concern will perform at least 15 percent of the cost of
the contract, not including the cost of materials, with its own employees.
(4) Construction by special trade contractors. The concern will perform at least 25
percent of the cost of the contract, not including the cost of materials, with its own
employees.
If only one offer is received, the following clauses will be invoked in the solicitation:
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
78 of 79
CLAUSES INCORPORATED BY REFERENCE
52.215-10
52.215-11
52.215-12
52.215-13
52.215-20
Price Reduction for Defective Cost or Pricing
Data
Price Reduction for Defective Cost or Pricing
Data--Modifications
Subcontractor Cost or Pricing Data
Subcontractor Cost or Pricing Data-Modifications
Requirements for Cost or Pricing Data or
Information Other Than Cost or Pricing Data
OCT 1997
OCT 1997
OCT 1997
OCT 1997
OCT 1997
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-11-D-6495
M801
14
79 of 79
SECTION J LIST OF ATTACHMENTS
Attachment 1 - Acronym List
Attachment 2 - Quality Assurance Surveillance Plan
Attachment 3 - DD254 Department of Defense Contract Security Classification Specification
Attachment 4 - Locator Form
Attachment 5 - Incurred Cost and Progress Reporting for Services Spreadsheet
Attachment 6 - NAWCTSD 4330/60 Data Item Transmittal/Acceptance/Rejection Form Deviation
Exhibit A - Contract Data Requirements List A001-A012 and A014-A017
FINAL
DEPARTMENT OF THE NAVY
NAVAL AIR WARFARE CENTER AIRCRAFT DMSION
IN REPLY REFER TO
4200
21 November 2012
From:
To:
Dora Hill , Code 2.5.1.7.1
James Russ , Code PMA 28071
RE: CONTRACTING OFFICER ' S REPRESENTATIVE (COR)
DESIGNATION/APPOINTMENT FOR N00178-11-D-6495-M801 WITH CHUGACH
FEDERAL SOLUTIONS, INC .
Ref:
(a) COR Nomination Form 16 November 2012
Encl: (1) COR Designation/Appointment
1. Reference (a) was completed to nominate you as the COR for N00178-11-D6495-M801.
2. I have reviewed the referenced nomination. In accordance with the applicable COR
policy, enclosure (1) is hereby provided to formally designate/appoint you as my
authorized representative and assign you specific functions/duties .
3. Please sign enclosure (1) to accept this designation/appointment and make the required
affirmations and certifications relating to your role as COR. If you have any questions,
please contact me.
Dora Hill
CONTRACTING OFFICER
Copy to:
Chip Guffey, Program Manager PM - 280A
Lynn Wood , Code 2 .51 COR Coordinator
Lynn Thomas, Code 2.5.1. 7, Contract Specialist
NAVAIRINST 4200 57
CONTRACTING OFFICER'S REPRESENTATIVE (COR)
NOMINATION FORM
Section A - Procurement Information
1. Description: Enter a brief description of the procurement action . If details are included as an attachment,
enter the applicable attachment number.
PMA280- Tomahawk- Weapon Sy stem Life Cycle Management Support
1a. Attachment Number:
2. Identification Number: Insert the Purchase Request No ., Procurement Initiation Document No. , Solicitation No., or Contract/Delivery Order/
Contract Line Item No.
NOO 178-11-D-6495-M80 1
3. Product/Service Code (PSC): Insert the applicable Product/Service Code. See the Product and Services Codes Manual of August 2011 .
R706
Code
Phone
Franci s Gu ffey
PMA- 280A
30 1-757-6405
chip.guffey@navy.mil
James Russ
PMA-28071
30 1-757-635 1
james.a.russ@ navy .mil
PMA-2807
301-757-6206
todd.zeich@navy. mil
Section B - Points of Contact
1. COR Nominating Official/Manager/
Supervisor
2. COR Nominee
Name
3. COR Nominee Manager/Supervisor
Todd Zeich
(if different from the Nominating Official)
E-mail
Section C - Experience and Training Summary: Enter the required information in the appropriate column. If the category (Type A, B, or C) is
unknown, assume the maximum training requirements will apply. See USD (A, T&L) Memo of 29 Mar 2010 for a summary of requirements by category.
1. Agency Experience : Enter number of years/months. If a PCO waiver is granted , insert "waived ." For Types B and C, include rationale for waiver
as an attachment and enter the applicable attachment number.
Requirement by Category
(Select Applicable Category)
D
Minimum of 6 Months (Type A)
~
Minimum of 12 Months (Types B and C)
No. of Years/Months
Attachment No.
15 Years, 8 Months
N /A
2. Annual Ethics Training:
Enter course title and completion date. Include the certificate as an attachment and enter the applicable attachment number.
Course Title
DAU CLM 003 Ethics Training
Completion Date
5/01/2012
Attachment No.
1- Russ - CLM 003 05-01-12.pdf
3. OGE-450
Enter the date that the OGE-450 was filed with the employee's respective Office of Counsel (AIR-11 .0 or site equivalent). A list
of OGE-450 coordinators is available on the AIR-2 .0 website at https://contracts.navair.navy.mil/ under Policy and Process
Management, Subjects of Interest, Contracting Officer's Representative (COR).
4. Competencies and Technical Experience (Types A, B, and C) : Include a statement regarding the competencies
and technical experience of the nominee as an attachment and enter the applicable attachment number.
Filing Date:
11/16/2012
4a. Attachment Number:
James Russ is the As sistant Program Manager of Logistics for the TOMAHAWK missile. He has over 15 N /A
years of US Navy TOMAHAWK Weapon System experience as a government employee and another 8
years experience as a defense contractor. Currently, James supports the logistics competency ofNA YAIR
and has the ability to identify, evaluate, select and implement acquisition logistics support strategies to
meet weapon system support requirements.
II
NAVAIR 4200/36 9/2012
PREVIOUS EDITION IS OBSOLETE
Page 1 of 2
NAVAIRINST 4200 57
5. Training (Initial, Refresher, and/or Other)
Enter course title/information (as required) and completion dates. Include certificates as attachments and enter the applicable attachment number. See
the AIR-2 .0 website for a summary of certification requirements and listing of DAU equivalent courses for COR 222.
DoD Required Training
(Select Applicable Courses)
r8J
Attachment No.
Completion Date
5a. DAU CLC 106 (Type A)
Jun 26,2012
2 - Russ - CLC 106 COR Mission Focus '
5b. DAU COR 222 or CLC 222 or DAU Equivalent Course (Type
Band C)
Jan 27, 2011
3 -Russ - COR Training Certificate rev 2
II
f---
r8J
II
f---
D
5c. DAU COR 206 (For Contingency CORs Only)
NAVAIR Required Training
5d. NAVAIR Specific Training (Types A, B,
and C) (initial or refresher)
Site Location (Pax River, Orlando, etc.)
Patuxent River
Attachment No.
Completion Date
6/27/2012
4 - Russ - NA VAIR COR S
II
5e. Other Refresher/Required/Additional Training
(As required by the requiring activity or PCO)
Completion Date
DAU CLC 222 COR Refresher Training- Online
Attachment No.
Jun 28, 2012
5 - Russ- CLC 222 COR Training 06-28·
Combating Trafficking in Persons
Sep 25, 2012
6- Russ CTIP Certificate- 9-25-20 12.pd1
Wide Area Workflow (WA WF) Training
Jun 27, 2012
4 - Russ - NA VAIR COR Specific Traini
II
II
II
Section D - Nomination
I hereby nominate the individual identified in Section B(2) to be the
for the procurement identified in Section A. I affirm that this nominee has the required competencies, experience, training , and security clearance
necessary for performance and agree to provide the resources (time , supplies, equipment, opportunity, etc.) necessary for performance. I have
communicated the importance of performance to the nominee (Select "and his/her respective manager/supervisor" if the nominating official and the
manager/supervisor are different)
and his/her resprective manage/supervisor
and (Select "affirm" or "have affirmed with the COR manager/supervisor'' if the nominating official and the manager/supervisor are different)
have affmned with the COR manager/Supervisor
The following:
(1) the COR functions , duties, and/or responsibilities to be assigned by the Procuring Contracting Officer will be included as part of the COR's position
description and performance plan , addressed as part of standard performance assessments, and ensure adequate separation of duties in accordance
with NMCARS 5203.101 , (2) the CORs Confidential Financial Disclosure Report (OGE 450) has been reviewed and filed and no conflicts of interest are
evident, (3) inputs will be solicited from the Contracting Officer on the COR's performance of his/her functions , duties, and/or responsibilities and (4) the
Contracting Officer will be immediately notified if the COR nominee is transferred , reassigned , will be absent for an extended period , or is otherwise
unable to fulfi ll the responsibilities of the position .
1. COR Nominating Official/Manager/Supervisor Name
2. Signature (Digitally Sign)
GUFFEY.FRANCIS .A.III . I2297 ~~~~~~:i~~~~"!!:~~~SN,
Chip Guffey, Program Manager PMA-280A
29400
co-GUFFE\' .FRANCIS.AIIli229729-IOO
Dalr: 2012.\ ll tOI:J9:l7-DS'OO'
3. Date
Nov 16, 2012
Section E - COR Acceptance of Nomination and Certification
I hereby accept the nomination to perform as the
for the procurement identified in Section A. I am familiar with the technical and contractual aspects of the procurement and have the necessary security
clearance. I hereby affirm that I meet the stated experience requirements and have completed the required training . I affirm that I have no personal
conflicts of interest and a Confidential Financial Disclosure Report (OGE 450) currently on file with an ethics counselor (AIR-11 .0 or the site equivalent) .
I am familiar with 5 CFR Part 2635, Standards of Ethical Conduct for Employees of the Executive Branch , and the Procurement Integrity Act ,
implemented by FAR 3.1 04.
1. COR Nominee Name
2. Signature (Digitally Sign)
James Russ, PMA 28071
RUSS.JAMES .A. ll22115239
""
NAVAIR 4200/36 9/2012
3. Date
Di&~lllllysi&,ncdbyRUSSJ.U..tES. A II ll ll 52ll'
~~~~~:~~=:-•DoD,w•PI:I. w•USN.
l).o~ : 201l. I L16 1 2 : 40: 22-0S'OO'
Nov 16,2012
PREVIOUS EDITION IS OBSOLETE
Page 2 of 2
NAVAIRINST 4200.57
CONTRACTING OFFICER'S REPRESENTATIVE (COR)
DESIGNATION FORM
Section A - Procurement Information
1. Description: Enter a brief description of the procurement action. If details are included as an attachment,
enter the applicable attachment number.
1a. Attachment Number:
PMA 280 - Tomahawk- Weapon System Life Cycle Management Support
2. Identification Number: Insert the Purchase Request No., Procurement Initiation Document No., Solicitation No., or Contract/Delivery Order/
Contract Line Item No.
N00178-11-D-6495-M801
3. Product/Service Code (PSC): Insert the applicable Product/Service Code. See the Product and Services Codes Manual of August 2011 .
R706
Section B - Points of Contact
Name
Code
Phone
E-mail
1. Procuring Contracting Officer
Dora Hill
2.5.1.7.1
301-737-2494
dora.hill@navy.mil
2. COR Nominating Official/Manager/
Supervisor
Francis Guffey
PMA-280A
301-757-6405
chip.guffey@navy.mil
3. COR Nominee
James Russ
PMA-28071
301-757-6351
james.russ@navy.mil
ToddZeich
PMA-2807
301-757-6206
todd.zeich@navy.mil
4. COR Nominee Manager/Supervisor
(if different from the Nominating
Official)
Section C - Category
1. Mark one of the categories below to formally designate the applicable category. In the event a procurement does not clearly fall within one of the
defined categories, justification for the category selection shall be included as an attachment.
0
TypeA
~ TypeB
0
TypeC
Fixed-price requirements without incentives, low performance risk. Attributes of such requirements might include: lack of technical or
administrative complexity, no identifiable risk factors; limited requirement for technical expertise, low likelihood of modification, effort is a
follow-on to an existing contract. COR functions, duties, and/or responsibilities are generally limited to minimal technical and/or
administrative monitoring of the contract.
Other than fixed-price requirements without incentives, other than low performance risk. Attributes of such requirements might include:
the nature of the work is more complex, effort will be performed in multiple locations, contract contains incentive arrangements or cost
sharing provisions, contract is cost-type, Time and Materials/Labor Hour type, or Fixed Price Level of Effort. COR functions, duties, and/
or responsibilities are of increased complexity.
Unique contract requirements that necessitate a professional license, higher education or specialized training beyond the Type B
requirements. Such requirements might include, for example, environmental remediation , specialized functions relating to major
weapons systems (e.g. security), medical/dental/veterinarian services, etc. COR functions, duties, and/or responsibilities are of
increased complexity.
1a. Attachment Number: (Required only if the procurement does not clearly fall within one of the above categories and justification for the category
selection is being provided in accordance with NAVAIRINST 4200.57.)
NAVAIR 4200/39
Page of
NAVAIRINST 4200.57
CONTRACTING OFF ICER'S REPRESENTATIVE (COR)
DESIGNATION FORM
Section A - Procurement lnfonnatlon
1. Description: Enter a brief description of the procurement action. If details are included as an attachment,
enter the applicable attachment number.
1a. Attachment Number:
PMA 280 - Tomahawk- Weapon System Life Cycle Management Support
2. Identification Number: Insert the Purchase Request No., Procurement Initiation Document No., Solicitation No., or Contract/Delivery Order/
Contract Line Item No.
N00178- 11-D-6495-M801
3. Product/Service Code (PSC): Insert the applicable Product/Service Code. See the Product and Services Codes Manual of August 2011 .
R706
Section B - Points of Contact
Name
Code
Phone
E-mail
1. Procuring Contracting Officer
Dora Hill
2.5.1.7.1
301-737-2494
dora.hill@navy.mil
2. COR Nominating Official/Manager/
Supervisor
Francis Guffey
PMA-280A
301-757-6405
chip.guffey@navy.mil
3. COR Nominee
James Russ
PMA-28071
301-757-6351
james.russ@navy.mil
ToddZeich
PMA-2807
301-757-6206
todd.zeich@navy.mil
4 . COR Nominee Manager/Supervisor
(if different from the Nominating
Official)
Section C - Category
1. Mark one of the categories below to formally designate the applicable category. In the event a procurement does not clearly fall within one of the
defined categories, justification for the category selection shall be included as an attachment
D TypeA
i:gJ
Type B
D TypeC
Fixed-price requirements without incentives, low performance risk. Attributes of such requirements might include: lack of technical or
administrative complexity, no identifiable risk factors; limited requirement for technical expertise, low likelihood of modification, effort is a
follow-on to an existing contract COR functions, duties, and/or responsibilities are generally limited to minimal technical and/or
administrative monitoring of the contract
Other than fixed-price requirements without incentives, other than tow performance risk. Attributes of such requirements might include:
the nature of the work is more complex, effort will be performed in multiple locations, contract contains incentive arrangements or cost
sharing provisions, contract is cost-type, Time and Materials/Labor Hour type, or Fixed Price Level of Effort. COR functions, duties, and/
or responsibilities are of increased complexity.
Unique contract requirements that necessitate a professional license, higher education or specialized training beyond the Type B
requirements. Such requirements might include, for example, environmental remediation , specialized functions relating to major
weapons systems (e.g. security), medical/dental/veterinarian services, etc. COR functions, duties, and/or responsibilities are of
increased complexity.
1a. Attachment Number: (Required only if the procurement does not clearly fall within one of the above categories and justification for the category
selection is being provided in accordance with NAVAIRINST 4200.57.)
NAVAIR 4200/39
Page 1 of 3
NAVAIRINST 4200.57
CONTRACTING OFFICER'S REPRESENTATIVE (COR)
DESIGNATION FORM, Cont.
Section D- COR Functions, Duties, and/or Responsibilities
1. Enter the functions, duties, and/or responsibilities to be assigned to the COR or include as an attachment. The functions, duties, and/or
responsibilities outlined herein for performance by the COR shall be consistent with those included in NAVAIR Clauses 5252.201-9501 , Designation of
Contracting Officer's Representative, and 5252.242-9511 , Contract Administration Data.
1a. Attachment Number:
•As outlined in NAVAIRINST 4200.57, CORs may not be delegated responsibility to perform functions, duties, and/or responsibilities that have been
delegated to DCMA. Functions, duties, and/or responsibilities assigned for performanoe by the COR should be those that are inherent to the PCO
(e.g., surveillance and inspection and acceptanoe). Functions, duties, and/or responsibilities that are NOT inherent to the PCO should be assigned to
the requiring activity or a representative of the requiring activity (TPOC) (e.g., base access forms, security related issues, IT access requirements,
Contractor Performance Assessment Reporting System (CPARS), etc.).
•Ensure adequate separation of duties in accordance with NMCARS 5203.101 , standards of Conduct.
•Ensure no requirements in support of the Office of the Chief of Naval Operations (OPNAV) are included per 5252.232-9528, Reimbursement of Costs
Associated with OPNAV Services (NAVAIR)(2012).
1. ensure contractor personnel requiring access to the Patuxent Naval Air Station and the Webster Field Annex, St. Inigoes,
Maryland adhere to the check-in and out procedures outlined in NASPAXRIVINST 5510.15Q.
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 repotting requirements·
5. petform the 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 govemment estimate of desired or ordered work;
8. keep track of ftmds expended and remaining ftmds 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
thP rnntrnrt nr nriiPr :mil rPrtifv whPn ::til iiPlivPr::thlPc: h::tvf' hPPn ::trrPntpfl hv thP o-mTP1,mP11t·
•
Section E - Designation
I hereby designate the COR nominee identified in Section 8(3) as the
Contracting Officer's Representative
for the procurement identified in Section A. The functions, duties, and/or responsibilities outlined in Section D are hereby assigned for performance
during the period of perfonnance of this contract
I have reviewed the summary of experience and training for the COR nominee and consider the nominee to be qualified to perform the assigned
functions , duties, and/or responsibilities. The authority delegated herein is limited to the functions, duties, and/or responsibilities outlined in Section D.
This authority is not re-delegable or sub-delegable and the performance of assigned COR functions, duties, and/or responsibilities may not be assigned
to another individual.
By signature in Section F., the COR affirms understanding of the following: 1) standards of conduct, procurement integrity, personal conflicts of interest,
and separation of duties; (2) limitations on his/her authority; (3) he/she may be personally liable for unauthorized acts; (4) he/she shall notify the PCO if
he/she has any questions or issues regarding performance; (5) his/her authority is not re-delegable or sub-delegable and the performance of assigned
COR functions, duties, and/or responsibilities may not be assigned to another individual; (6) he/she shall complete the required refresher training and
annual ethics requirements and provide copies of the completion certificates to the PCO and COR coordinator; and (7) he/she has the responsibility to
establish and maintain a COR file, prepare and submit monthly written reports to the PCO, and make this file available for a yearly administrative review
with the PCO.
1. Procuring Contracting Officer's Name
2. Signature (Digitally Sign)
Dora Hill
HILL.DORALYN.1247322864
NAVAIR 4200/39
3. Date
~~!r.-.=...==-""·
Dlll:lDI11121011.SJil..ew
Nov 21 , 2012
Page 2 of3
NAVAIRINST 4200.57
CONTRACTING OFFICER'S REPRESENTATIVE (COR)
DESIGNATION FORM, Cont.
Section F - Designation
I hereby accept the designation to perform as the
Contracting Officer's Representative
I have read NAVAIRINST 4200.57 and am familiar with the technical and contractual aspects of the procurement I am familiar with the functions ,
duties, and/or responsibilities assigned to me in Part D and am qualified to perform them. I do not have any personal conflicts of interest and will
adhere to the statutes and regulations for government standards of conduct and procurement integrity. I will avoid any conflict of interest or any
appearance of a conflict of interest If a conflict of interest or the perception of a conflict of interest develops, I will notify the PCO and the requiring
activity immediately. I have read NMCARS 5203.1 01 and am familiar with requirements regarding adequate separation of duties. I understand that my
functions, duties, and/or responsibilities may require close monitoring of the Contractor. I will maintain an arms-length relationship with contractor
employees. I will not supervise Contractor employees or interfere with the manner in which the contractor assigns work or with the Contractor's
relations with organized labor. During performance of my duties, I will report any observed fraud, waste or opportunities to improve performance or cost
efficiency to the Contracting Officer. I am also familiar with FAR Part 37, Service Contracting, and will ensure this contract does not become a personal
services contract
I understand the limitations on my authority and will not act in a manner that may be construed by the Contractor to change the contract price, quality,
quantity, delivery, or any other term or condition. I understand that I may be personally liable for unauthorized acts. If I have questions or issues
regarding the assigned duties and responsibilities, limitations on my authority, matters of a contractual nature, or am unable to perform my duties
and responsibilities as assigned , I will immediately notify the PCO. I understand that I may notre-delegate or sub-delegate the authority granted by the
PCO or assign the performance of assigned COR functions, duties, and/or responsibilities to another individual.
I hereby agree to complete the required refresher training and annual ethics requirements and provide copies of completion certificates to the PCO and
COR coordinator. In addition, I hereby acknowledge my responsibility to maintain a COR file, prepare and submit monthly written reports to the PCO,
and make my files available for a yearly administrative review.
1. COR Designee Name
2. Signature (Digitally Sign)
James Russ
RUSS.JAMES.A.ll22115239
NAVAIR 4200/39
3. Date
ow-u, .... ..,.llSSJAM£S.A.l lll ii»Jt
~::'_._~....__,_.......,._
O..JD11 11..l1 l l:l$:S I ..-11U
Nov 21 , 2012
Page 3 of 3
Enclosure (1)
Contracting Officer's Representative (COR)
Designation Form
Section D - COR Functions, Duties and/or Responsibilities (Continued)
1. Ensure contractor personnel requiring access to the Patuxent Naval Air Station and the
Webster Field Annex, St. Inigoes, Maryland adhere to the check-in and out procedures outlined
in NASPAXRIVINST 5510.15Q.
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. perform the 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;
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;
(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 COR; and
(h) improper use of government material, equipment, or property.
13. ensure the contract does not become a vehicle for personal services;
14. review engineering studies, design, or value engineering proposals submitted by the
contractor to determine their 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.
SECTION C – Statement of Work - Attachment A (2-25-2011)
TOMAHAWK ACRONYM LIST
# A B C D E F G H I J K L M N O P Q R S T U V W X Y Z
2-KILO
2D
3D
3-M
4790 CK
4790 2L
A
Ao
AAA
AAD
AADC
AA&E
AAT
AAUP
AAW
AAWCS
ABD
ABL
ABT
A/C
AC
ACA
ACAT
ACC
ACDS
ACDT
ACDU
ACE
ACI
ACINT
ACK
ACL
ACM
ACMREQ
Acronyms and Abbreviations
Ship's Maintenance Action Form 4790/2K
two-dimensional
three-dimensional
Ship's Maintenance and Material Management
Configuration Change form
Supplemental form
ampere
Operational Availability (RMA based)
Anti-Aircraft Artillery
Area Air Defense
Area Air Defense Commander
Arms Ammunition & Explosives
Almanac Analysis Tool
ADCAP Acoustic Upgrade Program
Anti-Air Warfare
Anti-Air Warfare Control System
Architecture Based Design
Armored Box Launcher
Automatic Bus Transfer
Aircraft; Air Conditioning; Alternating Current
alternating current; Associated Contractor; Automated Control
Airspace Controlling Authority; Airspace Coordination Area
Acquisition Category
Alternate Channel Controller
Advance Combat Direction System
AWCS Concept Development Team
Active Duty
Allied Command Europe; Adaptive Computing Environment;
Aviation Command Element
Asynchronous Communication Interface
Acoustic Intelligence
acknowledge; acknowledgement
Access Control List
Airspace Control Measure
Airspace Control Measure Request
1
TOMAHAWK Acronym List
ACMS
ACMS-D
ACMSDB
ACMS-R
ACN
ACNO
ACO
ACOMS
ACOP
ACP
ACQ
ACR
ACSC
ACTS
ACWG
ACWP
A/D
AD
AdaMAT
ADAP
ADCAP
ADDEE
ADDT
ADL
ADM
ADMIN
ADN
ADNS
ADOCS
ADP
ADPE
ADRG
ADS
ADT
AEA
AEGIS
SECTION C – Statement of Work - Attachment A (2-25-2011)
Airspace Control Measure Structure
ACMS Delete
ACMS Database
Airspace Control Measure Structures Status Report
Advanced Change Notice
Assistant Chief of Naval Operations
Airspace Control Order; Air Coordination Order
Advanced Acoustic Communications
Afloat Correlation Operating Procedures
Airspace Control Plan; Advanced Concepts Programs
Acquisition
Anti-Circular Run
AEGIS Combat System Center
AEGIS Combat Training System
Advanced Concepts Working Group
Actual Cost of Work Performed
Analog to Digital
Active Duty
Ada Measurement and Analysis Tool
Automatic Data Acquisition Process
Advanced Capability
Addressee
AWCS Design and Deployment Team
Aircraft Data Link
Acquisition Decision Memorandum; Advanced Development
Model; Air Data Module
Administrator
ACE DGZ Number
Automated Digital Network System
Advanced Deep Operation Coordination System; AEGIS
Documentation System
Automated Data Processing; Air Data Package
Automatic Data Processing Equipment Computers
Arc Digitized Raster Graphics
AEGIS Display System
Air Data Transducer
Acquisition Engineering Agent
Automatic Electronic Guided Intercept System
TOMAHAWK Acronym List
AEL
AEN
AEP
AER
AEW
AFATDS
AFLD
AFP
AFT
AFS
AGL
AGR
A/H TRR
AHA
A/I
A/ITO
AIC
AIE
AIF
AIG
AIP
AIPT
AIS
AIT
AKA (aka)
AKAD
AKAT
ALA
ALCON
ALC
ALD
ALE
ALGO
ALIS
ALLOREQ
ALM
ALP
SECTION C – Statement of Work - Attachment A (2-25-2011)
Allowance Equipage/Equipment List
Arbitrary ELINT Notation
Automatic Engagement Planning
Automatic Engagement Routing
Airborne Early Warning
Advanced Field Artillery Tactical Data System
Accumulated Flight Leg Distance
Authority for Full Production
Accept File for Transfer
Aircraft Data Link Flight Software
Above Ground Level
Anti-Jam GPS Receiver
Anti-Submarine Rocket/Harpoon Transfer Relay Rack
Advanced Hooking Algorithm
Action Item
Air/Integrated Tasking Orders
Atlantic Intelligence Center; Air Intercept Controller
Annual Integration Events
Automated Installation File
Addressee Indicator Group
Automatic Input Processing
Advanced Tomahawk Weapon Control System Integrated
Product Team
Automated Information System(s)
Advance Information Technology; Alteration Installation Team
Also Known As
Allied Cryptographic Key Material (Digital)
Allied Cryptographic Key Material (Tape)
Allowable Launch Area
All Concerned
Accounting Legend Code
Accounting Line Designator
Advanced Launch Effort
Algorithm
AEGIS Local Area Network Interconnect System
Allocation Request
Almanac; Alarm
Authority for Limited Production
TOMAHAWK Acronym List
ALR
ALSP
ALT
ALT-LAC
ALT-SC
ALT-TA
ALT-TSC
AMDL
AMDSRF
AMDTO
AMDTO-T
AMIN
AMLOSRF
AMPN
AMPS
AMPT
AMS
AMW
A/N
AN/BSY-1
ANDVT
ANSI
AoA
AOA
AOB
AOC
AOI
AOL
AOP
AOR
AOSD
AOSDLANT
AOSDPAC
AOU
AOUF
AP
APB
SECTION C – Statement of Work - Attachment A (2-25-2011)
Alert Framework
Acquisition Logistics Support Plan
Altimeter; Altitude; Alternate
Alternate Launch Area Coordinator
Alternate Strike Controller
Alternate Tasking Authority
Alternate Tomahawk Strike Coordinator
Accept Mission Data List
Aggregate Mission Data Situation Report File
Automated Mission Data Transmit Order
Automated Mission Data Transmit Order – Tomahawk Update
Message
AWS Maintenance Information Network
Aggregate Missile Loadout Situation Report File
Amplification
Automated Map Preparation System
Aimpoint
Automatic Message Service
Amphibious Warfare
Alpha/Numeric; Army/Navy
Submarine Fire Control System
Advanced Narrow Band Digital Voice Terminal
American National Standards Institute
Analysis of alternatives
Amphibious Objective Area
Average on Board
Atlantic Ordnance Command; Air Operations Center
Area of Interest
Asset Options List
Accuracy Of Position
Area of Responsibility
Afloat Planning System Operational Support Division
Afloat Planning System Operational Support Division, Atlantic
Afloat Planning System Operational Support Division, Pacific
Area of Uncertainty
Area of Uncertainty Factor
Application Program
Advanced Processing Build
TOMAHAWK Acronym List
APBA
APD
API
APL
APM
APMT
APO
APP
APPS
APPRV
APS
AQD
AQI
AR
ARA
ARB
ARC
ARCH
ARCI
ARF
ARG
ARM
ARPA
ARS
ARTT
ARVLTIME
ASAT
ASC
ASCII
ASDS
ASI
ASIP
ASITS
ASITT
ASMD
ASN
ASO
ASROC
SECTION C – Statement of Work - Attachment A (2-25-2011)
Acquisition Program Baseline Agreement
Avalanche Photodiodes
Application Programming Interface
Allowance Parts List; Applied Physics Laboratory
Accounts and Profiles Manager; Assistant Program Manager
AWCS Program Management Team
Air Post Office
AEGIS Printer/Plotter
Automated Policies and Procedures System; Applications
approval; approved
Afloat Planning System
Additional Qualification Designator
Alignment Quality Indicator
Active Reserves
Altitude Reference Assembly
Acquisition Review Board; Anomaly Review Board
equal Arc second Raster Chart/map
Architecture
Acoustic Rapid Commercial Off the Shelf Insertion
Anomaly Report Form
Amphibious Ready Group
Anti-Radiation Missile
Advanced Research Projects Agency
Analysis and Reporting System, Auto Ready Spare
ATWCS Requirement Trace Tool
Arrival Time
At Sea Alignment Testing
Automatic Switching Center
American Standard Code for Information Interchange
Advance SEAL Delivery System
Automated Shore Interface
Acceptable Strike Impact Perimeter
Automated Software Interrupt Tracking System
AWCS System and Integration and Test Team
Anti-Ship Missile Defense
Aimpoint Sequence Number; Assistant Secretary of the Navy
Advanced Tomahawk Weapon Control System Start-up Option
Anti-Submarine Rocket
TOMAHAWK Acronym List
ASRP
ASRT
AST
ASTM
ASU
ASUW
ASW
ASWCS
ASWOC
AT
ATA
ATACMS
ATAPI
ATAR
ATC
ATDBM
ATDC
ATE
ATF
ATG
ATGLANT
ATGPAC
ATIR
ATL
ATM
ATO
ATP
ATR
ATS
ATSG
ATT
ATTG
ATWCS
ATWS
AUI
AUR
SECTION C – Statement of Work - Attachment A (2-25-2011)
ARC Standard Raster Product
ATWCS System Requirements Team
Automatic Self-Test
American Standard Test Method
Approval for Service Use; Anti-Surface Warfare (Also ASUW)
Anti-Surface Warfare
Anti-Submarine Warfare
Anti-Submarine Warfare Control System
Anti-Submarine Warfare Operations Center
Annual Training
Alternate Tasking Authority
Army Tactical Missile System
Advanced Technology Attachment Packet Interface
Anti-Tank Aircraft Rocket
Approval to Connect
Augmented Track Data Base Management ASWOC; Anti
Submarine Warfare Operations Center
Advanced Tactical Display Center
Automatic Test Equipment
Acceptance Test Facility; Amphibious Task Force
Afloat Training Group
Afloat Training Group Atlantic
Afloat Training Group Pacific
Annual Training Input Requirements
ATWCS Training Laboratory
Asynchronous Transfer Mode
Air Tasking Order; Advanced Technology Office; Approval To
Operate
Acceptance Test Procedure; Authority to Proceed
Ammunition Transaction Report; Above Threshold Request
Almanac Transmission System; Automated Training System
AEGIS Training Support Group
Advanced Technical Training
Automated Tactical Target Graphics
Advanced Tomahawk Weapons Control System
Advanced Tomahawk Weapons System
Attachment Unit Interface; Asynchronous Universal Interface
All-Up-Round
TOMAHAWK Acronym List
AURES
AURVS
AUTODIN
AU
AUX
AV
AVAIL
AVCC
A/W
AW
AWACS
AWC
AWCS
AWEPS
AWIS
AWS
AWSS
AWSSSM
B&P
BAC
BAFO
BAMS
BB
BBP
BBPS
BBS
BC
BCA
BCD
BCP
Bcst
BCT
BCVm
BCWP
BCWS
BDA
SECTION C – Statement of Work - Attachment A (2-25-2011)
All-Up-Round Electronic Simulator
All-Up-Round Volumetric Simulator
Automatic Digital Network
Aimpoint Update
Auxiliary
Air Vehicle
Available
Alternate Voltage Conversion & Control
amperes per watt
Air Warfare
Airborne Warning and Control System
Air Warfare Commander
Attack Weapons Control System; AEGIS Weapon Control
System
Assistant Weapons Officer
Attack Weapon Interface Simulator
AEGIS Weapon System; Attack Weapon System; Attack
Weapons Supervisor
Attack Weapon Support System
AWS System Support Manual
Bid & Proposal
Budget At Completion
Best And Final Offer
Binary Angular Measurement
Bearing Box; Battleship
Boot/Built-In-Test Panel
Boot/Built-In-Test Panel Software
Base Band Switch
Back-up Controller; Branch Change
Broadcast Control Authority
Binary Coded Decimal
Ballast Control Panel
Broadcast
Broadcast Common Terms/Build Confidence Test
Black Crypto Variable monthly
Budgeted Cost of Work Performed
Budgeted Cost of Work Scheduled
Battle Damage Assessment
TOMAHAWK Acronym List
BDI
BDII
BE
BER
BF
BFTT
BG
BGDBM
BGIXS
BGS
BGSIT
BI
BIC
BIOS
BIP
BIT
BITE
BKAUPD
B/L
BLK
BLK III
BLK IV
BLL
BLUF
BMC
BMD
BNC
BOA
BOE
BOL
BOOTP
BOPC
BOT
BOTAP
bps
BPSK
BRG
BrID
SECTION C – Statement of Work - Attachment A (2-25-2011)
Battle Damage Indication
Battle Damage Indication Imagery
Basic Encyclopedia
Bit Error Rate
Battle Force
Battle Force Tactical Trainer
Battle Group
Battle Group Database Management
Battle Group Information Exchange System
Background Shipping
Battle Group System Integration Test
Background Investigation
Booster Ignition Command
Basic Input/Output System
Black Initialization Parameter
Built-In Test
Built-In Test Equipment
Black Key Algorithm Update Parameter
Baseline
Block
Block III Tomahawk Missile: UGM 109C/D missiles)
Tactical Tomahawk (TACTOM) Missile: UGM 109E missiles
Base Load List
Bottom Line Up Front
Battle Management Center; Backup Missile Controller
Ballistic Missile Defense
Bayonet Nut Connector
Basic Ordering Agreement
Basis Of Estimate
Bearing Only Launch; BUPERS On-Line
Bootstrap Protocol
Battle Force Tactical Trainer Operators Console
Beginning Of Tape
Begin of Turn Action Point
Bits Per Second
Binary Phase Shift Keying
Bearing
Branch ID
TOMAHAWK Acronym List
BRN
BRT
BSC
BSD
BSM
BSP
BSY
BSY-1
BSY-2
BTG
BTP
BU
BUBL
BUC
BUD
BUPERS
BWS
C
C&A
C&CS
C&D
C2
C2F
C2 I
C2M2
C2W
C2 Node
C3
C3F
C3 I
C4 I
C4IFTW
C4ISP
C4ISR
C4ISRT
C4F
C5F
SECTION C – Statement of Work - Attachment A (2-25-2011)
Build Release Notice
Build Readiness Test; Battle Readiness Test
Back-up Strike Controller
Berkeley Standard Distribution
Battle Stations Missile
Battle Space Preparation
Submarine Special Multi-Purpose
Submarine Combat System Designation (SSN 637/688)
Submarine Combat System Designation (Sea Wolf)
Basic Target Graphic
Billet Training Profile
Back Up
Broaching Universal Buoyant Launcher
Back Up Controller
Block Update Program
Bureau of Naval Personnel
Bridge Work Station
centigrade; CONFIDENTIAL
Certified and Accredited
Command and Control System
Command and Decision
Command and Control
Commander Second Fleet
Command, Control and Intelligence
Course Curriculum Model Manager
Command, Control, and Warfare
Command and Control Node
Command, Control, and Communications
Commander Third Fleet
Command, Control, Communications and Intelligence
Command, Control, Communications, Computers, and
Intelligence
C4I For The Warrior
C4I Support Plan
C4I Surveillance and Reconnaissance
C4I Surveillance Reconnaissance and Targeting
Commander Forth Fleet
Commander Fifth Fleet
TOMAHAWK Acronym List
C5 I
C6F
C7F
C/A
CA
CAD
CADRG
CAFMS
CAG
CAGE
CAIMS
CALA
CALC
CALCM
CALS
CAM
CAMP
CAN
CANDI
CANTCO
CANTRAC
CAOP
CAP
CART
CAS
CASCAN
CASCOR
CASE
CASREQ
CASREP
CASUP
CAT
CATF
CB
CBB
CBG
SECTION C – Statement of Work - Attachment A (2-25-2011)
Command, Control, Communications, Computers,
Collaboration, and Intelligence
Commander Sixth Fleet
Commander Seventh Fleet
Contract Award
Category; Cost Account; Contract Award
Computed-Aided Design
Compressed ARC Digitized Raster Graphics
Computer-Assisted Force Management System
Commander Air Group
Commercial and Government Entity
Conventional Ammunition Integrated Management System
Composite Allowable Launch Area
calculate
Conventional Air Launched Cruise Missile
Continuous Acquisition and Life Cycle Support
Clobber Analysis Module
Control and Monitoring Panel
Canister
Commercial Off-The-Shelf And Non-Developmental Item
Cannot Comply
Catalogue of Navy Training Courses.
Combined Air Operations Center
Combat Air Patrol; Cost Account Plan; Critical Acquisition
Position
Command Assessment Review of Training
Casualty; Combat Air Support; Cost Accounting Standard; Close
Air Support
Casualty Cancelled Report
Casualty Corrected Report; Casualty Correction
Computer-Aided Software Engineering
Combat Air Support Request
Casualty Report
Casualty Update Report
Category
Commander, Amphibious Task Force
Circuit Breaker
Contract Budget Base
Carrier Battle Group
TOMAHAWK Acronym List
CBT
CBW
CC
CCC
CCA
CCAS
CCB
CCDG
CCDS
CCE
CCI
CCMP
CCO
CCOI
CCOW
CCP
CCR
CCS
CCS Mk 1
CCS Mk 2
CCTV
CCW or ccw
C&CS
CD
C&D
CDC
CDCU
CDD
CDG
CDI
CDL
CDR
CDRL
CD-R/W
CD-ROM
CDS
SECTION C – Statement of Work - Attachment A (2-25-2011)
Computer Based Training
Chemical Biological Warfare
Country Code; Channel Controller
C2 Center
Circuit Card Assembly
Combat Control and Acoustic System
Configuration Control Board
Commander Cruiser Destroyer Group
Commercial Computer Documentation Set
Configuration Control Element
Cryptographic Controlled Item
Common Configuration Management Plan
Content Checkout
Critical Contact of Interest
Channel Controller Order Wire
Canister Coding Plug; Contract Change Proposal; Candidate
Change Package
Content Change Request
Central Control Station; Combat Control System
Submarine Combat Control System (Mk 1)
Submarine Combat Control System (Mk 2)
Closed-Circuit Television
Counter-Clockwise
Command & Control System
Compact Disc; Content Developer
Command & Decision
Command Disablement Controller; Command Display Console;
Combat Direction Center
Common Display Console Upgrade
Capability Design Document
Concept Development Group
Computing Devices Incorporated
Critical Design Language
Critical Design Review; Commander
Contract Data Requirements List
Compact Disc Read/Write
Compact Disc Read-Only Memory
Combat Direction System
TOMAHAWK Acronym List
CDU
CEB
CEC
CEDC
CEM
CEP
CEPNAVTEST
CERT
CESE
CET
CFACC
CFD
CFE
CFF
CFIS
cfm
CFS
CFS1
CFS2
CFY
CG
CGM
CHART
CHENG
CHG
CHOP
CI
CIA
CIB
CIC
CICS
CIDTO
CIEA
CIK
CIN
CINCLANT
CINCLANTFLT
SECTION C – Statement of Work - Attachment A (2-25-2011)
Control Display Unit
Combined Effects Bomblet
Cooperative Engagement Capability
Consolidated Engineering and Development Contractor
Common Equipment Manual
Circular Error Probable
Circular Error Probable Navigation Test
Certification
Civil Engineering Support Equipment
CINC Evaluation Test
Coalition Force Air Component Commander
Computational Fluid Dynamics; Common Fill Device
Contractor Furnished Equipment
Call For Fire
Critical Function Interrupt Switch
cubic feet per minute
Controller Flight Software
Input/Output Controller Flight Software - 1
Input/Output Controller Flight Software - 2
Current Fiscal Year
Cruiser Guided Missile; Center of Gravity
Computer Graphics Metafile
Characterized Terrain
Chief Engineer
change
Change of Operational Command
Configuration Item; Control Indicator
Conflict Identification Analysis
Controlled Image Base
Combat Information Center
Captain’s Information Control Station
Commanding Officer Information Control Station Information
Display Terminal Operator
Contact Identification Evaluation Area
Crypto Ignition Key
Course Identification Number
Commander in Chief, Atlantic
Commander in Chief, Atlantic Fleet
TOMAHAWK Acronym List
CINCPAC
CINCPACFLT
CINCUSNAVEUR
CIU
CIWS
CJCS
CJCSI
CJMTK
CJTF
CKME
CKT
CLAWS
CLF
CLIN
CLRNC
CLS
CM
CMA
CMATS
CMC
CMCS
CMD
CMDO
CMDS
CMGS
CMID
CML
CMMI
CMMD
CMO
CMOS
CMP
CMPO
CMRA
CMS
SECTION C – Statement of Work - Attachment A (2-25-2011)
Commander in Chief, Pacific
Commander in Chief, Pacific Fleet
Commander in Chief, United States Naval Forces Europe
Cryptologic Interface Unit
Close In Weapons System
Chairman of the Joint Chiefs of Staff
Chairman of the Joint Chiefs of Staff Instruction
Commercial Joint Mapping Tool Kit
Commander, Joint Task Force
Crypto Key Management Event
Circuit
Common Land-Attack Weapon System
Commander in Chief, Atlantic Fleet
Contract Line Item Number
Clearance
Capsule Launch System; Command and Launch System;
Canister Launch System
Configuration Management; Corrective Maintenance; Cruise
Missile; Cruiser Modernization
Cruise Missile Airframe
Common Missile Acceptance Test Set
Command Master Chief
Communications Security Material Control System
Command; Cruise Missile Defense; Cruise Missile Doctrine
Conventional Mission Distribution Order
Configuration Management Data System
Cruise Missile Guidance Set, Cruise Missile Guidance System
Characteristic Missile ID
Canister Missile Launcher
Capability Maturity Model-Integrated
Cruise Missile Mission Designator
Cruise Missiles Office; Configuration Management Office
Complementary metal-oxide-semiconductor
Configuration Management Plan; Cruise Missiles Project;
Change Management Plan; Corrective Maintenance Procedures
Common Message Processor; Cruise Missile Project Office
Cruise Missile Radar Altimeter
Cruise Missile Seminar; Contention Message Slot;
Cryptographic Management System ; Communications Security
TOMAHAWK Acronym List
SECTION C – Statement of Work - Attachment A (2-25-2011)
Material System
CMSA
Cruise Missile Support Activity
Connection Management; Cruise Missile Trainer; Console
CMT
Multi-channel Terminals
CMTA
Cruise Missile Training Aid
CMTpc
Cruise Missile Trainer – Personal Computer
CMTQ
Cruise Missile Tactical Qualification
CMTQT
Cruise Missile Tactical Qualification Training
CN
Carrier/Noise
CNA
Center for Naval Analysis
CNET
Chief of Naval Education and Training
CNFC
Commander, Naval Surface Forces
CNO
Chief of Naval Operations
CNSF
Commander, Naval Surface Forces
CNSL
Commander Naval Surface-Atlantic
CNSP
Commander Naval Surface-Pacific
CNTL
Control
CO
Checkout; Commanding Officer
COA
Course of Action
COATS
Command and Control System Off Hull Assembly and Test Site
COB
Close of Business
CODR
Conventional Ordnance Discrepancy Report
COE
Common Operating Environment
COEA
Cost and Operational Effectiveness Analysis
COES
Common Operating Environment Standards
COG
Cognizance
COI
Contact of Interest
COL
Collision
COM
Commander; Computer Operation Manual
COMCARGRU
Commander Carrier Group
COMCRUDESGRU
Commander Cruiser Destroyer Group
COMDESRON
Commander, Destroyer Squadron
COMMS
Communications; Communications Processor (COMMS-#)
COMNAVMAR
Commander Naval Forces Marianas
COMNAVSURFLANT Commander, Naval Surface Force Atlantic
COMNAVSURFOR
Commander, Naval Surface Forces (aka CNFS)
COMNAVSURFPAC Commander, Naval Surface Force Pacific
COMOPTEVFOR
Commander, Operational Test and Evaluation Forces
TOMAHAWK Acronym List
COMPACFLT
COMPAT
COMPRT
COMPTUEX
COMSEC
COMSECONDFLT
COMSUBLANT
COMSUBPAC
COMTHIRDFLT
COMUSFLTFORCOM
COMUSNAVCENT
CONC
CONF
CONFIG
CONOPS
CONPLAN
CONUS
COO
COP
CORBA
CORTEMP
COSAL
COTF
COTS
CP
CPA
CPD
CPF
CPFF
CPI
CPIF
CPLR
CPM
CPMLA
CPP
CPR
CPT
SECTION C – Statement of Work - Attachment A (2-25-2011)
Commander, U.S. Pacific Fleet
Compatible
Common Printer
Composite Training Unit Exercise
Communications Security
Commander, Second Fleet
Commander, Submarine Forces Atlantic
Commander, Submarine Forces Pacific
Commander, Third Fleet
Commander, U.S. Fleet Forces Command
Commander, United States Naval Forces Central Command
concur; concurrence
Conference
configuration
Concept of Operations
Contingency Plan
Continental United States
Concept of Operations
Common Operational Picture
Common Object Request Broker Architecture
Coordination Template
Consolidated Shipboard/Allowance List; Coordinated Shipboard
Allowance List
Commander, Operational Test Forces
Commercial Off-The-Shelf
Control Panel; Chief Programmer; Casualty Procedures
Closest Point of Approach
Capabilities Production Document
Commander in Chief, Pacific Fleet
Cost Plus Fixed Fee
Continuous Process Improvement
Cost Plus Incentive Fee
Consolidated Post Launch Report
Computer Programming Manual
Complete Platform Mission Library Accountability
Certification Program Plan
Cost Performance Report
Communication Planning Tool
TOMAHAWK Acronym List
CPU
CPV
CPX
CR
CRB
CRC
CRLCMP
CRPA
CRS
CRSID
CRT
C/SCSC
C/SSR
CS
CSA
CSAR
CSAS
CSC
CSCI
CSCS
CSCS DN
CSCS LS
CSCTU
CSD
CSDS
CSDX
CSE
CSEDS
CSEL
CSER
CSES
CSG
CSI
CSIC
CSIIM
SECTION C – Statement of Work - Attachment A (2-25-2011)
Central Processing Unit
Computer Processor Verifier
Complexity
Change Request
Change Review Board
Class Responsibility Collaboration; Cyclic Redundancy Check
Computer Resources Life Cycle Management Plan
Controller Radiation Pattern Antenna
Contention Range Slot(s)
Computer Resources Integrated Support Document
Cathode Ray Tube
Cost/Schedule Control System Criteria
Cost/Schedule Status Report
Common Services; Clock Synchronization; Checksum
Configuration Status Accounting
Configuration Status Accounting Record; Combat Search and
Rescue
Configuration Status Accounting System
Computer Software Component; Common Services - Console;
Combat Systems Coordinator
Computer Software Configuration Item
Center for Surface Combat Systems; Common Services –
Cartographic Services
Center for Surface Combat Systems Dam Neck
Center for Surface Combat Systems Learning Site
Common Services - Copy to Tape Utility
Combat System Document
Commander, Submarine Development Squadron
Common Services – Data Extract
Course; Computer Systems Engineering
Combat System Engineering Development Site
Common Services – Event Log
Combat System Equipment Room
Canister Safe Enable Switch; Combat Systems Electronic Space
Carrier Strike Group
Combat System Integration
Combat System Interior Communication; Combat System
Installation Certification
Common Services - Inter-process Interface Manager
TOMAHAWK Acronym List
CSIT
CSL
CSMA/CD
CS-MS
CSO
CSOM
CSORM
CSOSS
CSOW
CSP
CS-PSC
CSRR
CSS
CSSB
CSSR
CST
CSTCAS
CSTG
CSTMDXNET
CSTP
CSTT
CSTTCP
CSTTTWCS
CS-TU
CSU
CSUM
CSWDG
CT
CTAPS
CTC
C-TCG
CTCG
CTDL
SECTION C – Statement of Work - Attachment A (2-25-2011)
Combat Systems Interface Test
Commander Submarine Force, Atlantic Fleet
Carrier Sense Multiple Access with Collision Detection
CSCI Common Services Message Services
Combat Systems Officer
Computer System Operator's Manual
Combat Systems Operational Readiness Manual
Combat System Operational Sequencing System
Combat System Officer of the Watch
Commander Submarine Force, Pacific Fleet; Communications
Subsystem, Platform
Common Services - Process/State Control capability
Combat Submarine Radio Room; Combat System Readiness
Review
Communications Services Support
Combat System Switchboard
Common Services - Service Request
Combat Systems Training, COP Synchronization Tool; Current
System Time
COP Synch Tool Casualty
Combat Systems Training Group
COP Synchronization Tool Message Data Exchange Network
(TCP/IP COMMS Interface)
Combat Systems Techniques & Procedures
Combat System Training Team
COP Synchronization Tool Transfer Communication Protocol
COP Synchronization Tool TTWCS
Common Services - TTWCS Utilities
Computer Software Unit
Checksum
Commander, Surface Warfare Development Group
Cruise Transition; Controller; Cruise Test
Contingency Tactical Air Control Automated Planning System;
Contingency Theater Air Planning System
Operational Specification Over-The-Horizon Targeting Gold
Contact Line
Coordinator Track Control Group
Coordinating TCG
Common Tactical Data Link
TOMAHAWK Acronym List
CTDP
CTDT
CTIC
CTM
CTN
CTOPS
CTP
CTPM
CTR
CTRB
CTSL
CTT
CTU
CUDIXS
CUM
CUP
CV
CVE
CVIC
CVN
CVS
CW or cw
CWC
CWCT
CWS
CX
CXF
CY
D5
D-Level
DA
SECTION C – Statement of Work - Attachment A (2-25-2011)
Coordinating TDP
Combined Training Development Team
COMSEC/TRANSEC Integrated Circuit
Class Tactical Manual
Coordinated Training Node
Cruise Missile Support Activity Training and Operations
Procedures Standardization
Common Tactical Picture; Critical Technical Parameter;
Coherent Tactical Picture
Common Tactical Picture Manager
Content Trouble Report
Content Trouble Review Board
Central Track Stores Location
Commander's Tactical Terminal
Copy to Tape Utility
Common User Digital Information Exchange Subsystem
Cumulative
Common Undersea Picture
Carrier Vessel; Cryptographic Variable
CV Equipment
Carrier Intelligence Center
Carrier Vessel, Nuclear
Concurrent Versions System
Clockwise
Combat Weapons Center; Composite Warfare Commander
Centralized Work Control Team
Coordinators Watch Station
Configure Transmit
Commander, (X) Fleet
Calendar Year
TRIDENT II Missile Designator
Depot Level
Design Agent; Destination Address; Development Assessment;
Development Agency; Direct Action
DAA
Designated Approving Authority; Design Adequacy Assessment
DAB
DAC
Defense Acquisition Board
Dual Attached Concentrator; Discretionary Access Control
TOMAHAWK Acronym List
DACM
DAMA
DAOI
DAP
DAR
DARPA
DAS
DASO
DAST
DAT
DAWIA
dB
DB
DBDD
DBM
DBMC
DBMS
dB/mW
dBpT
DBRI
DBU
DBUC
DC
DCA
DCAA
DCC
DCCB
DCM
DCMA
DCMP
DCMS
DCN
DCP
DCP-II
DC&T
DCS
SECTION C – Statement of Work - Attachment A (2-25-2011)
Director, Acquisition Career Management
Demand Assigned Multiple Access
Diameter of AOI
Data Access Point Website; Distributed Adaptive Processor
(DDG-1000); Directory Access Protocol (P/O X.500 network
standards)
Defense Acquisition Regulation; Data-at-Rest
Defense Advanced Research Projects Agency
Dual Attached Station
Demonstration and Shakedown Operation
Divisional Advanced Study Topics
Digital Audio Tape
Defense Acquisition Workforce Improvement Act
decibel
database
Database Design Description
Database Management; Database Manager
Database Management Console
Database Management System
decibels per milliwatt
decibels pico Tesla
Database Receipt and Incorporation
Disk Building Utility
Database Update Control
direct current; Display Casualty
Digital Computer Assembly
Defense Contract Audit Agency
Damage Control Console, Damage Control Center
Documentation Change Control Board
Data Collection Module
Defense Contract Management Agency
DMSMS and COTS Management Plan
Director Advanced Study Topics
Design Change Notice
Data Transport Device Certification Processor; DSMAC Control
Processor; Datalink Control Processor
Data Certification Processor II
Detection, Classification and Targeting
Defense Courier Service; Display Control Subsystem
TOMAHAWK Acronym List
DCT
DCU
DD
DDAA
DDCN
DDD-MMH
DDG
DDGOS
DDHHMMZ
DDL
DD-MMH
DDO
DDPS
DDT
DDS
DDSP
DE
DECLASS
DECOM
Def
deg
DEL
Delta T
DEM
DEMO
DEMVAL
DEP
DES
DET
DEV
DEVRON
SECTION C – Statement of Work - Attachment A (2-25-2011)
Distributed Computing Technologies; Design Certification Test
Data Conversion Unit
Destroyer
Development Designated Approving Authority
Design Document Change Notice
Degrees – Minutes Hemisphere (Longitude)
Guided Missile Destroyer
Deep Diving Submarines General Overhaul Specifications
Day, Hour, Minute, Zulu
D Design Language; Data Discrepancy List
Degrees – Minutes Hemisphere (Latitude)
Data Distribution Order
Dedicated Data Processing Set
Design and Deployment Team
Design Data Sheet; Digital Data Storage; Dry Dock Shelter
Defense Distribution Susquehanna Pennsylvania; Disables Data
Sync Processing
Digital Engineering
Declassification
Decommission
Definition
degree
delivery
Time Delta
Digital Elevation Matrix
demonstration
Demonstration and Validation
Deflection Error Probable; Departure
Data Encryption Standard
detachment
development; deviation
Development Squadron
DFS
Digital Scene Matching Area Correlation Flight Software; Direct
Fleet Support
DGPS
DGZ
DI
DIA
Differential Global Positioning System
Designated Ground Zero
Discrete Identifier
Defense Intelligence Agency
TOMAHAWK Acronym List
DIACAP
DIAGS
DID
DII
DII COE
DIM
DIN
DIP
DIQVC
DIR
DIRLAUTH
DIRNSA
DIRSSP
DIS
DISA
DISN
DISREP
DIT
DITMS
DITSCAP
DIU
DIV
DIW
DIWG
DIWS
DIWS(A)
DLA
DLN
DLRF
DLRP
DLSS
DM
DMA
DMAC
DMAF
SECTION C – Statement of Work - Attachment A (2-25-2011)
DoD Information Assurance Certification and Accreditation
Process IA - Information Assurance
Diagnostics
Data Item Description
Defense Information Service; Defense Information Infrastructure
Defense Information Infrastructure Common Operating
Environment
Digital Interface Message; Data Interface Manager
Document Identification Number
Dual In-line Packages
Detailed Independent Quality Verification Checks
directory
Direct Liaison Authorized
Director of National Security Agency
Director, Strategic Systems Programs
Defense Investigative Service; Distribution Interactive
Simulation
Defense Information Systems Agency
Defense Information Systems Network
Discrepancy in Shipment Report
Development Integration Test
Defense Information Technology Management System
DoD Information Technology Security Certification and
Accreditation Process
DSMAC Illumination Unit
Division
Dead in the Water
Development Integration Working Group
Digital Imagery Workstation Suite
Digital Imagery Workstation Suite (Afloat)
Defense Logistic Agency
Discrepancy Lifecycle Network
Data Transport Device Log Report File
Data Link Reference Point
Digital Linear Slide Switch
Data Management
Defense Mapping Agency; Direct Memory Access
Dual Medium Access Control
Data Master Mission Library Accountability File
TOMAHAWK Acronym List
SECTION C – Statement of Work - Attachment A (2-25-2011)
DMED
DMINS
DMP
Digital Mean Elevation data
Dual Miniaturized Inertial Navigation System
Depot Modernization Period
DMPI
Designated Mean Point of Impact; Desired Mean Point of Impact
DMR
DMSMS
DMSO
DMSP
DOC
DoD
DoDAC
DODI
DODIIS
DOIM
DOM
DoN
DOORS
DOP
DOT&E
DOM
DOMM
DPC
dpi
DPI
DPM
DPPDB
DPRO
DPS
DR
DRAM
DRBD
DS
DSAM
DSCS
DSG
DSGNTR
DSMAC
Digital Modular Radio
Diminishing Manufacturing Sources and Material Shortages
Director, Major Staff Operations
Defense Meteorological Satellite Program
documentation; document
Department of Defense
DoD Activity Address Code
Department of Defense Instruction
DOD Intelligence Information Systems
Description, Operation, Installation and Maintenance
Description, Operation and Maintenance
Department of the Navy
Dynamic Object Oriented Requirements System
Designated Overhaul Point; Dilution of Precision
Director, Operational Test and Evaluation
Description, Operation, and Maintenance
Description, Operation, and Maintenance Manual
Data Processing Computer
dots per inch
Departure Point Index
Deputy Product Manager
Digital Point Position Database
Defense Plant Representative Office
Data Processing System
Dead Reckoning; Discrepancy Report
Dynamic Random Access Memory
Distributed Replicated Block Device
Distance Support
Defense System Analysis Module
Defense Satellite Communications System
Dynamic Scenario Generation
Designator
Digital Scene Matching Area Correlation
TOMAHAWK Acronym List
SECTION C – Statement of Work - Attachment A (2-25-2011)
DSN
DSNET
DSP
DSRA
DSS
DSVL
DT
DTA
Defense Switched Network
Deep Space Network
Discrepancy; DSMAC Scene Passed, Digital Signal Processor
Docking Selected Restricted Availability
Defense Security Service
Doppler Sonar Velocity Log
Developmental Testing; Dockside Testing
Destination Terminal Address
DTC
Desktop Computer; Desktop Tactical-Support Computer;
Development Test Capable
DTD
DT&E
DTE
DTED
DTG
DTM
DTOT
DTRR
DTS
DVD
DVT
DW
DWG
DWTS
DX
Dzdo
E3
E/W
E-mail
EAM
EAT
EC
ECCM
ECD
ECI
ECDWS
ECM
Data Transfer Device; Data Transport Device
Development Test and Evaluation
Data Terminal Equipment
Digital Terrain Elevation Data
Date Time Group
Data Transfer Media; Digital Terrain Matrix
Designated Time on Target
Development Test Readiness Review
Development Test Software; DSMAC Test Software; Data
Terminal Set
Digital Video Disk
Design Verification Test
Distribution Workspace
Design Agent Working Group
Digital Wideband Telecommunications System
Data Extract, Display Transmit
Ship’s roll rate
Electromagnetic Environmental Effects
East/West
Electronic Mail
Emergency Action Message
End-Around Test
Engineering Change
Electronic Counter-Counter Measure
Estimated Completion Date
Electronic Change Instruction
Enhanced Control Display Workstation
Electronic Counter Measures
TOMAHAWK Acronym List
ECO
ECP
EDD
EDI
EDM
EDN
EDPC
EDVR
EEC
EED
EEI
EEPROM
EFA
EFD
EFR
EG
EGA
EGCS
EGDS
EGM
EHCLS
EHCTV
EHF
EI
EIC
EIE
EIR
EISA
EKMS
ELED
ELINT
ELNOT
ELP
ELSTS
ELW
EM
EMC
SECTION C – Statement of Work - Attachment A (2-25-2011)
Engineering Change Order; Engagement Control Officer;
Engagement Control Order; Executive Commanding Officer
Engineering Change Proposal
Estimated Delivery Date; External Data Device
Electronic Data Interchange
Engineering Development Model
Electronic Documentation Network
Enhanced Data Processor Computer
Enlisted Distribution and Verification Report
Electronics Equipment Cabinet
Electro Explosive Device
Elements of Essential Information
Electrical Erasable Programmable Read-Only Memory
External Function Acknowledge
End of Frame Delimiter
Equipment Facilities Requirements; External Function Request
Enclave Gateway
Enhanced Graphics Adapter
Environmental Generation and Control System
Enhanced Graphics Display System
Earth Gravity Model
Encapsulated Harpoon Command and Launch System
Encapsulated Harpoon Certification & Test Vehicle
Extremely High Frequency
Effectiveness Index
Equipment Identification Code; External Interface Cutoff
External Interrupt Enable
External Interrupt Request
Extended Industry Standard Architecture
Electronic Key Management System
Edge-Emitting Light-Emitting Diode
Electronic Intelligence
Electronic Intelligence Notation
Estimated Launch Position
Enhanced Launch Sequence Test Set
Electronic Warfare
Engagement Manager; Electromagnetic
Electromagnetic Compatibility
TOMAHAWK Acronym List
SECTION C – Statement of Work - Attachment A (2-25-2011)
EMCAB
EMCON
EMD
EMI
EMO
EMP
ENCAP
ENET
ENEW
ENG
ENGR
ENL
ENS
EO
EO-IR
EOB
EOM
EOS
EP
Electromagnetic Compatibility Advisory Board
Emission Control
Engineering & Manufacturing Development
Electromagnetic Interference
Electronics Material Officer
Electromagnetic Pulse
encapsulated
Ethernet
ELINT New Track Sigma
Engagement
Engineering
Enlisted
Ensign
Electro-Optical
Electro-Optical Infra Red
Enemy Order of Battle; Electronic Order of Battle
End of Message
End of Search
Engagement Plan; Engagement Planner; Engagement Planning
EPC
Engagement Planning and Control; Engagement Planning
Console
EPCR
EPFOM
EPIC
EPP
EPROM
ER
ERB
ERC
ERR
ESA
ESC
ESD
ESDS
ESG
ESGN
ESI
ESM
Engagement Planning and Control Re-architecture
Engagement Planning Figure of Merit
Enhanced Personal Interface Computer
Engineering Preproduction Prototype
Erasable Programmable Read-Only Memory
Electric Field Radiated; Equipment Rack; Extended Range
Executive Review Board; Engineering Review Board
External Requirements Cutoff
Engineering Release Record; Error
Embedded Simulator Assistant
Executive Steering Committee
Electrostatic Discharge; Environmental Sensing Data
Electrostatic Discharge Sensitive
Expeditionary Strike Group
Electrically Suspended Gyro Navigator
Extremely Sensitive Information
Electronic Support Measures
TOMAHAWK Acronym List
ESQL
ESP
ESP(E)
ESP(L)
ESS
ESSM
ET
ETA
ETD
ETEPP
ETF
ETI
ETM
ETS
EW
EWO
EX
EXCOMMS
F
FAB
FAC
FAC-A
FAQ
FAR
FASO
FAT
FAU
FAX
FB
FBCST
FBR
FBS
FC
FCA
FCC
FCCM
SECTION C – Statement of Work - Attachment A (2-25-2011)
Embedded Structured Query Language
Electronic Strike Package
Electronic Strike Package - Execute
Electronic Strike Package - Launch Plan
Environmental Stress Screening
Evolved Sea Sparrow Missile
Electronics Technician
Estimated Time of Arrival
Event Trace Diagram
Electronic Tomahawk Employment Planning Package;
Electronic Tomahawk Engagement Planning Package
Electronic Target Folder
Energy Technologies, Incorporated
Equipment Technical Manual
Engineering Test System
Electronic Warfare
Emergency War Order
Exercise
External Communications
Fahrenheit
Fabrication
Forward Air Controller
Forward Air Controller – Airborne
Frequently Asked Questions
Fleet Anomaly Report
Firing Unit Assignment Summery Object
Factory Acceptance Test; Fly Away Team; File Allocation Table
First Article Unit
Facsimile
Fleet Broadcast
Fleet Broadcast
Feedback Report
Fleet Broadcast System
Failure Code; Field Change; Fire Control; Fire Controlman;
Frame Control; Fractional Coverage
Functional Configuration Audit
Fleet Command Center; Fire Controlman Chief
Fire Controlman Chief Master
TOMAHAWK Acronym List
FCCS
FCP
FCS
FD
FDDI
FDT&E
FDU
FEC
FedEx
FET
FEP
FF
FFCC
FFDT
FI
FIAR
FID
FinCS
FIS
FIST
FIT
FIX
FLEETEX
FLEX
FLT
FLTASWTRACEN
FLTCINC
FLTSATCOM
FMECA
FMPMIS
FMS
FO
FOC
FOF
FOI
FOS
FOSIC
FOSIF
SECTION C – Statement of Work - Attachment A (2-25-2011)
Fire Controlman Chief Senior
Functional Concept Paper
Fire Control System; Frame Check Sequence
Fractional Damage
Fiber Distributed Data Interface
Follow-on Development Test & Evaluation
File Data Update; Flight Data Update; Firing Data Update
Forward Error Correction
Federal Express
Field Effect Transistor
Final Evaluation Period
Fast Frigate
Force Fires Coordination Center
Fiber Distributed Data Interface Full Duplex Technology
Firing Imminent; Fault Isolation
Fleet Introduction Anomaly Report
Fault Insertion Device; Fault Isolation Diagram
Fin Control System
Fire Inhibit Switch
Fleet Imagery Support Terminal
Fleet Introduction Team; Fault Isolation Test
Fleet Interface Exchange
Fleet Exercise
Flexible Targeting
Fleet
Fleet Antisubmarine Warfare Training Center
Fleet Commander in Chief
Fleet Satellite Communications
Failure Mode, Effects, Criticality Analysis
Fleet Modernization Program Management Information System
Foreign Military Sales
Fiber Optic; Forward Observer
Follow-on Operational Capability
Fly Over Friendly
Fiber Optic Isolator
Family of Systems
Fleet Ocean Surveillance Information Center
Fleet Ocean Surveillance Information Facility
TOMAHAWK Acronym List
FOSS
FOT
FOTC
FOT&E
FOUO
FOW
FPA
FPD
FPO
FPPWP
fps
FQR
FQT
FR
FRACAS
FRAGORD
Freq
FRPA
FRU
FRU ID
FS
FSC
FSCC
FSCK
FSCM
FSE
FSED
FSM
FSSAT
FSTAT
ft
FT
FTC
FTN
FTP
FTS
F/W
FWD
SECTION C – Statement of Work - Attachment A (2-25-2011)
Free and Open-Source Software
Follow-On Terminal
Force Over-The-Horizon Track Coordinator
Follow-on Operational Test & Evaluation
For Official Use Only
Forward Order Wire
Forward Pass Aircraft
Flat Panel Display
Fleet Post Office
First Pre-Planned Waypoint
frames per second
Formal Qualification Review
Formal Qualification Test
Force Revision
Failure Reporting and Corrective Action System
Fragmentary Military Order
Frequency
Fixed Radiation Pattern Antenna
Firing unit
Firing Unit ID
File Server; Frame Status; Flight Software; Fleet Support
Federal Supply Classification
Fire Support Coordination Center
File System Consistency Check
Fire Support Coordination Measure
Fire Support Element
Full Scale Engineering Development
Firmware Support Manual
Fleet Support Security Alert Team
Firing Status
feet; foot
Fire Control Technician
Fleet Training Center; Fire Control Technician Chief
Force Over-The-Horizon Track Coordinator Track Number
File Transfer Protocol
Flight Termination System
Firmware
forward
TOMAHAWK Acronym List
FWG
FWP
FY
GAJ
GB or GByte
GBS
GCCS-J
GCCS-M
GCI
G-Data
GD-AIS
GDP
GDS
GDU
GEL
GENSER
GEO
GEU
GFCP
GFCP/V
GFCS
GFE
GFI
GFS
GHz
GIG
GIS
GLA
GMLS
GMS
GMT
GMTR
GOTS
GOVT
GPA
GPETE
GPS
SECTION C – Statement of Work - Attachment A (2-25-2011)
Functional Working Group
First Pre-Planned Waypoint (LSP/INDIGO format)
Fiscal Year
General Activity Journal
gigabyte
Global Broadcast Service
Global Command and Control System-Joint
Global Command and Control System-Maritime
Ground-Controlled Intercept
Gold Data
General Dynamics – Advanced Information Systems
Graphics Display Processor
Graphics Display System
Graphics Display Unit
Gain Extension Language
General Services
Geographic
Guidance Electronics Unit
Generic Front-End Communication Processor
Generic Front-End Communication Processor Version
Gun Fire Control System
Government Furnished Equipment
Government Furnished Information
Global Positioning System Flight Software; Government
Furnished Software; Global Fleet Services
gigahertz
Global Information Grid
Geographic Information System
Guard List Addressees
Guided Missile Launcher System
Guided Missile Simulator
Greenwich Mean Time
Guided Missile Training Rounds
Government Off-The-Shelf
Government
Government Property Administration
General Purpose Electronic Test Equipment
Global Positioning System
TOMAHAWK Acronym List
GPSS
GS
GT
GTP
GTS
GUI
GVRC
GWOT
H&S
HAM
HAE
HAR
HARM
HARP
HAZMAT
H/C
HCC
HCDL
HCI
HCP
HCV
HDA
HDD
HDOP
HDWR
HEIR
HEMP
HEP
HERF
HERO
HERP
HET
HETF
HF
HFDF
HFL
SECTION C – Statement of Work - Attachment A (2-25-2011)
Global Positioning System Subsystem; Global Positioning
Satellite System
Guidance Set; Guidance System
Ground Truth
Ground Truth Point
Guidance Test Set
Graphical User Interface
GPS VME Receiver Card
Global War on Terror
Health & Status
Horizontal Attack Maneuver
Height Above Ellipsoid (aka WGS-84)
Hazard Action Report
High-speed Anti-Radiation Missile
Harpoon
Hazardous Material
Hardcopy
Harpoon Control Console
Harpoon Contract Data List
Human Computer Interface
Harpoon Casualty Panel
Harpoon Configuration Value
Hard Drive Assembly
Hard Disk Drive
Horizontal Dilution of Precision
Hardware
Hardware Engineering and Integration Review
High-Altitude Electromagnetic Pulse
Harpoon Engagement Planning
Hazardous Electromagnetic Radiation to Fuel
Hazardous Electromagnetic Radiation to Ordnance
Hazardous Electromagnetic Radiation to Personnel
Harpoon Ship Command and Launch Control System Embedded
Trainer
Harpoon Engineering Test Facility
High Frequency
High Frequency Direction Finding
Hydraulic Fluid Line
TOMAHAWK Acronym List
HGMS
HIDACZ
HIL
HIT
HLD FIR
HLM
HM
HMI
HMSC
HOB
HOTTS
HP
HPDIAG
HP-UX
HP-RT
HRR
HSD
HSCLCS
HSI
HSIP
HSP
HTML
HUITS
HTSF
HTTP
H/W
HW
HWCC
HWCI
HWIL
HWIU
HWS
HWSR
Hz
I&C
I2PT
I2R
IA
SECTION C – Statement of Work - Attachment A (2-25-2011)
Harpoon Guided Missile Simulator
High Density Airspace Control Zone
Human Interface Link
High Interest Track
Hold Fire
Harpoon Launch Module
Heartbeat Monitor
Human Machine Interface
Hughes Missile Systems Company
Height of Burst
Harpoon Operator Team Training System
Hewlett-Packard
HP Diagnostics
Hewlett-Packard Unix
Hewlett-Packard Real Time
Hardware Requirements Review
Heat-Sensing Device
Harpoon Ship Command and Launch Control System
Human System Integration
Human Systems Integration Plan
Harpoon Status Panel
Hypertext Markup Language
Harris Universal Image Transmission Software
Hard Target Smart Fuze
Hypertext Transfer Protocol
Hardware
Hardware
Harpoon Weapon Control Console
Hardware Configuration Item
Hardware in the Loop
Harpoon Weapon Interface Unit
Harpoon Weapon System
Harpoon Weapon System Report
hertz
Installation & Checkout
Integration Integrated Product Team
Imaging Infrared
Integration Agent; Information Assurance
TOMAHAWK Acronym List
IADS
IAH&S
IALT
IAR
IATO
IAVA
IAW
IBFTC
IC
ICAPS
ICD
ICDB
ICMP
ICN
ICR
ICSTF
ICSTF-PHD
ICW
ICWG
ID
IDA
IDB
IDBA
IDD
IDE
ID/IQ
IDP
IDR
IDS
IEEE
IETM
I/F
IFAT
IFIR
IFM
IFU
IG
SECTION C – Statement of Work - Attachment A (2-25-2011)
Integrate Air Defense System
Immediate Acknowledge Health & Status
Inertial Altitude
Independent Analysis Records
Interim Approval To Operate
Information Assurance & Vulnerability Assessment
in accordance with
Integrated Battle Force Training Center
Interior Communications; Identification Code
Interactive Computer-Aided Provisioning System
Interface Control Documentation
Integrated Communications Database
IP-based Ping
Interface Change Notice
Interface Change Request
Integrated Combat System Test Facility
Integrated Combat System Test Facility - Port Hueneme
Division
Interactive Courseware
Interface Control Working Group
Identification; Identifier
Input Data Acknowledge
Integrated Database
Interactive Database Administration
Interface Design Description; Interface Design Document
Integrated Drive Electronics; Input Data Enabled
Indefinite Delivery/Indefinite Quantity
Imagery Display Product
Incremental Design Review; Input Data Request
Interface Design Specification
Institute of Electrical and Electronic Engineers
Interactive Electronic Technical Manual
Interface
Informal Factory Acceptance Test
Interface Information Request
Interface Memorandum
Integrated Firing Unit
Interconnecting Group
TOMAHAWK Acronym List
IGES
IHTS
IIR
ILA
ILD
ILO
ILS
ILSCM
ILSMT
ILSP
IMA
IMAV
IMDP
IMG
IMI
IMINT
IMI SC
IMMM
IMN
IMP
IMU
in
INCHOP
INCO
INDIGO
INE
INFOSEC
INIT
INMARSAT
INOP
INRI
INS
INST
INT
INTEG
I/O
IO
SECTION C – Statement of Work - Attachment A (2-25-2011)
Initial Graphics Exchange Specification
Integrated Hazard Tracking System
Imaging Infrared
Independent Logistics Assessment
Injection Laser Diodes
Integrated Logistics Overhaul
Integrated Logistics Support
Inter-LAN Socket Connection Module; Inter-LAN Socket
Connection Manager
Integrated Logistics Support Management Training
Integrated Logistics Support Plan
Intermediate Maintenance Activity
Intermediate Maintenance Availability
Instructional Media Design Package
INDIGO Message Generator
Interactive Multimedia Instruction
Imagery Intelligence
Interactive Multimedia Instruction Steering Committee
In-flight Mission Modification Message
Indicated MACH Number
Improved; Product Improvement
Inertial Measurement Unit
inch
Incoming Operational Command
Installation and Checkout
TLAM Tasking Message
Inline Network Encryption
Information Systems Security
Initialization
International Maritime Satellite
inoperative
International Research Institute
Inertial Navigation System
instruction
intelligence; interrupt
integration
Input/Output
Indian Ocean
TOMAHAWK Acronym List
IOC
IOCC
IOCM
IOT&E
IP
IPB
IPL
IPP
IPR
IPS
IPT
IQVC
IR
IRC
IRCS
IRD
IREPS
IRINT
IRM
IRS
IRS/M
IRSR
IS
IS&TW
ISA
ISAT
ISD
ISEA
ISIA
ISM
ISNS
ISNSA
ISO
ISP
ISS
ISWP
IT
ITA
SECTION C – Statement of Work - Attachment A (2-25-2011)
Initial Operational Capability; Input Output Control
Input/Output Control Console
Initial Operational Capability Maintenance
Initial Operational Test and Evaluation
Internet Protocol
Illustrated Parts Breakdown; INTEL Preparation of Battlespace
Image Product Library
Integrated Program Plan
In-Process Review
Integrated Program Summary
Integrated Product Team
Independent Qualification Verification Checks
infrared
Interface Requirements Cutoff
International Radio Call Sign
Interface Requirements Document
Integrated Refractive Effects Prediction System
Infrared Intelligence
Integrated Resource Manager
Interface Requirements Specification
Modified Interface Requirements Specification
Interface Responsibility/Status Report
Intelligence Specialist
Imagery Screening and Targeting Work Station
Integrated Systems Analyst, Inc.
Intelligence Situation Awareness Tool
Instructional Systems Design
In-Service Engineering Agent
Instructional Systems Integration Agent
Industrial Security Manual
Integrated Shipboard Network System
Independent Software Nuclear Safety Analysis
International Standards Organization
Information Support Plan; Installation Setup Procedures
Interactive Support System
Initial Search Waypoint
Information Technology; Information Technician
Integrated Training Architecture
TOMAHAWK Acronym List
ITC
ITCP
ITDA
ITEP
ITL
ITO
ITP
ITRD
ITT
IUA
IUG
IUID
IUN
IUSS
IV&V
IVQC
I&W
IW/ER
IWG
J-2
J-3
J-4
J-5
J-6
JANAP
JCA
JCM
JCS
JCW
JDISS
JDPI
JETDS
JFC
JFACC
JFLCC
JFMCC
JFSOCC
SECTION C – Statement of Work - Attachment A (2-25-2011)
Integration Test Capable
Initial Timing Control Point
Integrated Tactical Decision Aid
Integrated Test & Evaluation Plan
Intent to Launch
Integrated Tasking Order
Integrated Test Plan
Integrated Test Requirements Document
Initial Technical Training
Image Understanding Architecture
INDIGO User's Guide
Item Unique Identification
Installation Update Notice
Integrated Underwater Surveillance System
Independent Verification and Validation
Independent Quality Verification Checks
Indications and Warning
Insensitive Warhead/Extended Range
Interface Working Group
Intelligence Directorate of a Joint Staff
Operations Directorate of a Joint Staff
Logistics Directorate of a Joint Staff
Plans Directorate of a Joint Staff
C4 Directorate of a Joint Staff
Joint Army Navy Airforce Publication
JSIPS-N Concentrator Architecture
Joint Cruise Missile
Joint Chiefs of Staff
Joint Collaboration Workspace; Joint Coordination Workspace
Joint Defense Intelligence Support Services
Joint Deployment Process Initiative; Joint Deployment Process
Improvement
Joint Electronics Type Designator System
Joint Forces Command
Joint Forces Air Component Commander
Joint Forces Land Component Commander
Joint Forces Maritime Component Commander
Joint Forces Special Operations Component Commander
TOMAHAWK Acronym List
JHU/APL
JI
JIATF
JIC
JICPAC
JINTACCS
JIPTL
JIT
JMCIS
JMEM
JMINI
JMSEL
JMTK
JO
JOTS
JPTL
JQR
JRE
JRWG
JSIPS
JSIPS-N
JSPEAR
JSTARS
JTA
JTAC
JTAR
JTCB
JTF
JTIDS
JTSG
JUNIT
JVMF
JWICS
k
K
KB
KB/TB
kHz
SECTION C – Statement of Work - Attachment A (2-25-2011)
John Hopkins University/Applied Physics Laboratory
Job Instruction
Joint Interagency Task Force (DoD)
Joint Intelligence Center
Joint Intelligence Center, Pacific
Joint Interoperability of Tactical Command and Control Systems
Joint Integrated Priority Targeting List
Just-in-Time
Joint Maritime Command Information System
Joint Munitions Effectiveness Manual
Joint UHF MILSATCOM Network Integrated
Joint Master Scenario Event List
Joint Mapping Tool Kit
Junior Officer
Joint Operational Tactical System
Joint Prioritized Target List
Job Qualification Requirements
Java Runtime Environment
Joint Requirements Working Group
Joint Services Intelligence Processing System
Joint Services Imagery Processing System - Navy
Joint Strike Planning & Execution Auto-Router
Joint Surveillance, Targeting Attack Radar system
Joint Technical Architecture
Joint Terminal Air Controller
Joint Tactical Air Strike Request
Joint Targeting Coordination Board
Joint Task Force
Joint Tactical Information Data System
Joint Targeting Steering Group
Joint Unit
Joint Variable Message Format
Joint Worldwide Intelligence Communications System
kilometer
Kelvin; Thousand
kilobyte; Keyboard
Keyboard/Trackball
kilohertz
TOMAHAWK Acronym List
KIPS
KLAD
Kts
KOPS
KVA
KVM
L4
LA
LAB
LAC
LAC-C
LAC-D
LAC-E
LAI
LAIP
LAM
LAMPS
LAN
LANIC
LANT
LASS
LAT
LAU
LAWO
LAWTCC
lb or Lbs
LB
L/B
LBA
LBSIT
LC
LCC
LCCO
SECTION C – Statement of Work - Attachment A (2-25-2011)
Thousands of Instructions Per Second
Key Location Address
Knots
Thousands of Operations Per Second
Kilovolt Amperes
Keyboard Video Mouse
Launch Side Tac-4 Computers
Land Attack
Laboratory
Land Attack Conventional; Land Attack Cruise Missile; Launch
Area Coordinator
BLK III Land Attack Cruise Missile - Conventional
BLK III Land Attack Cruise Missile - Dispense
BLK IV Land Attack Cruise Missile - Conventional
Low Altitude Inertial
Launcher Assignment Indicator Panel
Land Attack Missile
Light Airborne Multi-Purpose System
Local Area Network
Local area Network Identification Code
Atlantic
Land Attack Support Systems
Latitude
Local Area Network Access Unit
Land Attack Warfare Officer
Land Attack Warfare Tactical Commander’s Course
pound; pounds
Launch Basket
Land-Based
Logical Block Address
Land-Based System Integration Test
Launch Control; Location Code(s)
Launch Control Computer; Launch Control Console
Launch Control Console Operator
LCCP
Launch Control Computer Program; Launcher Captain's Control
Panel
LCD
LCDR
Liquid Crystal Display
Lieutenant Commander
TOMAHAWK Acronym List
LCG
LCGR
LCHR
LCO
LCPS
LCRT
LCS
LCU
LD
LD-IPT
LDPCC
LDPS
LDR
LE
LED
LER
LEM
LES
LFA
LFS
LGC
LINT
LITS
LLBD
LLC
LLRS
LLS
LLV
LMC
LM M&DS
LMO
LMS
LNCH
LOB
LOC
LOE
LOI
SECTION C – Statement of Work - Attachment A (2-25-2011)
Launch Control Group
Launch Control Group Replacement
Launcher
Launch Control Officer
Launch Control Processing System
Launch Control Real Time
Launch Control System; Life Cycle Support
Launch Control Unit
Laser Diodes
Logistics Data-Integrated Product Team
Launch Data Processing Control Center
Launch Data Processing Set
Low Data Rate
Launch Enable
Light Emitting Diode
Launch Exception Report; Launch Event Report
Logistics Element Manager
Launch Enable Switch
Land Fly-Around Area
Launch-Capable Flight Software; Launch File Server; Logistics
and Fleet Support
Launch Geometry Constraint
Legacy INTerface, Legacy Interface Network TC2S
Logistics Issue Tracking System
Local Location Broker Daemon
Logical Link Control
Late Launch Ready Spare
Low-Level Serial
Lower-Level Verification
Lockheed Martin Corporation
Lockheed Martin Management and Data Systems
LPMP MPR Object; LPMP Mission Order
Learning Management System
Launch
Line of Bearing
Loss of Communications; Lockout Chamber
Level of Effort
Letter of Intent
TOMAHAWK Acronym List
SECTION C – Statement of Work - Attachment A (2-25-2011)
LOIA
LONG
LORA
LORAN
Land Attack Operational Flight Software Integration Aid
Longitude
Level of Repair Analysis
Long Range Radio Aid to Navigation
LORAN – C
Long Range Radio Aid to Navigation – Low Frequency Pulse
Coded
LOS
LP
LPI/D
LPMP
LQ
LR
LRA
LRFS
LRG
LRIP
LRU
LSA
LSB
LSEQ
LSG
LSH
LSP
LSS
LSTS
LSU
LT
LTA
LTE
LTEF
LTJG
LTL
LTLF
LTN
LTP
LTR
LTT
Line of Sight
Launch Platform; Launch Position
Low Probability of Intercept/Detection
Launch Platform Mission Planning
Link Quality
Launch Rack
Launcher Relay Assembly
Logistics Requirements Funding Summary
Logistics Requirements Group; Logistics Review Group
Low-Rate Initial Production
Lowest Replaceable Unit; Line Replaceable Unit
Logistics Support Analysis
Least Significant Bit; Least Significant Byte
Launch Sequencer
Logistics Support Guide
Least Significant Half
Launch Sequence Plan
Launch Support System. Launching System Server
Launch Sequence Test Set
Launcher Switching Unit
Launch Time
Launch Tube Assembly; Launch Timing Algorithm
Launch Time Earliest
Launch Time Earliest Feasible
Lieutenant Junior Grade
Launch Time Latest
Launch Time Latest Feasible
Local Track Number
Launch Time Preferred
Letter
Limited Team Training
TOMAHAWK Acronym List
LVM
LWG
M
M3
M&C
M&DS
M&P
M&S
MAAP
MAC
MAE
MAF
MAM
MANOPS
MARMC
MARREP
MATCERT
MAU
MAXACC
MAXFUEL
MAXSOR
MB
Mbitsec
MBOL
MBT
MBsec
MC
MC&G
MCC
MCIO
MCM
MCMTOMF
MCP
MCS
Mct
MCW
SECTION C – Statement of Work - Attachment A (2-25-2011)
Logical Volume Manager
Logistics Working Group
Master; mega
Missile Mission Matching
Monitoring and Control
Management and Data Systems
Manning and Personnel
Modeling and Simulation
Master Air Attack Plan
Media Access Controller; Multiple AUR Canister
Mean Area of Effectiveness
Master Mission Library Accountability File
Maintenance Assistance Module
Manual Operations
Mid Atlantic Regional Maintenance Center
Maritime Reporting
Material Certification
Medium Access Unit
Maximum Accuracy
Maximum Fuel
Maximum Standoff Range
megabyte
megabits per second
Manually Modified Bearing Only Launch
Manual Bus Transfer
megabytes per second
Missile Controller; Mission Computer; Missile Computer;
Missile Compartment
Mapping, Charting and Geodesy
Missile Control Center; Maritime Component Commander
Missile Control Interface Orders
Mission Control Module; Motor Control Panel; Mine
Countermeasures
Mean Corrective Maintenance Time for Operational Mission
Failure
Motor Control Panel; Mission Control Processor
Missile Communications Simulator
Mean Maintenance Corrective Time
Missile Control Watch
TOMAHAWK Acronym List
MD
MDA
MDAU
MDC
MDCP
MDD
MDDB
MDDO
MDE
MDEF
M-Demo
MDG
MDH
MDID
MD LAN
MDP
MDR
MDS
MDS-SA
MDSRF
MDTO
MDU
MDX
MEC
MED
MEF
MER
MET
METL
METOC
MEZ
MF
MFC
MFLOPS
MFP
MFS
MFU
MGMT
SECTION C – Statement of Work - Attachment A (2-25-2011)
Mission Data
McDonnell Douglas Aerospace; Maritime Domain Awareness
Aimpoint Update Mission Data
McDonnell Douglas Corporation
Mission Disk Creation Program
Maintenance Due Date
Mission Data Database
Mission Data Distribution Order
Mission Data Element
Map Definition
Maintenance Demonstration
Mission Data Group
Mission Data Handler
Mission Data Identification
Mission Data Local Area Network
Mission Data Processing; Mission Data Processor
Mission Data Request; Medium Data Rate
Mission Distribution System
Mission Distribution System – Stand Alone
Mission Data Situation Report File
Mission Data Transmit Order
Mission Data Update
Message Data Exchange
Military Essentiality Code
Mediterranean
Middle East Force
Misc. Equipment Rack
Maintenance Engineering Team
Mission Essential Task List
Meteorological and Oceanographic
Missile Engagement Zone
Missile Flight; Mission Folder
Multifunction Console
Millions of Floating Point Operations Per Second
Mission Folder Package
Multi-Function Server; Missile Flight Simulator
Mission Folder Update
Management
TOMAHAWK Acronym List
MGRS
MGU
MGUARD
MH
MH&C
MHQ
MHQ w/MOC
MHz
MIC
MIDB
MIIDS
MIIDS/IDB
MIF
MIL
MILSATCOM
MILSTAR
MIL-STD
MILSORF
MILSTRAP
MILSTRIP
MIM
MIN
MINRNG
MINSOR
MIO
MIP
MIPS
MIRS
MIS
MISC
MITL
MIU
MIW
Mk
MKM
MKRDY
SECTION C – Statement of Work - Attachment A (2-25-2011)
Military Grid Reference System
Midcourse Guidance Unit
Multi-Level Secure Guard
Mission Handler
Missile Heating and Cooling
Maritime Headquarters
Maritime Headquarters with Maritime Operations Center
megahertz
Management Information Center; Media Interface Connector
Modernized Integrated Database
Military Intelligence Integrated Data System
Military Intelligence Integrated Data System/Integrated Database
Missile In-Flight
Military
Military Satellite Communications
Military Strategic Tactical and Relay
Military Standard
Missile Inventory
Military Standard Transaction Reporting and Accounting
Procedure
Military Standard Requisitioning and Issue Procedure
Missile Initialization Message
Minimum
Minimum Range
Minimum Standoff Range
Missile Initialization Object
Maintenance Index Page
Million Instructions Per Second
Missile Identification Retrieval Software; Missile Inventory
Retrieval System
Missile Identification System
miscellaneous
Man In The Loop
Mission Initialization Unit
Mine Warfare
Mark
Mouse Keyboard Monitor
Make Ready
TOMAHAWK Acronym List
SECTION C – Statement of Work - Attachment A (2-25-2011)
MLDT
MLOSRF
MLOSRF-T
MLS
MLTA
mm
MM
Mmaxct
MMCP
MMD
MM/GESD
MMI
MML
MM-LS
MMM
MM-OS
MMT
MNP
MO
MOA
MOC
MOD
MODS
MOE
MOM
MOP
Mean Logistics Delay Time
Missile Load-Out and Situation Report File
Missile Load-Out Situation Report File - Tomahawk
Multi-Level Secure
Modified Launch Timing Algorithm
millimeter
Missile Manager
Maximum Corrective Maintenance Time
Missile Manager Cell Preselection
Mission Media Device
Martin Marietta/Government Electronics and Space Division
Man Machine Interface
Master Mission Library
MM- Launch Simulator
Missile Mission Matching
MM-Ownship Simulator
Multi Media Training; Multi Media Tutorial
Mission Needs Paper
Magneto Optical
Memorandum of Agreement
Maritime Operations Center
Modification; Magneto Optical Disk
Modifying Data Transfer Device Status
Measures of Effectiveness
Multiple Outcome Mission
Measure of Performance; Map Over-Flight Probability
MOSS
MOU
MP&T
MPA
MPC
MPET
Mpm
MPPC
MPR
MPS
MPT
MRBL
Microsoft Office SharePoint System
Memorandum of Understanding
Manpower, Personnel and Training
Missile Preset Algorithm
Mission Planning Center
Mission Planning Evaluation Team
Mean Preventive Maintenance Time
Mission Peripheral Planning Console
Mission Planning Request
Mission Planning System
Manpower, Personnel and Training
Manually Modified Range & Bearing Launch
TOMAHAWK Acronym List
MRC
MREQ
MRIL
MRS
Mrt
MS
MSA
MSAU
MSB
MSD
MSDS
msec
MSG
MSGID
MSEL
MSH
MSID
MSL
MSLAV
MSLSIM
MSN
MSNO
MSP
MSS
MSSNDATA
MT
M/T
MTBCF
MTBF
MTC
MTCCC
MTCS
MTF
MTIB
MTM
MTO
SECTION C – Statement of Work - Attachment A (2-25-2011)
Maintenance Requirement Card
Mission Data Request
Master Repairable Items List
Maximum Range Search
Mean Active Repair Time
Milestone; MDS Stand Alone; Microsoft
Mission Selection Area
Multistation Access Unit
Most Significant Bit; Most Significant Byte
Material Support Data
Material Safety Data Sheet
millisecond
Message
Message Identification
Master Scenario Event List
Most Significant Half
Missile Identification; Missile Subscriber Identification
Missile; Mean Sea Level
Missile Available
Missile Simulator
Message Sequence Number; Missile Sequence Number;
Mission; Mission Sequence Number
Message Sequence Number Object; Missile Sequence Number
Object
Manual Strike Package
Missile System Supervisor
Mission Data
Missile Technician
Maintenance/Training
Mean Time Between Critical Failures
Mean Time Between Failures
Maintenance Trainer Center
Maintenance, Trainer, Communications Control Center
Missile Technician Chief Senior
Message Text Format; Mission Task Folder; Mission Targeting
Folder
Missile Tube Interface Box
Multi-Purpose Transportable Middleware
Mission Tasking Order
TOMAHAWK Acronym List
MTST
MTT
MTTR
MTTRhwsys
MTTRsw
MTW
MUTTS
MUX
MVC
MVI
MVS
mW
N/A
N/S
NA
NAD
NADN
NAI
NAK
NALC
NAM
NAMCA
NARR
NAS
NAV
NAVACT
NAVAIR
NAVAIRINST
NAVAIRSYSCOM
NavFS
NAVICP
NAVMAC
NAVMACS
NAVMAG
NAVMASSO
NAVMATINST
NAVOPINTCEN
NAVOSH
SECTION C – Statement of Work - Attachment A (2-25-2011)
Maneuvering Target Statistical Tracker
Mobile Training Team
Mean Time to Repair
Mean Time to Repair for hardware systems
Mean Time to Repair for software
Major Theater of War
Multi-Unit Tactical Training System
Multiplexer
Mission Verification Code
Mission Verification Index
Missile Validation System, Mission Validation System
milliwatt
Not Applicable
North/South
Numerical Aperture
Non-Addee
Nearest Active Downstream Neighbor
Named Area of Interest
Negative Acknowledgement
Navy Ammunition Logistics Code
Navigation Analysis Module
Navigation And Mission Control Assembly
Narrative
Naval Air Station
Navigation
Naval Activity
Naval Air Systems Command
Naval Air Systems Command Instruction
Naval Air Systems Command
Navigation Flight Software
Naval Inventory Control Point
Navy Manpower Analysis Center
Naval Modular Automated Communications System
Naval Magazine
Navy Management System Support Office
Naval Material Command Instruction
Naval Operational Intelligence Center
Navy Occupational Safety & Health
TOMAHAWK Acronym List
NAVSAT
NAVSEA
NAVSEALOGCEN
NAVSSI
NAVSTAR
NAVSUPINST
NAWC AD
NBSV
NC
NCA
NCC
SECTION C – Statement of Work - Attachment A (2-25-2011)
Navigation Satellite
Naval Sea Systems Command
Naval Sea Logistics Center
Navigation Sensor System Interface
Navigational Satellite Timing and Ranging
Naval Supply Instruction
Naval Air Warfare Center – Aircraft Division
Narrow Band Secure Voice
New Construction
National Command Authority
Naval Component Commander
Naval Command, Control and Ocean Surveillance Center
NCCOSC - RDTE DIV
Research, Test, and Evaluation Division
NC_R
Net Control Received
NCS
Net Control Station; Network Control Station
NCTAMS
Naval Computer and Telecommunication Area Master Station
NDA
Nuclear Data Authentication; Non-Disclosure Agreement
NDC
Naval Doctrine Command
NDCP
Navy Decision Coordinating Paper
NDI
Non-Developmental Item
NDPS
Navy DTD Production System
NDS
Non-Developmental Software
NEC
Navy Enlisted Classification
Navy Extremely High Frequency Communications Controller;
NECC
Net Enabled Command Capability
NECOS
Net Control Station
NEP
Noise Equivalent Power
NET
Network
NETPREC
Network Precedence
NFCS
Naval Fires Control System
NFD
Network Foreground Database
NGDMS
Northrop Grumman Defense Missile Systems
NGA
National Geospatial-Intelligence Agency
NGDSC
Navy Global Distance Support Center
NGF
Naval Gunfire
NGFS
Naval Gunfire Support
NGIA
National Geographic Intelligence Agency
NIC
Naval Intelligence Command (Suitland, MD); Network Interface
Card
TOMAHAWK Acronym List
NICN
NIIN
NIMA
NIPR
NIPRNET
NIPS
NIS
NISE
NISPOM
NIST
NITF
NKO
NLT
nm
NM
NMCI
NMITC
NO
NOAA
NOBC
NOC
NODAC
NOR
NGC
NP
NP-TCG
NPDM
NPOESS
NR
NRAC
NRaD
NRE
NRL
NRN
SECTION C – Statement of Work - Attachment A (2-25-2011)
Navy Item Control Number
Navy Item Identification Number
National Imagery and Mapping Agency (Has changed to NGA)
Non-Secure Internet Protocol Router
Non-Secure Internet Protocol Router Network; Navy Internet
Protocol Routing Network
Naval Intelligence Processing System
National Input Segment
Naval Command, Control and Ocean Surveillance Center Inservice Engineering
National Industrial Security Program
National Institute of Standards and Technology
National Imagery Transfer Format
Navy Knowledge Online
not later than
nanometer
Nautical Mile
Navy Marine Corps Internet
Navy and Marine Corps Intelligence Training Center
Number
National Oceanic and Atmosphere Administration
Navy Officer Billet Classification
Network Operations Centers
Navy Occupational Development and Analysis Center
Notice of Revision
Northrop Grumman Corporation
Navigation Processor; Non-Participant
Non Participant - Track Control Group
Navy Program Decision Meeting
National Polar-orbiting Operational Environmental Satellite
System
Number of Reporting Locations; Numerical Reference
Naval Research Advisory Committee
Naval Research and Development
Non-Recurring Engineering
Naval Research Laboratory
National Geospatial-Intelligence Agency Reference Number;
NGA Reference Number
TOMAHAWK Acronym List
NRZ
NRZI
NS
NSA
NSAWC
NSDSA
NSF
NSFS
NSN
NSP
NSPCC
NSS
NSTC
SECTION C – Statement of Work - Attachment A (2-25-2011)
NSWC
NSWC-DD
NSWC-IH
NSWC-PHD
NSWC-WO
NSWPC
NT
NTC
NTCS-A
NTDS
NTE
Non-Return to Zero
Non-Return to Zero Invert on Ones
Navy Sheltered
National Security Agency
Naval Strike and Air Warfare Center
Naval Systems Data Support Activity
Naval Surface Forces
Naval Surface Forces Support; Naval Surface Fire Support
National Stock Number
Non-Suspected Carrier
Navy Ships Parts Control Center
Nuclear Support System
Naval Standard Tactical Computer
National Security Telecommunications and Information Systems
Security Advisory Memorandum
National Security Telecommunications and Information Systems
Security Instruction
Naval Surface Warfare Center
Naval Surface Warfare Center - Dahlgren Division
Naval Surface Warfare Center - Indian Head
Naval Surface Warfare Center – Port Hueneme Division
Naval Surface Warfare Center - White Oak
Naval Strike Warfare Planning Center
New Technology
Navy Test Conductor
Navy Tactical Command System - Afloat
Naval Tactical Data System
Navy Technical Evaluation; not to exceed
NTIMS
Navy Training Information Management System
NTISSI
National Telecommunications Information Systems Security
Instruction
NTOT
NTP
NTPI
NTRDM
NTSP
NTTP
Non Time on Target
Navy Training Plan
Navy Technical Proficiency Inspection
Navy Training Requirements Documentation Manual
Navy Training System Plan
Navy Tactics, Techniques and Procedures
NSTISSAM
NSTISSI
TOMAHAWK Acronym List
NUC
NUWC-DN
NUWC-KPT
NW
NWAC
NWEL
NWS
NWSSG
NWTDB
O&I
O&MN
O-Level
OA
OAG
OAP
OBE
OBRP
OBS
OBSBT
OBT
OBU
OC
OCD
OCE
OCSOT
OD
ODA
ODB
ODC
OE
OEM
OES
OFCC
OFP
OFPCI
OFS
OFSCI
OIC
SECTION C – Statement of Work - Attachment A (2-25-2011)
Nuclear
Naval Undersea Warfare Center Division Newport
Naval Undersea Warfare Center Keyport
Network
Naval Weapon Analysis Center
Navy Warfare Electronic Library
Naval Weapons Station
Nuclear Weapons System Safety Group
Naval Weapon Target Database
Outline & Installation
Operations and Maintenance, Navy
Organization Level
Operational Assessment; Open Architecture; Operational Area
Operational Advisory Group
Off Axis Penalty
overcome by events
Onboard Repair Parts
Optical Bypass Switch
Onboard Scenario Based Training
On Board Trainer
Ocean Surveillance Information System Baseline Upgrade
Operator Console, Other Capability
Operational Concept Description
Officer Conducting Exercise
Overall Combat Systems Operability Test
Ordnance Document
Output Data Acknowledge
Obstruction Database
Officer Designator Code, Optical Disc Cartridge
Operating Environment
Original Equipment Manufacturer
Operational Embedded Software
Optical Fiber Cable Component
Operational Flight Program; Operational Flight Profile
Operational Flight Program Compatibility Indicator
Operational Flight Software
Operational Flight Software Configuration Indicator
Officer In Charge
TOMAHAWK Acronym List
OJT
OMMC
OMMS-NG
OMT
ONBD
ONI
OO
OOA
OOB
OOC
OOD
OOP
OP
OPAREA
OPCON
OPDEC
OPEVAL
OPEG
OPLAN
OPN
OPNAV
OPNAVINST
OPNOTE
OPO
OPS
OPTASK
OPTEVFOR
OR
ORD
ORDALT
ORDN
OREP
OS
OSA
OSD
OSET
SECTION C – Statement of Work - Attachment A (2-25-2011)
On the Job Training
Onboard Mission Management and Control
Organizational Maintenance Management System, Next
Generation
Object Modeling Technique
Onboard
Office of Naval Intelligence
Output-Only; Object Oriented
Object-Oriented Analysis
Order of Battle
Out of Commission
Object-Oriented Design; Officer of the Deck
Object-Oriented Programming
operational; Ordnance Publication; Operating Procedure
Operating Area; Operational Area
Operational Control
Operational Deception
Operational Evaluation
Operational Planning and Evaluation Group
Operations Plan
Operational Navy; Other Procurement, Navy
Office of Chief of Naval Operations
Office of the Chief of Naval Operations Instruction
Operational Note
OPNAV Principal Office
operations
Operational Tasking Message
Operational Test and Evaluation Force
Operational Requirement
Operational Requirements Document
Ordnance Alteration
Ordnance
Overland Route Entry Point
Operating System; Operational Specification, Own Ship;
Operations Specialist
Open System Architecture
Office of the Secretary of Defense; On Screen Display
Overall System Engineering Test
TOMAHAWK Acronym List
SECTION C – Statement of Work - Attachment A (2-25-2011)
OSF
OSI
OSIRM
OSIS
Open Software Foundation
Open Systems Interconnection
Open Systems Interconnection-Reference Model
Ocean Surveillance Information System
OSM
Object System Mapping; Open Systems Module; Open System
Management
OSN
OS-OTG
OSOW
OSP
OSV
OT
OTAR
OTAT
OTC
OTCIXS
OTD
OTDR
OTG
OTGXMIT
OTH
OTH/DC&T
OTH-T
OTHR
OTL
OTRR
OTS
OTW
OUSDDT&E
OWR
oz
P
P/RS/B
P/S
PA
PAC
Operational Sequence Network
Operational Specification Over-The-Horizon Targeting Gold
Operations Specialist of the Watch
Oceanographic Surveillance Product; Operational Support
Package
On-Screen Variable
Operational Test
Over the Air Rekey
Over the Air Transmission
Officer-In-Tactical-Command; Operational Test Capable
Officer-In-Tactical-Command Information Exchange Subsystem
Operational Test Director
Optical Time Domain Reflectometry
Over-The-Horizon Targeting Gold
OTH-Gold Transmit
Over-The-Horizon
Over-The-Horizon Detection, Classification & Targeting
Over-The-Horizon Targeting
Over-The-Horizon Radar
Operational Test Launch; Over-The-Land
Operational Test Readiness Review
Off-The-Shelf
Over-The-Water
Office of the Under Secretary of Defense for Development Test
& Evaluation
Over-The-Water Waypoints Report; Over the Water Routes
ounce
Primary; Port
Primary/Ready Spare/Back Up
Port/Starboard
Preamble; Probability of Arrival
Pacific
TOMAHAWK Acronym List
PACM
PACQ
PAD
PAF
PAIR
PAL
PAM
PAS
P-BLK
PBL
PC
PCA
PCAD
PCB
PCC
PCCN
PCD
PCF
PCH
PCI
PCL
PCM
PC-MDS
PCMO
PCO
PCP
PCT
PCTRF
PCU
PD
PDA
PDBL
PDD
PDE
PDGPS
PDIX
PDMD
PDR
SECTION C – Statement of Work - Attachment A (2-25-2011)
Preferred Arrangement and Configuration of Missiles
Probability of Acquisition
Platform Adaptation Data
PML Accountability File
Pairing
Preliminary Allowance List
Performance Analysis Module
Provide Activity Status
Post-Block
Performance Based Logics
Primary Controller; Personal Computer; Probability of Clobber
Physical Configuration Audit; Printed Circuit Assembly
Program Change Authorization Document
Printed Circuit Board
Preprocessor Control Center; Primary Channel Controller
Provisioning Contract Control Number
Prepare/Distribute Conventional Data Transport Device
Power Conditioning Filter
Pilot Control Handbook
Peripheral Component Interconnect
Printer Control Language
Physical Connection Management; Pulse Code Modulation
Personal Computer Mission Distribution System
Project Configuration Management Office
Procedure Checkout; Prospective Commanding Officer
Power Control Panel
Pattern Control Table
Pattern Control Table Report File
Port Concentrator Unit
Probability of Damage
Program Director Air
Planning Database Library
Program Decision Directive; Program Description Document
Principal Department of Defense Executive
Post-DSMAC GPS
Post-Deployment Information Exchange
Prepare/Distribute Mission Data
Preliminary Design Review
TOMAHAWK Acronym List
PDS
PDT
PDT-C
PDU
PEO
PEO (U&W)
PEO (W)
PEW
PFM
PFS
PFU
PFY
Pg
PG
PGM
PH
PHM
PHS&T
PHY
PI
PIB
PIDS
PIM
PIN
PIT
PJHQ
PK
PKI
PLA
PLC
PLE
PLL
PLM
PLNG
PLO
SECTION C – Statement of Work - Attachment A (2-25-2011)
Precision Strike Tomahawk Display System; Program Design
Specification
Product Data Tracker
Product Data Tracker – Coordinator
Power Distribution Unit
Program Executive Office
Program Executive Office for Unmanned Aviation and Strike
Weapons
Program Executive Office for Strike Weapons and Unmanned
Aviation
Planning and Exploitation Workspace
Pre-Faulted Module
Product Function Specification; PTAN Flight Software
Power Filter Unit
Prior Fiscal Years
Page
Procedural Guide
Precision Guided Munitions
Phase
Patrol Hydrofoil Missile
Packaging, Handling, Storage and Transportation
Physical; Physical Layer Protocol
Primary Input
Pressure in Band
Prime Item Development Specification
Position of Intended Movement
Positive-Intrinsic-Negative
Platform Identification Table
Permanent Joint Headquarters
Probability of Kill
Public Key Infrastructure
Plain Language Address
Post Launch Control
Post Launch Execution
Phased-Locked Loop
Post Launch Manager
Planning
Post Launch Operations
TOMAHAWK Acronym List
SECTION C – Statement of Work - Attachment A (2-25-2011)
PLP
PLR
PLRO
PM
PM3
PMA
PMC
PMD
PMFL
PMI
PML
PMMP
PMO
PMP
PMR
Preferred Launch Position
Post Launch Report
Post Launch Report Object
Program Manager; Protected Memory; Preventive Maintenance
Platform M3
Program Manager Air
Pattern Control Information Mezzanine Card
Physical Layer Medium Dependant
Performance Monitoring Fault Location
Prevention of Mutual Interference
Platform Mission Library
Preventative Maintenance Management Program
Probability of Map Overflight
Program Management Plan
Program Management Review
PMS
Planned Maintenance System; Preventative Maintenance
System; Program Manager Sea; Project Master Schedule
PMTC
PMW
P/N
PNEC
PNOBC
PO
POA&M
POC
POES
POI
POL
POM
POS/NAV
POSIT
POSIX
POSS
POST
PP
PPCA
PPD
Pacific Missile Test Center, Pt. Mugu, CA
Program Manager, Space and Naval Warfare Systems Command
Part Number
Primary Navy Enlisted Classification
Primary Navy Officer Billet Classification
Primary Output; Planning Organization
Plan of Action & Milestones
Point of Contact
Polar-orbiting Operational Environmental Satellite
Platforms of Interest
Petroleum, Oil and Lubricants; Polarity
Program Objective Memorandum; Preparation Of Overseas
Movement
Position and Navigation
Position
Portable Operating System Interface
Pre-Operational Safety Study
Power On Self-Test
Pre-Processor; Periods Processing
Pyrotechnic and Power Control Assembly
Program Performance Document
TOMAHAWK Acronym List
PPDB
PPL
ppm
PPO
PPP
PPS
PPSP
PPT
PQS
PR
PRA
PRD
PRF
PRG
PRI
PR NOC
PROC
PROD
PROG
PROM
P&RD
PRR
PRX
PS
PSA
PSD
PSDS
psi
PSI
psig
PSOR
PSR
PST
PSTN
PT
PTAN
PTC
P-TCG
SECTION C – Statement of Work - Attachment A (2-25-2011)
Point Position Database
Provisioning Parts List
parts per million; pages per minute
Pre-Planned Outcome
Program Protection Plan
Program Performance Specification; Pulse per Second
Post-Production Support Plan
Program Performance Tests
Personnel Qualifications Standard
Problem Report
Primary Review Authority
Pre-Designation
Pulse Repetition Frequency
Program Review Group
Pulse Repetition Interval
Primary Network Operations Center
Procedure
Production
Progression
Program Read-Only Memory
Programmatic & Requirements Definition
Production Readiness Review
Primary Receive
Power Supply
Post Shakedown Availability
Program Support Data
Program Support Data Sheets
Pounds per Square Inch
Permanent Support Item
Pounds per Square Inch Gauge
Planned Standoff Range
Post Strike Report
Precision Strike Tomahawk
Public Switched Telephone Network
Point; Participant
Precision Terrain-Aided Navigation
Planned Turn Complete
Participant Track Control Group
TOMAHAWK Acronym List
PTD
PTF
PTH
PTP
PTW
PTX
PU
PUB
PUI
PUP
PVC
PW
PWD
PWG
PWR
PXO
QA
QAST
QDR
QM
QPR
QR
QRG
QRT
QTR
QTY
QUAL
R&I
R&R
R/UGM
R/W
RA
RAD
RADB
RAID
RAM
SECTION C – Statement of Work - Attachment A (2-25-2011)
Provisioning Technical Documentation
Permission to Fire
Pitch
Point to Point; Probability to Penetration
Precision Targeting Workstation
Primary Transmit
Participating Unit
Publication
Project Unique Identifier
Probability of Update
Pressure Vent Control
Pulse Width
Programmable Warhead Detonation
Prototype Working Group
Power
Prospective Executive Officer
Quality Assurance
Quality Assurance Stockpile Test
Quality Deficiency Report
Quartermaster
Quarterly In-Process Review
Quick Response
Quick Reference Guide
Quick Response Team
Quarter
Quantity
Qualification
Remove and Install
Remove and Replace
Surface/Submarine Guided Missile
Read Write
Radar Altimeter
Operational Specification Over-The-Horizon Targeting Gold
Radar Data Line; Radar Data
Operational Specification Over-The-Horizon Targeting Gold
Expanded Radar Data Line
Redundant Array of Independent Disks
Random-Access Memory
TOMAHAWK Acronym List
RAP
RAS
RASS
RBOC
RBS
RCC
RCCOW
RCI
RCP
RCS
RCV
RCVMSGS
RCV_Q
RDBMS
RDD
RDF
RDS
RDT
RDT&E
RDYALRT
Rdy Spr
REGEN
REM
REP
REPEAT
RETEPP
REQ
REQD
REV
RF
RFA
RFC
RFI
RFIU
RFOH
RFOU
RFT
SECTION C – Statement of Work - Attachment A (2-25-2011)
Relative Accuracy Product
Receive Activity Status
Random Access Storage System
Rapid Blooming Off-Board Chaff
Readiness Based Sparing
Radar Command Clearance
Return Channel Controller Order Wire
Rapid Commercial Off-The-Shelf Insertion
Remote Control Panel
Radar Cross Section
Receive
Received Messages
Receive Buffer Queue
Relational Database Management System
Removable Disk Drive; Required Delivery Date
Radio Direction Finder
Rapid Deployment Suite; Remote Development System
Reconstruction Data Transfer
Research, Development, Test, and Evaluation
Ready Alert
Ready Spare
Regeneration
Recovery Exercise Module
Range Error Probability
Repeatable Performance Evaluator And Analysis Tool
Replacement ETEPP
Request
Required
Revision
Radio Frequency
Request for Action
Request for Change
Radio Frequency Interference; Ready for Fleet Introduction;
Ready for Issue
RF Interface Unit
Refueling Over Haul
Ready for Operational Use
Ready for Training
TOMAHAWK Acronym List
RGAP
RGB
RGL
RIC
RIG
RISC
RLAC
RLEP
RLG
RLGN
RM
RMA
RMC
RMD
RMKS
RMMCO
RMP
RMT
RMUC
RMX/RDOS
RN
RNG
RNSH
ROD
ROE
ROH
ROM
ROW
RPG
RPM
RPS
RQMTS
RRAM
RRT
RS
SECTION C – Statement of Work - Attachment A (2-25-2011)
Rate Gyro and Acceleration Program
Red Green Blue
Receive Guard List; Report Generator Language
Repairable Identification Code
Rigging
Reduced Instruction Set Computer
Recovery Land Attack Conventional
Remote Launch Enable Panel
Ring Laser Gyro
Ring Laser Gyro Navigation
Radiant Mercury
Rocket Motor Assembly; Remote Manipulator Arm; Reliability,
Maintainability, Availability
Regional Maintenance Center
Receive Mission Data
Remarks
Regional Maintenance and Modernization Coordination Office
Rack Mount Processor; Risk Management Plan; Recognized
Maritime Picture
Ring Management
Reference Measurement Unit and Computer
Resource Management Executive/Real Time Disk Operating
System
Royal Navy
Range
Royal Navy Submarine Harpoon
Report of Discrepancy
Rules of Engagement
Regular Overhaul
Read-Only Memory; Rough Order of Magnitude
Return Order Wire; Reverse Order Wire
Resource Planning Group
Rapid Planning Module; Rapid Planning Mode; Revolutions per
Minute
Remote Processing Station; Rapid Plan Shoot
Requirements
Realtime Reutilization Asset Management
Radio Receiver-Transmitter
Radiated Susceptibility; Ready Spare; Recommended Standard;
TOMAHAWK Acronym List
RSC
RSO
RSPEED
RSS
RSSD
RST
RT
RTD
RTE
RTF
RTN
RWO
RX
RZ
S
S&TE
S/A
S2E
SA
SAA
SAAM
SAASM
SAC
SACC
SAD
SAE
SAIC
SAM
SAR
SAS
SAT
SATA
SATCOM
SATLOOP
SATNAV
SATP
SECTION C – Statement of Work - Attachment A (2-25-2011)
Range Safety
Remote Safety Controller
Range Safety Officer
Average Speed
Range Safety System; Relocatable system Services
Raytheon Submarine Systems Division
Reset
real time; Real Time Processor
Real Time Data
Runtime Environment
Release To Fleet; Rich Text Format; Return to Force
Received Track Number
Read Write Optical
Receive
Return to Zero
SECRET; Slave; South; Starboard
Support and Test Equipment
Safe and Arm
Sailor to Engineer
Source Address; System Administrator; Select Availability;
Stand Alone; Simulation Assistant; Surveillance Area
Satellite Access Authorization
Special Assignment Airlift Mission
Selective Availability Anti-Spoofing Module
Single Attached Concentrator
Supporting Arms Coordination Center
System Analysis Document
Standard Application Environment
Scientific Applications International Corporation
Surface-to-Air Missile
Ship Alteration Record; Satellite Access Request
Single Attached Station
System Acceptance Test; Satisfactory
Serial Advanced Technology Attachment
Satellite Communications
Satellite Loopback
Satellite Navigation
Security Accreditation Test Plan
TOMAHAWK Acronym List
SB
SBDC
SBI
SBIRS
SBN
SBSIT
SBT
SC
SCA
SCAR
SCAT
SCC
SCCB
SCCI
SCDU
SCENCTC
SCI
SCIF
SCIP
SCLIN
SCLSIS
SCM
SCN
SCO
SCOM
SCOMPL
SCONUM
SCORM
SCP
SCR
SCRM
SCS
SCSI
SCV
SD
SDA
SECTION C – Statement of Work - Attachment A (2-25-2011)
Shipboard; Switchboard
Ship Board Disk Copy
Special Background Investigation
Space-Based Infrared Surveillance System
Structure Borne Noise
Shipboard System Integration Test
Shipboard Training
Strike Coordination; Strike Controller; Steering Committee
Strike Coordination Aid
System Compatibility Anomaly Report
System Calibration and Test (When referencing Support and
Test Equipment); Sub-CATegory
Servo Control Cabinet; Signal Control Computer
Software Configuration Control Board
Southeastern Computer Consultants, Incorporated
Submarine Command Display Unit
Scenario Contact
Sensitive Compartmented Information; Software Configuration
Item; Special Compartmented Information
Special Compartmented Information Facility
Secure Communications Interoperability Protocol
Spares Contract Line Item Number
Ship Configuration and Logistics Support Information System
Software Configuration Management
Specification Change Notice
Strike Coordination Overlay
Software Center Operator Manual
Salvo Complete
Ship Control Number
Sharable Content Object Reference Model
Software Change Proposal; Strike Coordination and Planning
Software Change Request
Strike Cross-Reference Message; Subscriber Cross-Reference
Message
Secure Communications Systems
Small Computer Systems Interface
Single Candidate Validation
Start-up and Diagnostics
Senior DIWS Analyst, Software Development Activity
TOMAHAWK Acronym List
SDAT
SDCT
SDD
SDF
SDIR
SDIWG
SDL
SDLT
SDP
SDR
SD/TC
SE
SEAD
SEAL
SEAS
SECMAN
SECNAV
SECNAVINST
SEDOC
Seg
SEI
SEIA
SEL
SELRES
SEM
SEMCO
SEMS
SEMI
SEMP
SENSOREP
SEP
SEPG
SEQ
Ser
SERR
SES
SEW
SECTION C – Statement of Work - Attachment A (2-25-2011)
Source Data Analysis Team
System Design Compatibility Test
Software Design Description; System Definition Document;
System Description Document
Software Development File
System Design Issue Resolution
Software Development and Integration Working Group
Satellite Data Link; Software Development Library
Satellite Data Link Transceiver; Satellite Data Link Terminal
Software Development Plan; Source Data Preparation
System Design Review
Surface Detector/Tracker Console
Support Equipment; System Engineering
Suppression of Enemy Air Defenses
Sea, Air, Land (Navy special forces team member)
Secure External Access System
Security Manager
Secretary of the Navy
Secretary of the Navy Instruction
Southeastern Computer Consultants, Incorporated document
Segment
Software Engineering Institute
System Engineering and Integration Agent
Select; Selected; Selected Equipment List
Selected Reserves
Secondary Execution Message
Systems Engineering & Management Company
Ship/Submarine Environment and Missile Simulation
System Engineering Management and Integration
System Engineering Management Plan
Sensor Report
Spherical Error Probable
Software Engineering Process Group
Sequence
Serial Number
Serration
Strike Execution Sequence
Space and Electronic Warfare
TOMAHAWK Acronym List
SEWG
SF
SFD
SFMPL
SFR
SFS
SFSC
SFSD
SFSO
SFWSLANT
SFWSPAC
SG
SG&R
SGR
SGRSA
SGS
SHF
SHIPALT
SI
SID
SIGNA
SIM
SIMM
SINCGARS
SINS
SIOM
SIP
SIPR
SIPRNET
SIPT
SIR
SIS
SITREP
SIU
SKL
SECTION C – Statement of Work - Attachment A (2-25-2011)
System Engineering Working Group
Standard Form
Start of Frame Delimiter
Submarine Fleet Mission Program Library
Scheduled Force Revision; System Functional Review
Satellite Data Link Terminal Flight Software
Satellite Data Link Terminal Flight Software Controller
Satellite Data Link Terminal Flight Software Digital Signal
Processor; Satellite Data Link Flight Software - Digital Signal
(UGM-109E)
Satellite Data Link Terminal Flight Software Orderwire
Strike Fighter Weapons School Atlantic
Strike Fighter Weapons School Pacific
Strike Group
Scenario Generation and Reconstruction
Symbol Graphic Rendition
Scenario Generation and Reconstruction Stand Alone
Ship Gridlock System; Strike Group Scenario
Super-High Frequency
Ship Alteration
Secondary Input; Special Intelligence
Ship Installation Drawing; Software Interface Document;
Subscriber Identification; Selective Identification; Subject
Identification Code
Signature
Simulation; Simulator
Single In-line Memory Module
Single Channel Ground Airborne Radio Subsystem
Ship Inertial Navigation System
Software Input/Output Manual
Software Installation Plan
Secret Internet Protocol Router
Secret Internet Protocol Routing Network
Software Integrated Product Team
Single Image Registration
Security Isolation Segment; SCI Isolation Segment
Situation Report
Serial Interface Unit
Simple Key Loader (aka AN/PYQ-10)
TOMAHAWK Acronym List
SKR
SLAM
SLAM-ER
SLAM-EX
SLAMEX
SLCM
SLD
SLED
SLMM
SLOC
SM-2
SM
SMAC
SMCS
SMD
SM-DAS
SME
SMET
SMM
SMP
SMT
SMTP
S/N
SNAP
SNEC
SNMP
SNOBC
SNR
SNS
SO
SOA
SOBT
SOC
SOCA
SOF
SOG
SOM
SECTION C – Statement of Work - Attachment A (2-25-2011)
Seeker
Standoff Land Attack Missile
Standoff Land Attack Missile Enhanced Response
Ship-Launched Attack Missile Exercise
Sea-Launched Attack Missile Exercise
Sea Launched Cruise Missile
Superluminescent Light-Emitting Diode
Surface-Emitting Light-Emitting Diode
Submarine Launched Mobile Mine
Source Lines of Code
Standard Missile Type 2
System Management; System Manager; Status Monitoring;
Standard Missile; Strike Monitor
Single Medium Access Control
Submarine Command System
Strike Management Display
Single Medium Access Control - Dual Attached Stations
Subject Matter Expert
Source Material Engineering Team
Short Missile Mode; System Monitor Module
System Management Plan; Standard Maintenance Procedure
Station Management
Simple Mail Transfer Protocol
Serial Number
Shipboard Non-Tactical Automated Data Processing Program
Secondary Navy Enlisted Classification
Simple Network Management Protocol
Secondary Navy Officer Billet Classification
Signal-to-Noise Ratio
Ship Navigation System
Secondary Output; Strike Officer
Services Oriented Architecture
Submarine On Board Trainer
System Operational Concept
Support Operations Coordinating Authority
Ship Overflight; Special Operations Forces
Synch-On-Green
System Operators Manual
TOMAHAWK Acronym List
SONAR
SONET
SOO
SOP
SOR
SoS
SOSUS
SOT
SOUTHCOM
SOVT
SOW
SP
SP1
SPA
SPALT
SPAWAR
SPC
SPCC
SPDP
SPDT
SPE
SPECAT
SPECDUTY
SPEO
SPER
SPETE
SPETERL
SPID
SPINS
SPMIG
SPO
SPOS
SPP
SPS
SPT
SECTION C – Statement of Work - Attachment A (2-25-2011)
Sound Navigation and Radar
Synchronous Optical Network
Statement of Objectives
Standard Operating Procedure
Stand Off Range
Strike over Secret
Sound Surveillance System
System Operability Test
Southern Command (US Forth Fleet Area of Operations)
System Operation Verification Test
Statement of Work
Strike Package
Service Pack 1
Submarine Patrol Area
SSP Alteration
Space and Naval Warfare Systems Command
Strike Planning Cell; seconds per cycle; Special; Shipboard
Power Conditioner
Ship Parts Control Center
Strike Package Definition Table
Strike Package Definition Table
Single Point Expansion
Special Category
Specified Duty
Strike Package Exception Object; Strike Package Exception
Order
Strike Package Exception Report
Special Purpose Electronic Test Equipment
Ship's Portable Electrical/Electronic Test Equipment List
Strike Package Identification
Special Instructions
Standard Planned Maintenance System Materials Identification
Guide
Strike Plan Option
Strike Platform Operational Survey
Standard Practice Procedures; Strike Planning Party
Software Product Specification; Symbols Per Second; Ships
Provisioning System
Support Product Team
TOMAHAWK Acronym List
SECTION C – Statement of Work - Attachment A (2-25-2011)
SPU
SPW
SQ
SQA
SQDN
SQE
SQL
SQR
SR
SRA
SRAM
System Power Unit
Strike Planning Worksheet
Signal Quality
Software Quality Assurance
Squadron
Signal Quality Error
Structured Query Language; Signal Quality Link
Structured Query Report
Sensor Report
Selected Restricted Availability
Static Random Access Memory
SRC
Specification Requirements Cutoff; System Requirements Cutoff
SRD
SR/IWG
SRN
SRR
SRS
SRTM
SRX
System Requirements Document
Software Review/Interface Working Group
Surface Radio Navigation (equipment designator)
Software Requirements Review; System Requirements Review
Software Requirements Specification
Shuttle Radar Topography Mission
Secondary Receive
Segment Specification; System Specification; Salvo Size; Sea
Skim
Software Support Activity; Software Support Agent
System Security Authorization Agreement
System Security Accreditation Document
System Security Administrator and Operations Manual
System Security Acceptance Test
Ballistic Missile Nuclear Submarine
Satellite Signaling Channel
Segment Specification Change Notice
SPAWAR Systems Center Pacific
System/Subsystem Design Description
Special Support Equipment
Source Selection Evaluation Board
Ship Signal Exploitation Equipment
Strike Summary File
Single-Shot Fractional Damage
Safety Subgroup
SS
SSA
SSAA
SSAD
SSAOM
SSAT
SSBN
SSC
SSCN
SSC Pac
SSDD
SSE
SSEB
SSEE
SSF
SSFD
SSG
TOMAHAWK Acronym List
SSGN
SSID
SSIXS
SSLP
SSM
SSMP
SSN
SSN SSWC
SSORM
SSP
SSPD
SSPM
SSPP
SSR
SSS
SST
SSTWC
SSWG
ST
STAR
STD
STE
STEP
STM
STN
STOM
STOSS
STOT
STOW
STP
STPS
STR
STRATCOM
STrP
STRP
STT
SECTION C – Statement of Work - Attachment A (2-25-2011)
Guided Missile Nuclear Submarine, Guided Missile Submarine
(Nuclear-Powered); Sub-Surface Guided Nuclear
System/Segment Interface Document
Submarine Satellite Information Exchange System
Surface Ship Launch Platform
Service Supply Module; System State Manager
System Security Management Plan
Nuclear Fast Attack Submarine; Surface Satellite Navigation
Nuclear Attack Submarine Surface Sub Surface Warfare
Coordinator
Standard Ship Organization and Regulations Manual
Strategic Systems Programs
Single Shot Probability of Damage
Software Standards & Procedures Manual
System Safety Program Plan
Software Specification Review
Special Safety Study; System/Subsystem Specification
System Synthesis Team
Surface Strike Warfare Coordinator
System Safety Working Group
Straight Tip; Special Tools; Secure Telephone; Single Termini
Station Array; System Threat Assessment Report; Standard
Attribute Reference
Software Test Description; Standard
System Test & Evaluation; Secure Terminal Equipment
System Test & Evaluation Plan
System Technical Manual
System Track Number; System Technical Note
Ship-to-Objective Maneuver
Submarine Targeting Operations Support System
Simultaneous Time on Target
Synthetic Theater of War
Shielded Twisted Pair; Software Test Plan
Submarine Tactical Processing System
Software Test Report; Software Trouble Report
Strategic Command
Software Transition Plan
Software Technical Review Panel
Shore Targeting Terminal; Submarine Tactical Terminal
TOMAHAWK Acronym List
STU
STW
STX
SUB
SUBDEVGRU
SUBLAN
SUBOPATH
SUBRASS
SUBSCOL
SUBTRAFAC
SUB SIT
SULP
SUM
SUPSHIP
SUS
SUW
SUWC
SVAMP
SVD
SVS
SW
SWDG
SWEF
SWG
SWIMS
SWO
SWOS
SWRMC
SWS
SWSIL
SWWG
SYNC
Sys
SYSADMIN
SYSFAIL
T2D2
T3
T3
SECTION C – Statement of Work - Attachment A (2-25-2011)
Secured Telephone Unit
Strike Warfare
Secondary Transmit
Submarine
Submarine Development Group
Submarine Local Area Network
Submarine Operating Authority
Submarine Random-Access Storage System
Naval Submarine School
Submarine Training Facility
Submarine System Integration Test
Submarine Launch Platform
Software User Manual
Supervisor of Shipbuilding
Silicon Unilateral Switch; Suspected carrier
Surface Warfare
Surface Warfare Commander
Security Ventilation Alarm Mounting Panel
Software Version Description
Secure Voice System
Software; Switch
Surface Warfare Development Group
Surface Warfare Engineering Facility
System Working Group
Software Information Management System
Strike Warfare Officer, Surface Warfare Officer
Surface Warfare Officers School
South West Regional Maintenance Center
Strategic Weapons System
Strike Warfare Systems Integration Laboratory
Software Working Group
Synchronization; Synchronize
System
System Administrator
System Failure
Tomahawk Technical Description Document
Tomahawk Training Tool
Track Side TAC 3 Computers
TOMAHAWK Acronym List
T3L4
TA
TAC
TACAD
TACAIR
TACC
TACDEW
TACELINT
TACGES
TACII
TACINTEL
TACK
TACLANE
TACMEMO
TACNOTE
TACON
TACT
TACTOM
TACTRAGRU
TACTRAGRULANT
TACTRAGRUPAC
TAD
TADIL
TADIXS
TADIXS-A
TADIXS-B
TADTM
TADSTANDS
TAF
TAG
TAGIM
TAI
TAIMS
TALD
TAM
TAMPS
TAO
SECTION C – Statement of Work - Attachment A (2-25-2011)
Track Side TAC 3 Computers and Launch Side TAC 4
Computers
Tasking Authority
Tactical Advanced Computer
Tactical Advisory
Tactical Air
Tactical Air Command Center; Tactical Air Control Center
Tactical Advanced Combat Direction and Electronic Warfare
Tactical Electronic Intelligence
Tactical Global Exchange System
Tactical Communications Information Infrastructure
Tactical Intelligence Information Exchange Subsystem, Phase II
TTWCS Acknowledgment; Tomahawk Acknowledgement
Tactical Local Area Network Encryptor , Tactical FASTLANE
Tactical Memorandum
Tactical Note
Tactical Control
Tactical; Tactical Processor (TACT-#x - i.e. TACT-1A)
Tactical Tomahawk
Tactical Training Group
Tactical Training Group, Atlantic
Tactical Training Group, Pacific
Temporary Additional Duty; Tactical Data;
Tactical Digital Information Link
Tactical Data Information Exchange Subsystem
Tactical Data Information Exchange Subsystem Type A
Tactical Data Information Exchange Subsystem Type B
Terminal Area Digital Terrain Matrix
Tactical Digital Standards
TTWCS Accountability File
Target Aimpoint Graphic
Target Aimpoint Graphic Index Message
Target Area of Interest
Target Asset Inventory Management System
Tactical Air Launched Decoy
Tomahawk Asset Management
Tactical Aircraft Mission Planning System
Tactical Action Officer
TOMAHAWK Acronym List
TAR
TASM
TAWSObjDB
TB
TBA
TBD
TBIP
TBMCS
TBS
TC
TC2
TC2CM
TC2-TH
TC2S
TCAP
TCAH
TCCIA
TCCM
TCDATAC
TCDATAS
TCED
TCEWG
TCG
TCGR
TCI
TCIDB
TCII
TCIP
TCMH
TCOC
TCOMMS
TCP
TCP/IP
TCPLE
TCR
TCS
SECTION C – Statement of Work - Attachment A (2-25-2011)
Tomahawk Weapon System Anomaly Report
Tomahawk Anti-Ship Missile
Target Aimpoint Weapon Solution Object Database
Technical Bulletin; Trackball
Terminal Base Address (MiniDAMA)
to be determined
Tomahawk Baseline Improvement Program
Theater Battle Management Core System
To Be Supplied
Training Coordinator; Tactical Control
Tomahawk Command and Control
TC2 Create Mission
Tomahawk Command and Control Task Handler
Tomahawk Command and Control System
Tomahawk Calendar, Action Items, and Presentations
Tomahawk Command and Control – Asset Handler
TC2 Conflict Identification Analysis
TC2 Communication Manager; TC2 Create Mission
TC2 Confidential Data
TC2 Secret Data
Tomahawk Concurrent Engineering Database
Tomahawk Concurrent Engineering Working Group
Track Control Group
Track Control Group Replacement
Tomahawk Command Information
Tomahawk Command Information Database
TCI Infrastructure
Tomahawk Command and Control System Communications
System Interface Processor; Tactical Control Information
Processor (SSN)
TC2 Mission Handler
TC2 Overlay Coordinator
TC2S Communications System
Transfer Communication Protocol
Transmission Control Protocol/Internet Protocol
TC2 Post Launch Execution
Tomahawk Computer Room
Tactical Computer System
TOMAHAWK Acronym List
TCSP
TCTH
TD
TDA
TDB
TDBM
TDCS
TDDS
TDIC
TDM
TDMA
TDO
TDP
TDPS
TDR
TDS
TDSN
TDSS
TDT
T&E
T-END
TE
TEA
TEC
TECH
TECHEVAL
TED
TEDES
TEF
TEK
TELECON
TEMP
TEMPEST
TENCAP
TEPP
TER
SECTION C – Statement of Work - Attachment A (2-25-2011)
TC2 Strike Preview
TC2 – Tasking Handler
Technical Document; Training Device
Tactical Decision Aid
Track Database
Track Database Management
Target Detection and Classification
Target Data Dissemination System; Tactical Data Distribution
System
Target Data Inventory Code
Terminal Dive Maneuver, TCI Distribution Manager
Time Division Multiple Access
Tomahawk Command Information Distribution Order
Tactical Data Processor
Track Data Processing Set
Trusted Data Router
Tactical Data System; Target Designation System
Tasking Deviation Sequence Number
Tactical Decision Support Subsystem
Training Development Team
Test & Evaluation
Track End
Transverse Electric
Tomahawk Executive Agent; Touch Entry Area
Tomahawk Equipment Cabinet
Technical
Technical Evaluation
TC2S Enterprise Databases
Tomahawk External Data Extract System
TPS Export File
Traffic Encryption Key
Telephone Conversation
Temperature; Test and Evaluation Master Plan
Telecommunications Electronics Material Protected from
Emanating Spurious Transmissions
Tactical Exploitation of National Capabilities
Tomahawk Employment Planning Package; Tomahawk
Engagement Planning Package
Tomahawk Equipment Room
TOMAHAWK Acronym List
TERCOM
TESS
TEXN
TF
TFC
TFCC
TFI
TFR
TFTA
TGR
TGT
TGTBE
THDB
THTP
THUM
THR
TI
TIB
TIBS
TIC
TIDB
TIDS
TIM
TIMES
TIP
TIPS
TIPRS
TIR
TIS
TLAM
TLAM-C
TLAM-D
TLAM-E
TLC
TLD
TLDD
TLDHS
TLDR
SECTION C – Statement of Work - Attachment A (2-25-2011)
Terrain Contour Matching
Tactical Environmental Support System
Tomahawk Engineering Exchange Network
Terrain Following
Time Frequency Code
Tactical Flag Command and Control
Tomahawk Flight Information
Trouble and Failure Report
Tactical Fleet Training Aid
Time-of-Gyro Reset
Target; Time On Target; Target data available
Target Basic Encyclopedia
Threat Database
Tomahawk Hard Target Penetrator
Technical HARPOON User Manual
Transfer Header Records
Texas Instruments
Technical Information Base; Tiburon
Tactical Information Broadcast Service
Tomahawk Interface Controller
Technical Information Database
Tactical Information Display System
Technical Interchange Meeting
Tomahawk Information Management Engineering System
TTWCS Interim Procedure; Tube Indication Panel
Transition Issues and Procedures
Tomahawk In-flight Position Reporting System
Tomahawk Inventory Report
Tape Install System; Tactical Input Segment
Tomahawk Land Attack Missile
Tomahawk Land Attack Missile – Conventional (BLK III)
Tomahawk Land Attack Missile – Dispense (BLK III)
Tomahawk Land Attack Missile – Conventional (BLK IV)
TTWCS Learning Center
Target Line Designator
Top-Level Design Document
Target Location Designation and Handoff System
Top-Level Design Review
TOMAHAWK Acronym List
TLE
TLM
TLMS
TLT
TLX
TM
TMA
TMDER
TMEP
TMEU
TMIN
TMITT
TML
TMMM
TMPC
TMPCU
TMPS
TN
TNT
TO
TOA
TOC
TOE
TOF
TOH
TOI
TOL
TOMIS
TOPS
TOR
TOS
TOSDB
TOSP
TOST
TOT
TOTC
SECTION C – Statement of Work - Attachment A (2-25-2011)
Target Location Error
Telemetry
Tomahawk Learning Management System
Tomahawk Weapon System Leadership Team
Track Control Group Replacement to Launch Control Group
Replacement Exchange Process
Technical Manual; Trainer Module; Transverse Magnetic;
Tactical Memorandum; Task Manager
Target Motion Analysis
Technical Manual Deficiency/Evaluation Report
Track Management & Engagement Planning
Tomahawk Missile Echo Unit
Technical Manual Identification Number
TTWCS Maintenance Information Transfer Tool
Theater Mission Library
Tomahawk Multi-Mission Missile
Theater Mission Planning Center
Theater Mission Planning Center (Upgrade)
Theater Mission Planning System
Technical Note; Track Number
Tomahawk Navigation Tool
Transistor Outline
Time of Arrival
Table of Contents; Time of Communications
Time of Execute; Time of Event
Time of Flight
Time of Handoff
Target of Interest
Time of Launch
Tomahawk Management Information System
Tactical Operation Support System
Time of Receipt
Time of Search
TC2S Operations and Status Database
Tailored Ocean Surveillance Product
TC2S Operations and Status Tool
Time on Target
Time on Target Compensation
TOMAHAWK Acronym List
TOTEM
TP
TPF
TPFDD
TPM
TPS
TPSA
TPS-EM
TPWG
TR
TRANSEC
TRAP
TRB
TRD
TRE
TRL
TRM
TRNG
TRP
TRPMM
TRR
TRU
TS
TS&R
TSA
TSC
TSCO
TSDL
TSE
TSES
Tsewg
TSG
TSMPC
TSN
TSNIF
TSP
SECTION C – Statement of Work - Attachment A (2-25-2011)
Tomahawk Operational Test and Evaluation Missile
Timing Point
Target Product File
Time Phased Force and Deployment Data
Technical Performance Measurement
Tomahawk Land Attack Missile Planning System
Tomahawk Land Attack Missile Planning System Afloat
Tomahawk Planning System Embedded
Test Planning Working Group
Test Report
Transmission Security
Tactical Receive Equipment and Related Applications; Tactical
Related Applications; Tactical Recovery of Aircraft and
Personnel
Technical Review Board; Trouble Review Board; Tomahawk
Record Book
Test Requirements Document
Tactical Receive Equipment
Test Requirements List
Test Requirements Matrices; Tomahawk Route Modification
Training
Technical Review Panel
Training Planning Process Methodology
Test Readiness Review
Tomahawk Receiver Unit
TOP SECRET
Track Scenario and Reconstruction
Training Support Activity; Training Support Agency
Tomahawk Strike Coordinator
Top Secret Control Officer
Tomahawk System Development Lab
Tomahawk Software Engineering
Tactical Signals Exploitation System
Tomahawk Systems Engineering Working Group
Tomahawk Segment Generator
Tomahawk Strike & Mission Planning Cell
Tomahawk Strike Network
Tomahawk Strike Network Interface
Training Support Package
TOMAHAWK Acronym List
TSR
TSRT
TSS
TSSOC
TST
TSTA
TSTAR
TSTF
TT
TTA
TTB
TTCC
TTDBM
TTE
TTF
TTFF
TTG
TTL
TTN
TTNT
TTPS
TTQT
TTS
TTWCS
TTWCS OP
TTWS
TUG
TUL
TUM
TURQUOISE
TVC
TWC
Twcs
TWCS
TWG
TWP
SECTION C – Statement of Work - Attachment A (2-25-2011)
Technical Support Representative; Track Scenario
Reconstruction
Tomahawk Strike Rehearsal Tool; TC2S Strike Rehearsal Tool
Tomahawk Support Services; TTWCS Support Services
Tomahawk Senior Staff Officer Course
Time-Sensitive-Target
Total Ship Training Availability
Tomahawk Stops The Advancing Regiment
Test Tactical Fleet Training Aid
Torpedo Tube (Horizontal); Transmit Time
Tomahawk Technical Advisory
Tactical Tomahawk Bulletin; Tomahawk Technical Bulletin;
True Target Bearing
Tomahawk Tactical Commander’s Course
Theater Tomahawk Database Manager
Tomahawk Test & Evaluation
Trident Training Facilities
Time to First Fix
Tactical Training Group
Torpedo Tube Launch
Tomahawk Technical Note
Time to Normal Track
Tomahawk Tactical Processing System
Tomahawk Tactical Qualification Team
Tomahawk Transmitter System
Tactical Tomahawk Weapons Control System
TTWCS Operator
Tactical Tomahawk Weapons System
TTWCS Users Guide (v4), TTWS Users Guide (v5+)
Time Until Launch
Tomahawk Command Information Update Message; Time
Uncertainly Margin (TLAM)
ASUW Tasking Message
Thrust Vector Control
Tomahawk Workstation Center
Tomahawk Weapons Control Systems
Tomahawk Weapons Control System (V1)
Technical Working Group
Tomahawk Workstation Printer
TOMAHAWK Acronym List
TWS
TWTC
TX
TYCOM
U
UART
UAV
UB
UBWCS
UCD
UCP
UER
U/FOUO
UFO
UGM-109C
UGM-109D
UGM-109E
UH
UHF
UIC
UID
UIR
UK
ULA
ULSS
UMPS
UMRC
UMS
UPD
UPS
URE
URL
US
USB
USCENTCOM
USCINCCENT
SECTION C – Statement of Work - Attachment A (2-25-2011)
Tomahawk Weapons System
Tactical Weapons Training and Certifications
Transmit
Type Commander
Unclassified
Universal Asynchronous Receiver/Transmitter
Unmanned Aerial Vehicle
Unified Build
Underwater Battery Weapon Control System
Usable Completion Date
Universal Communications Processor
Update Sequence Number Exception Report
Unclassified/For Official Use Only
Ultra High Frequency Follow-On
Underwater Launched Surface Attack Guided Missile Land
Attack – Conventional (BLK III)
Underwater Launched Surface Attack Guided Missile Land
Attack – Submunitions
Underwater Launched Surface Attack Guided Missile Land
Attack – Conventional with Flush Air Intake nacelle option
Using Help
Ultra High Frequency
Unit Identification Code
Unique Identifier; User Impact Document
User Interface Rack
United Kingdom
Unauthorized Launch Analysis
User's Logistics Support Summary
Unscheduled Maintenance Procedures System
Unscheduled Maintenance Requirement Card
Ubiquitous Mission Distribution System Core
Update
Uninterruptible Power Supply: United Parcel Service
User Range Errors
Uniform Resource Locator
United States
Upper Side Band; Universal Serial Bus
United States Central Command
Commander-in-Chief, United States Central Command
TOMAHAWK Acronym List
USCINCEUR
USCINCJFCOM
USCINCPAC
USCOMJFCOM
USCOMPAC
USEUCOM
USJFCOM
USMTF
USN
USNORCOM
USPACOM
USPS
USS
USSOUTHCOM
USW
USWC
UTC
UTDB
UTM
UTP
UVEPROM
UX
v4
v5
v6
VA
VAB
VAC
VADS
Val/Ver
VARF
VCNO
VCT
VDA
VDC
VDD
VDM
VFIL
SECTION C – Statement of Work - Attachment A (2-25-2011)
Commander-in-Chief, United States European Command
Commander-in-Chief, Joint Forces Command
Commander-in-Chief, United States Pacific Command
United States Commander, Joint Forces Command
United States Commander, Pacific Command
United States European Command
United States Joint Forces Command
United States Message Text Format
United States Navy; Update Sequence Number
United States Northern Command
United States Pacific Command
United States Postal Service
United States Ship
United States Southern Command
Undersea Warfare
Undersea Warfare Commander
Coordinated Universal Time
Universal Targeting Database
Universal Transverse Mercator
Unshielded Twisted Pair
Ultraviolet Erasable Programmable Read-Only Memory
Unix
Version 4
Version 5
Version 6
Vital Area
Variable Action Button
Volts Alternating Current
Verdix Ada Development System
Validation/Verification
Version Accountability Report File
Vice Chief of Naval Operations
Volts Center Tap
Variable Dive Angle, Vertical Dive Angle
Volts Direct Current
Version Description Document
Variable Dive Maneuver
Valid Flight Software Identification List
TOMAHAWK Acronym List
VFK
VFL
VGA
VICD
VIDEOCON
VLA
VLDB
VLDS
VL-K
VL-S
VLS
VL/T
VMAN
VME
VMIL
VN
VNC
VOD
VOTS
VPF
VPL
VTA
VTC
VUP
W
WACBE
WAN
WAP
WASP
WBS
WC
WCC
WCF
WCIP
WCM
WCOC
WCP
SECTION C – Statement of Work - Attachment A (2-25-2011)
Variable Function Key
Vertical Flight Mode
Video Graphics Adapter
Vendor Item Control Drawing
Video Conference
Vertical Launch Anti-Submarine Rocket
Valid List Database
Very Large Data Storage
View-Link Keyboard
View-Link Switch
Vertical Launch System (SSN); Vertical Launching System
(Surface)
Vertical Launch/Tomahawk
Variable Function Key Manual
Versa Module Europa
Valid Missile Identification List
Version Number
Virtual Network Computing
Vertical Obstruction Data
Vertical Launch System Operational Test Set
Vector Product Format
Valid Platform List
Visual Targeting Aid
Video Teleconference
Vertical Update Point
watt
World Aeronautical Chart Basic Encyclopedia
Wide Area Network
Weapon Assignment Panel
Wrap Around Simulation Program
Work Breakdown Structure
Weapon Control
Weapon Control Console
Work Candidate File
Weapon Control Indicator Panel
Weapons Control Module
Weapon Control Officer Console
Weapon Control Processor
TOMAHAWK Acronym List
WCS
WCS SEIA
WCT
WDB
WDC
WDCEP
WDG
WDI
WEC
WEPS
WG
WGM
WGS
WGS-84
WHD
WILB
WILCO
WIM
WIZ
WLS
WMRM
WP
WPC
wpm
WPN
W/S
WS
WSESRB
WSF
WSM
WSN
WVS
XLAC-C
XLAC-D
XLAC-E
XMID
XMIT
SECTION C – Statement of Work - Attachment A (2-25-2011)
Weapon Control System; Weapon Control Server
Weapon Control System Engineering and Integration Agent
Weapon Compatibility Test
World Data Bank
Washington, District of Columbia
Weapons Deliver Circular Error Probability
Weapons Discharge Gear
Watch Dog Indicator
Westinghouse Electric Company
Weapons Officer
Working Group
Working Group Meeting
World Geodetic System
World Geodetic System 1984
Warhead
Weapons ID Line Bit
Will Comply
Weapons Interface Module
Wizard
Weapons Launch System
Write Many Read Many
Waypoint
Washington Planning Center; Workstation Processing Center
words per minute
Weapon
Workstation
Weapon Specification; Weapon System
Weapon System Explosives Safety Review Board
Weapons System File
Waterspace Management
Water Special Types, Navigation Aids; Weapons System
Navigation
World Vector Shoreline
Exercise Land Attack Conventional - C variant
Exercise Land Attack Conventional – D variant
Exercise Land Attack Conventional - E variant
Expanded Missile Identification
Transmit
TOMAHAWK Acronym List
XML
XO
XMT
XMTR
XREF
Y2K
yd
YN
yr
Zdo
ZTB
ZULU
SECTION C – Statement of Work - Attachment A (2-25-2011)
Extensible Markup Language
Executive Officer
Transmit
Transmitter
Cross-Reference
Year 2000
yard
Yeoman
year
Ship’s roll
Zoom to Burst
Time Zone indicator for Universal Time
Page 1
Quality Assurance Surveillance Plan
for the
TOMAHAWK Weapon Systems Life Cycle Management Support Contract
for
PMA-280 (Revision 3 – April 2014)
1. Purpose
This Quality Assurance Surveillance Plan (QASP) is a Government developed and applied
document used to make sure that systematic quality assurance methods are used in the
administration of the performance based service order. The intent is to ensure that the contractor
performs in accordance with the performance metrics and the Government receives the quality of
services called for in the order.
The contract requirement is for depot operations, acquisition documentation, missile readiness
management, technical products, Foreign Military Sales (FMS), financial services and
operational officer support of the TOMAHAWK Weapon Systems (TWS) for PMA-280. The
support services include All-Up-Round (AUR) Integrated Logistics Support (ILS); Weapon Control
System (WCS) ILS; financial support services; Nuclear IPT support; FMS ILS; Missile Systems IPT
support and Operations IPT support.
PMA-280 is the lead activity for research, systems engineering and integration, integrated
logistics support, test and evaluation and in-service engineering support of the TOMAHAWK
Weapon System, including:
Tomahawk Missiles
Tomahawk Weapon Control System
Tomahawk Intermediate Maintenance Activities
Tomahawk Missile Depot
This action will be met by awarding a single cost-plus-fixed-fee (CPFF)/Cost type task order
with one base year and two options. The estimated total value is $7.7M over a 3-year period.
The type of funds expected to be used for this acquisition (Base and Options) are Weapons
Procurement, Navy (WPN), Research and Development Test and Evaluation (RDT&E), O&MN
(Operations and Maintenance, Navy), Other Procurement, Navy (OPN), Shipbuilding and
Conversion, Navy (SCN) and Foreign Military Sales (FMS). Funding availability is dependent
on annual appropriations. The period of performance is 1 December 2012 – 30 November 2015.
The contract will be assigned to the cognizant DCMA office for administration and the
contractor’s performance will be monitored by the Contracting Officer Representative (COR).
The resulting contract vehicle will be a task order under the SeaPort-e multiple award contract.
A properly executed QASP will assist the Government in achieving the objectives of this
procurement.
Source Selection Information
See FAR 3.104 and 2.101
Page 2
2. Authority
Authority for issuance of this QASP is provided under Contract Section E – Inspection and
Acceptance, which provides for inspections and acceptance of the services and documentation
called for in task orders, to be executed by the Contracting Officer or a duly authorized
representative.
3. Scope
To fully understand the roles and responsibilities of the parties, it is important to first define the
distinction in terminology between Quality Control Plan and the QASP. The contractor, not the
Government, is responsible for management and quality control actions necessary to meet the
quality standards set forth by the contract. The QASP on the other hand, is put in place to
provide Government surveillance oversight of the contractor’s efforts to assure that they are
timely, effective and are delivering the results specified in the order.
4. Government Resources
The following definitions for Government resources are applicable to this plan:
Contracting Officer - A person duly appointed with the authority to enter into (Procuring
Contracting Officer (PCO)) or administer (Administrative Contracting Officer (ACO)) contracts
and make related determination and findings on behalf of the Government. The PCO for this
Task Order is AIR-2.5.1.4. The ACO will be designated in the resulting contract. Contracting
Officers are designated via a written warrant, which sets forth limitations of authority.
Contracting Officer Representative (COR) - An individual appointed in writing by the PCO to
act as their authorized representative to assist in the technical administration of the contract. A
COR will be appointed in the resulting contract award. The limitations of authority are
contained in a written letter of appointment. The COR does not have a warrant.
5. Responsibilities
The following Government resources shall have responsibility for the implementation of this
QASP:
Contracting Officer – The Contracting Officer ensures performance of all necessary actions for
effective contracting, ensures compliance with the terms and conditions of the contract and
safeguards the interests of the United States in the contractual relationship. It is the Contracting
Officer that assures the contractor receives impartial, fair and equitable treatment under the
contract. The Contracting Officer is ultimately responsible for the final determination of the
adequacy of the contractor’s performance.
Contracting Officer Representative (COR) – The COR is responsible for technical
administration of the contract and assures proper Government surveillance of the contractor’s
performance. The COR is not empowered to make any contractual commitments or to authorize
any changes on the Government’s behalf. Any changes that the contractor or COR deems may
affect contract price, terms, or conditions shall be referred to the Contracting Officer for action.
Source Selection Information
See FAR 3.104 and 2.101
Page 3
6. Methods of QA Surveillance
a. Contractor Performance Assessment Reporting System (CPARS) – The market
place for these services is very competitive. As such, the successful offeror has a vested interest
in the Government-generated CPARS ratings under this contract. Additionally, the CPARS
ratings will be the determinant in exercising an option. For this procurement the Government
will address the quality of product or service, schedule, cost control, business relations,
management, and other important areas. As this information may affect future source selections
throughout DoD, and the continuation of the order, the annual Government assessment will be
used appropriately as an additional performance oversight and communication tool with the
QASP.
b. QASP - The below listed methods of surveillance will be used by the COR in the
technical administration of this QASP. In addition to the below instructions, the form to be used
for documentation of quality assurance surveillance is the Surveillance Activity Checklist
(Enclosure (4)).
7. Surveillance
Enclosures (1), (2), and (3) set forth the performance standards, incentives, and surveillance
methods for the contractor and COR while enclosure (4) provides the checklist and means for the
COR to document the results of the surveillance. Enclosure (4) will be provided to the
Contracting Officer on a quarterly basis for inclusion into contract file.
8. Documentation
In addition to providing quarterly reports to the Contracting Officer, the COR will maintain a
complete Quality Assurance file. The file will contain copies of all reports, evaluations,
recommendations, and any actions related to the Government’s performance of the quality
assurance function, including the originals of the Quality Assurance Checklists. All such records
will be maintained for the life of the contract. The COR shall forward these records to the
Contracting Officer at termination or completion of the Order, or as needed if requested by the
Contracting Officer at other times.
9. Enclosures
Enclosure (1) – Performance Based Quality Standards
Enclosure (2) – Data Standards
Enclosure (3) – Incentives
Enclosure (4) – Surveillance Activity Checklists
Source Selection Information
See FAR 3.104 and 2.101
Page 4
Enclosure (1) - Performance Based Quality Standards
Description
Performance Standard
and Acceptable Quality
Level (AQL)
Surveillance
Method/Measure
Incentives
Provide qualified staff for new and
existing tasking in accordance with the
SOW.
The Contractor shall ensure
that a rapid response is
given in providing
Tomahawk Life-cycle
support with qualified staff
and that no key positions
are open longer than 75
days.
1. 100% Inspection by
the COR.
2. Customer Feedback
See
enclosure
(3).
Cost estimating and control.
The Contractor shall
provide accurate and
timely financial estimates,
quotes and expenditure
reporting. The Contractor
shall maintain a track of
actual cost to predicted cost
by 10% tolerance agreed to
by the customer.
1. 100% Inspection by
the COR.
2. Customer Feedback
See
enclosure
(3).
Technical support for SOW tasking.
The Contractor shall ensure
that a rapid response is
given in the completion of
tasking and maintain 95%
customer satisfaction with
task support and content of
monthly reports
1. 100% Inspection by
the COR.
2. Customer Feedback
See
enclosure
(3).
Security, administrative data, CLIN
expenditure reporting.
The Contractor shall
maintain at least 90%
accuracy of data in reports.
1. 100% Inspection by
the COR.
2. Customer Feedback
See
enclosure
(3).
Source Selection Information
See FAR 3.104 and 2.101
Page 5
Enclosure (2) - Data Standards
Description
Standard
AQL
Contractor’s Progress,
Status, and
Management Report
Submission is in
accordance with the
DID cited in the
CDRL.
90% of required
deliverables
provided on
time and with
no more than
one report per
year with
inaccuracies
that require a
re-write.
Submission is in
accordance with the
DID cited in the
CDRL.
CDRL A001
Funds and Man-Hour
Expenditure Report
CDRL A002
Tomahawk AUR
Logistics and Supply
Supportability
Management
Information
Surveillance
Method/Measure
100% Inspection
by COR and or
technical points of
contact as
indicated on the
CDRL
Incentives
90% of required
deliverables
provided on
time and with
no more than
one report per
year with
inaccuracies
that require a
re-write.
100% Inspection
by COR and or
technical points of
contact as
indicated on the
CDRL
See enclosure
(3).
Submission is in
accordance with the
DID cited in the
CDRL.
90% of required
deliverables
provided on
time and with
no more than
one report per
year with
inaccuracies
that require a
re-write.
100% Inspection
by COR and or
technical points of
contact as
indicated on the
CDRL
See enclosure
(3).
Submission is in
accordance with the
DID cited in the
CDRL.
90% of required
deliverables
provided on
time and with
no more than
one report per
year with
inaccuracies
that require a
re-write.
100% Inspection
by COR and or
technical points of
contact as
indicated on the
CDRL
See enclosure
(3).
CDRL A003
Tomahawk AUR
Failure Summary and
Analysis Report
CDRL A004
Source Selection Information
See FAR 3.104 and 2.101
See enclosure
(3).
Page 6
Description
Standard
AQL
Surveillance
Method/Measure
100% Inspection
by COR and or
technical points of
contact as
indicated on the
CDRL
Incentives
Tomahawk AUR
Monthly Metrics and
Inventory Report
Submission is in
accordance with the
DID cited in the
CDRL.
90% of required
deliverables
provided on
time and with
no more than
one report per
year with
inaccuracies
that require a
re-write.
Submission is in
accordance with the
DID cited in the
CDRL.
90% of required
deliverables
provided on
time and with
no more than
one report per
year with
inaccuracies
that require a
re-write.
100% Inspection
by COR and or
technical points of
contact as
indicated on the
CDRL
See enclosure
(3).
Submission is in
accordance with the
DID cited in the
CDRL.
90% of required
deliverables
provided on
time and with
no more than
one report per
year with
inaccuracies
that require a
re-write.
100% Inspection
by COR and or
technical points of
contact as
indicated on the
CDRL
See enclosure
(3).
Submission is in
accordance with the
DID cited in the
CDRL.
90% of required
deliverables
provided on
time and with
no more than
one report per
year with
inaccuracies
that require a
re-write.
100% Inspection
by COR and or
technical points of
contact as
indicated on the
CDRL
See enclosure
(3).
Submission is in
accordance with the
DID cited in the
CDRL.
90% of required
deliverables
provided on
time and with
no more than
one report per
year with
inaccuracies
that require a
re-write.
100% Inspection
by COR and or
technical points of
contact as
indicated on the
CDRL
See enclosure
(3).
CDRL A006
TWCS Logistics and
Supply Supportability
Management
Information
CDRL A007
Tomahawk Weapon
System Technical
Report
CDRL A008
Tomahawk Weapon
System WAR and Plan
of the Week
CDRL A009
Tomahawk Block II
Retirement Plan
CDRL A010
Source Selection Information
See FAR 3.104 and 2.101
See enclosure
(3).
Page 7
Description
Standard
AQL
Surveillance
Method/Measure
100% Inspection
by COR and or
technical points of
contact as
indicated on the
CDRL
Incentives
Tomahawk Weapon
System PSD and PTD
Documentation
Submission is in
accordance with the
DID cited in the
CDRL.
90% of required
deliverables
provided on
time and with
no more than
one report per
year with
inaccuracies
that require a
re-write.
Submission is in
accordance with the
DID cited in the
CDRL.
90% of required
deliverables
provided on
time and with
no more than
one report per
year with
inaccuracies
that require a
re-write.
100% Inspection
by COR and or
technical points of
contact as
indicated on the
CDRL
See enclosure
(3).
Submission is in
accordance with the
DID cited in the
CDRL.
90% of required
deliverables
provided on
time and with
no more than
one report per
year with
inaccuracies
that require a
re-write.
100% Inspection
by COR and or
technical points of
contact as
indicated on the
CDRL
See enclosure
(3).
Submission is in
accordance with the
DID cited in the
CDRL.
90% of required
deliverables
provided on
time and with
no more than
one report per
year with
inaccuracies
that require a
re-write.
100% Inspection
by COR and or
technical points of
contact as
indicated on the
CDRL
See enclosure
(3).
Submission is in
accordance with the
DID cited in the
CDRL.
90% of required
deliverables
provided on
time and with
no more than
one report per
year with
inaccuracies
that require a
re-write.
100% Inspection
by COR and or
technical points of
contact as
indicated on the
CDRL
See enclosure
(3).
CDRL A011
Tomahawk Missile
Systems Technical
Reports
CDRL A012
Tomahawk FMS
Logistics Management
Information
CDRL A014
Trip Report
CDRL A015
OPSEC Plan
CDRL A016
Source Selection Information
See FAR 3.104 and 2.101
See enclosure
(3).
Page 8
Description
Standard
AQL
Incurred Cost and
Progress Reporting for
Services
Submission is in
accordance with the
DID cited in the
CDRL and the
instructions in
Attachment 7.
90% of required
deliverables
provided on
time and with
no more than
one report per
year with
inaccuracies
that require a
re-write.
CDRL A017
Source Selection Information
Surveillance
Method/Measure
100% Inspection
by COR and or
technical points of
contact as
indicated on the
CDRL
See FAR 3.104 and 2.101
Incentives
See enclosure
(3).
Page 9
Enclosure (3) - Incentives
The following incentives shall apply to performance under this order.
Assessment Period
Acceptable
Performance
Definition
How Measured
Incentives
Award to Completion
All measurement areas rated
“Satisfactory” or above. See
Enclosure (3)
Review of monthly
surveillance activity
checklists.
(+) Receive a positive CPAR
assessment.
(-) Does not meet the
acceptable performance
definition as a condition for
exercise of either Option 1 or
Option 2.* Receive a negative
CPAR assessment.
* The Government reserves the right to not exercise options unless all regulatory
requirements are met and the contractor meets the acceptable performance definition.
All SOW/CDRL tasks, including SOW/CDRL sub-tasks, will be assessed focusing
on the following.
Quality of Product or Service – Assess the contractor’s effort to transform operational
needs and requirements into an integrated solution. Areas of focus may include the
planning and management of program tasks, the quality of support provided throughout
all phases of contract execution, the integration of program management specialties,
management of interfaces, and the management of a totally integrated effort of all
program management concerns to meet cost, performance, and schedule objectives.
Assess how successfully the contractor meets program quality.
Schedule – Assess the contractor’s adherence to the required performance schedule by
assessing the contractor’s efforts during the assessment period that contribute to or effect
the schedule variance. Also address significance of scheduled events (i.e., design
reviews), discuss causes, and assess the effectiveness of contractor Corrective actions.
Cost Control – Assess the contractor’s effectiveness in forecasting, managing, and
controlling contract cost. Is the contractor experiencing cost growth or underrun? If so,
discuss the causes and the contractor-proposed solutions for the cost overruns. For
contracts where task or contract sizing is based upon contractor provided person-hour
estimates, the relationship of these estimates to ultimate cost should be assessed. In
addition, the extent to which the contractor demonstrates a sense of cost responsibility,
through the efficient use of resources in each work effort should be assessed.
Management Responsiveness – Assess the timelines, completeness and quality of
problem identification, corrective action plans, proposal submittals, the contractor’s
reasonable and cooperative behavior, effective business relations, and customer
satisfaction. Consider the contractor’s responsiveness to the program as it relates to
meeting contract requirements during the period covered by the report.
Other areas – Assess additional evaluation areas unique to the contract that cannot be
captured elsewhere.
Source Selection Information
See FAR 3.104 and 2.101
Page 10
The evaluation ratings are as follows:
Exceptional – Performance meets contractual requirements and exceeds many to the
Government’s benefit. The contractual performance of the task and sub-task being
assessed was accomplished with few minor problems for which corrective actions taken
by the contractor were highly effective.
Very Good - Performance meets contractual requirements and exceeds some to the
Government’s benefit. The contractual performance of the task and sub-task being
assessed was accomplished with some minor problems for which corrective actions taken
by the contractor were effective.
Satisfactory - Performance meets contractual requirements. The contractual performance
of the task and sub-task contain some minor problems for which corrective actions taken
by the contractor appear or were satisfactory.
Marginal - Performance does not meet most contractual requirements. The contractual
performance of the task and sub-task being assessed reflect a serious problem for which
the contractor has not yet identified corrective actions. The contractor’s proposed actions
appear only marginally effective or were not fully implemented.
Unsatisfactory – Performance does not meet most contractual requirements and recovery
is not likely in a timely manner. The contractual performance of the task or sub-task
contains a serious problem(s) for which the contractor’s actions were ineffective.
Source Selection Information
See FAR 3.104 and 2.101
Page 11
Enclosure (4) - Surveillance Activity Checklists
Monthly Surveillance:
The COR will perform a monthly assessment of Quality, Schedule, Cost Control, Management Responsiveness, Utilization of Small Business and Other Areas as
applicable utilizing the CPARS evaluation rating definitions listed in enclosure 3.
Description
Surveillance
Method/Measure
Provide qualified staff for
new and existing tasking
in accordance with the
SOW.
Cost estimating and
control.
1. 100% Inspection by
the COR.
2. Customer Feedback
Technical support for
SOW tasking.
1. 100% Inspection by
the COR.
2. Customer Feedback
Security, administrative
data, CLIN expenditure
reporting.
1. 100% Inspection by
the COR.
2. Customer Feedback
Contractor’s Progress,
Status, and Management
Report
CDRL A001
100% Inspection by
PMA-280 COR.
Funds and Man-Hour
Expenditure Report
CDRL A002
100% Inspection by
PMA-280 COR.
Date
Planned
Date
Completed
Quality
Schedule
Cost
Control
1. 100% Inspection by
the COR.
2. Customer Feedback
Source Selection Information
See FAR 3.104 and 2.101
Mgmt
Respons.
Other
Page 12
Description
Tomahawk AUR
Logistics and Supply
Supportability
Management Information
Surveillance
Method/Measure
Date
Planned
Date
Completed
Quality
Schedule
Cost
Control
100% Inspection by
PMA-280 COR.
CDRL A003
Tomahawk AUR Failure
Summary and Analysis
Report
100% Inspection by
PMA-280 COR.
CDRL A004
Tomahawk AUR
Monthly Metrics and
Inventory Report
100% Inspection by
PMA-280 COR.
CDRL A006
TWCS Logistics and
Supply Supportability
Management Information
100% Inspection by
PMA-280 COR.
CDRL A007
Tomahawk Weapon
System Technical Report
100% Inspection by
PMA-280 COR.
CDRL A008
Tomahawk Weapon
System WAR and Plan of
the Week
100% Inspection by
PMA-280 COR.
CDRL A009
Source Selection Information
See FAR 3.104 and 2.101
Mgmt
Respons.
Other
Page 13
Description
Tomahawk Block II
Retirement Plan
Surveillance
Method/Measure
Date
Planned
Date
Completed
Quality
Schedule
Cost
Control
100% Inspection by
PMA-280 COR.
CDRL A010
Tomahawk Weapon
System PSD and PTD
Documentation
100% Inspection by
PMA-280 COR.
CDRL A011
Tomahawk Missile
Systems Technical
Reports
100% Inspection by
PMA-280 COR.
CDRL A012
Tomahawk FMS
Logistics Management
Information
100% Inspection by
PMA-280 COR.
CDRL A014
Trip Report
100% Inspection by
PMA-280 COR.
CDRL A015
OSPEC Plan Draft
100% Inspection by
PMA-280 COR.
CDRL A016
Incurred Cost and
Progress Reporting for
Services
100% Inspection by
PMA-280 COR.
CDRL A017
Source Selection Information
See FAR 3.104 and 2.101
Mgmt
Respons.
Other
Page 14
Monthly Summary of Ratings:
Quality
Number of Exceptional
Number of Very Good
Number of Satisfactory
Number of Marginal
Number of Unsatisfactory
____
____
____
____
____
Schedule
Number of Exceptional
Number of Very Good
Number of Satisfactory
Number of Marginal
Number of Unsatisfactory
____
____
____
____
____
Cost Control
Number of Exceptional
Number of Very Good
Number of Satisfactory
Number of Marginal
Number of Unsatisfactory
____
____
____
____
____
Management
Number of Exceptional
Number of Very Good
Number of Satisfactory
Number of Marginal
Number of Unsatisfactory
____
____
____
____
____
Other Areas
Number of Exceptional
Number of Very Good
Number of Satisfactory
Number of Marginal
Number of Unsatisfactory
____
____
____
____
____
Source Selection Information
See FAR 3.104 and 2.101
Page 15
Annual Surveillance:
The COR will perform an annual assessment of overall contract performance utilizing the CPARS
evaluation rating definitions listed in enclosure 3 and the monthly summary of ratings.
Description
Surveillance Method/
Measure
Date Planned
Quality of Product or
Service
Review of Monthly
Ratings.
TBD
Schedule
Review of Monthly
Ratings.
TBD
Cost Control
Review of Monthly
Ratings
TBD
Management
Responsiveness
Review of Monthly
Ratings
TBD
Other Areas
Review of Monthly
Ratings
TBD
Source Selection Information
Date Completed
See FAR 3.104 and 2.101
Summary
Rating/Results
LOCATOR
PLEASE PRINT (All civilian, military and contractor
be processed. See next page for Form Instructions
personnel need to complete ALL blocks if applicable.) Incomplete forms cannot
EFFECTIVE DATE OF CHANGE: ___________
SSN# ________________ NAME: ________________________________________ ___________________
(Last)
(First)
_________ _______
(Initial)
(Suffix)
*BRANCH: __________ RANK (MILITARY ONLY): __________ SERIES: __________ PAY PLAN (GS,GM,WG): __________ GRADE: __________
CITIZENSHIP: __________________ NICKNAME: ___________ COMPETENCY CODE: ________ POSITION TITLE: _________________
UIC#: _________ *SITE: ______ *BLDG#: _________ SUITE#: ________ ROOM#__________ ZONE/UNIT#: ______
PHYSICAL LOCATION: ________________________________________
TELEPHONE #: COMMERCIAL: (First#)___________________ (Second#) ___________________ FAX: ___________________
*see instructions on next page for detailed information
CONTRACTOR PERSONNEL ONLY:
NAME OF COMPANY: _____________________________________________________________
CONTRACT #: ___________________________________ EXPIRATION DATE: __________ EMP START DATE: __________
CONTRACT #: ___________________________________ EXPIRATION DATE: __________ EMP START DATE: __________
PAX CIVIL SERVICE or MILITARY POC: ______________________ PHONE #: ____________ SIGNATURE OF POC: ____________________
COMMENTS (Reason for request):
Return completed form to CST2, Bldg 2185, Ste 1230 Attn: Locator updates or Fax: 342-7023
Some data is updated via downloads from other systems such as MMDB, MDCPDS, etc.
Revised 05/04.
Privacy Act of 1974: This form contains identifiable personal data which is to be safeguarded pursuant to the Privacy Act of 1974. This information is to be released only to
authorized personnel having a need to know for official uses. When not in use this form is to be stored in a locked cabinet or secured room.
FORM INSTRUCTIONS
SSN
Provide Social Security Number.
NAME
Last Name/Last Name/Middle Initial/Suffix: Provide Last name, First Name, and Middle Initial. Suffix: JR, SR, III, etc.
BRANCH
Select from the following list of values: MIL NAVY SERVICE MEMBER, MILM MARINE SERVICE MEMBER, MILA AIR FORCE SERVICE MEMBER,
MILY ARMY SERVICE MEMBER, MILC COAST GUARD SERVICE MEMBER, MILR MILITARY RESERVES, MILF FOREIGN MILITARY OFFICER,
CIV CIVILIAN EMPLOYEE, CIVI CIVILIAN INTERN, CIVX CIVILIAN OTHER AGENCIES, CIVF CIVILIAN FOREIGN GOVERNMENT,
CON CONTRACTOR EMPLOYEE ON-SITE, CONO CONTRACTOR EMPLOYEE OFF-SITE, CONF CONTRACTOR FOREIGN NATIONAL
RANK (Military Only)/SERIES/GRADE
Provide the rank, series type, and alpha-numeric grade designator. Example: LT, 6412, O3
PAY PLAN/SERIES/GRADE (Civil Service)
Provide the series, pay plan, and grade. Example: GS-0343-09
CITIZENSHIP
Country of Citizenship: Provide the two-letter abbreviation. If Foreign National, please contact your on-site security team or Competency 7.4.1 at 301-342-9660.
NICKNAME
Provide a name you use other than your first, middle, or last name.
COMPETENCY CODE
Competency Code supported: Provide/List the competency code you support. Example: 4.5.1.0.0.0
POSITION TITLE
Example: Management Analyst
UIC
Provide the 5-digit numeric identification code of the Competency/Command you are supporting. Example: 00421.
SITE
Site Code: Select from the following sites where you will be performing work: A=NAWCAD/NAS Patuxent River, T= NAWCAD Webster Field, V=NAVAIR HQ Patuxent
River/Webster Field, W=NAVAIR HQ Crystal City, B=NAWCAD Lakehurst, G=TSD Orlando, M=Pensacola, D=China Lake, E=Point Mugu, H=Jacksonville, J=Cherry
Point, K=North Island, L=NAMRA Naples, S=NAPRA Japan, N = NATEC
BUILDING/SUITE/ROOM NUMBER
(ON-SITE) Building/Suite/Room Number: Provide a valid ON-SITE building, suite, and room number where you will be working.
(OFF-SITE) Enter “off-site” in the space provided. Provide the complete mailing address. Example: 12345 John Doe Lane, City, State and Zip Code
ZONE/UNIT NUMBER Provide the zone or unit mail stop number.
PHYSICAL LOCATION
City/State of exact location of employment.
TELEPHONE/FAX
Phone/Fax Number: Provide main phone and Fax number.
Contractor Data: TO BE COMPLETED BY PAX CIVIL SERVICE OR MILITARY POC
Name of Company: Provide the official company name.
Contract Number(s): Provide the 13-character contract number(s) that the contractor will be working under. (Example: N0042196D0006)
Expiration Date: Provide the expiration date of the contract or delivery order. dd-mmm-yyyy
Employee Start Date: Provide the date the employee will begin work.
PAX Civil Service or Military POC/Phone Number/Signature: Provide name, phone number, and signature of PAX point of contact.
COMMENTS: Provide the reason for request. Example: WPS access
Privacy Act of 1974: This form contains identifiable personal data which is to be safeguarded pursuant to the Privacy Act of 1974. This information is to be released only to
authorized personnel having a need to know for official uses. When not in use this form is to be stored in a locked cabinet or secured room.
2
DATA ITEM TRANSMITTAL/ACCEPTANCE/REJECTION FORM
Contract N00178-11-D-6495 M801
CLIN/ELIN:
/
Block 14 Distribution:
Other:
TITLE: ____________________________
Doc. Ref. No.:
Date_____________________
From: ______________________________________
To: Naval Air Warfare Center, Aircraft Division, ____________________________ _____________, Code
, Patuxent River, MD 20670ATTN:_______ _
The above detailed CDRL item is forwarded for review and acceptance/ rejection. This item is due
. The
Government review period is
days.
Sincerely,
Signature:_________________________________________
Typed Name/Title: _____________________________________
FIRST ENDORSEMENT:
Date Received:
[ ] Accepted.
[ ] Accepted. Attached comments must be incorporated into the next scheduled submission. (This block is for
use with periodically submitted items only.)
[ ] Rejected, comments attached.
Change pages [ ] are [ ] not sufficient for correction.
Contractor is allowed [ ] 30 days or [ ]
days to resubmit.
Signature:_____________________________________________ Code:__________
Typed Name/Title:______________________________________ Date:___________
VIA:
Date:
To be completed by First Endorser:
[ ]Second Endorsement is only required when either acceptance is conditional or if there is a rejection
of a deliverable.
SECOND ENDORSEMENT:
[ ] Accepted conditionally. Attached comments must be incorporated in the next scheduled submission.
[ ] Rejected, comments attached. Resubmit no later than
.
Signature:_____________________________________________
Typed Name/Title:______________________________________Date:___________
Contracting Officer
[ ] CC w/Encl.:
[ ] CC w/o Encl.:
NAWCTSD 4330/60 (3/94) Deviation 1/2013 NAWCAD
Attachment X
ContractAttachment5IncurredCost
Incurred Cost and Progress Reporting for Services
Instructions
Instructions to Prime Contractors for completing "Incurred Cost and Progress Reporting for Services" Data Tables (v. 11/28/2012)
"Labor Categories" tab
COLUM
N
COLUMN HEADING
A
Labor Category
DESCRIPTION OF DATA UNDER THIS COLUMN HEADING
Do not enter anything into or remove anything from this column , which is pre-populated by the Contracting Officer; the categories
listed in this column will populate the dropdowns in column B of the "Invoiced Labor" tab and column B of the "If Individuals > Hourly
Tripwire" tab.
"Header" tab (This tab will only contain one row of information, which applies to all data on other tabs)
ROW
COLUMN HEADING
A
Contract Number
B
Task Order Number (or NA)
C
D
E
F
Performance Period
Base/Option Period Start Date
Base/Option Period End Date
Prime Contractor Name
G
Report Date
H
I
Invoice Period Start Date
Invoice Period End Date
DESCRIPTION OF DATA UNDER THIS COLUMN HEADING
Enter in X%######X#### format, where % refers to a letter or a number (e.g. FA812209G0001, a non-NAVAIR IDIQ contract vehicle).
If an F-type contract (e.g. N0042113F0001) has been awarded under a GSA contract (e.g. GS35F4670G), list the F-type contract
number here. Do not includes dashes. Spell and format entry the same on every submission of the CDRL.
Enter in %%## format, where % refers to a letter or a number (e.g. 0001, M801, or 3Y01). Spell and format entry the same on every
submission of the CDRL. Enter NA if not applicable.
Select from dropdown one of these six responses: Base, Option_1, Option_2, Option_3, Option_4, Other
Enter in MM/DD/YYYY format, as stated in contract/task order award document
Enter in MM/DD/YYYY format, as stated in contract/task order award document
Spell out full Prime Contractor Company Name. Spell and format entry the same on every submission of the CDRL.
Enter date on which the "Incurred Cost and Progress Reporting CDRL" is submitted to the COR. MM/DD/YYYY format.
Enter in MM/DD/YYYY format. Should be day after the previously-submitted CDRL's "Invoice Period End Date."
Enter in MM/DD/YYYY format.
"Invoice Summary" tab (This tab will only contain one row of information for each vendor, i.e. prime or subcontractor)
COLUM
N
COLUMN HEADING
A
Subcontractor Name (or NA)
B
Prime's Subcontractor PassThrough Rate
C
Total Fully-Burdened Labor,
Current
D
Total Fully-Burdened ODCs
(Material), Current
E
Total Fully-Burdened ODCs
(Other), Current
F
Total Invoiced Amount, Current
G
Total Fully-Burdened Labor,
Cumulative
H
Total Fully-Burdened ODCs
(Material), Cumulative
I
Total Fully-Burdened ODCs
(Other), Cumulative
DESCRIPTION OF DATA UNDER THIS COLUMN HEADING
Enter NA on the first row if data on the rest of the row refers to the Prime Contractor's invoiced costs and rates. Complete an
additional row for each and every Subcontractor, spelling out the full Subcontractor Company Name. Spell and format each
Subcontractor Company Name the same on every submission of the CDRL.
Prime Contractor enters the average Pass-Through Rate (including subcontractor handling and prime contractor fee if applicable)
applied to each individual Subcontractor's Labor and/or ODCs during the current invoice period in ##.##% format. Enter NA if not
applicable (such as on the row that includes the Prime Contractor's Labor Costs and ODCs).
Enter the Total Fully-Burdened Labor costs invoiced for the current invoice period. Enter numbers only, in U.S. Dollar format
$#,###.## rounded to the nearest cent. Fully-Burdened Labor costs shall include fringe, overhead, G&A, subcontractor pass-through
rate, and fee on total cost. Enter 0 (zero) if not applicable.
Enter the Total Fully-Burdened Other Direct Costs (ODCs), for Materials only, invoiced for the current invoice period. Enter numbers
only, in U.S. Dollar format $#,###.## rounded to the nearest cent. Fully-Burdened Material ODC costs shall include fringe, overhead,
G&A, subcontractor pass-through rate, and fee on total cost. Enter 0 (zero) if not applicable.
Enter the Total Fully-Burdened Other Direct Costs (ODCs), for items other than Materials (such as Travel, Material, NMCI, and Cost of
Money) invoiced for the current invoice period. Enter numbers only, in U.S. Dollar format $#,###.## rounded to the nearest cent.
Fully-Burdened ODC (Other) costs shall include fringe, overhead, G&A, subcontractor pass-through rate, and fee on total cost. Enter
0 (zero) if not applicable.
Auto-calculated, equal to the sum of Columns C+D+E. The total of all entries in this column should equal the total amount invoiced
for the current invoice period (do not enter a total row in this column, however).
Enter the Total Fully-Burdened Labor costs invoiced, cumulative for the applicable performance period (e.g. Base or Option_#). Enter
numbers only, in U.S. Dollar format $#,###.## rounded to the nearest cent. Fully-Burdened Labor costs shall include fringe, overhead,
G&A, subcontractor pass-through rate, and fee on total cost. Enter 0 (zero) if not applicable.
Enter the Total Fully-Burdened Other Direct Costs (ODCs), for Materials only, invoiced, cumulative for the applicable performance
period (e.g. Base or Option_#). Enter numbers only, in U.S. Dollar format $#,###.## rounded to the nearest cent. Fully-Burdened
Material ODC costs shall include fringe, overhead, G&A, subcontractor pass-through rate, and fee on total cost. Enter 0 (zero) if not
applicable.
Enter the Total Fully-Burdened Other Direct Costs (ODCs), for items other than Materials (such as Travel, Material, NMCI, and Cost of
Money) invoiced, cumulative for the applicable performance period (e.g. Base or Option_#). Enter numbers only, in U.S. Dollar
format $#,###.## rounded to the nearest cent. Fully-Burdened ODC (Other) costs shall include fringe, overhead, G&A, subcontractor
pass-through rate, and fee on total cost. Enter 0 (zero) if not applicable.
Page 1 of 4
ContractAttachment5IncurredCost
Incurred Cost and Progress Reporting for Services
Instructions
J
Total Invoiced Amount,
Cumulative
Auto-calculated, equal to the sum of Columns G+H+I. The total of all entries in this column should equal the total amount invoiced
for the current performance period (e.g. Base or Option_#) (do not enter a total row in this column, however).
Page 2 of 4
ContractAttachment5IncurredCost
Incurred Cost and Progress Reporting for Services
Instructions
"Invoiced Labor" tab
COLUM
N
COLUMN HEADING
A
Subcontractor Name (or NA)
B
C
D
E
F
G
Labor Category
See instructions for this column heading in the "Instructions to Contractors for each field on 'Invoice Summary' tab" above
Select from dropdown one of the government-designated labor categories on the "Labor Categories" tab, pre-filled at time of
contract award by the Contracting Officer, in each row as needed; these are the only Labor Categories that may be listed on this CDRL
template and for which labor hours may be invoiced, throughout the life of the contract or task order, and the spelling and
formatting must be the same on every submission of the CDRL. Note: The purpose of requiring invoicing according to governmentdesignated Labor Categories is to support internal government planning and spend analysis. For performance based services, the
provision of government-designated Labor Categories is not intended to restrict the Contractor from invoicing for what they
determine to be the most efficient and effective mix of labor categories to perform the required work. Contractors are referred to the
Statement of Work (SOW)/Performance Work Statement (PWS) for details on the work required to assist them with making a
judgment call as to the equivalent government-designated Labor Category to the labor categories that their company uses in their
accounting system; in some but not all SOWs/PWSs, government-designated Labor Category qualifications will be described in detail.
Number of Personnel, per Labor
Category, Current
Enter the number of individual personnel in the Labor Category for whom labor hours are invoiced in the current invoice period.
Total Labor Hours Expended, per Enter the Total Labor Hours invoiced for the current invoice period performed by personnel associated with the Labor Category.
Labor Category, Current
Enter numbers only, format #,### rounded to the nearest whole hour.
Enter the Fully-Burdened Labor Rates per Hour invoiced for the current invoice period for personnel associated with the Labor
Fully-Burdened Labor Rate per
Category. Enter numbers only, in U.S. Dollar format $###.## rounded to the nearest cent. Fully-Burdened Labor Rates shall include
Hour, per Labor Category, Current
fringe, overhead, G&A, subcontractor pass-through rate, and fee on total cost.
Total Fully-Burdened Labor Cost,
per Labor Category, Current
Auto-calculated, equal to the product of Column C times Column D.
Enter the Total Labor Hours invoiced for the applicable performance period (e.g. Base or Option_#) performed by personnel
Total Labor Hours Expended, per associated with the Labor Category. Enter numbers only, format #,### rounded to the nearest whole hour. Note: For internal
Labor Category, Cumulative
analysis of the size of the government workforce, the government will calculate the Contractor's actual number of Full-Time
Equivalent personnel (FTEs) by dividing the Contractor's Total Labor Hours Expended by a standard number of hours/year (e.g.
NAVAIR currently calculates FTEs using 1,920 hours/year, whereas DoD calculated FTEs in FY11 using 2,088 hours/year).
H
Fully-Burdened Labor Rate per
Hour, per Labor Category,
Cumulative
I
Total Fully-Burdened Labor Cost,
per Labor Category, Cumulative
J
DESCRIPTION OF DATA UNDER THIS COLUMN HEADING
Any Individuals Exceed a
Functional Area Tripwire Rate?
Enter the Fully-Burdened Labor Rates per Hour invoiced for the applicable performance period (e.g. Base or Option_#) for personnel
associated with the Labor Category. Enter numbers only, in U.S. Dollar format $###.## rounded to the nearest cent. Fully-Burdened
Labor Rates shall include fringe, overhead, G&A, subcontractor pass-through rate, and fee on total cost.
Auto-calculated, equal to the product of Column F times Column G.
Select response from dropdown. Select "YES" if the Contractor or Subcontractor on that row has invoiced at any time during the
current invoice or performance period (e.g. Base or Option_#) for any individual under the applicable Labor Category whose FullyBurdened Labor Rate per Hour exceeds the Functional Area Tripwire Rate listed on the "Labor Categories" tab. Otherwise select
"NO". If "YES", the "If Individuals > Hourly Tripwire" tab must be completed.
"If Individuals > Hourly Tripwire" tab (Note: data on this tab should be cumulative for the performance period)
COLUM
N
COLUMN HEADING
A
Subcontractor Name (or NA)
B
Labor Category
C
D
E
F
DESCRIPTION OF DATA UNDER THIS COLUMN HEADING
See instructions for this column heading in the "Instructions to Contractors for each field on 'Invoice Summary' tab" above
See instructions for this column heading in the "Instructions to Contractors for each field on 'Invoiced Labor tab" above
For each individual Contractor employee meeting the requirements described in the "Any Individuals Exceed a Functional Area
Tripwire Rate?" instructions above for the "Invoiced Labor" tab instructions, enter a different title in the form of FTE## (e.g. FTE01,
FTE02, etc.) for each individual to distinguish them from one another. Do not enter the individual's name into the template; rather,
provide that information separately in accordance with the requirements of NAVAIR Clause 5252.232-9529, if requested.
Individual's Total Labor Hours Enter the Total Labor Hours invoiced for the current invoice period performed by the applicable individual. Enter numbers only,
Expended, Current
format #,### rounded to the nearest whole hour.
Enter the Fully-Burdened Labor Rate per Hour invoiced for the current invoice period performed by the applicable individual. Enter
Individual's Fully-Burdened Labor
numbers only, in U.S. Dollar format $###.## rounded to the nearest cent. Fully-Burdened Labor Rates shall include fringe, overhead,
Rate per Hour, Current
G&A, subcontractor pass-through rate, and fee on total cost.
Individual's Total Fully-Burdened
Labor Cost, Current
Auto-calculated, equal to the product of Column D times Column E.
Individual Designator
Page 3 of 4
ContractAttachment5IncurredCost
Incurred Cost and Progress Reporting for Services
Instructions
G
H
I
Individual's Total Labor Hours
Expended, Cumulative
Enter the Total Labor Hours invoiced for the applicable performance period (e.g. Base or Option_#) performed by the applicable
individual. Enter numbers only, format #,### rounded to the nearest whole hour.
Individual's Fully-Burdened Labor Enter the Fully-Burdened Labor Rate per Hour invoiced for the applicable performance period (e.g. Base or Option_#) performed by
Rate per Hour, Cumulative
the applicable individual. Enter numbers only, in U.S. Dollar format $###.## rounded to the nearest cent. Fully-Burdened Labor Rates
shall include fringe, overhead, G&A, subcontractor pass-through rate, and fee on total cost.
Individual's Total Fully-Burdened
Labor Cost, Cumulative
Auto-calculated, equal to the product of Column G times Column H.
Page 4 of 4
ContractAttachment5IncurredCost
Incurred Cost and Progress Reporting for Services
Labor Categories
Labor Category
PROGRAM MANAGER
SENIOR LOGISTICIAN
SENIOR LOGISTICIAN
SENIOR LOGISTICIAN
SENIOR LOGISTICIAN
SENIOR SYSTEMS ANALYST
SENIOR SYSTEMS ANALYST
SENIOR SYSTEMS ANALYST
LOGISTICS SPECIALIST
LOGISTICS SPECIALIST
LOGISTICS SPECIALIST
LOGISTICS ANALYST
Functional Area
Admin
Admin
Admin
Business
Business
Business
Business
Business
Business
Business
Logistician
Logistician
Logistician
Logistician
Logistician
Logistician
Logistician
Logistician
Logistician
Logistician
Logistician
Logistician
Logistician
Logistician
IT
IT
IT
IT
IT
IT
IT
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
Engineer
PM
PM
PM
PM
PM
PM
PM
PM
Page 1 of 2
Reference Only: Functional Area Tripwires
Tripwire Rate (Hourly)
Labor Category
$
50.00 Administrative Assistant
$
50.00 Senior Administrative Assistant
$
50.00 Technical Librarian
$
100.00 Auditors
$
100.00 Financial Analyst
$
100.00 Financial Manager
$
100.00 Senior Contract Administrator
$
100.00 Senior Financial Analyst
$
100.00 Teacher
$
100.00 Training Specialist
$
100.00 Acquisition Logistics Manager
$
100.00 Data Specialist
$
100.00 Junior Logistics Manager
$
100.00 Logistician
$
100.00 Logistics Analyst
$
100.00 Logistics Engineer
$
100.00 Logistics Technician
$
100.00 Meteorologist
$
100.00 Senior Acquisition Logistics Manager
$
100.00 Senior Logistician
$
100.00 Senior Logistics Analyst
$
100.00 Senior Logistics Manager
$
100.00 Senior Operations Logistics Manager
$
100.00 Technical Writer
$
122.00 Computer Analyst
$
122.00 Computer Scientist
$
122.00 Computer Specialist
$
122.00 MIS Specialist
$
122.00 Senior Computer Scientist
$
122.00 Senior Computer Specialist
$
122.00 Software Analyst
$
130.00 Analyst
$
130.00 Computer Engineer
$
130.00 Computer Programmer
$
130.00 Cost Analyst
$
130.00 Engineer
$
130.00 Engineering/Electronics Technician
$
130.00 Field Engineer
$
130.00 Flight & Academic Instructors
$
130.00 Flight Demonstration
$
130.00 Operations Research Analyst
$
130.00 Safety Engineer
$
130.00 Senior Analyst
$
130.00 Senior Engineer
$
130.00 Senior Engineering/Electronics Technician
$
130.00 Senior Field Engineer
$
130.00 Senior Logistics Engineer
$
130.00 Senior Maintenance Technician
$
130.00 Senior Research Specialist
$
130.00 Senior Software Engineer
$
130.00 Senior System Analyst
$
130.00 Senior Systems Specialist
$
130.00 Senior Test Engineer
$
130.00 Senior Training Specialist
$
130.00 Subject Matter/Technical Expert
$
130.00 Systems Analyst
$
130.00 Systems Engineer
$
130.00 Technician
$
130.00 Test Pilot
$
130.00 Acquisition Analyst
$
130.00 Configuration Management Specialist
$
130.00 Documentation Specialist
$
130.00 Management Analyst
$
130.00 Professional (P1-PVI)
$
130.00 Program Analyst
$
130.00 Program Manager
$
130.00 Project Manager
ContractAttachment5IncurredCost
Incurred Cost and Progress Reporting for Services
Labor Categories
Labor Category
PROGRAM MANAGER
Functional Area
PM
PM
PM
Page 2 of 2
Reference Only: Functional Area Tripwires
Tripwire Rate (Hourly)
Labor Category
$
130.00 Senior Acquisition Analyst
$
130.00 Senior Consultant
$
130.00 Task Manager
ContractAttachment5IncurredCost
Incurred Cost and Progress Reporting for Services
Header
Contract Number
Task Order
Number (or NA)
Performance
Period
Base/Option Period Base/Option Period
Start Date
End Date
Page 1 of 1
Prime Contractor
Name
Report Date
Invoice Period
Start Date
Invoice Period
End Date
ContractAttachment5IncurredCost
Incurred Cost and Progress Reporting for Services
Invoice Summary
Subcontractor
Name (or NA)
Prime's Subcontractor
Pass-Through Rate
Total FullyBurdened Labor,
Current
Total Fully-Burdened
ODCs (Material),
Current
Total FullyBurdened ODCs
(Other), Current
Total Invoiced
Amount, Current
$
-
Page 1 of 1
Total FullyBurdened Labor,
Cumulative
Total Fully-Burdened
ODCs (Material),
Cumulative
Total Fully-Burdened
ODCs (Other),
Cumulative
Total Invoiced
Amount,
Cumulative
$
-
ContractAttachment5IncurredCost
Incurred Cost and Progress Reporting for Services
Invoiced Labor
Subcontractor
Name (or NA)
Labor Category
Number of
Personnel, per
Labor Category,
Current
Fully-Burdened Labor
Total Labor Hours
Rate per Hour, per
Expended, per Labor Labor Category,
Category, Current
Current
Total FullyBurdened Labor
Cost, per Labor
Category, Current
$
-
Page 1 of 1
Total Labor Hours
Expended, per Labor Fully-Burdened Labor
Total Fully-Burdened
Category,
Rate per Hour, per Labor Labor Cost, per Labor
Cumulative
Category, Cumulative
Category, Cumulative
$
-
Any Individuals Exceed a
Functional Area Tripwire
Rate?
ContractAttachment5IncurredCost
Incurred Cost and Progress Reporting for Services
If Individuals >Hourly Tripwire
Subcontractor
Name (or NA)
Labor Category
Individual
Designator
Individual's Total Labor
Hours Expended, Current
Individual's Fully-Burdened Labor Individual's Total FullyRate per Hour, Current
Burdened Labor Cost, Current
$
-
Page 1 of 1
Download