EX-10.2 3 y44559qexv10w2.htm EX-10.2: MODIFICATION OF CONTRACT EX-10.2
 

(CONTRACT)

 


 

Effective as of the date of this modification:
 
1)   The funds available for performance of this contract are increased by the amount set forth in the attached Financial Accounting Data
sheet(s).
 
2)   Revise SECTION B — SUPPLIES OR SERVICES AND PRICES/COSTS to incorporate the expansion effort for CLIN 0002, the cost growth for CLIN 0001, and to add the tasks for CLIN 0003 and CLIN 0004 and to provide funding for all CLINs under ACRN AB and AC as follows:
                             
                        TOTAL  
                        ESTIMATED  
ITEM       ESTIMATED     FIXED     COST & FIXED  
NO.   SUPPLIES/SERVICES   COST     FEE     FEE  
0001  
The Contractor shall furnish the necessary personnel and facilities to conduct the research effort as described in Section C and provide reports and data in accordance with Exhibit A.
  $ 3,222,246     $ 158,457     $ 3,380,703  
   
000101 ACRN AA: $2,799,405
                       
   
000102 ACRN AB: $581,298
                       
0002  
The Contractor shall furnish the necessary personnel and facilities to conduct the research effort as described in Section C and provide reports and data in accordance with Exhibit A.
  $ 326,173     $ 19,570     $ 345,743  
   
000201 ACRN AB: $197,296
                       
   
000202 ACRN AC: $148,447
                       
0003  
Task 4.2A—Data Collection and Control Back-up Equipment in support of CLINs 0001 and 0002. The Contractor shall furnish the necessary personnel and facilities to conduct the research effort as described in Section C and provide reports and data in accordance with Exhibit A.
  $ 90,761     $ 5,446     $ 96,207 NTE
   
000301 ACRN AC: $96,207
                       
0004  
Task 7.0—Authorized Maintenance and Repairs in support of CLINs 0001 and 0002. The Contractor shall furnish the necessary personnel and facilities to conduct the research effort as described in Section C and provide reports and data in accordance with Exhibit A.
  $ 281,365     $ 16,882     $ 298,247 NTE
   
000401 ACRN AC: $298,247
                       
TOTAL ESTIMATED CONTRACT CONSIDERATION:   $ 3,920,545     $ 200,355     $ 4,120,900  
3)   SECTION C— DESCRIPTION/SPECIFICATIONS/WORK STATEMENT is hereby revised to read as follows:
  1.   The research effort to be performed hereunder shall be subject to the requirements and standards contained in Exhibit A and the following paragraph(s).
 
  2.   The Contractor shall conduct the research effort under CLIN 0001, submitted under Topic Number N95-074, in accordance with Attachment Number 1, entitled “Statement of Work” and supplemented by Attachment 4, entitled “Statement of Work P00002”.
 
  3.   The Contractor shall conduct the research effort under CLIN 0002, submitted under Topic Number N95-074, in accordance with Attachment Number 1, entitled “Statement of Work” and supplemented by Attachment 4, entitled “Statement of Work P00002”.
     
     
     
Contract Number N00014-05-C-0384    
Modification Number P00002   PAGE 2

 


 

  4.   The Contractor shall conduct the research effort under CLIN 0003 in accordance with Attachment Number 4, entitled “Statement of Work P00002”.
 
  5.   The Contractor shall conduct the research effort under CLIN 0004 in accordance with Attachment Number 4, entitled “Statement of Work P00002”.
4)   SECTION F— DELIVERIES OR PERFORMANCE Paragraph 1 is hereby revised to read as follows:
  a.   The research effort to be performed under CLIN 0001 shall be conducted from contract award through 31 May 2008.
 
  b.   The research effort to be performed under CLIN 0002 shall be conducted from contract award through 31 May 2008.
 
  c.   The research effort to be performed under CLIN 0003 shall be conducted from contract award through 31 May 2008.
 
  d.   The research effort to be performed under CLIN 0004 shall be conducted from contract award through 31 May 2008.
5)   SECTION G — CONTRACT ADMINISTRATION DATA, paragraph 2(a), entitled “Procuring Office Representatives”, is revised as follows:
 
    “Contract Negotiator — Tracy M. Marcinowski (CACI), ONR 0254, (703) 696-6804, DSN 426-6804, E-mail Address: tracy.marcinowski@navy.mil
 
6)   SECTION I, CONTRACT CLAUSES (August 29, 2005) is deleted and replaced with the following:
  a.   Section I — Contract Clauses (July 27, 2007)
Cost-Plus-Fixed Fee (SBIR-STTR phase II/III) (July 27, 2007)
  *   Applies when contract action exceeds $10,000
 
  **   Applies when contract action exceeds $100,000
 
  +   Applies when contract action exceeds $550,000
 
  ++   Applies when contract action exceeds $550,000 and subcontracting possibilities exist. Small Business Exempt.
 
  x   (DD 250)
All clauses in the Section (A) Tables are required clauses and are applicable, or are applicable at the specified thresholds as designated in accordance with the legend listed above.
(A)   FAR 52.252-02 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far/
I.   FEDERAL ACQUISITION REGULATION (FAR) (48 CFR CHAPTER 1) CLAUSES:
         
**
  FAR 52.202-1   Definitions (JUL 2004)
**
  FAR 52.203-3   Gratuities (APR 1984)
**
  FAR 52.203-5   Covenant Against Contingent Fees (APR 1984)
**
  FAR 52.203-6   Restrictions on Subcontractor Sales to the Government (JUL 1995)
**
  FAR 52.203-7   Anti-Kickback Procedures (JUL 1995)
     
     
     
Contract Number N00014-05-C-0384    
Modification Number P00002   PAGE 3

 


 

         
**
  FAR 52.203-8   Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (JAN 1997)
**
  FAR 52.203-10   Price or Fee Adjustment for Illegal or Improper Activity (JAN 1997)
**
  FAR 52.203-12   Limitation on Payments to Influence Certain Federal Transactions (SEP 2005)
**
  FAR 52.204-4   Printing/Copying Double-Sided on Recycled Paper (AUG 2000)
 
  FAR 52.204-7   Central Contractor Registration (JUL 2006)
 
  FAR 52.211-15   Defense Priority and Allocation Requirements (SEP 1990)
**
  FAR 52.215-2   Audit and Records — Negotiation (JUN 1999) and Alternate II (APR 1998) (Alternate II is only applicable with cost reimbursement contracts with State and local Governments, educational institutions, and other non-profit organizations.)
 
  FAR 52.215-8   Order of Precedence — Uniform Contract Format (OCT 1997)
+
  FAR 52.215-10   Price Reduction for the Defective Cost or Pricing Data (OCT 1997) (The provisions of this Clause have been waived by a joint Determination and Findings for the prime contractor only. The clause is applicable to subcontracts over $550,000.)
+
  FAR 52.215-12   Subcontractor Cost or Pricing Data (OCT 1997) (Applicable to subcontracts over $550,000 only)
**
  FAR 52.215-14   Integrity of Unit Prices (OCT 1997) and Alternate I (OCT 1997) (Alternate I is applicable if the action is contracted under Other Than Full and Open Competition)
+
  FAR 52.215-15   Pension Adjustments and Asset Reversions (OCT 2004)
 
  FAR 52.215-17   Waiver of Facilities Capital Cost of Money(OCT 1997)
+
  FAR 52.215-18   Reversion or Adjustment of Plans for Postretirement Benefits (PRB) Other than Pensions (JUL 2005)
+
  FAR 52.215-19   Notification of Ownership Changes (OCT 1997) (Applicable when Cost or Pricing Data is required)
 
  FAR 52.216-7   Allowable Cost and Payment (DEC 2002)
 
  FAR 52.216-8   Fixed Fee (MAR 1997)
**
  FAR 52.219-4   Notice of Price Evaluation Preference for HUB zone Small Business Concerns (JUL 2005)
 
  FAR 52.219-6   Notice of Total Small Business Set-Aside (JUN 2003)
**
  FAR 52.219-8   Utilization of Small Business Concerns (MAY 2004)
++
  FAR 52.219-9   Small Business Subcontracting Plan (JUL 2005)
**
  FAR 52.219-14   Limitations on Subcontracting (DEC 1996)
++
  FAR 52.219-16   Liquidated Damages — Subcontracting Plan (JAN 1999)
*
  FAR 52.219-28   Post-Award Small Business Program Representation (JUN 2007)
 
  FAR 52.222-1   Notice to the Government of Labor Disputes (FEB 1997)
**
  FAR 52.222-2   Payment for Overtime Premiums (JUL 1990) (Note: The word “zero” is inserted in the blank space indicated by an asterisk)
 
  FAR 52.222-3   Convict Labor (JUN 2003) (Reserved when FAR 52.222-20 Walsh Healy Public Contracts Act is applicable)
**
  FAR 52.222-4   Contract Work Hours and Safety Standards Act — Overtime Compensation (JUL 2005)
 
  FAR 52.222-21   Prohibition of Segregated Facilities (FEB 1999)
 
  FAR 52.222-26   Equal Opportunity (MAR 2007)
*
  FAR 52.222-35   Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006)
*
  FAR 52.222-36   Affirmative Action for Workers with Disabilities (JUN 1998)
     
     
     
Contract Number N00014-05-C-0384    
Modification Number P00002   PAGE 4

 


 

         
*
  FAR 52.222-37   Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era , and Other Eligible Veterans (SEP 2006)
**
  FAR 52.223-14   Toxic Chemical Release Reporting (AUG 2003)
 
  FAR 52.225-13   Restrictions on Certain Foreign Purchases (FEB 2006)
**
  FAR 52.227-1   Authorization and Consent (JUL 1995) and Alternate I (APR 1984)
**
  FAR 52.227-2   Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996)
 
  FAR 52.227-14   Rights in Data — General (Jun 1987)
 
  FAR 52.227-20   Rights in Data — SBIR Program (MAR 1994)
 
  FAR 52.228-7   Insurance Liability to Third Persons (MAR 1996) (Further to paragraph (a)(3), unless otherwise stated in this contract, types and limits of insurance required are as stated in FAR 28.307-2)
 
  FAR 52.232-9   Limitation on Withholding of Payments (APR 1984)
**
  FAR 52.232-17   Interest (JUN 1996)
 
  FAR 52.232-23   Assignment of Claims (JAN 1986) and Alternate I (APR 1984)
 
  FAR 52.232-25   Prompt Payment (OCT 2003) and Alternate I (FEB 2002) (The words “the 30th day” are inserted in lieu of “the 7th day” at (a)(5)(i). [When Alternate I is applicable (a)(5)(i) does do not apply] [Use Alternate I when awarding a cost reimbursement contract for services]
 
  FAR 52.232-33   Payment by Electronic Funds Transfer — Central Contractor Registration (OCT 2003)
 
  FAR 52.233-1   Disputes (JULY 2002)
 
  FAR 52.233-3   Protest After Award (AUG 1996) and Alternate I (JUN 1985)
 
  FAR 52.242-1   Notice of Intent to Disallow Costs (APR 1984)
+
  FAR 52.242-3   Penalties for Unallowable Costs (MAY 2001)
 
  FAR 52.242-4   Certification of Final Indirect Costs (JAN 1997)
**
  FAR 52.242-13   Bankruptcy (JUL 1995)
 
  FAR 52.242-15   Stop Work Order (AUG 1989) and Alternate I (APR 1984)
 
  FAR 52.243-2   Changes — Cost-Reimbursement (Aug. 1987) and Alternate V (APR 1984)
 
  FAR 52.244-2   Subcontracts (MAY 2005) and Alternate I (JAN 2006)
**
  FAR 52.244-5   Competition in Subcontracting (DEC 1996)
 
  FAR 52.244-6   Subcontracts for Commercial Items (FEB 2006)
 
  FAR 52.246-9   Inspection of Research and Development (Short Form) (Apr 1984)
 
  FAR 52.246-23   Limitation of Liability (FEB 1997)
**
  FAR 52.247-64   Preference for Privately Owned U.S. Flag Commercial Vessels (FEB 2006)
 
  FAR 52.249-6   Termination (Cost-Reimbursement) (May 2004)
 
  FAR 52.249-14   Excusable Delays (APR 1984)
 
  FAR 52.251-1   Government Supply Sources (APR 1984)
 
  FAR 52.253-1   Computer Generated Forms (JAN 1991)
II.   DEPARTMENT OF DEFENSE FAR SUPPLEMENTAL (DFARS) (48 CFR CHAPTER 2) CLAUSES:
         
**
  DFARS 252.203-7001   Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies (DEC 2004)
 
  DFARS 252.204-7003   Control of Government Work Product (APR 1992)
 
  DFARS 252.204-7004   Alternate A (NOV 2003)
     
     
     
Contract Number N00014-05-C-0384    
Modification Number P00002   PAGE 5

 


 

         
**
  DFARS 252.209-7004   Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (MAR 1998)
+
  DFARS 252.215-7000   Pricing Adjustments (DEC 1991)
 
  DFARS 252.215-7003   Excessive Pass-Through Charges (APR 2007)
++
  DFARS 252.219-7003   Small, Small Disadvantaged and Women-owned Small Business Subcontracting Plan (DoD Contracts) (APR 2007)
 
  DFARS 252.225-7004   Reporting of Contract Performance Outside the United States and Canada-Submission After Award (JUN 2005)
**
  DFARS 252.225-7012   Preference for Certain Domestic (JAN 2007)
 
  DFARS 252.225-7031   Secondary Arab Boycott of Israel (JUN 2005)
 
  DFARS 252.226-7001   Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004)
 
  DFARS 252.227-7016   Rights In Bid Or Proposal Information (JUN 1995)
 
  DFARS 252-227-7017   Identification And Assertion Of Use, Release, Or
Disclosure Restrictions (JUN 1995)
 
  DFARS 252.227-7018   Rights In Noncommercial Technical Data And Computer
Software-Small Business Innovation Research (SBIR)
Program (JUN 1995)
 
  DFARS 252.227-7019   Validation Of Asserted Restrictions-Computer
Software (JUN 1995)
 
  DFARS 252.227-7025   Limitations on the Use or Disclosure of Government-Furnished Information Marked with Restrictive Legends (JUN 1995)
 
  DFARS 252.227-7028   Technical Data or Computer Software Previously Delivered to the Government (JUN 1995)
 
  DFARS 252.227-7030   Technical Data — Withholding of Payment (MAR 2000)
 
  DFARS 252.227-7037   Validation of Restrictive Markings on Technical Data (SEP 1999)
 
  DFARS 252.231-7000   Supplemental Cost Principles (DEC 1991)
 
  DFARS 252.232-7003   Electronic Submissions of Payment Requests (MAR 2007)
 
  DFARS 252.235-7002   Animal Welfare (DEC 1991)
 
  DFARS 252.235-7010   Acknowledgement of Support and Disclaimer (MAY 1995)
 
  DFARS 252.235-7011   Final Scientific or Technical Report (NOV 2004)
**
  DFARS 252.243-7002   Requests for Equitable Adjustment (MAR 1998)
 
  DFARS 252.245-7001   Reports of Government Property (MAY 1994)
**
  DFARS 252.247-7023   Transportation of Supplies by Sea (MAY 2002)
 
  DFARS 252.247-7024   Notification of Transportation of Supplies by Sea (MAR 2000) (Applicable when the Contractor has made a negative response to the inquiry in the representation at DFARS 252.247-7022.)
 
  DFARS 252.251-7000   Ordering from Government Supply Sources (NOV 2004)
(B)   ADDITIONAL FAR AND DFARS CLAUSES
     This contract incorporates one or more clauses by reference as indicated by the mark of (X), with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far/
         
 
  FAR 52.204-2   Security Requirements (AUG 1996) (Applicable if contract will generate or require access to classified information and DD Form 254, Contract Security Classification Specification, is issued to the contractor)
     
     
     
Contract Number N00014-05-C-0384    
Modification Number P00002   PAGE 6

 


 

         
X
  FAR 52.209-6   Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2005) (Applicable to contracts exceeding $25,000 in value.)
X
  FAR 52.215-16   Facilities Capital Cost of Money (Jun 2003) (Applicable in solicitations expected to result in contracts that are subject to the cost principles for contracts with commercial organizations)
X
  FAR 52.215-17   Waiver of Facilities Capital Cost of Money (Use if FAR52.215-16 is not applicable)
X
  FAR 52.215-21   Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data — Modifications (OCT 1997) (Applicable if cost or pricing data or information other than cost or pricing data will be required for modifications)
 
  FAR 52.217-9   Option to Extend the Term of the Contract (MAR 2000) (In paragraph (a), insert “period of time” and “number of days”; and in paragraph (c), insert “month and years”) (Applicable if contract contains line item(s) for option(s))
 
  FAR 52.219-3   Notice of Total HUB Zone Set-Aside (JAN 1999)
 
  FAR 52.222-20   Walsh Healy Public Contracts Act (DEC 1996) (Applicable if the contract includes deliverable materials, supplies, articles or equipment in an amount that exceeds or may exceed $10,000)
X
  FAR 52.222-50   Combating Trafficking in Persons (APR 2006)(DEVIATION)(Universities and Non-Profit R&D entities exempted per ASN(RD&A) deviation of Jan 07)
X
  FAR 52.223-5   Pollution Prevention and Right-to-Know Information (AUG 2003) (Applicable if contract provides for performance, in whole or in part, on a Federal facility)
X
  FAR 52.223-6   Drug-Free Workplace (MAY 2001) (Applies when contract action exceeds $100,000 or at any value when the contract is awarded to an individual)
 
  FAR 52.227-10   Filing of Patent Applications — Classified Subject Matter (APR 1984)
X
  FAR 52.227-11   Patent Rights — Retention by the Contractor (Short Form) (Jun 1997)( Applicable if contractor is a small business or a non profit organization.
X
  FAR 52.232-20   Limitation of Cost (APR 1984) (Applicable only when contract action is fully funded)
 
  FAR 52.232-22   Limitation of Funds (APR 1984) (Applicable only when contract action is incrementally funded)
 
  FAR 52.239-1   Privacy or Security Safeguards (AUG 1996) (Applicable to contracts for information technology which require security of information technology, and/or are for the design, development, or operation of a system of records using commercial information technology services or support services.)
X
  FAR 52.245-1   Government Property (JUN 2007)
X
  FAR 52.245-9   Uses and Charges (JUN 2007)
 
  FAR 52.246-08   Inspection of Research and Development — Cost Reimbursement (MAY 2001) (Use instead of FAR 52.246-09 (Inspection of Research and Development — Short Form) (APR 84) when the primary objective of the contract is the delivery of end items other than designs, drawings and reports.)
     
     
     
Contract Number N00014-05-C-0384    
Modification Number P00002   PAGE 7

 


 

         
 
  DFARS 252.203-7002   Display of DoD Hotline Poster (DEC 1991) (Applicable only when contract action exceeds $5 million or when any modification increases contract amount to more than $5 million)
 
  DFARS 252.204-7000   Disclosure of Information (DEC 1991) (Applies when Contractor will have access to or generate unclassified information that may be sensitive and inappropriate for release to the public)
 
  DFARS 252.204-7005   Oral Attestation of Security Responsibilities (NOV 2001) (Applicable if FAR 52.204-2, Security Requirements Applies)
X
  DFARS 252.205-7000   Provision of Information to Cooperative Agreement Holders (DEC 1991) (Applicable only when contract action exceeds $1,000,000 or when any modification increases total contract amount to more than $1,000,000)
 
  DFARS 252.211-7003   Item Identification and Valuation (JUN 2005) (Applicable if the contract includes deliverable items (1) with a unit cost of $5000 or more or (2) that will be serially managed or controlled inventory.)
X
  DFARS 252.215-7002   Cost Estimating System requirements (OCT 1998) (Applicable only to contract actions awarded on the basis of certified cost or pricing data)
 
  DFARS 252.223-7004   Drug-Free Work Force (SEP 1988) (Applicable (a) if contract involves access to classified information: or (b) when the Contracting Officer determines that the clause is necessary for reasons of national security or for the purpose of protecting the health or safety of performance of the contract.
X
  DFARS 252.223-7006   Prohibition on Storage and Disposal of Toxic and Hazardous Materials (APR 1993) (Applicable if work requires, may require, or permits contractor performance on a DoD installation)
 
  DFARS 252.225-7001   Buy American Act and Balance of Payments Program (JUN 2005) (Applicable if the contract includes deliverable supplies) (This clause does not apply if an exception to the Buy American Act or Balance of Payments Program is known or if using the clause at
252.225-7007, 252.225-7021, or 252.225-7036.)
 
  DFARS 252.225-7002   Qualifying Country Sources as Subcontractors (APR 2003) (Applicable when clause at DFARS 252.225-7001, 252.227-7007, 252.227-7021, or 252.227-7036 applies)
 
  DFARS 252.225-7016   Restriction On Acquisition Of Ball And Roller Bearings (MAR 2006) (Applicable if contract includes deliverable supplies, unless Contracting Officer knows that items being acquired do not contain ball or roller bearings)
X
  DFARS 252.227-7018   Rights in Noncommercial Technical Data and Computer Software — Small Business Innovation Research (SBIR) Program (JUN 195) (Also applies to STTR programs)
 
  DFARS 252.227-7025   Limitations On The Use Or Disclosure Of Government-Furnished Information Marked With Restrictive Legends (JUN 1995) (Applicable when the Government will provide the contractor, for the performance of its contract, technical data, including software marked with another contractor’s restrictive legend(s))
     
     
     
Contract Number N00014-05-C-0384    
Modification Number P00002   PAGE 8

 


 

         
X
  DFARS 252.227-7034   Patents—Subcontracts (APR 1984) [Applicable to contracts containing FAR 52.227-11, Patent Rights—Retention by the Contractor (Short Form)]
X
  DFARS 252.227-7039   Patents—Reporting Of Subject Inventions (APR 1990) [Applicable to contracts containing FAR 52.227-11, Patent Rights—Retention by the Contractor (Short Form)]
X
  DFARS 252.235-7010   Acknowledgement of Support and Disclaimer (MAY 1995)
X
  DFARS 252.246-7000   Material Inspection and Receiving Report (MAR 2003)
7)   SECTION J—List of Attachments is hereby revised as follows:
  a.   Paragraph 1 is hereby deleted in its entirety and replaced as follows:
  1.   Exhibit A entitled “Contract Data Requirements List” (DD Form 1423) — 15 pages with Enclosure Number 1, entitled “Contract Data Requirements List—Instructions for Distribution.”
 
  2.   CDRLs A005 through A009 have been completed and are no longer necessary and are hereby incorporated for informational purposes only.
  b.   5. Attachment Number 4, entitled, “Statement of Work-P00002” — 2 pages is incorporated into the contract.
8)   SECTION K—REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS is hereby revised as follows:
 
    1. The Contractor’s ORCA validation dated from: 2 Mar 07 to: 2 Mar 08 is hereby incorporated into this contract by reference. The DFARS and Contract Specific Representations and Certifications, dated 17 September 2007 are hereby incorporated by reference.
 
9)   This modification increases the Estimated Cost of the contract by $1,279,597, the Fixed Fee by $41,898, and the Total Estimated Cost & Fixed Fee by $1,321,495. The total funded amount available on this contract is $4,120,900. All other terms and conditions remain unchanged.
     
     
     
Contract Number N00014-05-C-0384    
Modification Number P00002   PAGE 9

 


 

Attachment 4, “Statement of Work — P00002”
Statement of Work (SoW) for Contract N00014-05-C-0384
Modification P00002
September 19, 2007
CLIN 0001 (Cost Growth Clarifications to Attachment 1)
Task B3-T4.2c. System Procurement and Fabrication: Low-Voltage cable and terminations
OPT will design, procure and build a pod cable management system for the low-voltage (LV) cable section to provide an improved reliability cable, penetrator, connector assembly for one buoys. This effort is supplemental to the work in that contract work statement.
Task B3-T6.0 Program and Technical Management.
OPT will provide program and technical management through the ocean test period and close-out of the contract. The OPT technical manager will provide the overall technical direction for this effort in coordination with the program manager. OPT will provide reports in accordance with the Contract Data Requirements List (CDRL) Items.
Task B3-T7.1 Repair of the FITA sub-sea fiber optic and power connector.
OPT will contract with the Field Installable and Testable Assembly (FITA) manufacturer to provide field support and repair to the sub-sea cable termination.
CLIN 0002
Task B3-T4.2b. System Procurement and Fabrication: Data Collection and Control Equipment Expansion.
OPT will expand the capability of the data collection and control equipment in the MCBH bunker to enhance reliability of data collection, monitoring and remote operation. OPT will also develop and implement software to expand the data collection database to allow one year’s worth of data to be collected and stored.
Task B3-T4.2d. System Procurement and Fabrication: Advanced Mooring Monitor
OPT will procure and install a mooring monitor that provides improved, time response, automated responses to an out-of-watch-circle condition.
Task B3-T5.1b. Monitoring, Data Collection and Analysis for Buoy 3
OPT will support monitoring, data collection and analysis support for Buoy 3 for the second four month period of deployment known as Period 2. Data from Buoy 3 will be collected and entered into OPT’s operational database. Many parameters will be monitored electronically from sensors located throughout the PowerBuoy via the data acquisition system. Data will also be obtained from routine visual inspections of the buoys and mooring components to check for corrosion, marine growth and wear. In addition, data from other sensing devices such as the Acoustic Doppler Current Profiler (ADCP) or other independent wave characteristics monitoring device will be collected.
     
     
     
Contract Number N00014-05-C-0384    
Modification Number P00002   Page 1

 


 

Task B3-T5.2b. Inspection, Maintenance and Minor Repairs for Buoy 3.
OPT will inspect, maintain & provide minor repairs for Buoy 3 for the second four month period of deployment known as Period 2.
A minor repair is one that at most requires a small vessel with two scuba divers and an engineer for a repair accessible near the buoy’s mast or a land-based equipment replacement. Typical minor repair items may include replacement of the RF antenna or GPS, hydraulic rod joint connection, radar reflector, or navaid light.
OPT will contract as required with an experienced offshore contractor to make routine visual inspections of the buoys, cabling and anchor components to check for corrosion, marine growth and wear, and perform minor repairs or maintenance on the sea-based equipment.
Task B3-T6.0 Program and Technical Management.
OPT will provide program and technical management through the ocean test period and close-out of the contract. The OPT technical manager will provide the overall technical direction for this effort in coordination with the program manager. OPT will provide reports in accordance with the Contract Data Requirements List (CDRL) Items.
CLIN 0003
Task B3-T4.2a. System Procurement and Fabrication: Data Collection and Control Back-up Equipment.
OPT will provide system back-up capability for the data collection and control equipment in the MCBH bunker for system monitoring and to ensure buoy data integrity. Upon direction from the Program Officer, OPT will procure and install the following equipment:
    Back up power — Uninterruptible Power Supply (UPS)
 
    Back up tape drive — for storage of data
 
    Cabinet for equipment mounting
 
    Antenna and RF Radio Back up
 
    System restore switch
CLIN 0004
Task B3-T7.0 Authorized Maintenance/Repairs.
OPT will provide the Navy with engineering and technical services and supplies, as required for authorized maintenance or repair work beyond that covered by other funded tasks. These tasks will be directed by individual Technical Direction letters issued by a designee of the Navy Contracting Officer, either the ONR Program Officer or the NFESC Technical Manager so that timely support of buoy operations will be provided as a result of an unscheduled event.
     
     
     
Contract Number N00014-05-C-0384    
Modification Number P00002   Page 2

 


 

(DATA REQUIREMENT LIST)

 


 

(DATA REQUIREMENT LIST)

 


 

(DATA REQUIREMENT LIST)

 


 

(DATA REQUIREMENT LIST)

 


 

(DATA REQUIREMENT LIST)

 


 

(DATA REQUIREMENT LIST)

 


 

(DATA REQUIREMENT LIST)

 


 

(DATA REQUIREMENT LIST)

 


 

(DATA REQUIREMENT LIST)

 


 

(DATA REQUIREMENT LIST)

 


 

(DATA REQUIREMENT LIST)

 


 

(DATA REQUIREMENT LIST)

 


 

(DATA REQUIREMENT LIST)

 


 

(DATA REQUIREMENT LIST)

 


 

(DATA REQUIREMENT LIST)

 


 

FINANCIAL ACCOUNTING DATA SHEET — NAVY
                                                                                                                                         
                                                                                                     
  1. CONTRACT NUMBER (CRITICAL)     2. SPIIN (CRITICAL)     3. MOD (CRITICAL)     4. PR NUMBER                              
  N0001405C0384                         P00002     07PR06497-02                              
                                                                                                     
        6. LINE OF ACCOUNTING       7.           NAVY INTERNAL
USE ONLY
REF DOC/ACRN
 
                                                                                                       
 
CLIN/SLIN
    A.     B.     C.     D.     E.     F.     G.     H.     I.     J.     K.                     AMOUNT
(CRITICAL)
           
 
 
    ACRN     APPROPRIATION     SUBHEAD     OBJ     PARM     RFM     SA     AAA     IT     PAA     COST CODE                
 
 
    (CRITICAL)     (CRITICAL)     (CRITICAL)     CLA                               (CRITICAL)                     PROJ               PDLI                
 
 
                                                                                        UNIT     MCC     & SUF                
                                                                                                     
 
 
    AB
 
    1761319     W3DK       255       RA       333         0         068342       2D       000000         09690         000       4KT0     $417,259.00           PR#07PR06497-02 FRC: 34KT  
                                                                                                     
  PAGE TOTAL
 
    $417,259.00              
  GRAND TOTAL     $417,259.00              
                                                                                                     
  PREPARED/AUTORIZED BY:     COMPTROLLER APPROVAL:    
           FOR FISCAL DATA AND SIGNATURE  
           BY                                                                                        for COMPTROLLER, ONR CONTRACT REVIEWED  
 
DATE:
                                      DATE:                                                                                
                                                                                                     
ONR AWARD FORM (10/99) — version 1.1

Page 1 of 2


 

FINANCIAL ACCOUNTING DATA SHEET — NON-NAVY DoD ACTIVITIES
                                                                 
                                                     
 
1. CONTRACT NUMBER (CRITICAL)
    2. SPIIN (CRITICAL)     3. MOD (CRITICAL)     4. PR NUMBER        
  N0001405C0384                               P00002     07PR06497 - 02          
                                                     
  5.     6.     7.           8.           NAVY INTERNAL
USE ONLY
REF DOC/ACRN
 
 
CLIN/SLIN
    ACRN     ACCOUNTING CITATION     AMOUNT            
 
 
    (CRITICAL)                     (CRITICAL)            
                                                     
                             
This page is intentionally blank
 
                       
                                                     
  PAGE TOTAL
 
    $.00              
  GRAND TOTAL     $.00              
                                                     
 
PREPARED/AUTHORIZED BY:
            COMPTROLLER APPROVAL:            
 
 
                 FOR FISCAL DATA AND SIGNATURE            
 
 
                 BY                                                                                        for COMPTROLLER, ONR CONTRACT REVIEWED  
  DATE:     DATE:
 
           
                                                     
ONR AWARD FORM (10/99) — version 1.1

Page 2 of 2


 

FINANCIAL ACCOUNTING DATA SHEET — NAVY
                                                                                                                                         
                                                                                                     
  1. CONTRACT NUMBER (CRITICAL)     2. SPIIN (CRITICAL)     3. MOD (CRITICAL)     4. PR NUMBER                              
  N0001405C0384                         P00002     07PR06497 - 03                              
                                                                                                     
        6. LINE OF ACCOUNTING       7.           NAVY INTERNAL
USE ONLY
REF DOC/ACRN
 
                                                                                                       
 
CLIN/SLIN
    A.     B.     C.     D.     E.     F.     G.     H.     I.     J.     K.                     AMOUNT
(CRITICAL)
           
 
 
    ACRN     APPROPRIATION     SUBHEAD     OBJ     PARM     RFM     SA     AAA     IT     PAA     COST CODE                
 
 
    (CRITICAL)     (CRITICAL)     (CRITICAL)     CLA                               (CRITICAL)                     PROJ               PDU                
 
 
                                                                                        UNIT     MCC     & SUF                
                                                                                                     
 
 
    AB     1761319     W3DK       255       RA       333         0         068342       2D       000000         09690         000       4KT0     $361,335.00           PR#07PR06497-03 FRC : 34KT  
 
 
    AC
 
    1771319     W3DK       255       RA       333         0         068342       2D       000000         09690         000       4KT0     $542,901.00           PR#07PR06497-03 FRC : 34KT  
                                                                                                     
  PAGE TOTAL
 
    $904,236.00              
  GRAND TOTAL     $904,236.00              
                                                                                                     
  PREPARED/AUTORIZED BY:     COMPTROLLER APPROVAL:    
           FOR FISCAL DATA AND SIGNATURE  
           BY                                                                                        for COMPTROLLER, ONR CONTRACT REVIEWED  
 
DATE:
                                      DATE:                                                                                
                                                                                                     
ONR AWARD FORM (10/99) — version 1.1

Page 1 of 2


 

FINANCIAL ACCOUNTING DATA SHEET — NON-NAVY DoD ACTIVITIES
                                                                 
                                                     
 
1. CONTRACT NUMBER (CRITICAL)
    2. SPIIN (CRITICAL)     3. MOD (CRITICAL)     4. PR NUMBER        
  N0001405C0384                               P00002     07PR06497-03          
                                                     
  5.     6.     7.           8.           NAVY INTERNAL
USE ONLY
REF DOC/ACRN
 
 
CLIN/SLIN
    ACRN     ACCOUNTING CITATION     AMOUNT            
 
 
    (CRITICAL)                     (CRITICAL)            
                                                     
                             
This page is intentionally blank
 
                       
                                                     
  PAGE TOTAL
 
    $.00              
  GRAND TOTAL     $.00              
                                                     
 
PREPARED/AUTHORIZED BY:
            COMPTROLLER APPROVAL:            
 
 
                 FOR FISCAL DATA AND SIGNATURE            
 
 
                 BY                                                                                        for COMPTROLLER, ONR CONTRACT REVIEWED  
  DATE:     DATE:
 
           
                                                     
ONR AWARD FORM (10/99) — version 1.1

Page 2 of 2