0008 - CACI

1. CONTRACT ID CODE
2. AMENDMENT/MODIFICATION NO.
3. EFFECTIVE DATE
81
CODE
6. ISSUED BY
PAGE OF PAGES
U
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
1
4. REQUISITION/PURCHASE REQ. NO.
26-Nov-2014
N00178
See Section G.
N/A
7. ADMINISTERED BY (If other than Item 6)
NSWC, DAHLGREN DIVISION
DCMA Manassas
17632 Dahlgren Road Suite 157
14501 George Carter Way
Dahlgren VA 22448-5110
Chantilly VA 20151
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code)
2
5. PROJECT NO. (If applicable)
CODE
S2404A
9A. AMENDMENT OF SOLICITATION NO.
CACI TECHNOLOGIES INC.
14370 Newbrook Drive
9B. DATED (SEE ITEM 11)
Chantilly VA 20151-2218
10A. MODIFICATION OF CONTRACT/ORDER NO.
[X]
N00178-04-D-4026-0008
10B. DATED (SEE ITEM 13)
CAGE
CODE
8D014
FACILITY CODE
29-Jul-2010
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)
Unilateral - 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)
Aninze Awanna, Contracting Officer
15B. CONTRACTOR/OFFEROR
15C. DATE SIGNED
16B. UNITED STATES OF AMERICA
16C. DATE SIGNED
BY
26-Nov-2014
(Signature of person authorized to sign)
NSN 7540-01-152-8070
PREVIOUS EDITION UNUSABLE
/s/Aninze Awanna
(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
N00178-04-D-4026
0008
81
2 of 2
FINAL
GENERAL INFORMATION
The purpose of Modification 81 is to provide an Increment of funds.
1. Accounting data changes, incremental funding and task order value:
The Line of Accounting information is hereby changed as follows:
The total amount of funds obligated to the task is hereby increased from $24,597,129.64 by
$115,000.00 to $24,712,129.64.
CLIN/SLIN
Type Of Fund
From ($)
By ($)
To ($)
7001BJ
RDT&E
0.00
40,000.00
40,000.00
7001BK
RDT&E
0.00
75,000.00
75,000.00
The total value of the order is hereby increased from $34,732,646.00 by $0.00 to
$34,732,646.00.
CLIN/SLIN
From ($)
By ($)
To ($)
7001AA
6,749,442.00
(115,000.00)
6,634,442.00
7001BJ
0.00
40,000.00
40,000.00
7001BK
0.00
75,000.00
75,000.00
The Period of Performance of the following line items is hereby changed as follows:
CLIN/SLIN
From
To
7001BJ
11/6/2014 - 8/15/2015
7001BK
11/12/2014 - 8/15/2015
9001BJ
11/6/2014 - 8/15/2015
9001BK
11/12/2014 - 8/15/2015
2. ACRNs, Lines of Accounting, Requisition Numbers and other financial information associated with this mod
appear at the end of Section G.
3. In Section G, the clauses NAVSEA 5252.232-9104 ALLOTMENT OF FUNDS and FUNDING PROFILE are
updated to reflect the funding changes in this modification. Special Invoicing/Special Payment Instructions Apply to
this Task Order per section G.
A conformed copy of this Task Order is attached to this modification.
AID # 138566
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
1 of 127
FINAL
SECTION B SUPPLIES OR SERVICES AND PRICES
CLIN - SUPPLIES OR SERVICES
For Cost Type Items:
Item
PSC
Supplies/Services
4000
AD21 Base Period - Business Financial
Management (BFM) and Program
Management (PM) Support Services Labor
in accordance with Section C,
Performance Work Statement (PWS) (Fund
Type - TBD)
400001 AD21 US Funding $88,000 - Q45 - WSPO
TAX/T&E WBS:1.2.13.1.99 TPS:
40193991DD07-PM Subtask: 1.2.13.1.2
WAW: 2363 Work Completion: 10/31/10
(RDT&E)
400002 AD21 US Funding $117,954 - W05 Fin.
Management WBS: 1.2.9.1.2.99TPS:
E0197100DD00-FM Subtask: 1.29.1.2.1
WAW: 005055 (RDT&E)
400003 AD21 US Funding $46,496 - PM Support WBS:
1.2.9.1.3.99 TPS:E0197100DD00-SE
Subtask: 1.2.9.1.3.1 WAW: 5055 Work
Completion: 09/30/10 (MDA)
400004 AD21 US Funding - $34,000 - PM Support for
BMD WBS: 1.2.6.3.99 TPS: 3419114DD22
Subtask: 1.2.6.3.1.9 WAW: 001992 (MDA)
400005 AD21 US Funding - $224,000 - Aegis BMD PM
WBS: 1.2.1.3.1.1.99 TPS:
31191120DD00-DV Subtask: 1.2.1.3.1.1.1
WAW: 002367 (MDA)
400006 AD21 US Funding - $14,122 - LCS Program
Management Support (Kathi Bezeredi)
WBS: 1.3.1.1.99 TPS: 5998 Subtask:
1.3.1.1.1 WAW: 003144 (RDT&E)
400007 AD21 US Funding - $31,150 - Enterprise PM
to close out FY WBS:1.13.1.2.98 TPS:
6122 Subtask: 1.13.1.2.9.1 WAW:009964
(RDT&E)
400008 AD21 US Funding - $36,982 - Aegis PM WBS:
1.1.99.64TPS: 2344 Subtask:
1.1.1.6.7.1 WAW: 9398 OWLD 09/30/10
(SCN)
400009 AD21 US Funding - $105,436 - Aegis FM WBS:
1.1.99.64TPS: 2344 Subtask:
1.1.1.6.7.1 WAW: 9398 OWLD: 09/30/10
(SCN)
Qty
Unit Est. Cost
HR
Fixed Fee
CPFF
$3,404,857.00
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
2 of 127
Supplies/Services
400010 AD21 US Funding - $51,490 - CPSCDS PM
funding WBS: 1.16.8.1.99 TPS:
NAVAGSWBIT Subtask: 1.16.8.1.3 WAW:
7679 (RDT&E)
400011 AD21 US Funding - $2,359 - Aegis PMFY 11
WBS: 1.1.99.17 TPS: 3177 SGS/AC B/L
TRAS to PROD Hull: DDG-112 WAW: 9398
OWLD: 02/28/2013 (SCN)
400012 AD21 US Funding - $3,728 - FY 11 COTS ENG
PM WBS: 1.1.99.34 TPS: 5598 Subtask:
1.1.12.3.8 Hull: DDG-112 WAW:
9398OWLD: 02/28/13 (SCN)
400013 AD21 US Funding - $34,000 - ACB Planner W22
FY 11WBS: 1.15.63.1.98TPS: 5799
Subtask: 1.15.63.1.2.4 WAW: 9398 Hull:
ACB (RDT&E)
400014 AD21 US Funding - $1,977 - Aegis PMFY 11
WBS: 1.1.99.47 TPS: 5651 Subtask:
1.1.8.3.8 WAW: 9398 Hull: OMN (O&MN,N)
400015 AD21 US Funding - $44,035 - Aegis FM Data
Link Eng WBS: 1.199.49 TPS: LOG0100177
Subtask: 1.1.8.1.8 WAW: 9398 Hull: OMN
(O&MN,N)
400016 AD21 US Funding - $5,639 - Aegis FMBMD/TMD
/SBIRS Tech SPPT WBS: 1.1.99.83 TPS:
4719 Subtask: 1.1.9.2.8 WAW: 9398
Hull: OMN (O&MN,N)
400017 AD21 US Funding - $1,823 - Aegis PMSAN
support WBS: 1.1.99.57 TPS: 5884
Subtask: 1.1.2.7.8 WAW: 9398 Hull: OMN
(O&MN,N)
400018 AD21 US Funding - $1,770 - Aegis PMDGSIT
Analysis WBS: 1.1.99.40 TPS: 5461
Subtask: 1.1.8.11.8 WAW: 9398 Hull:
OMN (O&MN,N)
400019 AD21 US Funding - $125,000 - WSPO PM WBS:
1.4.1.1.99 TPS: NSWCVCVN78 Subtask:
1.4.1.1.23 Hull: CVN 78 WAW: 2796
(RDT&E)
400020 AD21 US Funding - $27,716 - WSPO PMWBS:
1.4.1.1.99 TPS: NSWCVCVN78 Subtask:
1.4.1.1.23 Hull: CVN 78 WAW: 2796
(RDT&E)
400021 AD21 US Funding - $6,000 - ACB Planner FM
WBS: 1.15.63.1.98 TPS:5799 Subtask:
1.15.63.1.7.5 WAW: 9398 Hull: ACB
(RDT&E)
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
3 of 127
Supplies/Services
400022 AD21 US Funding - $44,000 - SSDS FMWBS:
1.7.8.99 TPS: 6108 Subtask:
1.7.36.1.1.2 WAW:5759 Hull: OMN
(O&MN,N)
400023 AD21 US Funding - $100,000 - JTM W05
Reserve DEMO10 CDS/CPS Subtask:
1.8.3.4.5.1 TPS: JTMDEMO10 Hull: JTM
WAW: 2654 (RDT&E)
400024 AD21 US Funding - $15,000 - FM FY 11 WBS:
1.10.1.2.99 TPS: 6084 Subtask:
1.10.1.2.1 OWLD: 11/30/15 WAW: 2984
Hull: SCN (SCN)
400025 AD21 US Funding - $39,000 - Carriers PM
WBS: 1.4.1.2.99 TPS: NSWCVCN79
Subtask: 1.4.1.2.16 Hull: CVN 79 WAW:
2796 (RDT&E)
400026 AD21 US Funding - $33,000 - Carriers FM
WBS: 1.4.1.2.99 TPS: NSWCVCN79
Subtask: 1.4.1.2.16 Hull: CVN 79 WAW:
2796 (RDT&E)
400027 AD21 US Funding - $24,000 - Aegis FM WBS:
1.1.99.22TPS: 5905 Subtask:
1.1.32.10.8 Hull:RDTE WAW: 9398
(RDT&E)
400028 AD21 US Funding - $1,732 - Aegis FMWBS:
1.1.32.13.2.1 W233 ACB12 CDADS
Subtask: 1.1.32.13.2.8 WAW: 9398 Hull:
RDTE (RDT&E)
400029 AD21 US Funding - $14,749 - Aegis PM
Subtask: 1.1.36.3.8 TPS: 6307 WAW:
9336 Huull: OMN (O&MN,N)
400030 AD21 US Funding - $1,568 - Aegis PMFY 11
SPQ-9B 8.1 Cert WBS: 1.1.99.103 TPS
SPQ9B Subtask: 1.1.97.10.4 WAW: 9336
Hull: NWCF (WCF)
400031 AD21 US Funding - $41,800 - Aegis FM WBS:
1.1.99.52TPS: 4904 Subtask: 1.1.6.1.8
CG ModACB 08 WAW: 9398 Hull: RDTE
(RDT&E)
400032 AD21 US Funding - $13,762 - Aegis FM WBS:
1.1.99.24TPS: 5897 Subtask: 1.1.32.8.8
WAW: 9398 Hull: RDTE (RDT&E)
400033 AD21 US Funding - $3,932 - Aegis PMSGS/AC
Tech support for ACB 08 WBS:
1.1.99.16TPS: 5452 Subtask: 1.1.45.3.8
Hull: RDTE WAW: 9398 (RDT&E)
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
4 of 127
Supplies/Services
400034 AD21 US Funding - $7,058 - Aegis FMSPY-1
Multi Mission SIG Pro DEV WBS:
1.1.99.81 TPS: 4934 Subtask:
1.1.42.1.8 Hull: RDTE WAW: 1409
(RDT&E)
400035 AD21 US Funding - $12,500 - Aegis PM FY 11
TSC ACB12 Spy Sppt WBS: 1.1.99.94 TPS:
6256 Subtask:1.1.32.12.8 Hull: RDTE
WAW: 9398 (RDT&E)
400036 AD21 US Funding - $1,966 -Aegis PM FY 11 CG
mod verif. BPTF WBS: 1.1.99.71 TPS:
3485 Subtask: 1.1.1.8.8 Hull: OPN WAW:
9398 (OPN)
400037 AD21 US Funding - $4,153 - G25 SM-3PM
Support WBS: 1.2.8.1.3 TPS:
32192120DD01 Subtask: 1.2.8.1.1 WAW:
2213 Hull: FY 10 (MDA)
400038 AD21 US Funding - $50,000 - DDG-100PM WBS:
1.10.2.3.99 TPS: 2603 W42 C4ISR
Program Support Subtask: 1.10.2.3.1
OWLD: 10/30/15 WAW: 3059 (SCN)
400039 AD21 US Funding - $3,000 - W05
TeamManagement DDG-100 PMM WBS:
1.3.1.3.1.99 CERS: CSETHULL4 Subtask:
1.3.1.3.1.1 TPS: 6649 WAW: 3144 (SCN)
400040 AD21 US Funding - $45,000 - LCS PM WBS:
1.3.1.1.1.99CERS: CSETHULL12 Subtask
1.3.1.1.1.1 TPS:6647 WAW: 3144 (RDT&E)
400041 AD21 US Funding - $7,210 - DDG 1000DM WBS:
1.10.1.2.99 TPS: 6084 Subtask:
1.10.1.2.6 WAW: 2984 OWLD: 11/30/15
(SCN)
400042 AD21 US Funding - $50,000 - LCS PM WBS:
1.3.1.1.1.99CERS: CSETHULL12 Subtask:
1.3.1.1.1.1. TPS:6647 WAW: 3144
(RDT&E)
400043 AD21 US Funding - $9,250 - ACB Planner FM
WBS: 1.15.2.99 Subtask: 1.15.2.14.2
TPS5799ACB WAW: 010600 (RDT&E)
400044 AD21 US Funding - $9,250 - ACB Planner FM
WBS: 1.15.2.99 Subtask: 1.15.1.24.2
TPS: 5799ACB WAW: 010600 (RDT&E)
400045 AD21 US Funding - $1,125 - LCS
WBS:1.3.2.3.9.1 WSPO Bus. Office TPS:
6646 WAW: 3144 OWLD: 07/30/2013 (SCN)
400046 AD21 US Funding - $1,940 - LCS
WBS:1.3.1.2.5.99 CERS: CSETHULL3
Subtask:1.3.1.2.5.1 W05 WSPO Bus.
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
5 of 127
Supplies/Services
Officee TPS: 6648WAW: 3144 OWLD:
06/30/2013 (SCN)
400047 AD21 US Funding - $12,000 - DDG1000-FM WBS:
1.10.1.2.99 TPS: 6084 Subtask:
1.10.1.2.6 WAW: 2984 OWLD: 09/30/12
(SCN)
400048 AD21 US Funding - $3,000 - DDG1000-FM WBS:
1.10.1.2.99 TPS: 6084 Subtask:
1.10.1.2.2 WAW: 2984 OWLD: 09/30/12
(SCN)
400049 AD21 US Funding - $15,602 - LCS-FM WBS:
1.3.1.1.7.99CERS: CSETHULL12 Subtask:
1.3.1.1.7.1 TPS: 6647 WAW: 3144
(RDT&E)
400050 AD21 US Funding - $14,000 - DDG1000-PM WBS:
1.10.1.2.99 TPS: 6084 Subtask:
1.10.1.2.2 WAW: 2984 OWLD: 09/30/12
(SCN)
400051 AD21 US Funding - $3,537 - DDG1000-FM WBS:
1.10.1.2.99 TPS: 6084 Subtask:
1.10.1.2.2 WAW: 2984 OWLD: 11/30/15
(SCN)
400052 AD21 US Funding - $168,242 - WBS: 1.1.99.64
TPS: 2344 PM Subtask: 1.1.1.6.7.1
OWLD:09/30/14 WAW: 9398 (SCN)
400053 AD21 US funding - $40,000 - DDG-1000 FM
WBS: 1.10.1.2.99 TPS: 6084 Subtask:
1.10..1.2.6 )WLD:11/30/15 WAW: 2984
(SCN)
400054 AD21 US Funding - $793.00 - Aegis FM W BS:
1.1.99.39 TPS: 6151 Subtask:
1.1.61.1.2 WAW: 9398 OWLD: 02/28/13
(SCN)
400055 AD21 US Funding - $435.00 - Aegis FM WBS:
1.1.99.47TPS: 5651 Subtask: 1.1.8.3.8
WAW: 9398 (O&MN,N)
400056 AD21 US Funding - $2,554 - SSDS PM WBS:
1.7.11.99 TPS: 5143 Subtask:
1.7.11.1.2.1.1 WAW: 5761 OWLD:
10/30/16 (SCN)
400057 AD21 US Funding - $565- ACB14 TI Planning
FM WBS: 1.1.99.79 TPS: 6111 Subtask:
1.1.63.1.8 WAW: 9398 (RDT&E)
400058 AD21 US Funding - $25,478 - DDG 1000 PM
WBS: 1.10.1.2.99 TPS: 6084 Subtask:
1.10.1.2.2 WAW: 2984 OWLD: 09/30/12
(SCN)
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
6 of 127
Supplies/Services
400059 AD21 US Funding - $98,300 - Track
Management FM WBS: 1.8.1.13.1.1TPS:
PMGMT Subtask: 1.8.1.13.1.2 WAW:5388
(RDT&E)
400060 AD21 US Funding - $5,690 - Track Management
FM WBS: 1.8.1.13.1.1TPS: PMGMT
Subtask: 1.8.1.13.1.2 WAW:5388 (RDT&E)
400061 AD21 US Funding - $6,194 - Aegis PMDDG-113
Combat System WBS: 1.1.99.26 TPS: 5873
Subtask: 1.1.64.4.7.1 WAW:9398 OWLD:
09/30/13 (SCN)
400062 AD21 US Funding - $10,048 - Aegis PM
DDG-113 CombatSystem WBS: 1.1.99.26
TPS: 5873 Subtask: 1.1.64.4.7.1
WAW:9398 OWLD: 09/30/14 (SCN)
400063 AD21 US Funding - $79,858 - Aegis PM WBS:
1.1.99.64TPS: 2344 Subtask:
1.1.1.6.7.1 WAW: 9398 OWLD: 09/30/14
(SCN)
400064 AD21 US Funding - $7,495 - Aegis PMWBS:
1.1.99.64 TPS: 2344 Subtask:
1.1.1.6.7.1 WAW: 9398 Hull: DDG-109
OWLD: 04/30/11 (SCN)
400065 AD21 US Funding - $2,575 - Aegis FMCOTS Eng
WBS: 1.1.99.34 TPS: 5598 Subtask:
1.1.12.3.8 WAW: 9398 OWLD: 02/28/13
(SCN)
400066 AD21 US Funding - $1,884 - Aegis PMACB14 TI
PlanningWBS: 1.1.99.79 TPS: 6111
Subtask: 1.1.63.1.8 WAW: 9398 Work
Completion: 09/30/11 (RDT&E)
400067 AD21 US Funding - $6,059 - ACB Planner FM
WBS: 1.1.63.3.99 TPS: 5799 Subtask:
1.1.63.2.24.2 WAW: 010600
WorkCompletion: 09/30/11 (RDT&E)
400068 AD21 US Funding - $15,000 - ACB Planner FM
WBS: 1.1.63.3.99 TPS: 5799 Subtask:
1.1.63.3.14.2 WAW: 010600 Work
Completion: 09/30/11 (RDT&E)
400069 AD21 US Funding - $4,915 - SSDS PM WBS:
1.7.3.99 TPS: 2660 Subtask:
1.7.3.1.3.1 WAW: 5758 Work Completion:
09/30/11 (RDT&E)
400070 AD21 US Funding - $650- LCS PM TPS: 6645
Subtask: 1.3.2.2.11.1 WAW:3144 Work
Completion: 06/30/13 OWLD: 07/30/13
(SCN)
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
7 of 127
Supplies/Services
400071 AD21 US Funding - $3,502 - LCS PM WBS:
1.3.1.2.5.99TPS: 6648 Subtask:
1.3.1.2.5.1 WAW: 3144 Work Completion:
06/30/13 OWLD: 07/30/13 (SCN)
400072 AD21 US Funding - $7,290 - LCS PM WBS:
1.3.1.1.7.99TPS: 6647 Subtask:
1.3.1.1.7.1 WAW: 3144 Work Completion:
09/30/11 (RDT&E)
400073 AD21 US Funding - $79,139 - BMD WBS:
1.2.9.1.3.99TPS: E0197100DD00-SE
Subtask: 1.2.9.1.3.1 W05 Sys. Eng WAW:
5055 Work Completion: 09/30/11 (RDDA)
400074 AD21 US Funding - $139,998 - BMD WBS:
1.2.9.1.1.99TPS: E0197100DD00-PM W05
PM Subtask: 1.2.9.1.1.1 WAW: 5055 Work
Completion: 09/30/11 (RDDA)
400075 AD21 US Funding - $168,588 - BMD WBS:
1.2.9.1.2.99TPS: E0197100DD00-FM
Subtask: 1.2.9.1.2.1 W05 FM WAW: 5055
WorkCompletion: 09/30/11 (RDDA)
400076 AD21 US Funding - ACRNCE - $67,743 - BMD FM
WBS: 1.2.1.3.1.6.99 TPS:
31191130DD00-IW Subtask: 1.2.1.3.1.6.1
W73- 5.0 IWSL WAW: 2367 Work
Completion: 09/30/11 (RDDA)
400077 AD21 US Funding - ACRNCF - SSDS PM
WBS:1.7.3.99 TPS: 2660 Subtask:
1.7.3.1.1.1.1 WAW: 5758 Work
Completion: 09/30/11 (RDT&E)
400078 AD21 US Funding - ACRNCF - SSDS FM
WBS:1.7.3.99 TPS: 2660 Subtask:
1.7.3.1.1.1.1 WAW: 5758 Work
Completion: 09/30/11 (RDT&E)
400079 AD21 US FUnding - ACRNCG - $72,581 - LCS PM
WBS: 1.3.1.1.1.99 TPS:6647 CSETHULL12
Subtask: 1.3.1.1.1.1 Work Completion:
09/30/11 WAW: 3144 (RDT&E)
400080 AD21 US Funding - ACRNCH - $7,206 - Aegis
FM WBS: 1.1.99.75 TPS: 4380 Subtask:
1.1.98.1.8 ACB08 AT SEA WAW:9336
(O&MN,N)
400081 AD21 US Funding - ACRNBW - $2,913 - Aegis
FM WBS: 1.1.99.79 TPS: 6111 Subtask:
1.1.63.1.8 ACB14 TI Planning WAW: 9398
Work Completion: 09/30/11 (RDT&E)
400082 AD21 US Funding - ACRNBR - $100.00 - Aegis
FM WBS: 1.1.99.79 TPS: 6111 Subtask:
1.1.63.1.8 ACB14 TI Planning WAW: 9398
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
8 of 127
Supplies/Services
Work Completion: 09/30/11 (RDT&E)
400083 AD21 US Funding -ACRN CJ - $21,416 SSDS-PM WBS: 1.7.11.99 TPS: 5143 W05
Support Staff Subtask: 1.7.11.1.2.1.1
OWLD: 09/30/15 waw: 5761 Hull: CVN 78
(SCN)
400084 AD21 US Funding - ACRNBY - $7,954 - SSDS-PM
WBS: 1.7.3.99 TPS: 2660 Subtask:
1.7.3.1.3.1 W05 Staff Support WAW:
5758 Work Completion: 09/30/11 (RDT&E)
400085 AD21 US Funding - ACRNCK - $13,387 - SSDS
PM WBS: 1.7.16.99 TPS: 5236 Subtask:
1.7.16.1.1.2 W05 Support Staff OWLD:
04/30/15 Hull: LHA 6 WAW: 5761 Work
Completion: 0930/11 (SCN)
400086 AD21 US Funding - ACRNCL - $9,992 - SSDS PM
WBS: 1.7.16.99 TPS: 5236 Subtask:
1.7.16.1.1.2 W05 Support Staff OWLD:
04/30/15 Hull: LHA 6 WAW: 5761 Work
Completion: 0930/11 (SCN)
400087 AD21 US Funding - ACRNCN - $15,976 DDG1000-PM WBS: 1.10.1.2.99 TPS: 6084
Subtask: 1.10.1.2.2 OWLD:0930/12 WAW:
2984Work Completion: 09/30/11 (SCN)
400088 AD21 US Funding - ACRNCN - $3,024 DDG1000-PM WBS: 1.10.1.2.99 TPS: 6084
Subtask: 1.10.1.2.2 OWLD: 09/30/12
WAW: 2984 Work Completion: 09/30/11
(SCN)
400089 AD21 US Funding - ACRNBW - $20,000 - Aegis
PM WBS: 1.1.99.28 TPS: 4907 Subtask:
1.1.32.1.7.1 W22 SE engineering mgmt
WAW: 9398 Work Completion: 09/30/11
(RDT&E)
400090 AD21 US Funding - ACRNCM - $6,146 - Strat
Planner AMDR PM WBS: 1.13.5.99 TPS:
6353 Subtask: 1.13.5.9.1 ACB Planner
WAW: 010600 Work Completion: 09/30/11
(RDT&E)
400091 AD21 US Funding - ACRNCP - $100,000 - BMD
PM WBS: 1.2.4.1.99 TPS: F0198300DD00
Subtask: 1.2.4.1.1.1 W05 Fleet Support
WAW: 5075 Work Completion: 09/30/11
(RDDA)
400092 AD21 US Funding - ACRNCQ - $88,642 - BMD PM
WBS: 1.2.1.3.1.1.99 TPS:
31191130DD00-DV Subtask: 1.2.1.3.1.1.1
W05- 5.0 DEV LSE WAW: 2367 Work
Completion: 09/30/11 (RDDA)
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
9 of 127
Supplies/Services
Qty
Unit Est. Cost
FINAL
Fixed Fee
CPFF
$
$1,186,466.00
400093 AD21 US Funding - ACRNCR - $120,017 - BMD
PM WBS: .2.1.2.1.1.99 TPS:
31191120DD00-DV Subtask: 1.2.1.2.1.1.1
W054.0.1 DEV LSE WAW: 2367 Work
Completion: 09/30/11 (RDDA)
400094 AD21 US Funding - ACRNCS - $3,024 DDG1000- FM WBS: 1.10.1.2.99 TPS: 6084
Subtask: 1.10.1.2.2 W05 WSPO Program
FeesOWLD: 09/30/13 Work Completion:
09/30/11 WAW: 2984 (SCN)
400095 AD21 US Funding - ACRNCT - RDDA FY 11
BMD-PM WBS: 1.2.12.1.99 TPS:
06191220DD1DD W05Ship Installs Work
Completion: 09/30/11 WAW: 5076 (RDDA)
400096 AD21 US Funding - ACRNBV - SCN - $66,595 Aegis PM WBS: 1.1.99.64TPS: 2344
Subtask:1.1.1.6.7.1 OWLD:
04/30/11Hull: DDG-109 WAW: 9398 Work
Completion: 04/30/11 (SCN)
400097 AD21 US Funding - ACRNCU - NWCF- $47,578 W03 Support Karen Carrick (WCF)
400098 AD21 US Funding - ACRNCV- NWCF - $29,000 Q51 Program Director Support Managent
(PWS C.2.2 Related to Aegis BMD/MDA
(WCF)
400099 AD21 US Funding - ACRNBN - $65,000 AEGIS-PM WBS: 1.1.99.64 TPS:
NAV2602344 PM Subtask: 1.1.1.6.7.1
WAW: 009398 (SCN)
4001
AD21 Base Period Labor- additional
obligating SLINS (Fund Type - TBD)
400101 AD21 US Funding - ACRNCW - $822 - CGX
Support WBS: 1.9.1.98 TPS: NAV2606650
PM Subtask: 1.9.2.1.1 WAW: 000000
(RDT&E)
400102 AD21 US Funding - ACRNCW - $18,002 - CGX
Support - WBS: 1.9.1.98 TPS:
NAV2606650 PM Subtask: 1.9.2.1.1 WAW:
000000 (RDT&E)
400103 AD21 US Funding - ACRNCX - $2,385 - TM
Support Subtask WBS: 1.8.1.13.1.6TPS:
NAV260PMGMT Hull: O&MN WAW:000538
(O&MN,N)
400104 AD21 US Funding - ACRNCY - $2,504 WDPSupport Subtask WBS:
1.16.2.8.1.1TPS: NAVCPSPMGMT WAW:
007679 (RDT&E)
0 HR
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
10 of 127
Supplies/Services
400105 AD21 US Funding - ACRNCZ - $2,034 - WSPO
Cost Estimation WBS: 1.13.3.99 CERS ACB/PLSE/COST CONTRACT REPORTING
SubtaskWBS: 1.13.4.1.2 TPS: NAV2605799
Hull: ACB, WAW: 010600 (RDT&E)
400106 AD21 US Funding - ACRNCM - $5,546 - Strat
Planner AMDR PM WBS: 1.13.5.99 TPS:
NAV2606353 Subtask: 1.13.5.9.1 ACB
Planner WAW: 010600 Work Completion:
09/30/11 (RDT&E)
400107 AD21 US Funding - ACRNBX - $30,491 - WSPO
1% PLSE FOR IBPES SW MAINTENANCE WBS:
1.13.3.99 TPS: NAV2605799 Subtask:
1.13.3.14.1 WAW:010600 (RDT&E)
400108 AD21 US Funding - ACRNBX - $90,501 - ACB
Planner - PM TPS: NAV2605799 Subtask:
1.13.2.7.1 WAW: 010600 (RDT&E)
400109 AD21 US Funding - ACRNBX - 11,300 ACBPlanner - PM TPS: NAV2605799
Subtask: 1.13.2.24.2 WAW:010600
(RDT&E)
400110 AD21 US Funding - ACRNCN - $7,794
-DDG1000-PM WBS: 1.10.1.2.99 TPS:
NAV2606084 Subtask: 1.10.1.2.6
OWLD:09/30/12 WAW: 002984 Work
Completion: 09/30/11 (SCN)
400111 AD21 US Funding - ACRNBX - $4,849 - WSPO 1%
COST ESTIMATION FUNDING FOR STRATEGIC
PLANNER- PM WBS: 1.13.3.99 TPS:
NAV2605799 Subtask: 1.13.4.1.2 WAW:
010600 (RDT&E)
400112 AD21 US Funding - ACRNDA - $19,832 DDG1000 Support WBS: 1.10.2.3.99
Subtask WBS: 1.10.2.3.2 TPS:
NAV2602603 OWLD: 09/30/15 Hull: SCN,
WAW: 002984 (SCN)
400113 AD21 US Funding - ACRNDB - $1,441 - AEGISStrategic Planner WBS: 1.1.99.20
SubtaskWBS: 1.1.36.2.8 TPS: NAV2604350
WAW: 009398 (O&MN,N)
400114 AD21 US Funding - ACRNBW - $1,670 - Aegis
PM PlanningWBS: 1.1.99.79 TPS:
NAV2606111 Subtask: 1.1.63.1.8 WAW:
009398 Work Completion: 09/30/11
(RDT&E)
400115 AD21 US Funding - ACRNCS - $945.00 DDG1000- FM WBS: 1.10.1.2.99 TPS:
NAV2606084 Subtask: 1.10.1.2.2 W05
WSPO Program FeesOWLD: 09/30/13 Work
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
11 of 127
Supplies/Services
Completion: 09/30/11 WAW: 002984 (SCN)
400116 AD21 US Funding - ACRNBW - $112,052 - WBS:
1.1.99.28 TPS: NAV2604907 Subtask:
1.1.32.1.8 WAW: 009398 Work
Completion: 09/30/11 (RDT&E)
400117 AD21 US Funding - ACRNDC - $25,000 - SSDS
Support WBS:1.7.2.99
Subtask:1.7.2.1.1.1 TPS: NAV2602691
WAW: 005759 (O&MN,N)
400118 AD21 US Funding - ACRNDC - $22,877 - SSDS
Support WBS:1.7.2.99 TPS: 2691
Subtask: 1.7.2.1.1.1 W05 Program
Director Work Completion: 09/30/11
WAW: 5759 (O&MN,N)
400119 AD21 US Funding - ACRNDD - $18,620 - W73
SPA IBPES Support (O&MN,N)
400120 AD21 US Funding - ACRNDE - $5,079 - BMD-PM
WBS:1.2.16.1.10.99 W51 CERS AA
Information Assurance
Subtask1.2.16.1.10.1 TPS: D019121D00
Work Completion: 09/30/11 WAW: 002367
(RDDA)
400121 AD21 US Funding - ACRNDF - $8,110 - AEGISPMWBS: 1.1.99.75 TPS: NAV2604380 ACB08
at Seatest Subtask: 1.1.98.1.8 Work
Completion: 09/30/11 WAW:009336
(O&MN,N)
400122 AD21 US Funding - ACRNDG - $23,924 AEGIS-FM WBS: 1.1.99.46 TPS
:NAV2604908 FleetSuppt Serv Subtask:
1.1.8.4.8 Work Completion: 09/30/2011
WAW: 009398 (O&MN,N)
400123 AD21 US Funding - ACRNDG - $10,452 AEGIS-PM WBS: 1.1.99.20 TPS NAV2604350
BMD Transition Subtask WBS: 1.1.36.2.8
Work Completion: 9/30/11 WAW: 009398
(O&MN,N)
400124 AD21 US Funding - ACRNDH - $6,512 - AEGISPMWBS: 1.1.99.64 TPS: NAV2602344
Program Management Subtask WBS:
1.1.1.6.7.8 Work Completition:
09/30/13 OWLD: 09/30/14 WAW: 009398
(SCN)
400125 AD21 US Funding - ACRNDJ - $19,225 - BMD-PM
WBS: 1.2.13.22.1.99 TPS:
40193991DD07PM Subtask WBS:
1.2.13.22.1.2 Work Completion:
07/13/11 WAW: 002363 (RDDA)
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
12 of 127
Supplies/Services
400126 AD21 US Funding - ACRNDK - $50,292 - BMD-PM
WBS: 1.2.13.22.1.99 TPS:
40193991DD07PM Subtask WBS:
1.2.13.22.1.2 Work Completion:
10/3/2011 WAW: 002363 (RDDA)
400127 AD21 US Funding - ACRNDJ - $576 - BMD PM
WBS: 1.2.13.22.1.99 CERS:
40193991DD07PM Subtask: 1.2.13.22.1.2
Q33Work Completion: 07/31/2011 WAW:
2363 (RDDA)
400128 AD21 US Funding - ACRN- DL $79,698 Carriers - PM WBS: 1.4.1.1.2.99TPS:
NSWCVCN78 Subtask WBS: 1.4.1.1.1.16
WorkCompletion: 09/30/2011 WAW: 002667
(RDT&E)
400129 AD21 US Funding - ACRN- AK $19,000 - AEGIS
-PM WBS: 1.1.99.64TPS: NAV2602344 PM
Subtask WBS: 1.1.1.6.7.1 Work
Completion: 02/28/13 OWLD: 02/28/13
WAW: 009398 (SCN)
400130 AD21 US Funding - ACRN- BW $93,000 - AEGIS
FM WBS: 1.1.99.28TPS: NAV2604907
ACB12/AMOD Subtask: 1.1.32.1.8 Work
Completion: 09/30/11 WAW: 009398
(RDT&E)
400131 AD21 US Funding - ACRN- DM $56,386 Carriers - FM WBS: 1.4.1.1.2.99TPS:
NSWCVCVN79 Subtask WBS: 1.4.1.2.1.24
WorkCompletion: 09/30/11WAW: 002667
(RDT&E)
400132 AD21 US Funding - ACRN- BW $11,408 - AEGIS
FM WBS: 1.1.99.29TPS: NAV2604332 Naval
Int Fire Control-Counter Air Subtask:
1.1.31.1.8 Work Completion: 09/30/11
WAW: 009398 (RDT&E)
400133 AD21 US Funding - ACRN- DN $48,931 Carriers - FM WBS: 1.4.1.1.2.99TPS:
NSWCVCVN78 Subtask WBS: 1.4.1.1.1.24
WorkCompletion 9/30/11 WAW: 002667
(RDT&E)
400134 AD21 US Funding - ACRN- DP $53,761 - SE
Support WBS: 1.2.9.1.3.99 CERS:
E0197100DD00-SE Subtask: 1.2.9.1.3.1
W05 Systems Engineering Work
Completion: 09/30/11 WAW: 5055 (RDDA)
400135 AD21 US Funding - ACRN- DQ $55,189 - PM
Support WBS: 1.2.9.1.1.99 CERS:
E0197100DD00-PM Subtask: 1.2.9.1.1.1
W05 PM Work Completion: 09/30/11 WAW:
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
13 of 127
Supplies/Services
5055 (RDDA)
400136 AD21 US Funding - ACRN- DR $97,044 - FM
Support WBS: 1.2.9.1.2.99 CERS:
E0197100DD00-FM Subtask: 1.2.9.1.2.1
W05 FM work completion: 09/30/11 WAW:
5055 (RDDA)
400137 AD21 US Funding - ACRN- DV $13,212 - DDG
1000 PM WBS: 1.10.2.3.99 TPS: 2603
Subtask: 1.10.2.3.2 W05 C41SR Program
Support OWLD: 11/30/14 Work
Completion: 09/30/11 WAW: 3059 (SCN)
400138 AD21 US Funding - ACRN- DF $4,212 - AEGIS
FMWBS: 1.1.99.75 TPS: 4380 Subtask:
1.1.98.1.8 W05 WSPO Fees Work
Completion: 09/30/11 WAW: 9336
(O&MN,N)
400139 AD21 US Funding - ACRN- DT $6,925 - Track
Management PM Subtask: 1.8.1.13.1.4
TPS:PMGMT Work Completion: 09/30/11
Expiration: 09/30/12 WAW:0538 (RDT&E)
400140 AD21 US Funding - ACRN- DU $11,223 - WDP
Support CDS/CPs PM Subtask:
1.16.2.8.1.4 W05 PM TPS: PMGMT Work
Completion: 09/30/11 WAW: 7679
(O&MN,N)
400141 AD21 US Fundung - ACRN- DY $37,240 - W73
SPA IBPES Support MOD 28 (37240) (OPN)
400142 AD21 US Funding - ACRN- DS $42,039 - BMD-FM
WBS: 1.2.1.3.1.6.99 TPS AB111321109-IW
subtask: 1.2.1.3.1.6.1 work
completion: 09/30/2011 WAW 002367
(RDDA)
400143 AD21 US Funding - ACRN- DW $70,466 - BMD PM
WBS:; 1.2.12.1.99CERS: 06191220DD1DD
Subtask: 1.2.12.1.1 W05 Ship Installs
TPS: AD111231204 Work Completion:
09/30/11 WAW: 5076 (RDDA)
400144 AD21 US Funding - ACRN- EC $9,599 - AEGISPMWBS: 1.1.99.64 TPS: NAV2602344 PM
Subtask WBS: 1.1.1.6.7.1 Work
Completition: 09/30/15 OWLD: 09/30/15
WAW: 9398 (SCN)
400145 AD21 US Funding - ACRN- CN $10,000 DDG1000-FM WBS: 1.10.1.2.99 TPS:
NAV2606084 Subtask: 1.10.1.2.6
OWLD:09/30/12 WAW: 2984 Work
Completion: 01/31/12 (SCN)
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
14 of 127
Supplies/Services
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
400146 AD21 US Funding - ACRN- BB $1,538 - LCS FM
WBS: 1.3.1.1.1.99CERS: CSETHULL12
Subtask 1.3.1.1.1.1 TPS:NAV2606647
Work Completion: 09/30/11 WAW: 3144
(RDT&E)
4100
AD21 Option 1 BFM and PM Support Services
Labor inaccordance with Section C,
Performance Work Statement (PWS) (Fund
Type - TBD)
410001 AD21 US funding - $8,093 - ACRN DG - OMN 1% DDC Suppor Option 1 WBS: 1.1.99.46
TPS: 4908 Fleet SLEA Support
ServSubtask WBS: 1.1.8.4.8 Work
Completion: 09/30/2011 WAW: 9398
(O&MN,N)
410002 AD21 US Funding - $19,225 0 ACRN DG- OMN Aegis WSPO 1% Bus StratSME Option 1
WBS:1.1.99.46 TPS: 4908 Fleet LSEA
Support Services Subtask: 1.1.8.4.8
Work Completion: 09/30/11 WAW: 9398
(O&MN,N)
410003 AD21 US Funding - ACRNDX $70,435- BMD PMWBS: 1.2.1.3.1.1.99 TPS:
AB111321109-DV subtask: 1.2.1.3.1.1.1
work completion 09/30/11 WAW: 002367
(RDDA)
410004 AD21 US Funding - ACRNDA $17,061 - DDG 1000
PM WBS: 1.10.2.3.99 TPS: 2603 Subtask:
1.10.2.3.2 W05 C41SR Program Support
OWLD: 09/30/15 Work Completion:
09/30/11 WAW: 2984 (SCN)
410005 AD21 US Funding - ACRNDR $48,930 - FM
Support WBS: 1.2.9.1.2.99 CERS:
E0197100DD00-FM Subtask: 1.2.9.1.2.1
W05 FM work completion: 09/30/11 WAW:
5055 (RDDA)
410006 AD21 US Funding - ACRNDT $1,016 - Track
Management PM Subtask: 1.8.1.13.1.4
TPS:PMGMT Work Completion: 09/30/11
Expiration: 09/30/12 WAW:0538 (RDT&E)
410007 AD21 US Funding - ACRNDE $1,225 - BMD FM
WBS: 1.2.16.1.10.99 W51 AA IA TPS:
D019121D00 Subtask: 1.2.16.1.10.1 Work
Completion: 09/30/11 WAW: 2367 (RDDA)
410008 AD21 US Funding - ACRNDW $89,534 - BMD PM
WBS:; 1.2.12.1.99CERS: 06191220DD1DD
Subtask: 1.2.12.1.1 W05 Ship Installs
TPS: AD111231204 Work Completion:
09/30/11 WAW: 5076 (RDDA)
HR
$2,483,226.00
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
15 of 127
Supplies/Services
410009 AD21 US Funding - ACRNDF $4,142 - WSPO 1%
DDC Support WBS: 1.1.99.75 TPS: 4380
Subtask: 1.1.98.1.8 ACB08 AT SEA TEST
Work Completion: 09/30/11 WAW: 9336
(O&MN,N)
410010 AD21 US Funding - ACRNDL $19,378 - Carrier
Support WBS: 1.4.1.1.2.99CERS:
NSWCVCVN78 Subtask: 1.4.1.1.1.16 W05
PM Work Completion: 09/30/11 Funds
Expiration: 09/30/12 Hull: CVN78 WAW:
2667 (RDT&E)
410011 AD21 US Funding - ACRN-DN $13,761 CarrierSupport WBS: 1.4.1.1.2.99 CERS:
NSWCVCVN78 Subtask: 1.4.1.1.1.24 W05
PM Work Completion: 09/30/11 Funds
Expiration: 09/30/12 Hull: CVN78 WAW:
2667 (RDT&E)
410012 AD21 US Funding - ACRN- DK $18,734 - WSPO
1%BUS STRAT/SME Support BMD WBS:
1.2.13.22.1.99 CERS: 40193991DD07PM
Subtask: 1.2.13.22.1.2 Q33SWPO TAX/T&E
WorkCompletion: 09/30/2011 Expiration
10/31/11 WAW: 2363 (RDT&E)
410013 AD21 US Funding - ACRN- BW $18,486 - AEGIS
FM WBS: 1.1.99.28TPS: 4907 Subtask:
1.1.32.1.8 W05 ACB12 Work completion:
09/30/11 Expiration: 09/30/12 WAW:
9398 (RDT&E)
410014 AD21 US Funding - ACRN- DR $26,340 - FM
Support WBS: 1.2.9.1.2.99 CERS:
E0197100DD00-FM Subtask: 1.2.9.1.2.1
W05 FM work completion: 09/30/11 WAW:
5055 (RDDA)
410015 AD21 US Funding - ACRN- DQ $49,138 - FM
Support WBS: 1.2.9.1.1.99 CERS:
E0197100DD00-PM Subtask: 1.2.9.1.1.1
W05 PM Work Completion: 09/30/11 WAW:
5055 (RDDA)
410016 AD21 US Funding - ACRNCM $2,005 - ACB
Planner PM WBS: 1.13.5.99 AMDR SYS
Engineering &ARCH TPS: 2606353Subtask:
1.13.5.2.1 ACB Planner Work
Completion: 09/30/11 Expiration Date:
9/30/12 WAW: 010600 (RDT&E)
410017 AD21 US Funding - ACRN- DG $11,474 - AEGIS
FM WBS: 1.1.99.51WSPO FEES TPS:
NAV2605449 CG Modernization (ACB08)
Subtask: 1.1.6.2.8 Work Completion:
09/30/11 WAW: 9398 (O&MN,N)
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
16 of 127
Supplies/Services
410018 AD21 US Funding - ACRN- BX $3,544 - ACB
Planner FM Subtask WBS: 1.13.2.24.2
Financial SupportTPS: 2605799
WAW:010600 WorkCompletion: 09/30/11
Expiration Date: 9/30/12 (RDT&E)
410019 AD21 US Funding - ACRN- DQ $63,035 - PM
Support WBS: 1.2.9.1.1.99 CERS:
E0197100DD00-PM Subtask: 1.2.9.1.1.1
W05 PM Work Completion: 09/30/11 WAW:
5055 (RDDA)
410020 AD21 US Funding - ACRN- DZ $15,415 - AEGIS
WSPO 1% DDC Support WBS: 1.1.99.53
TPS: NAV2606150 Subtask: 1.1.61.2.8
Work Completion: 09/30/11 WAW: 009398
(O&MN,N)
410021 AD21 US Funding - ACRN- DB $3,362 AEGIS-WSPO SharedCost DDC Support WBS:
1.1.99.20 Subtask WBS: 1.1.36.2.8 TPS:
NAV2604350 Work completion: 09/30/211
WAW: 009398 (O&MN,N)
410022 AD21 US funding - ACRN- EA $19,900 - AEGIS
-FM WBS: 1.1.99.28ACB12 WSPO FEES 1%
TPS:NAV2604907Subtask: 1.1.32.1.8 Work
Completion: 09/30/11 WAW: 009398
(RDT&E)
410023 AD21 US Funding - ACRN- DB $17,284 AEGIS-WSPO SharedCost ADMIN Support
WBS: 1.1.99.20 BMD Transition Subtask
WBS: 1.1.36.2.8 TPS: NAV2604350 Work
completion: 09/30/211 WAW: 009398
(O&MN,R)
410024 AD21 US Funding - ACRN- DC $9,489 - SSDS FM
Support WBS: 1.7.2.99 TPS: NAV2602691
Subtask: 1.7.2.1.1.1 W05 Program
Director Work Completion: 09/30/11
WAW: 5759 (O&MN,R)
410025 AD21 US Funding - ACRN- DR $33,788 - BMD FM
Support WBS: 1.2.9.1.2.99 CERS:
E0197100DD00-FM Subtask: 1.2.9.1.2.1
W05 FM Work Completion: 09/30/11 WAW:
5055 (RDDA)
410026 AD21 US Funding - ACRN- EB $1,165 - FSC
WSPOShared Cost BUS STRAT SUPPORT WBS:
1.9.1.98 Subtask:1.9.2.1.9.1 TPS:
NAV2606650 Work Completion: 09/30/11
WAW: 000000 (RDT&E)
410027 AD21 US Funding - ACRN- CN $14,284 DDG1000-PM 1% WSPO Strategic Planning
Support WBS: 1.10.1.2.99 TPS:
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
17 of 127
Supplies/Services
NAV2606084 Subtask: 1.10.1.2.2
OWLD:09/30/12 Work Completion:
01/31/12 WAW: 2984 (SCN)
410028 AD21 US Funding - ACRN- BH $1,486 - LCS PM
WBS: 1.3.1.2.5.99CERS: CSETHULL3
Subtask: 1.3.1.2.5.1 TPS: NAV2606648
WAW: 3144 Work Completion: 09/30/12
OWLD: 03/31/13 (SCN)
410029 AD21 US Funding - ACRN- ED $2,246 - AEGIS
WSPO PM WBS: 1.1.99.55 TPS: NAV2602351
Facilitites Subtask: 1.1.2.9.8 WAW:
9398 Work Completition: 09/30/15 OWLD:
09/30/15 (SCN)
410030 AD21 US Funding - ACRN- EE $107,822 - AEGIS
WSPO PM WBS: 1.1.99.32 TPS: NAV2604872
Ship Construction Support Subtask:
1.1.12.6.8 WAW: 9398 Work
Completition: 05/31/13 OWLD: 02/28/13
(SCN)
410031 AD21 US Funding - ACRN- EF $10,028 - AEGIS
WSPO PM WBS: 1.1.99.55 TPS: NAV2602351
Facilitites Subtask: 1.1.2.9.8 WAW:
9398 Work Completition: 09/30/15 OWLD:
09/30/15 (SCN)
410032 AD21 US Funding - ACRN- BN $4956 - AEGIS-PM
WBS: 1.1.99.26 TPS: NAV2605873 COMBAT
System Subtask: 1.1.64.4.7.1
WorkCompletition: 09/30/13 OWLD:
09/30/13 WAW: 009398 (SCN)
410033 AD21 US Funding - ACRN- AK $4,166 - AEGIS
FMWBS: 1.1.99.34 TPS: 5598 COTS
ENGINEERING Subtask: 1.1.12.3.8 WAW:
9398 Work Completition: 02/28/13 OWLD:
02/28/13 (SCN)
410034 AD21 US Funding - ACRN- EC $129,698 AEGIS-PM WBS: 1.1.99.64 TPS:
NAV2602344 PM Subtask WBS: 1.1.1.6.7.1
Work Completition: 09/30/15 OWLD:
09/30/15 WAW: 9398 (SCN)
410035 AD21 US Funding - ACRN- EC $7,227 - AEGISPMWBS: 1.1.99.26 TPS: NAV2605873
Combat System Subtask WBS:
1.1.64.4.7.1 WorkCompletition:
09/30/15 OWLD: 09/30/15 WAW: 9398
(SCN)
410036 AD21 US Funding - ACRN- EC $44,533 AEGIS-PM WBS: 1.1.99.64 TPS:
NAV2602344 PM Subtask WBS: 1.1.1.6.7.1
Work Completition: 09/30/15 OWLD:
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
18 of 127
Supplies/Services
09/30/15 WAW: 9398 (SCN)
410037 AD21 US Funding- ACRN - EC $99,560 AEGIS-PM WBS: 1.1.99.64 TPS:
NAV2602344 PM Subtask WBS: 1.1.1.6.7.1
Work Completition: 09/30/15 OWLD:
09/30/15 WAW: 9398 (SCN)
410038 AD21 US Funding - ACRN- EG $9,953 - AMDR
WSPO Shared Cost for Strategic Planner
PM WMS: 1.13.5.99 TPS: NAV2606353
Subtask: 1.13.5.9.1 Work Completion :
12/31/11 Expiration: 09/30/12 WAW:
010600 (RDT&E)
410039 AD21 US Funding - ACRN- EA $112,440 - AEGIS
- FM WBS: 1.1.99.28 WSPO FEES 1%
TPS:NAV2604907 ACB/AMOD
Subtask:1.1.32.1.8 Work Completion:
09/30/11 Expiration: 09/30/12 WAW:
009398 (RDT&E)
410040 AD21 US Funding - ACRN- EH $2,699 - FSC
WSPOShared Cost Bus Strat Support PM
WBS: 1.9.1.98 WSPO FEES TPS:
NAV2606650 Subtask: 1.9.2.1.9.1 Work
Completion: 09/30/11 WAW: 00000
(RDT&E)
410041 AD21 US Funding - ACRN- DG $2,487 - AEGIS
WSPO 1% DDC Support WSPO FEES1% AEGIS
FM WBS:1.1.99.20 TPS: NAV2604350 BMD
Transition Subtask: 1.1.36.2.8 Work
Completion: 09/30/11 WAW: 9398
(O&MN,N)
410042 AD21 US Funding - ACRN- EJ $34,180 - ACB
Planner PM Subtask WBS: 1.13.2.7.1 W22
System Engineering TPS: NAV2605799
Work Completion: 12/31/11 WAW: 10600
(RDT&E)
410043 AD21 US Funding - ACRN- BX $5,815 - ACB
Planner FM Subtask WBS: 1.13.2.24.2
Financial SupportTPS: 2605799
WAW:010600 Work Completion: 09/30/11
Expiration Date: 9/30/12 (RDT&E)
410044 AD21 US Funding- ACRN - CM $11,022 - ACB
Planner PM WBS: 1.13.5.99 AMDR SYS
Engineering &ARCH TPS: 2606353Subtask:
1.13.5.2.1 Work Completion: 12/31/11
Expiration Date: 9/30/12 WAW: 010600
(RDT&E)
410045 AD21 US Funding- ACRN - CM $2,005 - ACB
Planner PM WBS: 1.13.5.99 AMDR SYS
Engineering &ARCH TPS: 2606353Subtask:
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
19 of 127
Supplies/Services
1.13.5.2.1 Work Completion: 12/31/11
Expiration Date: 9/30/12 WAW: 010600
(RDT&E)
410046 AD21 US Funding - ACRN- BW $6,943 - AEGIS
PMPlanning WBS: 1.1.99.79 TPS:
NAV2606111 ACB14 TI Planning Subtask:
1.1.63.1.8 WAW: 009398 Work
Completion: 12/31/11 Expiration:
09/30/12 (RDT&E)
410047 AD21 US Funding - ACRN- DY $37,240 - W73
SPAIBPES Support (OPN)
410048 AD21 US Funding - ACRN- BB $1,035 - LCS FM
WBS: 1.3.1.1.1.99CERS: CSETHULL12
Subtask 1.3.1.1.1.1 TPS:6647 Work
Completion: 09/30/11 WAW: 3144 (RDT&E)
410049 AD21 US Funding - ACRN- EJ $26,978 - ACB
Planner PM Subtask WBS: 1.13.2.7.1 W22
System Engineering TPS: NAV2605799
Work Completion: 12/31/11 WAW: 10600
(RDT&E)
410050 AD21 US Funding - ACRN- EK $2,573 - LCS
Support FM WBS: 1.3.1.4.5.1 Team
Management TPS: 6667 work Completion:
09/30/11 WAW: 3144 (RDT&E)
410051 AD21 US Funding - aCRN- EL $16,127 - ACB
Planner FM Subtask WBS: 1.13.2.24.2
Financial SupportTPS: 2605799
WAW:010600 Work Completion: 12/31/11
Expiration Date: 9/30/12 (RDT&E)
410052 AD21 US Funding - ACRN- EM $49,608 - LCS
WSPO FM WBS: 1.3.2.4.6.1 W05 WSPO
Business Office TPS: NAV2606667 Work
Completion: 09/30/11 WAW: 3144 (RDT&E)
410053 AD21 US Funding - ACRN- EN $11,000 - ACB
Planner PM WBS: 1.13.3.99 CERS
ACB/PLSE/Cost Contract Reproting
Subtask: 1.13.2.16.1 Program &
Financial Management TPS: 2605799 Work
Completion: 12/31/11 Expiraation:
09/30/12 WAW: 010600 (RDT&E)
410054 AD21 US Funding - ACRN- EN $11,000 - ACB
Planner PM WBS: 1.13.3.99 CERS
ACB/PLSE/Cost Contract Reproting
Subtask: 1..13.2.16.1 Program &
Financial Management TPS: 2605799 Work
Completion: 12/31/11 Expiraation:
09/30/12 WAW: 010600 (RDT&E)
410055 AD21 US Funding - ACRN- CN $2,000 - DDG1000
- FM WBS: 1.10.1.2.99 TPS: 6084
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
20 of 127
Supplies/Services
Subtask: 1.10.1.2.6 OWLD:0930/12 WAW:
2984Work Completion: 01/31/12 (SCN)
410056 AD21 US Funding - ACRN- CM $4,996 - ACB
Planner FM WBS: 1.13.5.99 Financial
SupportTPS: 2606353 Subtask:
1.13.5.2.1 Work Completion: 12/31/11
Expiration Date: 9/30/12 WAW: 010600
(RDT&E)
410057 AD21 US Funding - ACRN- CM $4,996 - ACB
Planner PM WBS: 1.13.5.99 Financial
SupportTPS: 2606353 Subtask:
1.13.5.9.1 Work Completion: 12/31/11
Expiration Date: 9/30/12 WAW: 010600
(RDT&E)
410058 AD21 US Funding - ACRN- BW $2165 - AEGIS FM
WBS: 1.1.99.28 TPS: 4907 Subtask:
1.1.32.1.7.3 W05 ACB12 Work
Completion: 12/30/11 Expiration:
09/30/12 WAW: 9398 (RDT&E)
410059 AD21 Us Funding - ACRN- EP $27,819 - LCS PM
Support WBS: 1.3.1.5.3.1 TPS: 6848
Work Completion 12/20/11 Expiration:
09/30/12 WAW: 3144 (RDT&E)
410060 AD21 US Funding - ACRN- EQ $75,000 - BMD FM
WBS: 1.2.13.22.1.99 PMCERS:
40193991DD07PM Subtask: 1.2.13.22.1.1
TPS: 40193991DD07Work Completion:
10/31/11 Expiration 09/30/12 WAW: 2363
(RDDA)
410061 AD21 US Funding - ACRN- DG $15,415 AEGIS-FM WBS: 1.1.99.83 TPS NAV2604719
BMD /TMD/SBIRS TECH Suppport Subtask
WBS: 1.1.9.2.8 Work Completion:
9/30/11 WAW: 009398 (O&MN,N)
410062 AD21 US Funding - ACRN- ER $105,000 - BMD
PMWBS: 1.2.6.8.99 CSL TPS:
AB11.1.7.2.1.1.1.08 Subtask:
1.2.6.8.11 K40 - 5.0.1 Work
Completioin: 09/30/11 WAW: 1992 (RDDA)
410063 AD21 US Funding - ACRN- ER $19,000 - BMD PM
WBS: 1.2.6.8.99 CSL TPS:
AB11.1.7.2.1.1.1.08 Subtask:
1.2.6.8.11 K40 - 5.0.1 Work
Completioin: 09/30/11 WAW: 1992 (RDDA)
410064 AD21 US Funding - ACRN- ES $122,543 Carriers - PM WBS: 1.4.1.1.2.99W05
WSPO TAXES TPS: NSWCVCVN78 Subtask:
1.4.1.1.1.23 WorkCompletion: 09/30/11
Expiration: 09/30/12 WAW: 2667 (RDT&E)
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
21 of 127
Supplies/Services
410065 AD21 US Funding - ACRN- ES $34,835 Carriers - PM WBS: 1.4.1.1.2.99W05
WSPO TAXES TPS: NSWCVCVN78 Subtask:
1.4.1.1.1.23 WorkCompletion: 09/30/11
Expiration: 09/30/12 WAW: 2667 (RDT&E)
410066 AD21 US Funding - ACRN- CX $2,385 - TM
Support FM Subtask WBS: 1.8.1.13.1.6
FM TPS: NAV260PMGMT Work Completion:
09/30/11 Hull: O&MN WAW:000538
(O&MN,N)
410067 AD21 US Funding- ACRN - ET $2,504 - CDS/CPS
- FM Subtask WBS:1.16.2.8.1.1 W05 FM
TPS: NAVCPSPMGMT Work completion:
09/30/11 HULL DCS/CPS WAW: 7679
(O&MN,N)
410068 AD21 US Funding - ACRN- EU $88,496 - ACB
Planner WSPO PM WBS: 1.13.3.99 WSPO
FEE TPS: NAV2605799 Subtask:
1.13.3.14.1 Work Completion:
12/31/11WAW: 010600 (RDT&E)
410069 AD21 US Funding - ACRN- EV $25,000 - BMD PM
WBS: 1.2.4.1.99 FLEET Support TPS:
F0198300DD00Subtask: 1.2.4.1.1.1 Work
Completion: 09/30/11 WAW: 5075 (RDDA)
410070 AD21 US Funding - ACRN- DW $65,000 - BMD PM
WBS:; 1.2.12.1.99CERS: 06191220DD1DD
Subtask: 1.2.12.1.1 W05 Ship Installs
TPS: AD111231204 Work Completion:
09/30/11 WAW: 5076 (RDDA)
410071 AD21 US Funding- ACRN - ET $966 - CDS/CPS FM Subtask WBS: 1.16.2.8.1.1 W05 FM
TPS: NAVCPSPMGMT Work completion:
09/30/11 HULL DCS/CPS WAW: 7679
(O&MN,N)
410072 AD21 US Funding - ACRN- CX $966 - TM FM
Support Subtask WBS: 1.8.1.13.1.6TPS:
NAV260PMGMT Hull: O&MN WAW: 0538 Work
Completion: 09/30/11WAW:000538
(O&MN,N)
410073 AD21 US Funding - ACRN- EW $24,905 - BMD PM
WBS: 1.2.12.1.99 W05 SHIPS INSTALLS
WSPO FEES TPS: AD111231204
CERS:06191220DD1DD SubTask:
1.2.12.1.12 Work Completion: 09/30/11
WAW: 5076 (RDDA)
410074 AD21 US Funding - ACRN- EX $815 - BMD PM
WBS: 1.2.11.10.2 NAV260117011 WSPOG25
NEW TPS: NAV260117011 WorkCompletion:
10/31/11 Expiration: 09/30/12 WAW:
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
22 of 127
Supplies/Services
9233 (RDDA)
410075 AD21 US Funding- ACRN - EY $27,446 - BMD PM
WBS: 1.2.1.3.1.6.99 TPS:
AB111321109-IW CERS: 31191130DD00-IW
Subtask: 1.2.1.3.1.6.1 Work
Completion: 09/30/11 WAW: 2367 (RDDA)
410076 AD21 US Funding - ACRN- EZ $166,335 - BMD
PMWBS: 1.2.1.3.1.1.99 CERS:
31191130DD00-DV Subtask: 1.2.1.3.1.1.1
W05- 5.0 DEV LSE TPS: AB111321109-DV
Work Completion: 09/30/11 WAW: 2367
(RDDA)
410077 AD21 US Funding - ACRN- FA $2,594 - BMD PMWBS: 1.2.14.2.99
AD11.1.2.2.1.1.07WSPO 4.0.1 VLS TPS:
31191120 DD 01 Subtask: 1.2.14.2.5
AD11.1.2.2.1.1.07Work Completion:
09/30/11 WAW: 1956 (RDDA)
410078 AD21 US Funding - ACRN- FB $8,416 - BMD PMWBS: 1.2.11.6.99 NAV260107009 WSPO
TAX - G25 LETHALITY (RE) TPS:
NAV260117009Subtask: 1.2.11.6.2 Work
Completion: 09/30/11 WAW: 9233 (RDDA)
410079 AD21 US Funding - ACRN- FC $3,226 - BMD PMWBS: 1.2.7.1.2.2.3 TPS:
AB111321701-SS ACSS Subtask:
1.2.7.1.2.2.2 Work Completion:
09/30/11 WAW: 5054 (RDDA)
410080 AD21 US Funding- ACRN - FD $4,201 - AEGIS
PMWBS: 1.1.99.64 TPS: NAV2602344 PM
Subtask: 1.1.1.6.7.1 Work Completion:
09/30/11 OWLD: 09/30/11 WAW: 9398
Funding willbe expended priorto FED
(SCN)
410081 AD21 US Funding- ACRN - FE $17,100 - LCS PM WBS: 1.3.1.3.1.99 CERS- CSETHULL4
Subtask WBS: 1.3.1.3.11 TM TPS:
NAV2606649 Work completion: 09/30/11
OLD: 7/31/13 WAW: 3144Funding will be
expended prior toFED (SCN)
410082 AD21 US Funding - ACRN- FF $1,731 - BMD
WSPOShared Cost for BUS/STRAT
SupportWBS: 1.2.8.15.2 (RDDA)
410083 AD21 US Funding - ACRNFG - $49143WBS:1.2.9.1.1.1 WAW: 005055 BMD PM
Subtask: 2005/20701 ?TPS -D12.1.1.1.01
CERSWBS: 1.29.1.1.99 CERS Subtask:
2005/99001 (RDDA)
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
23 of 127
Supplies/Services
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
410084 AD21 US Funding - ACRNFT - $46,462 - WBS:
1.2.9.1.2.1 WAW: 005055 BMD FM
Sbutask: 2005/20705 TPS: D12.1.1.1.01
CERSWBS: 1.2.9.1.2.99CERS Subtask:
2005/99002 (RDDA)
410085 AD21 US Funding - ACRNFH - $18,682 - Task
03003 Subtask: 03319 DDG-1000 WSPO
Shared cost for CACI Strategic Planner
Support (SCN)
410086 AD21 US Funding - ACRNFJ - $5,209 - Task
SEA05 Subtask 00009 FSCWSPO Shared
cost for CACI Strategic PlannerSupport
(RDT&E)
410087 AD21 US Funding - ACRNFK - $16,598 - Task
10120 Subtask 00026 Aegis WSPO
Sharedcost support- DDCSupport (SCN)
410088 AD21 US Funding - ACRNFM - $21,996 - Task
10640 Subtask 0006 Aegis WSPO
sharedcost support STR Planner (SCN)
410089 AD21 US Funding - ACRNFN - $21,996 - Task
10640 Subtask 0006 Aegis WSPO
sharedcost support STR Planner (SCN)
410090 AD21 US Funding - ACRNFP - $16,751 - Task
10010 Subtask 00004 Aegis WSPO
SharedCost Support DDC support (SCN)
410091 AD21 US Funding - ACRNFQ - $16,599 - Task
10120 Subtask: 00026 Aegis WSPO
SharedCost Support DDC Support (SCN)
410092 AD21 US Funding - ACRNFR - $16,750 - Task
10010 Subtask 00004 Aegis WSPO
SharedCost Support - DDC Support (SCN)
410093 AD21 US Funding - ACRNFS - $4,898 - Task
02003 Subtask: 00013 BMD WSPO Shared
Cost Support - DDC Support Program #
WBF (RDDA)
410094 AD21 US Funding - ACRNFU - $37,197 TPS4881 Task/Subtask: 10120/00026 WBS:
1.1.12.5.2.2 (SCN)
410095 AD21 US Funding - ACRNFV- $21,143 - Task
0008 for CACI support. PE 0603640M PU
02223Tasking in the areas of CUAS
andCIED (RDT&E)
4101
AD21 Option 1 South Korea Labor
(FMS Case #KS-P-GNT)
410101 AD21 FMS South Korea Funding - ACRN FLCase KS-P-GNT -$9,992 - Task 10150
Subtask 0003 Aegis WSPO shared cost
HR
$10,000.00
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
24 of 127
Supplies/Services
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
support -DDC support (FMS)
4102
AD21 Additional Labor for Option 1 - soas
to add additional obligating SLINS
(Fund Type - TBD)
410201 AD21 US Funding $21,731, SCN - NAV2602344
WAW: 9398 Task/Subtask: 10010/00003
Support to PEO IWS W05 WBS:
1.1.1.2.7.1 CERS: 09999/02344CERS WBS:
1.1.99.64 OWLD: 09/30/2014 (SCN)
410202 AD21 US Funding - $400,000, RDTE Task/Subtask: 02002/05076 W05 5.0 WSPO
shared Costs WBS: 1.2.1.3.3.1.1.1 CERS
Task/Subtask: 020002/99070 Workarea:
WSPO-PM WAW: 002367 TPS:
AM12.1.3.2.1.1.12-9E-DV (RDT&E)
410203 AD21 US Funding - $291,272, SCN NAV2602344 WAW: 9398 Task/Subtask:
10010/00003 Support to PEO IWS W05
WBS: 1.1.1.2.7.1 CERS: 09999/02344CERS
WBS: 1.1.99.64 OWLD: 09/30/2014 (SCN)
410204 AD21 US Funding - $21,996 - SCN NAV2606548 Task/subtask:/10640/00006
Element:TDL TE/ALT SPT NJLBTS WBS:
1.1.64.2.4.2 (SCN)
410205 AD21 US Funding - $52,244 - SCN Task/Subtask: 10640/00049 TPS:
NAV2605873 Element: Aegis PMReporting
WBS: 1.1.99.26 DDG-113Combat System
Subtask: 1.1.64.3.12.1 WBSTitle: FM
W22 (SCN)
410206 AD21 US Funding - $42,250, OMN - NAV2604350
Task/Subtask: 10360/00032 WBS:
1.1.36.1.12.4 Aegis FM CERS:
0999/04350 CERS WBS: 1.1.99.20 Data
Analysis andTool Development (O&MN,N)
410207 AD21 US Funding - $34,835 - RDTE Task/Subtask: 02002/00091 W05-5.0
Shared Costs WBS: 1.2.1.3.1.1.1.3 CERS
Task/Subtask: 02002/99033 Work Area:
WSPO-FM WAW: 002367 TPS:
AM12.1.3.2.3.3.12-9A/C-DV (RDT&E)
410208 AD21 US Funding - $2,313 - OMN - WAW: 9398
Aegis FM Task/Subtask: 10610/00006
WBS: 1.1.61.2.3.2 CERS:
09999/06150CERS WBS: 1.1.99.53 Ref.
Doc N0002412WX05103/AA (O&MN,N)
410209 AD21 US Funding - $2,285 - OMN - WBS:
1.1.4.2.3 Aegis FM NAV2606689
Task/Subtask: 10080/00030
HR
$3,896,344.00
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
25 of 127
Supplies/Services
CERS:09999/06689 CERS WBS:N/A Ref. doc
N0002412WX05103/AA (O&MN,N)
410210 AD21 US Funding - $83,000 - RDDA Task/Subtask: 02005/20705 WBS:
1.2.9.1.2.1 CERS:02005/99002 TPS:
D12.1.1.1.01-FM WAW: 005055 BMD (RDDA)
410211 AD21 US Funding - $189,000 - RDDA
-Task/Subtask:02005/20701 WBS:
1.2.9.1.1.1 CERS Task Subtask:
02005/99001 WAW: 005055 TPS:
D12.1.1.1.01-PM (RDDA)
410212 AD21 US Funding - $36,225 - SCN Task/Subtask: 61011/61012 WBS: 1.3.9.7
LCS Team Management PM support CERS
Task/Subtask: 99988/88899 CERS WBS:
13.19.99 NAV2606760 (SCN)
410213 AD21 US Funding - $12,046 - OMN - SSDS PM
Task/Subtask: 08030/00015 WBS:
1.7.2.1.1.1 CERS Task/Subtask:
99999/02691 WAW: 5759 (O&MN,N)
410214 AD21 US Funding - $15,000 - SCN - DDG100-FM
Task/subtask: 03003/03313 WBS:
1.10.1.4.9 CERS Task/subtask:
99990/94826 CERS:WBS: 1.10.1.4.99 TPS:
6084 WAW: 002984 (SCN)
410215 AD21 US Funding - $19,474 - SCN Task/Subtask: 03003/03311 WBS:
1.10.1.4.9 CERS Task/Subtask:
99990/94826 CERS WBS: 1.10.1.4.99 TPS:
6084 WAW: 2984 (SCN)
410216 AD21 US Funding $68,643 - OMN - SSDS - FM
Task/Subtask: 08030/00015 WBS:
1.7.2.1.1.1 CERS Task/Subtask:
99999/02691 TPS: 2691 WAW: 5759
(O&MN,N)
410217 AD21 US Funding - $12,474 - SCN Task/Subtask: 03003/03312 WBS:
1.10.1.4.9 CERS Task/Subtask:
99990/94826 CERS WBS: 1.10.1.4.99
OWLD: 08/31/16 (SCN)
410218 AD21 US Funding - $118,468 - RDDA -ABMD PM
Support TASK//SUBTASK: 02005/20705;
WBS#: 1.2.9.1.2.1;
TPS#:D12.1.1.1.01-FM; WAW#:005055;CERS
TASK/SUBTASK: 02005/99001 WAW: 005055
(RDDA)
410219 AD21 US Funding - $878- Reporting WBS #:
1.10.1.6.99, CERS - REPORTING
NAV2606084.2 Subtask WBS # :
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
26 of 127
Supplies/Services
1.10.1.6.4, W05 -PM SUPPORT 1002 (SCN)
410220 AD21 US Funding - $878- DDG 1000 PM
Reporting WBS: 1.10.1.6.99 WBS WBS
Title : CERS - REPORTING NAV2606084.2
Subtask WBS # : 1.10.1.6.4 WAWL 002984
(SCN)
410221 AD21 US Funding - $19,666 - RDTE 'TASK/SUBTASK 10320/00098 ELEMENT
AEGIS-FMNICE AND VIEWNET W05WSPO WBS
1.1.32.2.1.5 CERS09999/03834 CERSWBS
1.1.99.14' (RDT&E)
410222 AD21 US Funding - $2,633 - SCN - 'DDG 1000
PM Reporting WBS # :1.10.1.4.99, WBS
Title : CERS - NAV2606084 Subtask WBS
# : 1.10.1.4.12, WBS Title : W05 PM/SW WARROOM SUPP Funding
TASK/SUBTASK:03003/03012;
WBS#:1.10.1.4.12;CERS TASK/SUBTASK:
99990/94826 ; CERS WBS#:1.10.1.4.99 '
(SCN)
410223 AD21 US Funding - $29,695 - SCN - DDG 1000
FM Reporting WBS # :1.10.1.4.99, WBS
Title : CERS - NAV2606084 Subtask WBS
# : 1.10.1.4.6, WAW :002984
TASK/SUBTASK:03003/03313; WBS#: (SCN)
410224 AD21 US Funding - $18,655 - SCN - DDG 1000
FM Reporting WBS # :1.10.1.6.99, WBS
Title : CERS - REPORTING NAV2606084.2
Subtask WBS # : 1.10.1.6.3, WAW :
002984 TASK/SUBTASK: 05003/10009;
WBS#: 1.10.1.6.3 CERS TASK/SUBTASK:
99990/94826 ; CERS
WBS#:1.10.1.4.99;APPROP: SCN;
TPS:NAV2606084.2; WAW: 002984 (SCN)
410225 AD21 US Funding - $55,266 - RDDA TASK//SUBTASK: 02005/20701;
WBS#:1.2.9.1.1.1;TPS#:D12.1.1.1.01-PM;
WAW#:005055; CERSTASK/SUBTASK: ;02005
(RDDA)
410226 AD21 US Funding - $8055 - RDTE - C.2.3 TASK
AREA 3: WSPO BUSINESSOPERATIONS TASK//SUBTASK: 09001/11051; CERSWBS
1.8.1.30.1.99; TPS: NAV260PMGMT;WAW:
005388 (RDT&E)
410227 AD21 US Funding - $6220 - RDTE TASK//SUBTASK: 09001/11050;
CERStask/subtask: 99929/CECPM; CERSWBS
1.8.1.30.1.99; TPS: NAV260PMGMT; WAW
005388 (RDT&E)
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
27 of 127
Supplies/Services
410228 AD21 US Funding - $6195 - OMN TASK//SUBTASK: 09009/10140;
CERStask/subtask: 99939/WDPPM;
CERSWBS: 1.16.2.9.2.99; TPS:
NAVCPSPMGMO; WAW:007679 (O&MN,N)
410229 AD21 US Funding - $1891 - OMN TASK//SUBTASK: 09009/10141;
CERStask/subtask: 99939/WDPPM: CERS
WBS 1.16.2.9.2.99; TPS: NAVCPSPMGMO;
WAW:007679 (O&MN,N)
410230 AD21 US Funding - $18655 - SCN TASK/SUBTASK: 04003/10005; WBS#:
1.10.1.5.3;CERS TASK/SUBTASK:
99990/94826; CERSWBS#: 1.10.1.4.99;
APPROP: SCN; TPS:NAV2606084.1
WAW:002984 (SCN)
410231 AD21 US Funding - $50,000 - NWCF - SPA
IPBES (WCF)
410232 AD21 US Funding - $11,270 - SCN 1711611/1227 Task/Subtask: 03003/03313
WBS: 1.10.1.4.6 CERS Task Subtask:
99990/94826 CERS WBS: 1.10.1.4.99 WAW:
002984 OWLD:08/31/2016 (SCN)
410233 AD21 US Funding - $38,446 - OMN tASK=08030, Subtask=00015,
TPS=NAV2602691, Contract/Element=SSDS
- FM Reporting WBS # :1.7.2.1.99, WBS
Title : CERS - NAV2602691 Subtask WBS
# : 1.7.2.1.1.1, WBS Title : W05
PROGRAM DIRECTOR Funding Type : SSDS
Funding Document : N0002412WX00996-AA
S331 WAW : 005759 (O&MN,N)
410234 AD21 US Funding - $422,725 - SCN TPS=NAV2602344,Element=AEGIS PM,Amount 380,475.0010020/00023,
TPS=NAV2602351,Element=AEGIS FM,Amount 40,250.0010640/00049,
TPS=NAV2605873,Element=AEGIS PM,Amount 2,000.00 (SCN)
410235 AD21 US Funding - $57,194 - RDTE NAV2606353 TASK/SUBTASK 10670/00045
ELEMENT ACB PLANNER PM RDT&E POP DATE
8/16/2011-8/15/2012 OY 1 WCD 9/30/2012
FED 9/30/2013 CERS 88888/06353 (RDT&E)
410236 AD21 US Funding - $145,783- OMN - TPS 4908
171804 OMN TASK/SUBTASK 10700/00076
ELEMENT AEGIS-FM CERS 09999/04908 CERS
WBS 1.1.99.46 (O&MN,N)
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
28 of 127
Supplies/Services
410237 AD21 US Funding - $69,217 - OMN - WAW 9398
OMN TASK/SUBTASK 10700/00076 C.2.3.3
FINANCIALANALYSIS, TRACKING,
REPORTING, AND TOOL DEVELOPMEN11
(O&MN,N)
410238 AD21 US FUnding - $32,826 - RDTE -/SUBTASK:
02005/20705; WBS#: 1.2.9.1.2.1;
CERS02005/99002 TPS:D12.1.1.1.01-FM;
WAW: 005055 (RDDA)
410239 AD21 US Funding - $2,400 - RDTE Task/SUBTASK: 02005/20705; WBS#:
1.2.9.1.2.1; CERS02005/99002 TPS:
D12.1.1.1.01-FM; WAW: 005055 (RDDA)
410240 AD21 US Funding - $79,170 - RDTE - 4907 WA1
WAW 93981721319/A5XB RDTEELEMENT
AEGIS-FM DIRECT CITE WCD 9/30/2013 FED
9/30/2013 TASK POP 7/11/12-8/15/12
CONTRACT POP 8/16/2011 - 9/30/2012 OY
1 LABOR $79,170 10076/00030,
TPS=NAV2606832, Element=AEGIS - FM,
Amount 28,500.00 10320/00093,
TPS=NAV2604907, Element=AEGIS - FM,
Amount 50,670.00 Mod 72 - De-obligates
$43,576.36 (RDT&E)
410241 AD21 US Funding - $50,885 - SCN - WAW #
003144; TPS: NAV2606763;TASK/SUBTASK
/WBS;61083/61084 1.3.11.1: CERS
Task/Subtask/WBS:99987/88887 1.3.11.99
SCN OWLD Date: 9/30/2015; Work
Completion Date: 9/30/12; Task period
of performance 7/30/11 - 8/15/12 (SCN)
410242 AD21 US Funding - $20,691 - OMN Task/Subtask: 08030/00015;
CERSTask/Subtask 99999/02691; CERS:
NAQV26020691; WAW: 005759;
TPS:NAV2602691; FY12 S/W Main OMN
funds for SSDS MK2 PFS, PM, S/W
Deliveries, S/W &Cert Eng LCM spt and
IA Systems spt. (O&MN,N)
410243 AD21 US Funding - $9,317 - OMN Task/Subtask: 08030/00015;
CERSTask/Subtask: 99999/02691; CERS:
NAQ26020691; WAW#005759; TPS:
NAV2602691; FY12 S/W Main OMN funds
for SSDS MK2 PFS, PM, S/W Deliveries,
S/W &Cert Eng LCM spt and IA Systems
spt. (O&MN,N)
410244 AD21 US Funding - $7,377 - RDDA TASK/SUBTASK/WBS:21000 / 21001 /
1.3.9.27; CERS TASK/SUBTASK/WBS:99988
/ 88899 / 1.3.9.99; TPS: NAV2606760;
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
29 of 127
Supplies/Services
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
WAW: 003144 (SCN)
410245 AD21 US Funding - $39,000 - NWCF - W73
Support (WCF)
4200
AD21 Option 2 BFM and PM Support Services
Labor inaccordance with Section C,
Performance Work Statement (PWS) (Fund
Type - TBD)
420001 AD21 US Funding - $149,130 - RDDA
-TASK/SUBTASK: 02005/20705; WBS#:
1.2.9.1.2.1; CERS02005/99002 TPS:
D12.1.1.1.01-FM; WAW: 005055 (RDDA)
420002 AD21 US Funding - $50,885 - SCN - TPS:
NAV2606760 Task/Subtask 61011/61012
WBS: 1.3.9.7 CERS Task/Subtask
99988/88899 WBS:1.3.9.99 (SCN)
420003 AD21 US Funding - $29,296 - SCN Task/Subtask 61011/61012 WBS: 1.3.9.7
CERS Task/Subtask 99988/88899
WBS:1.3.9.99; C.2.2 TASK AREA 2: WSPO
PROGRAM SUPPORT (SCN)
420004 AD21 US Funding - $5,113 - RDDA TASK/SUBTASK: 02006/00085;
CERS02006/99020; WBS:DR-024411; TPS:
AC12.1.4.2.2.1; WAW: 002192 (RDDA)
420005 AD21 US Funding - $3,658 - RDDA TASK/SUBTASK: 02006/00095;
CERS02006/99006; WBS:DR-024411; TPS:
AC12.1.4.2.2.1; WAW: 002192 (RDDA)
420006 AD21 US Funding - $4,352 - RDDA TASK/SUBTASK: 02006/00090;
CERS02006/99014; WBS:DR-024411 TPS:
AC12.1.4.2.2.1; WAW: 002192 (RDDA)
420007 AD21 US Funding - $6,883 - RDDA TASK/SUBTASK: 02006/00094;
CERS02006/99005; WBS:DR-024411 TPS:
AC12.1.4.2.2.1; WAW: 002192 (RDDA)
420008 AD21 US Funding - $5,900 - RDDA TASK/SUBTASK: 02006/00100;
CERS02006/99012; WBS:DR-024411; TPS:
AC12.1.4.2.2.1; WAW: 002192 (RDDA)
420009 AD21 US Funding - $2,129 - RDDA TASK/SUBTASK: 02006/96970;
CERS02006/99004; WBS:DR-024411 TPS:
AC12.1.4.2.2.1; WAW: 002192 (RDDA)
420010 AD21 US Funding - $4,794 - RDDA TASK/SUBTASK: 02006/96970;
CERS02006/99004; WBS:DR-024411; TPS:
AC12.1.4.2.2.1; WAW: 002192 (RDDA)
HR
$5,725,535.00
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
30 of 127
Supplies/Services
420011 AD21 US Funding - $2,800 - RDDA TASK/SUBTASK: 02003/00046;
CERS02003/09912; WBS:DR-024404; TPS:
AD12.1.2.2.3.32; WAW: 002213 (RDDA)
420012 AD21 US Funding - $2,790 - RDDA TASK/SUBTASK: 02003/00039;
CERS02003/00039; WBS:DR-024404; TPS:
AD12.1.2.2.3.32; WAW: 002213 (RDDA)
420013 AD21 US Funding - $74,843 - RDTE -WAW:
9398; IBPES: 0058934471; TPS: 4907
C.2.3 WSPO BUSINESS OPERATIONS (RDT&E)
420014 AD21 US Funding - $3,441 - RDTE - TPS: 6353
Task/Subtask 10670/46; SUBTASKWBS:
1.13.67.1.10.2; WAW 010600 (RDT&E)
420015 AD21 US Funding - $46,252 - SCN - TPS:
2344; C.2.3.3 FINANCIALANALYSIS,
TRACKING, REPORTING, AND TOOL
DEVELOPMENT (SCN)
420016 AD21 US Funding - $6,227 - RDDA TASK/SUBTASK: 02014/00080;
CERS02014/00222; WBS:DR-024403; TPS:
AM12.1.3.2.1.2.02; WAW: 001956 (RDDA)
420017 AD21 US Funding - $4,981 - RDDA TASK/SUBTASK: 02003/00040;
CERS02003/09918; WBS:DR-024404; TPS:
AD12.1.2.2.3.07; WAW: 00213 (RDDA)
420018 AD21 US Funding - $4,277 - RDDA TASK/SUBTASK: 02003/00028;
CERS02003/99006; WBS:DR-024404; TPS:
AD12.1.2.2.3.07; WAW: 002213 (RDDA)
420019 AD21 US Funding - $3,196 - RDDA TASK/SUBTASK: 02003/00029;
CERS02003/99007; WBS:DR-024404; TPS:
AD12.1.2.2.3.07-EP; WAW: 002213 (RDDA)
420020 AD21 US Funding - $4,912 - RDTE - CERS:
NAV2606353;TPS: 6353 Task/Subtask
10670/00045; REPORTING WBS: 1.13.99.1;
SUBTASK WBS: 1.13.67.1.14.4; WAW
010600 (RDT&E)
420021 AD21 US Funding - $20,000 - RDTE; Mod 60
Deobligate$20K (RDT&E)
420022 AD21 US Funding - $257,000 - RDTE (RDT&E)
420023 AD21 US Funding - $17,905 - OMN TASK/SUBTASK: 08030/00015;
CERS99999/02691; TPS:NAV2602691; WAW:
005759; S/W MAINTOMN FUNDS FOR SSDS
MK2 PFS, PM,S/W DELIVERIES, S/W 31 USC
1301 PURPOSE ANALYSIS (O&MN,N)
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
31 of 127
Supplies/Services
420024 AD21 US Funding - $2,787 - OMN TASK/SUBTASK: 08030/00015;
CERS99999/02691; TPS:NAV2602691; WAW:
005759; S/W MAINTOMN FUNDS FOR SSDS
MK2 PFS, PM,S/W DELIVERIES, S/W 31 USC
1301 PURPOSE ANALYSIS (O&MN,N)
420025 AD21 US Funding - $2,790 - RDDA -WAW:
002213; DO/TI: BMD - FM (RDDA)
420026 AD21 US Funding - #3,459 - RDDA WAW#:002213; BS#:DR-024404; PS:
AD12.1.2.2.3.07; TASK/SUBTASK:
02003/00035; CERSTASK/SUBTASK:
02003/09914; (RDDA)
420027 AD21 US Funding - $25,000 - OMN - WAW#:
010836; TASK/SUBTASK: 04001/40002;
WBS#:1.10.3.1.3; CERS TASK/SUBTASK:
99971/95869 ; CERS
WBS#:1.10.3.1.99;TPS: NAV2605869.1;
WAW: 010836; (O&MN,N)
420028 AD21 US Funding - $29,236 - OMN - WBS:
1.7.2.1.1.2 CERS task/subtask:
99999/02691; CERSWBS: 1.7.2.1.99;
Approp: OMN; TPS:NAV2602691; WAW:
005759 (O&MN,N)
420029 AD21 US Funding - $200,000 - OMN - TPS:
4908; TASK/SUBTASK: 10700/00076; WAW
9398 (O&MN,N)
420030 AD21 US Funding - $23,396 - RDTE - WAW:
9398; TSP: 4907 (RDT&E)
420031 AD21 US Funding - $22,045 - RDTE -TPS
NAV2606353; WA9; WAW 9398 (RDT&E)
420032 AD21 US Funding - $74,843 - RDTE;
N0002412WX04976-AA; TPS 4907; WAW
9398; Task 10320/00093 WCD 9/30/2012;
FED 9/30/2013 (RDT&E)
420033 AD21 US Funding - $11,791 - RDTE;
N0002412WX04950-AA; RDTE; WA9; FED9/30
/2013; (RDT&E)
420034 AD21 US Funding - $35,500; RDT&E;
HQ0006215285-AA; Exp: 09/30/13; WAW #:
002367, WORK ELEMENT: BMD-PM C.2.3
TASK AREA 3: WSPOBUSINESS OPERATIONS
PROGRAM MANAGEMENT - LEGAL EXP DATE:
09/30/2013; TASK/SUBTASK: 02002/40020;
WBS#: 1.2.1.2.5.1.2.1; WAW: 002367;
TPS:AD12.1.2.5.1.1.30-4.0.1-FTM18;
Task title: W05 -4.0.1 T&E FTM 18
(RDT&E)
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
32 of 127
Supplies/Services
420035 AD21 US Funding - $3,313; RDTE; Work
Completion: 10/31/12; Expiration:
10/31/13; WAW #: 002213; WORK ELEMENT:
BMD-PM; C.2.2.S Program and Project
Support 'AD12.1.2.2.3.07-RE - BLK IB
REQUIREMENTS ENGINEERING'; FunDoc:
HQ0006210251; TASK/SUBTASK:
02003/00027; CERSTASK/SUBTASK:
02003/99005; WBS#: DR-024404 ;TPS:
AD12.1.2.2.3.07-RE ; WAW: 002213; WCD:
10/31/12, (RDT&E)
420036 AD21 US Funding - $4,000 - RDTE; FunDoc:
HQ0006211681-AA Exp: 09/30/13; WAW #:
002367; WORK ELEMENT: BMD-FM;
TASK/SUBTASK: 02002/05213;
WBS#:1.2.1.3.10.1; WAW: 002367; TPS:
AM12.1.3.2.1.1.24; Task title: G25- AA
VOM SUPPORT;LEGAL EXP DATE:
09/30/2013; (RDT&E)
420037 AD21 US Funding - $7,866 - RDTE; FundDoc:
HQ000629996-AA; Exp: 09/30/13; WAW #:
001992, WORK ELEMENT: BMD-PM; TASK
AREA3: WSPO BUSINESS OPERATIONS
AC12.1.5.2.1.1.05- WSPO - 5.1 SUPPORT;
TASK/SUBTASK: 2011/FS023; CERS
TASK/SUBTASK: 2011/99F51;
WBS#:1.2.6.1.7.2; WAW:001992; WCD:
09/30/2012 SOW No.: AD12.1.2.2.3.07
(RDT&E)
420038 AD21 US Funding - $8,318 - RDTE; FunDDoc:
HQ0006216011-AA; Exp: 09/30/13; WAW #
: 002367, WORK ELEMENT:BMD-FM; C.2.3
TASK AREA 3: WSPO BUSINESS OPERATIONS;
TASK/SUBTASK: 02002/00090 WBS#:
1.2.1.2.1.1.1.3 ;WAW: 002367;
TPS:AD12.1.2.2.1.1.10-4.0.1-DV (RDT&E)
420039 AD21 US Funding - $4,760 - RDTE; FundDoc:
HQ0006212898-AA; WCD: 01/31/13; Exp:
09/30/13; WAW #: 002213; C.2.2.S
Program and Project Support
AD12.1.2.5.1.2.3.2 - SM-3 BLK IA/IB
FLIGHT TESTSUPPORT TASK/SUBTASK:
02003/00036; CERSTASK/SUBTASK:
02003/09916; WBS#: DR-024404; TPS:
AD12.1.2.5.1.2.3.2; WAW: 002213;
(RDT&E)
420040 AD21 US Funding - $31,000 - RDTE; FundDoc:
HQ0006211429-AA; WCD: 11/30/12; Exp:
09/30/13; WAW#: 005055; WORK ELEMENT:
BMD-FM; WBJ WAW 005055; CERS
02005/99002 (RDT&E)
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
33 of 127
Supplies/Services
420041 AD21 US Funding - $50,000 - RDTE; FundDoc:
HQ0276215940-AA; Exp: 09/30/13; WAW#:
005075; TASK/SUBTASK: 02007/00001;
WBS#:1.2.4.1.1.1;TPS: F0198300DD00;
Task title: W05 - FLEET SUPPORT
(RDT&E)
420042 AD21 US Funding - $74,000 - RDTE;FundDoc:
HQ0006211429-AA; WCD: 11/30/12; Exp:
09/30/13; WAW#: 005055 (RDT&E)
420043 AD21 US Funding - $9,410 - RDTE; WCD:
10/31/12; Exp: 10/31/13; WAW #:
002213, WORK ELEMENT: BMD-PM;
AD12.1.2.2.3.07-MS - SM-3 BLK IB
MISSILE SYSTEM SAFETY Funding
Document:HQ0006210251; TASK/SUBTASK:
02003/00025; CERSTASK/SUBTASK:
02003/99010; WBS#: DR-024404 ;TPS:
AD12.1.2.2.3.07-MS; WAW: 002213
(RDT&E)
420044 AD21 US Funding - $56,000 - NWCF; W73
Support OY2 (WCF)
420045 AD21 US Funding - $71,818 - RDDA, OY2
(RDDA)
420046 AD21 US Funding - $8,976 - RDDA, OY2 (RDDA)
420047 AD21 US Funding - $14,436 - RDDA, OY2
(RDDA)
420048 AD21 US Funding - $31,220 - RDDA, OY2
(RDDA)
420049 AD21 US Funding - $36,456 - RDDA, OY2
(RDDA)
420050 AD21 US Funding - $16,000 - RDDA, OY2
(RDDA)
420051 AD21 US Funding - $35,000 - SCN, OY2 (SCN)
420052 AD21 US Funding - $40,975 - SCN, OY2 (SCN)
420053 AD21 US Funding - $304,580 - RDDA, OY2
(RDDA)
420054 AD21 US Funding - $61,885 - OMN, OY2
(O&MN,N)
420055 AD21 US Funding - $13,015 - RDDA, OY2
(RDDA)
420056 AD21 US Funding - $22,234 - RDDA, OY2
(RDDA)
420057 AD21 US Funding - $80,321 - SCN, OY2. OWLD
9/30/15 (SCN)
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
34 of 127
Supplies/Services
420058 AD21 US Funding - $82,788 - SCN, OY2. OWLD
9/30/15 (SCN)
420059 AD21 US Funding - $201,835 - RDDA (RDDA)
420060 AD21 US Funding - $59,317 - RDTE (RDT&E)
420061 AD21 US Funding - $19,680 - RDTE (RDT&E)
420062 AD21 US Funding - $69,708 - RDTE (RDT&E)
420063 AD21 US Funding - $20,500 - RDTE (RDT&E)
420064 AD21 US Funding - $120,741 - RDTE (RDT&E)
420065 AD21 US Funding - $177,845 - RDTE (RDT&E)
420066 AD21 US Funding - $235,036 - RDTE (RDT&E)
420068 AD21 DDG-1000 (RDT&E)
420069 AD21 BMD 4.0 (RDDA)
420070 AD21 Admin & FinancialSpt; OWLD 9/30/2014
(SCN)
420071 AD21 ABMD PM (RDDA)
420072 AD21 Aegis FM (O&MN,N)
420073 AD21 ABMD PM (RDDA)
420074 AD21 ABMD FM (RDDA)
420075 AD21 ABMD FM (RDDA)
420076 AD21 ABMD FM (RDDA)
420077 AD21 Aegis FM (RDT&E)
420078 AD21 Aegis PM (RDT&E)
420079 AD21 Aegis FM (OPN)
420080 AD21 Aegis PM (OPN)
420081 AD21 Aegis FM (OPN)
420082 AD21 BMD PM (RDDA)
420083 AD21 TM (O&MN,N)
420084 AD21 PM/FM (O&MN,N)
420085 AD21 BMD PM/FM (RDDA)
420086 AD21 K2178 SSDS (RDT&E)
420087 AD21 STR Planner (O&MN,N)
420088 AD21 DDG1000 (SCN)
420089 AD21 ONR funds; Mod 61Deobligate $340K
(RDT&E)
420090 AD21 W07 Support (OPN)
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
35 of 127
Supplies/Services
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
420091 AD21 DDC Support (RDDA)
420093 AD21 Mod 57 - BMD 5.0/AA (RDDA)
420094 AD21 Mod 57 - ONR Funding (RDT&E)
420095 AD21 Mod 57 - ABMD - Eng/Tst Event
Spt(RDDA)
420096 AD21 Mod 57 - BMD Fleet Support (RDDA)
420097 AD21 Mod 58 - AGEIS 2;Mod 60
Deobligate$124,132 (SCN)
420098 AD21 Mod 58 - Program Management Support;
BMD PM AND BMD FM (RDT&E)
420099 AD21 Mod 58 - ABMD; Task Area 3 WSPO
Business Operations (RDT&E)
4201
AD21 Option 2 BFM and PM Support Services
Labor inaccordance with Section C,
Performance Work Statement (PWS) (Fund
Type - TBD)
420101 AD21 Mod 59 - SSDS; OWLD 11/30/2017 (SCN)
420102 AD21 Mod 59 - BMD WSPO(RDDA)
420103 AD21 Mod 59 - BMD WSPO(RDDA)
420104 AD21 Mod 59 - BMD WSPO(RDDA)
420105 AD21 Mod 59 - BMD WSPO(RDDA)
420106 AD21 Mod 59 - BMD WSPO(RDDA)
420107 AD21 Mod 59 - BMD WSPO(RDDA)
420108 AD21 Mod 59 - DDG1000;OWLD 8/31/2016 (SCN)
420109 AD21 Mod 59 - AEGIS; OWLD 5/31/2017 (SCN)
420110 AD21 Mod 59 - BMD (RDDA)
420111 AD21 Mod 59 - BMD (RDDA)
420112 AD21 Mod 59 - BMD (RDDA)
420113 AD21 Mod 59 - BMD (RDDA)
420114 AD21 Mod 59 - AEGIS (RDT&E)
420115 AD21 Mod 59 - SSDS (RDT&E)
420116 AD21 Mod 59 - AEGIS; OWLD 9/30/2016 (SCN)
420117 AD21 Mod 59 - LCS; OWLD 9/30/2016 (SCN)
420118 AD21 Mod 59 - TM (RDT&E)
420119 AD21 Mod 59 - TM (RDT&E)
420120 AD21 Mod 60 - ABMD (RDDA)
420121 AD21 Mod 60 - ABMD (RDDA)
$1,158,529.00
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
36 of 127
Supplies/Services
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
420123 AD21 Mod 60 - LCSl OWLD 9/16/2016 (SCN)
420124 AD21 Mod 60 - ABMD (RDDA)
420125 AD21 Mod 62 - ABMD (RDDA)
420126 AD21 Mod 63 - ONR (RDT&E)
420127 AD21 Mod 64 - ABMD (RDDA)
420128 AD21 Mod 64 - ABMD (RDDA)
420129 AD21 Mod 64 - ABMD (RDDA)
420130 AD21 Mod 64 - ABMD (RDDA)
4300
AD21 Option 3 BFM and PM Support Services
Labor inaccordance with Section C,
Performance Work Statement (PWS) (Fund
Type - TBD)
430001 AD21 Mod 60 - AEGIS; OWLD 8/31/2013 - NO
COSTS MAY BE INCURRED AFTER THE OWLD
(SCN)
430002 AD21 Mod 60 - SSDS; OWLD 11/30/2017 (SCN)
430003 AD21 Mod 60 - ABMD (RDDA)
430004 AD21 Mod 60 - DDG1000;OWLD 8/31/2016 (SCN)
430005 AD21 MOd 60 - ABMD (RDDA)
430006 AD21 Mod 60 - ABMD; Mod 62 PLUS UP $81,001
(RDDA)
430007 AD21 Mod 60 - ABMD - FS; Mod 62 - ABMDPlus
UP ($45K) (RDDA)
430008 AD21 Mod 60 - DDG1000;OWLD 8/31/2016 (SCN)
430009 AD21 Mod 60 - AEGIS; OWLD 8/31/2013 - NO
COSTS MAY BE INCURRED AFTER THE OWLD
(SCN)
430010 AD21 Mod 60 - ONR funding; Mod 61
Deobligate $350K (RDT&E)
430011 AD21 Mod 60 - LCS; OWLD 9/30/2016 (SCN)
430012 AD21 Mod 60 - TM (RDT&E)
430013 AD21 Mod 60 - TM (RDT&E)
430014 AD21 Mod 60 - ABMD (RDDA)
430015 AD21 Mod 60 - AEGIS; OWLD 11/30/2018 (SCN)
430016 AD21 Mod 60 - AEGIS (RDT&E)
430017 AD21 Mod 62 - DDG-1000- OWLD 8/31/2016
(SCN)
430018 AD21 Mod 62 - ABMD (RDDA)
$7,325,126.00
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
37 of 127
Supplies/Services
430019 AD21 Mod 62 - ABMD (RDDA)
430020 AD21 Mod 62 - AEGIS (O&MN,N)
430021 AD21 Mod 62 - SSDS (RDT&E)
430022 AD21 Mod 62 - SSDS (O&MN,N)
430023 AD21 Mod 62 - AEGIS - OWLD 11/30/2018 (SCN)
430024 AD21 Mod 62 - LCS (RDT&E)
430025 AD21 Mod 62 - DDG 1000- OWLD 9/30/2016
(SCN)
430026 AD21 Mod 62 - AEGIS (O&MN,N)
430027 AD21 Mod 63 - ONR (RDT&E)
430028 AD21 Mod 63 - DDG-1000; OWLD 8/31/2016
(SCN)
430029 AD21 Mod 63 - ABMD - AM 5.0.2 (RDDA)
430030 AD21 Mod 63 - ABMD - AX SBT (RDDA)
430031 AD21 Mod 63 - ABMD - DPROG OPERATIONS
(RDDA)
430032 AD21 Mod 63 - ABMD - AM 5.0.2 (RDDA)
430033 AD21 Mod 63 - AEGIS; OWLD 11/30/2018 (SCN)
430034 AD21 Mod 65 - LCS; OWLD 9/30/2016 (SCN)
430035 AD21 Mod 65 - LCS (RDT&E)
430036 AD21 MOD 66 - DDG1000 (SCN)
430037 AD21 MOD 66 - W07/ACQ/LOG SUPPORT (Fund
Type - OTHER)
430038 AD21 MOD 66 - AEGIS (RDT&E)
430039 AD21 MOD 66 - SSDS (RDT&E)
430040 AD21 MOD 66 - SSDS (RDT&E)
430041 AD21 MOD 66 - ABMD / DPROG OPERATIONS
(RDT&E)
430042 AD21 MOD 67 - LCS (RDT&E)
430043 AD21 MOD 67 - DDG1000 (SCN)
430044 AD21 MOD 68 - B/L 4 SUPPORT SERVICES
(RDT&E)
430045 AD21 MOD 68 - TRACK MANAGEMENT (RDT&E)
430046 AD21 MOD 68 - TM (RDT&E)
430047 AD21 MOD 68 - ABMD - FFLEET SUPPORT (RDT&E)
430048 AD21 MOD 69 - DDG 1000(SCN)
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
38 of 127
Supplies/Services
430049 AD21 MOD 69 - WSPO PROGRAM MANAGEMENT
SUPPORT (SCN)
430050 AD21 MOD 69 - AEGIS BMD MISSION ENGINEERING
AND TEST EVENT SUPPORT (RDT&E)
430051 AD21 MOD 70 - AEGIS BMD - 5.0 (RDT&E)
430052 AD21 MOD 70 - ABMD - AD 4.0.1/SM-3 (RDT&E)
430053 AD21 MOD 70 - ABMD - AD 4.0.1/SM-3 (RDT&E)
430054 AD21 MOD 70 - CACI SUPPORT (RDT&E)
430055 AD21 MOD 70 - CACI SUPPORT (RDT&E)
430056 AD21 MOD 71 - ABMD - DPROG OPERATIONS
(RDT&E)
430057 AD21 MOD 72 - AEGIS (SCN)
430058 AD21 MOD 72 - AEGIS (SCN)
430059 AD21 MOD 72 - LCS (RDT&E)
430060 AD21 MOD 72 - $87,860;1301 PURPOSE: C.2.2
TASK AREAS 2: WSPO PROGRAM MANAGEMENT
SUPPORT MOD 79 ($28,200) (RDT&E)
430061 AD21 MOD 72 - SSDS (O&MN,N)
430062 AD21 MOD 72 - SSDS (O&MN,N)
430063 AD21 MOD 72 - LCS (RDT&E)
430064 AD21 MOD 72 - AEGIS (O&MN,N)
430065 AD21 MOD 72 - AEGIS (RDT&E)
430066 AD21 MOD 73 - C.2.2 TASK AREAS 2: WSPO
PROGRAM (RDT&E)
430067 AD21 MOD 73 - C.2.2 TASK AREAS 2: WSPO
PROGRAM (SCN)
430068 AD21 MOD 73 - SOW AD.14.319 TO SUPPORT SHIP
INTEGRATION (RDT&E)
430069 AD21 MOD 73- SOW: AC_13_811 (RDT&E)
430070 AD21 MOD 73 - SOW: AC_14_003 (RDT&E)
430071 AD21 MOD 73 - NSWCDD PROGRAM MANAGEMENT
SUPPORT (RDT&E)
430072 AD21 MOD 73 - PE 0603640M (RDT&E)
430073 AD21 MOD 73 - SOW F.14.002 (RDT&E)
430074 AD21 MOD 73 - 1301 PURPOSE: SOW F.14.41 FOR
CONTRACTOR LABOR (RDT&E)
430075 AD21 MOD 74 - 1301 PURPOSE: FY14 FUNDING
FOR NSWCDD PROGRAM MANAGEMENT SUPPORT
(RDT&E)
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
39 of 127
Supplies/Services
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
430076 AD21 MOD 74 - AEGIS (RDT&E)
430077 AD21 MOD 75- AEGIS (SCN)
430078 AD21 MOD 75 - AEGIS ABMD (RDT&E)
430079 AD21 MOD 75 - ABMD 4.0.1/SM-3 (RDT&E)
430080 AD21 MOD 75 - 1301 PURPOSE: AEGIS ASHOR SOW
AA-14-030 (RDT&E)
430081 AD21 MOD 75 - (RDT&E)
430082 AD21 MOD 75- 1301 PURPOS: SM-3 BLK IIA SOW:
AC_14_811 (RDT&E)
430083 AD21 MOD 75 - LCS (RDT&E)
430084 AD21 MOD 75 - DDG-100 (SCN)
430085 AD21 MOD 75 - DDG 1000(SCN)
430086 AD21 MOD 76 -WSPO SHARED COST FOR WSPO PM
(RDT&E)
430087 AD21 MOD 76 AEGIS ABMD(RDT&E)
430088 AD21 MOD 76 NSWC DAHLGREN FOR BMD 5.1
EFFORTS (RDT&E)
430089 AD21 MOD 76 AEGIS BMD SOW AD.14.241 (RDT&E)
430090 AD21 MOD 77 AEGIS (O&MN,N)
For ODC Items:
Item
PSC
Supplies/Services
6000
AD21 Base Period, ODCsfor CLIN 4000. (Fund Type - TBD)
600001 AD21 US Funding $1,000- Aegis BMD PM WBS: 1.2.1.3.1.1.99 TPS:
31191120DD00-DV Subtask: 1.2.1.3.1.1.1 WAW: 002367 (MDA)
600002 AD21 US Funding $1,000- Aegis PM FY 11 WBS: 1.1.99.47 TPS: 5651
Subtask: 1.1.8.3.8 WAW: 9398 Hull: OMN (O&MN,N)
600003 AD21 US Funding $200 -Aegis FM Data Link Eng WBS: 1.199.49 TPS:
LOG0100177 Subtask: 1.1.8.1.8 WAW: 9398 Hull: OMN (O&MN,N)
600004 AD21 US Funding $2,163- Aegis FM WBS: 1.1.99.39 TPS: 6151 Subtask:
1.1.61.1.2 WAW: 9398 OWLD: 02/28/13 (SCN)
600005 AD21 US Funding - $18,817 - BMD WBS: 1.2.9.1.1.99TPS: E0197100DD00-PM
W05 PM Subtask: 1.2.9.1.1.1 WAW: 5055 Work Completion: 09/30/11
(RDDA)
600006 AD21 US Funding - ACRNCV -$4,000 - NWCF- W03 Support Karen Carrick
(WCF)
600007 AD21 US Funding - ACRNBN - $16,531 - AEGIS-PM WBS: 1.1.99.26 TPS:
NAV2605873 PM Subtask: 1.1.64.4.7.1 OWLD: 09/30/14 WAW: 009398
(SCN)
Qty Unit Est. Cost
1.0 LO
$109,465.00
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
40 of 127
Supplies/Services
FINAL
Qty Unit Est. Cost
600008 AD21 US Funding - ACRN- DL $6,488 - Carriers- PM WBS: 1.4.1.1.2.99
TPS:NSWCVCN78 SubtaskWBS: 1.4.1.1.1.16Work Completion: 09/30/2011
WAW: 002667 (RDT&E)
600009 AD21 US Funding - ACRN- DX $16,222 - BMD PMWBS: 1.2.1.3.1.1.99 TPS:
AB111321109-DV subtask: 1.2.1.3.1.1.1 work completion 09/30/11
WAW: 002367 (RDDA)
600010 AD21 US Funding - ACRN- BX $12,219 - ACB Planner PM Subtask WBS:
1.13.2.7.1 SystemEngineering TPS: 2605799 WAW: 010600
WorkCompletion: 09/30/11 Expiration Date: 9/30/12 (RDT&E)
6100
AD21 Option 1, ODCs tosupport CLIN 4100. (Fund Type - TBD)
1.0 LO
$118,770.00
1.0 LO
$128,864.00
1.0 LO
$139,818.00
610001 AD21 US Funding - ACRNBX $758 - ACB Planner PM WBS: 1.13.3.99 CERS:
ACB/PLSE/COST Contract Reporting Subtask: 1.13.2.16.1 W22 Program
and Financial Management TPS: 5799 Work Completion:09/30/11
Expiration: 09/30/12 WAW: 010600 (RDT&E)
610002 AD21 US Funding - ACRNFG - $3,386 - WBS: 1.2.9.1.1.1 WAW: 005055 BMD PM
Subtask: 2005/20701 ?TPS -D12.1.1.1.01 CERSWBS: 1.29.1.1.99 CERS
Subtask: 2005/99001 (RDDA)
610003 AD21 Mod 62 - AEGIS DDG; OWLD 8/31/2013 (SCN)
6200
AD21 Option 2, ODCs tosupport CLIN 4200. (Fund Type - TBD)
620001 AD21 US ODC Funding - $5,000 - RDTE (RDT&E)
620002 AD21 US ODC Funding - $8,000 - RDTE (RDT&E)
620003 AD21 US ODC Funding - $3,564 - RDDA (RDDA)
620004 AD21 US ODC Funidng - $3,000 - RDDA (RDDA)
620005 AD21 AEGIS FM/PM (O&MN,N)
620006 AD21 ONR funds; Mod 61Deboligate $10K (RDT&E)
620007 AD21 W07 Support (OPN)
620008 AD21 Mod 57 - BMD - Flt Spt (RDDA)
620009 AD21 Mod 57 - BMD 5.0/AA (RDDA)
620010 AD21 Mod 57 - ABMD Eng/Tst Event Spt(RDDA)
620011 AD21 Mod 57 - ONR Funding (RDT&E)
620012 AD21 Mod 58 - AEGIS 2 (SCN)
620013 AD21 Mod 58 - AEGIS 2;Mod 60 Deobligate$7,337 (SCN)
620014 AD21 Mod 58 - Program Management Support; BMD PM AND BMD FM (RDT&E)
620015 AD21 Mod 63 - ONR (RDT&E)
6300
AD21 Option 3, ODCs tosupport CLIN 4300. (Fund Type - TBD)
630001 AD21 Mod 62 - ABMD (RDDA)
630002 AD21 Mod 63 - ONR (RDT&E)
630003 AD21 MOD 66 - W07/ACQ/LOG SUPPORT (Fund Type - OTHER)
Item
PSC
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
41 of 127
Supplies/Services
FINAL
Qty Unit Est. Cost
630004 AD21 MOD 70 - CACI SUPPORT (RDT&E)
630005 AD21 MOD 73 - C.2.2 TASK AREA 2: WSPOPROGRAM (SCN)
630006 AD21 MOD 73 - WE WSPO - PM/ODC (RDT&E)
630007 AD21 MOD 73 - CACI SUPPORT (RDT&E)
For Cost Type Items:
Item
PSC
Supplies/Services
7000
AD21 Option 4 BFM and PM Support
Services Labor inaccordance with
Section C, Performance Work
Statement (PWS) (Fund Type - TBD)
Qty
Unit Est. Cost
Fixed Fee
CPFF
0.0
HR
$0.00
$0.00
$0.00
Option
7001
Option 4 BFM and PM Support
Services Labor inaccordance with
Section C, Performance Work
Statement (PWS)
$8,893,943.00
7001AA AD21 Holding CLIN (Fund Type - TBD)
$6,634,442.00
7001AB AD21 MOD 77 - DDG1000 (SCN)
$16,716.00
7001AC AD21 Mod 77 - AEGIS (SCN)
$112,965.00
7001AD AD21 MOD 77 - SSDS (O&MN,N)
$52,500.00
7001AE AD21 MOD 77 - SSDS (RDT&E)
$27,461.00
7001AF AD21 MOD 77 - ABMD - AM 5.0 (RDT&E)
$25,000.00
7001AG AD21 MOD 77 - ABMD - AM 5.0 (RDT&E)
$52,891.00
7001AH AD21 MOD 77 - SSDS (RDT&E)
$33,794.00
7001AJ AD21 MOD 77 - TM (RDT&E)
$3,882.00
7001AK AD21 MOD 77 - LCS (RDT&E)
$28,300.00
7001AL AD21 MOD 77 - ABMD - AD 4.0.1/SM-3
(RDT&E)
$25,777.00
7001AM AD21 MOD 77 - ABMD - AM 5.0 (RDT&E)
$19,166.00
7001AN AD21 MOD 77 - DDG1000 (SCN)
$70,000.00
7001AP AD21 MOD 77 - W07/ACQ/LOG SUPPORT
(Fund Type - OTHER)
$14,169.00
7001AQ AD21 MOD 78 - ABMD - 5.0 (RDT&E)
$121,000.00
7001AR AD21 MOD 78 - AEGIS (RDT&E)
$226,000.00
7001AS AD21 MOD 78 - TRACK MANAGEMENT (RDT&E)
$5,000.00
7001AT AD21 MOD 78 - TRACK MANAGEMENT (RDT&E)
$15,000.00
7001AU AD21 MOD 78 - AEGIS (RDT&E)
$18,698.00
Item
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
42 of 127
PSC
Supplies/Services
Qty
Unit Est. Cost
Fixed Fee
FINAL
CPFF
7001AV AD21 MOD 78 - LCS (SCN)
$49,000.00
7001AW AD21 MOD 78 - ABMD - AM 5.0 (RDT&E)
$97,530.00
7001AX AD21 MOD 78 - AEGIS (SCN)
$24,555.00
7001AY AD21 MOD 78 - ABMD - DPROG OPERATIONS
(RDT&E)
$154,716.00
7001AZ AD21 MOD 78 - ABMD - AM 5.0 (RDT&E)
$100,000.00
7001BA AD21 MOD 78 - ABMD - AC 5.1/SM-3 BLK
(RDT&E)
$2,300.00
7001BB AD21 MOD 78 - ABMD - DPROG OPERATIONS
(RDT&E)
$243,290.00
7001BC AD21 MOD 78 - ABMD - AD 4.0.1/SM-3
(RDT&E)
$1,885.00
7001BD AD21 MOD 78 - AEGIS (SCN)
$323,406.00
7001BE AD21 MOD 80 - DDG1000 (SCN)
$22,500.00
7001BF AD21 MOD 80 - DDG1000 (SCN)
$100,000.00
7001BG AD21 MOD 80 - AEGIS INSUPPORT OF DDG51
(SCN)
$127,000.00
7001BH AD21 MOS 80 - INCREMENTAL (WCF)
$30,000.00
7001BJ AD21 MOD 81 - ABMD - AM 5.0 (RDT&E)
$40,000.00
7001BK AD21 MOD 81 - SSDS (RDT&E)
$75,000.00
For ODC Items:
Item
PSC
Supplies/Services
Qty
Unit
Est. Cost
9000
AD21
Option 4, ODCs tosupport CLIN 7000. (Fund Type - TBD)
1.0
LO
$0.00
Option
9001
$151,703.00
9001AA
AD21
ODC in support ofCLIN 7001 (Fund Type - TBD)
$136,678.00
9001AB
AD21
ODC in support ofCLIN 7001 (SCN)
$0.00
9001AC
AD21
ODC in support ofCLIN 7001 (SCN)
$0.00
9001AD
AD21
ODC in support ofCLIN 7001 (O&MN,N)
$0.00
9001AE
AD21
ODC in support ofCLIN 7001 (RDT&E)
$0.00
9001AF
AD21
ODC in support ofCLIN 7001 (RDT&E)
$0.00
9001AG
AD21
ODC in support ofCLIN 7001 (RDT&E)
$0.00
9001AH
AD21
ODC in support ofCLIN 7001 (RDT&E)
$0.00
9001AJ
AD21
ODC in support ofCLIN 7001 (RDT&E)
$0.00
9001AK
AD21
ODC in support ofCLIN 7001 (RDT&E)
$0.00
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
43 of 127
Qty
Unit
FINAL
Item
PSC
Supplies/Services
Est. Cost
9001AL
AD21
ODC in support ofCLIN 7001 (RDT&E)
$0.00
9001AM
AD21
ODC in support ofCLIN 7001 (RDT&E)
$0.00
9001AN
AD21
ODC in support ofCLIN 7001 (SCN)
$10,000.00
9001AP
AD21
ODC in support ofCLIN 7001 (Fund Type - OTHER)
$25.00
9001AQ
AD21
ODC in support ofCLIN 7001 (RDT&E)
$0.00
9001AR
AD21
ODC in support ofCLIN 7001 (RDT&E)
$0.00
9001AS
AD21
ODC in support ofCLIN 7001 (RDT&E)
0.00
9001AT
AD21
ODC in support ofCLIN 7001 (RDT&E)
$0.00
9001AU
AD21
ODC in support ofCLIN 7001 (RDT&E)
$0.00
9001AV
AD21
ODC in support ofCLIN 7001 (SCN)
$0.00
9001AW
AD21
ODC in support ofCLIN 7001 (RDT&E)
$0.00
9001AX
AD21
ODC in support ofCLIN 7001 (SCN)
$0.00
9001AY
AD21
ODC in support ofCLIN 7001 (RDT&E)
$0.00
9001AZ
AD21
ODC in support ofCLIN 7001 (RDT&E)
$0.00
9001BA
AD21
ODC in support ofCLIN 7001 (RDT&E)
$0.00
9001BB
AD21
ODC in support ofCLIN 7001 (RDT&E)
$0.00
9001BC
AD21
ODC in support ofCLIN 7001 (RDT&E)
$0.00
9001BD
AD21
ODC in support ofCLIN 7001 (SCN)
$0.00
9001BE
AD21
ODC in support ofCLIN 7001 (RDT&E)
$5,000.00
9001BF
AD21
ODC in support ofCLIN 7001 (SCN)
$0.00
9001BG
AD21
ODC in support ofCLIN 7001 (SCN)
$0.00
9001BH
AD21
ODC in support ofCLIN 7001 (WCF)
$0.00
9001BJ
AD21
ODC in support ofCLIN 7001 (RDT&E)
$0.00
9001BK
AD21
ODC in support ofCLIN 7001 (RDT&E)
$0.00
B.1 USE OF WHOLE DOLLARS ONLY
All Proposals shall be rounded to the nearest dollar.
B.2 TYPE OF ORDER
This is a term (level of effort) order.
Items in the 4XXX and 7XXX series are cost plus fixed fee type.
Items in the 6XXX and 9XXX series are cost only.
B.3 ADDITIONAL CLINS
Additional CLINs may be unilaterally created by the Contracting Officer during the performance of this Task Order to
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
44 of 127
FINAL
accommodate the multiple types of funds that may be used under this Order. These modifications will not change the overall level
of effort, estimated cost, or fixed fee of the task order.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
45 of 127
FINAL
SECTION C DESCRIPTIONS AND SPECIFICATIONS
PERFORMANCE WORK STATEMENT (PWS) - SEE ATTACHMENT J.1.
INFORMATION SECURITY AND COMPUTER SYSTEM USAGE
In accordance with U.S. Navy policy, any personnel, including the contractor, who utilizes DOD-owned systems
shall assume responsibility for adherence to restrictions regarding internet and e-mail usage. Navy policy prohibits
racist, sexist, threatening, pornographic, personal business, subversive or politically partisan communications. All
personnel, including the contractor, are accountable and must act accordingly. DOD computer systems are monitored
to ensure that the use is authorized, to facilitate protection against unauthorized access, and to verify security
procedures, survivability and operational security. During monitoring, information may be examined, recorded,
copied, and used for authorized purposes. All information, including personal information, placed on or sent over a
DOD system may be monitored.
Use of a DOD system constitutes consent to monitoring. Unauthorized use may result in criminal prosecution.
Evidence of unauthorized use collected during monitoring may be used as a basis for recommended administrative,
criminal or adverse action.
USE OF INFORMATION SYSTEM (IS) RESOURCES
Contractor Provision of IS Resources
Except in special circumstances explicitly detailed elsewhere in this document, the Contractor shall provide all IS
resources needed in the performance of this contract. This includes, but is not limited to computers, software,
networks, certificates, and network addresses.
Contractor Use of NSWCDL IS Resources
In the event that the contractor is required to have access to NSWCDL IS resources, the login name used for access
shall conform to the Navy Marine Corp. Intranet (NMCI) login naming convention. If the contractor requires access
to applications/systems that utilize client certificates for authentication, the contractor is responsible for obtaining
requisite certificates from a DOD or External Certificate Authority.
If this task order requires that the contractor be granted access and use of NSWCDL IS resources (at any site), the IS
shall be accredited for contractor use in accordance with procedures specified by the Information Assurance Office.
Connections Between NSWCDL and Contractor Facilities
If there is a requirement(specifically delineated elsewhere in this contract) for interconnection (e.g., link level or
Virtual Private Network (VPN)) between any facilities and/or ISs owned or operated by the contractor and ISs owned
or operated by NSWCDL, such interconnection shall take place only after approval from the NSWCDL Information
Assurance Office. All such connections as well as the ISs connected thereto will be accredited in accordance with
DOD policy (DODI 5200.40) by the cognizant Designated Approving Authority (DAA) and comply with the
requirements of CJCSI 6211.02B regarding Memorandums of Agreement. All such connections will be made
outside the appropriate NSWCDL firewall.
DIGITAL DELIVERY OF DATA
(a) 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.
(b) Any limited rights legends or other allowed legends placed by a Contractor on technical data or other data
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
46 of 127
FINAL
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.
SENSITIVE, PROPRIETARY, AND PERSONAL INFORMATION
Work under this contact may require that personnel have access to Privacy Information. Contractor personnel shall
adhere to the Privacy Act, Title 5 of the U.S. Code. Section 552a and applicable agency rules and regulations.
Access to and preparation of sensitive information subject to privacy Act and Business Sensitive safeguarding and
destruction may be required in the execution of tasking associated with this contract. Administratively sensitive
information/data must not be shared outside of the specific work areas. All personnel with access to privacy act data
in support of this contract must sign a privacy act certification.
NON-PERSONAL SERVICES
The Government will neither supervise contractor employees nor control the method by which the contractor
performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work
schedules for, individual contractor employees. It shall be the responsibility of the contractor to manage its
employees and to guard against any actions that are of the nature of personal services or give the perception of
personal services. If the contractor feels that any actions constitute, or are perceived to constitute personal services,
it shall be the contractor's responsibility to notify the Contracting Officer immediately. These services shall not be
used to perform work of a policy/decision making or management nature, i.e., inherently Governmental functions.
All decisions relative to programs supported by the contractor shall be the sole responsibility of the Government.
HQ C-2-0037 ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (JUL 2000)
(a) "Organizational Conflict of Interest" means that because of other activities or relationships with other persons, a
person is unable or potentially unable to render impartial assistance or advice to the Government, or the person's
objectivity in performing the order work is or might be otherwise impaired, or a person has an unfair competitive
advantage. "Person" as used herein includes Corporations, Partnerships, Joint Ventures, and other business
enterprises.
(b) The Contractor warrants that to the best of its knowledge and belief, and except as otherwise set forth in the
order, the Contractor does not have any organizational conflict of interest(s) as defined in paragraph (a).
(c) It is recognized that the effort to be performed by the Contractor under this order may create a potential
organizational conflict of interest on the instant order or on a future acquisition. In order to avoid this potential
conflict of interest, and at the same time to avoid prejudicing the best interest of the Government, the right of the
Contractor to participate in future procurement of equipment and/or services that are the subject of any work under
this order shall be limited as described below in accordance with the requirements of FAR 9.5.
(d) (1) The Contractor agrees that it shall not release, disclose, or use in any way that would permit or result in
disclosure to any party outside the Government any information provided to the Contractor by the Government
during or as a result of performance of this order. Such information includes, but is not limited to, information
submitted to the Government on a confidential basis by other persons. Further, the prohibition against release of
Government provided information extends to cover such information whether or not in its original form, e.g., where
the information has been included in Contractor generated work or where it is discernible from materials
incorporating or based upon such information. This prohibition shall not expire after a given period of time.
(2) The Contractor agrees that it shall not release, disclose, or use in any way that would permit or result in
disclosure to any party outside the Government any information generated or derived during or as a result of
performance of this order. This prohibition shall expire after a period of three years after completion of performance of
this order.
(3) The prohibitions contained in subparagraphs (d)(1) and (d)(2) shall apply with equal force to any affiliate of the
Contractor, any subcontractor, consultant, or employee of the Contractor, any joint venture involving the Contractor,
any entity into or with which it may merge or affiliate, or any successor or assign of the Contractor. The terms of
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
47 of 127
FINAL
paragraph (f) of this Special Contract Requirement relating to notification shall apply to any release of information in
contravention of this paragraph (d).
(e) The Contractor further agrees that, during the performance of this order and for a period of three years after
completion of performance of the order, neither the Contractor, nor, any subcontractor/consultant shall furnish to the
United States Government, any system, component or services which is the subject of the work to be performed
under this contract, unless the Contractor implements the OCI avoidance procedures set forth in an approved OCI
Mitigation Plan. The contractor shall not be prohibited from competing in procurements for systems, components
or services as addressed in FAR 9.505.2.
(f) The Contractor agrees that, if after award, it discovers an actual or potential organizational conflict of interest, it
shall make immediate and full disclosure in writing to the Contracting Officer. The notification shall include a
description of the actual or potential organizational conflict of interest, a description of the action, which the
Contractor has taken or proposes to take to avoid, mitigate, or neutralize the conflict, and any other relevant
information that would assist the Contracting Officer in making a determination on this matter. Notwithstanding
this notification, the Government may terminate the order for the convenience of the Government if determined to be
in the best interest of the Government.
(g) Notwithstanding paragraph (f) above, if the Contractor was aware, or should have been aware, of an organizational
conflict of interest prior to the award of this order or becomes, or should become, aware of an organizational conflict
of interest after award of this order and does not make an immediate and full disclosure in writing to the Contracting
Officer, the Government may terminate this order for default.
(h) If the Contractor takes any action prohibited by this requirement or fails to take action required by this
requirement, the Government may terminate this order for default.
(i) The Contracting Officer's decision as to the existence or nonexistence of an actual or potential organizational
conflict of interest shall be final.
(j) Nothing in this requirement is intended to prohibit or preclude the Contractor from marketing or selling to the
United States Government its product lines in existence on the effective date of this order; nor, shall this requirement
preclude the Contractor from participating in any research and development or delivering any design development
model or prototype of any such equipment. Additionally, sale of catalog or standard commercial items are exempt
from this requirement.
(k) The Contractor shall promptly notify the Contracting Officer, in writing, if it has been tasked to evaluate or
advise the Government concerning its own products or activities or those of a competitor in order to ensure proper
safeguards exist to guarantee objectivity and to protect the Government's interest.
(l) The Contractor shall include this requirement in subcontracts of any tier which involve access to information or
situations/conditions covered by the preceding paragraphs, substituting "subcontractor" for "contractor" where
appropriate.
(m) The rights and remedies described herein shall not be exclusive and are in addition to other rights and remedies
provided by law or elsewhere included in this order.
(n) Compliance with this requirement is a material requirement of this order.
Ddl-C41 TERMINATION OF EMPLOYEES WITH NAVAL BASE ACCESS
The contractor shall insure that all employees who have a Navy issued badge and/or automobile sticker turn-in the
badge and remove the sticker immediately upon termination of their employment under this order. The above
requirement shall be made a part of the standard employee facility clearance procedures for all separated personnel.
The contractor shall advise appropriate Navy Physical Security of all changes in their contract personnel requiring
Navy base access.
Ddl-C30 HAZARDOUS MATERIALS USED ON GOVERNMENT SITE
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
48 of 127
FINAL
(a) This clause applies if hazardous materials are utilized at any time during the performance of work on a
Government site under this order. Hazardous materials are defined in Federal Standard No. 313 and include items
such as chemicals, paint, thinners, cleaning fluids, alcohol, epoxy, flammable solvents, or asbestos.
(b) The contractor shall have an active Hazard Communication Program in place for all contractor employees per 29
C.F.R. 1910.1200. Before delivery of any hazardous materials onto Government property, the Contractor shall
provide the TOM with an inventory and Material Safety Data Sheet (MSDS) for these materials.
5237.102-90 Enterprise-Wide Contractor Manpower Reporting Application (ECMRA)
The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of
services provided under this contract for the Naval Surface Warfare Center, Dahlgren Division via a secure data
collection site. Contractor services excluded from this 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
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
49 of 127
FINAL
SECTION D PACKAGING AND MARKING
Delivery shall be in accordance with the provisions of the basic contract. Some deliveries may contain classified
information.
All technical reports and other deliverable items shall be marked to include, as a minimum, the prime contractor's
name, contract number, and task order number.
All Deliverables shall be packaged and marked IAW Best Commercial Practice.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
50 of 127
FINAL
SECTION E INSPECTION AND ACCEPTANCE
Inspection and Acceptance shall be performed at Naval Surface Warfare Center, Dahlgren, VA by the TOM designated
herein.
PERFORMANCE BASED CRITERIA:
PERFORMANCE BASED CONTRACT REVIEW AND ACCEPTANCE PROCEDURE
(a) This is a performance-based contract as defined in FAR Part 37.6 (PERFORMANCE BASED ACQUISITION).
Contractor performance in each of the Task Areas of Section C.2 of the Performance Work Statement (PWS),
Attachment J.1, will be reviewed in accordance with the Quality Assurance Surveillance Plan, Attachment J.4
(b) The plan defines that this review and acceptance will become part of the annual Contractor Performance
Assessment Reporting System (CPARS). The contractor may obtain more information regarding the CPARS
process at the following internet site:
http://cpars.navy.mil
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
51 of 127
SECTION F DELIVERABLES OR PERFORMANCE
The periods of performance for the following Items are as follows:
4000
4001
4100
4101
4102
4200
4201
4300
6000
6100
6200
6300
7001AA
7001AB
7001AC
7001AD
7001AE
7001AF
7001AG
7001AH
7001AJ
7001AK
7001AL
7001AM
7001AN
7001AP
7001AQ
7001AR
7001AS
7001AT
7001AU
7001AV
7001AW
7001AX
7001AY
7001AZ
7001BA
7001BB
7001BC
7001BD
7001BE
8/16/2010 - 8/15/2011
8/16/2010 - 8/15/2011
8/16/2011 - 8/15/2012
8/16/2011 - 8/15/2012
4/4/2012 - 8/15/2012
8/16/2012 - 8/15/2013
8/16/2012 - 8/15/2013
8/16/2013 - 8/15/2014
8/16/2010 - 8/15/2011
8/16/2011 - 8/15/2012
8/16/2012 - 8/15/2013
8/16/2013 - 8/15/2014
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/19/2014 - 8/15/2015
8/18/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/22/2014 - 8/15/2015
8/22/2014 - 8/15/2015
8/26/2014 - 8/15/2015
8/27/2014 - 8/15/2015
8/16/2014 - 8/15/2015
10/8/2014 - 8/15/2015
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
52 of 127
7001BF
7001BG
7001BH
7001BJ
7001BK
9001AA
9001AB
9001AC
9001AD
9001AE
9001AF
9001AG
9001AH
9001AJ
9001AK
9001AL
9001AM
9001AN
9001AP
9001AQ
9001AR
9001AS
9001AT
9001AU
9001AV
9001AW
9001AX
9001AY
9001AZ
9001BA
9001BB
9001BC
9001BD
9001BE
9001BF
9001BG
9001BH
9001BJ
9001BK
9/19/2014 - 8/15/2015
10/10/2014 - 8/15/2015
10/8/2014 - 8/15/2015
11/6/2014 - 8/15/2015
11/12/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/19/2014 - 8/15/2015
8/18/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/22/2014 - 8/15/2015
8/16/2015 - 8/15/2016
8/26/2014 - 8/15/2015
8/27/2014 - 8/15/2015
8/16/2014 - 8/15/2015
9/29/2014 - 8/15/2015
9/19/2014 - 8/15/2015
10/10/2014 - 8/15/2015
10/8/2014 - 8/15/2015
11/6/2014 - 8/15/2015
11/12/2014 - 8/15/2015
CLIN - DELIVERIES OR PERFORMANCE
The periods of performance for the following Items are as follows:
4000
4001
8/16/2010 - 8/15/2011
8/16/2010 - 8/15/2011
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
53 of 127
4100
4101
4102
4200
4201
4300
6000
6100
6200
6300
7001AA
7001AB
7001AC
7001AD
7001AE
7001AF
7001AG
7001AH
7001AJ
7001AK
7001AL
7001AM
7001AN
7001AP
7001AQ
7001AR
7001AS
7001AT
7001AU
7001AV
7001AW
7001AX
7001AY
7001AZ
7001BA
7001BB
7001BC
7001BD
7001BE
7001BF
7001BG
7001BH
7001BJ
7001BK
9001AA
9001AB
8/16/2011 - 8/15/2012
8/16/2011 - 8/15/2012
4/4/2012 - 8/15/2012
8/16/2012 - 8/15/2013
8/16/2012 - 8/15/2013
8/16/2013 - 8/15/2014
8/16/2010 - 8/15/2011
8/16/2011 - 8/15/2012
8/16/2012 - 8/15/2013
8/16/2013 - 8/15/2014
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/19/2014 - 8/15/2015
8/18/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/22/2014 - 8/15/2015
8/22/2014 - 8/15/2015
8/26/2014 - 8/15/2015
8/27/2014 - 8/15/2015
8/16/2014 - 8/15/2015
10/8/2014 - 8/15/2015
9/19/2014 - 8/15/2015
10/10/2014 - 8/15/2015
10/8/2014 - 8/15/2015
11/6/2014 - 8/15/2015
11/12/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
54 of 127
9001AC
9001AD
9001AE
9001AF
9001AG
9001AH
9001AJ
9001AK
9001AL
9001AM
9001AN
9001AP
9001AQ
9001AR
9001AS
9001AT
9001AU
9001AV
9001AW
9001AX
9001AY
9001AZ
9001BA
9001BB
9001BC
9001BD
9001BE
9001BF
9001BG
9001BH
9001BJ
9001BK
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/19/2014 - 8/15/2015
8/18/2014 - 8/15/2015
8/16/2014 - 8/15/2015
8/22/2014 - 8/15/2015
8/16/2015 - 8/15/2016
8/26/2014 - 8/15/2015
8/27/2014 - 8/15/2015
8/16/2014 - 8/15/2015
9/29/2014 - 8/15/2015
9/19/2014 - 8/15/2015
10/10/2014 - 8/15/2015
10/8/2014 - 8/15/2015
11/6/2014 - 8/15/2015
11/12/2014 - 8/15/2015
The periods of performance for the following Option Items are as follows:
7000
9000
8/16/2014 - 8/15/2015
8/16/2014 - 8/15/2015
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
55 of 127
FINAL
SECTION G CONTRACT ADMINISTRATION DATA
ACCOUNTING DATA
The award document will include Accounting Data at the end of Section G. All lines of accounting are listed sequentially under a
heading that identifies the particular action (award or modification number) under which the funding was obligated. Under Seaport-e,
all funding is identified/obligated at the SubCLIN (SLIN) level. SLINs are established sequentially by the Seaport-e software. Each
obligation of funds receives a unique SLIN identifier, even if the funds are an increase to an existing line of accounting (ACRN).
Thus, an individual work area that is funded incrementally, could have one ACRN but multiple SLINs. Accounting for expenditures
and invoicing at the SLIN level is required.
Ddl-G1 PAYMENT INSTRUCTIONS FOR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS
The Payment Office shall ensure that each payment under this contract is made in accordance with the accounting classification
reference numbers (ACRNs) and SubLine (SLIN) numbers shown on each individual invoice, including attached data.
Ddl-G10 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES
(*) - To be identified at time of award.
Procuring Contracting Officer (PCO):
(a)
Name:
Code:
Address:
CS30-1
Naval Surface Warfare Center, Dahlgren Division
17632 Dahlgren Road, Suite 157
Dahlgren, Virginia 22448-5100
Phone:
FAX:
(b) PCO responsibilities are outlined in FAR 1.602-2. The PCO is the only person authorized to approve changes in any of the
requirements of this Task Order, notwithstanding provisions contained elsewhere in this contract, the said authority remains solely
the PCO’s. 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 part of this contract. In the
event the contractor effects any change at the direction of any person other than the PCO, the change will be considered to be
unauthorized.
Contract Specialist:
(a)
Name:
Address:
Code:
CS30-17
Naval Surface Warfare Center, Dahlgren Division
17632 Dahlgren Road, Suite 157
Dahlgren, Virginia 22448-5100
Phone:
E-mail:
Task Order Manager (TOM):
(a)
Name:
Code:
Address:
W05
Naval Surface Warfare Center, Dahlgren Division
Warfare Systems Program Office
17214 Avenue B, Suite 123
Dahlgren, Virginia 22448-5147
Phone:
E-mail:
for technical matters. The TOM is not a contracting officer and does not have
the authority to direct the accomplishment of effort which is beyond the scope of the Task Order or to otherwise change any Task
Order requirements. A copy of the TOM appointment letter which provides a delineation of TOM authority and responsibilities is
provided as an attachment to this Task Order.
Alternate Task Order Manager (ATOM)
(a)
Name:
Code:
Address:
Maggie Zilius
W05
Naval Surface Warfare Center, Dahlgren Division
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
56 of 127
FINAL
Warfare Systems Program Office
17214 Avenue B, Suite 123
Dahlgren, VA 22448-5147
Phone:
email:
(b) The ATOM is responsible for TOM responsibilities and functions in the event that the TOM is unavailable due to leave, illness,
or other official business. The ATOM is appointed by the PCO; a copy of the ATOM appointment is provided as an attachment to
this Task Order.
Ddl-G12 POST AWARD MEETING
(a) A Post Award Meeting with the successful offeror will be conducted within 15 working days after award of the contract.
The meeting will be held at NSWCDD.
(b) The contractor will be given at least five working days notice prior to the date of the conference by the Contracting Officer.
(c) The requirement for a Post Award meeting shall, in no event, constitute grounds for excusable delay by the Contractor in
performance of any provisions in the contract.
FUNDING PROFILE
It is estimated that these incremental funds will provide for the number of hours of labor stated below. The following details funding
to date:
SLIN
Base Period:
Base Labor
Base Labor
Base ODC
Total Base:
Option Year 1:
Option 1 Labor
Option 1 Labor FMS S.
Korea
Option 1 Labor
Option 1 ODCS
Total Option 1:
Option Year 2:
Option 2 Labor
Option 2 Labor
Option 2 ODCs
Total Option 2:
Option Year 3:
Option 3 Labor
Option 3 ODC
Total Option 3
Option Year 4:
Option 4 Labor
Option 4 ODC
Total Option 4
Total
*Fee Finalized
ECPFF
4000*
4001*
6000
$3,404,857
$1,186,466
$109,465
$4,700,788
4100
$2,483,226
4101
$10,000
4102
6100
Hours
TOTAL Funded Balance
UNFUNDED Funded
Amount
Funds
Previous
This Action Funding
$0
$0
$0
$0
$3,404,857
$1,186,466
$78,640
$4,669,963
$3,404,857.00
$1,186,466.00
$78,640.00
$4,669,963.00
$0
$0
$30,825
$30,825
$2,483,226
$2,483,226.00
$0
$0
$9,992
$9,992.00
$8
$3,896,344
$118,770
$6,508,340
$0
$0
$2,584,668
$11,481
$5,089,367
$2,584,667.64
$11,481.00
$5,089,366.64
$1,311,676
$107,289
$1,418,973
4200
4201
6200
$5,725,535
$1,158,529
$128,864
$7,012,928
$0
$0
$0
$0
$5,253,598
$1,073,515
$113,304
$6,440,417
$5,253,598.00
$1,073,515.00
$113,304.00
$6,440,417.00
$471,937
$85,014
$15,560
$572,511
4300
6300
$7,325,126
$139,818
$7,464,944
$0
$0
$0
6,121,907
$6,121,907.00
$115,950.00
$6,237,857.00
$1,203,219
$23,868
$1,227,087
7001
9001
$8,893,943
$151,703
$9,045,646
$34,732,646
$115,000
$0
$115,000
$115,000
$115,950
$6,237,857
$2,144,501 $2,259,501.00 $6,634,442
$15,025
$15,025.00
$136,678
$2,159,526 $2,274,526.00 $6,771,120
$24,597,129.64 $24,712,129.64 $10,020,516
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
57 of 127
FINAL
NAVSEA 5252.232-9104 ALLOTMENT OF FUNDS (JAN 2008)
(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:
SLIN
Est Cost
Fixed Fee
Total
Est POP
Estimated
Funded Thru
Base Year:
Base Labor
4000*
Base Labor
4001*
Base ODC
6000
$78,640
Total Base:
Option Year 1:
Option 1 Labor
4100
Option 1 Labor FMS
South Korea
4101
Option 1 Labor
4102
Option 1 ODCs
6100
4200
Option 2 Labor
4201
Option 2 ODCs
6200
$11,481
4300
Option 3 ODCs
6300
$113,304
7001
Option 4 ODCs
9001
08/16/13-08
/15/14
08/16/13-08
$115,950.00
/15/14
$6,237,857.00
$6,121,907.00
$115,950
Total Option Year 3:
Option Year 4:
Option 4 Labor
08/16/12-08
/15/13
08/16/12-08
$1,073,515.00
/15/13
08/16/12-08
$113,304.00
/15/13
$6,440,417.00
$5,253,598.00
Total Option Year 2:
Option Year 3:
Option 3 Labor
08/16/11-08
/15/12
08/16/11-08
$9,992.00
/15/12
08/16/11-08
$2,584,667.64
/15/12
08/16/11-08
$0
$11,481.00
/15/12
$5,089,366.64
$2,483,226.00
Total Option Year 1:
Option Year 2:
Option 2 Labor
08/16/10-08
/15/11
08/16/10-08
$1,186,466.00
/15/11
08/16/10-08
$78,640.00
/15/11
$4,669,963.00
$3,404,857.00
08/16/13-08
/15/14
08/16/13-08
$15,025.00
/15/14
$2,259,501.00
$15,025
15-Aug-11
15-Aug-11
15-Aug-12
15-Aug-12
15-Aug-12
15-Aug-13
15-Aug-13
15-Aug-14
15-Nov-14
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
58 of 127
Total Option Year 4:
Total:
*Fee Finalized
FINAL
$2,274,526.00
$24,712,129.64
(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 ________ 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).
(d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of
fully funded CLINs/SLINs.
NAVSEA 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
415,081 total man-hours
Sections B and C of this contract. The total level of effort for the performance of this contract shall be
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.
(*The table below and information for the blanks in paragraph (a), (b), and (d) are to be completed by the offeror as part of his
proposal.)
Total Labor
Hours
Compensated
Uncompensated
Base Period
(CLIN 4000)
*
Base Period
(CLIN 4001)
*
Option 1
(CLIN 4100)
Option 2
(CLIN 4200)
Option 3
(CLIN 4300)
Option 4
(CLIN
7000)
TOTALS
* Actual Hours Provided
(b) Of the total man-hours of direct labor set forth above, it is estimated that
effort.
man-hours are uncompensated
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 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 (j) below), or other time and effort which does not have a specific and
direct contribution to the tasks described in Sections B and C.
1615
hours per
(d) The level of effort for this contract shall be expended at an average rate of approximately
week. It is understood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technical objective, provided
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
59 of 127
FINAL
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 (Required LOE - Expended LOE)
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. However, the term of this contract shall not exceed, including all options, a period of five (5) years.
(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 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) Unless the Contracting Officer determines that alternative worksite arrangements are detrimental to contract performance, the
Contractor may perform up to 10% of the hours at an alternative worksite, provided the Contractor has a company-approved
alternative worksite plan. The primary worksite is the traditional “main office” worksite. An alternative worksite means an
employee’s residence or a telecommuting center. A telecommuting center is a geographically convenient office setting as an
alternative to an employee’s main office. The Government reserves the right to review the Contractor’s alternative worksite plan. In
the event performance becomes unacceptable, the Contractor will be prohibited from counting the hours performed at the alternative
worksite in fulfilling the total level of effort obligations of the contract. Regardless of work location, all contract terms and conditions,
including security requirements and labor laws, remain in effect. The Government shall not incur any additional cost nor provide
additional equipment for contract performance as a result of the Contractor’s election to implement an alternative worksite plan.
(k) 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.
PAYMENT OF FEE(S) (LEVEL OF EFFORT) (NAVSEA 1993)
(a) For purposes of this delivery order, “fee” means "target fee" in cost-plus-incentive-fee type contracts, "base fee" in cost-plusaward-fee type contracts, or “fixed fee” in cost-plus-fixed-fee for level of effort type delivery orders.
(b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in this contract entitled
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
60 of 127
FINAL
“FIXED FEE” (FAR 52.216-8) or “INCENTIVE FEE”, (FAR 52.216-10), as applicable. Such payments shall be equal to the
percentage of Fixed Fee to Cost shown for the applicable CLIN in Section B on 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.
INSTRUCTIONS REGARDING INVOICING OF FIXED FEE DURING PERFORMANCE
The clause entitled "ALLOTMENT OF FUNDS" in this Section provides the cumulative amount funded. Separate amounts are
provided for Estimated Cost and Fixed Fee. The funded fixed fee is based on the ratio of negotiated Fixed Fee to Estimated Cost in
Section B (including Facilities Capital Cost of Money) for the applicable Task Order period. When obligating labor funds, the
SeaPort-e software computes, for the Government, separate cumulative cost and fee amounts. These amounts are then used by the
Government to complete the "ALLOTMENT OF FUNDS" clause. The contractor is not authorized to invoice in excess of the funded
fee dollars shown in the ALLOTMENT OF FUNDS" clause for each Labor CLIN.
FINALIZED FIXED FEE
(a) The fixed fee for each period (Base, Option 1, etc.,) will be finalized based on the total number of hours provided (both
compensated and uncompensated/TTA, if applicable). The contractor's report required under subparagraph (i) of the Level of Effort
clause above, shall include a certification that hours reported as "compensated" include only those hours compensated at a rate
equivalent to, or greater than, each individual's 40-hour rate. This extends to hours performed by subcontractors and consultants.
(b) If 100% or more of both the compensated and uncompensated hours specified in the clause “LEVEL OF EFFORT” (SEA
5252.216-9122) are provided, the contractor will receive the full fixed fee. Uncompensated/TTA hours in excess of the values shown
in the "LEVEL OF EFFORT" clause will not be considered.
(c) If less than 100% of the compensated and/or uncompensated hours are received, the fixed fee shall be reduced as follows:
Step 1 – The fee will be reduced proportionate to the compensated hours provided – i.e., if 90% of the compensated hours were
provided, 90% of the fee will be calculated.
Step 2 – If less than 100% of the uncompensated hours were provided, the fee calculated in Step 1 will be further reduced. Fee will be
further reduced by the same percentage that uncompensated hours are deficient, i.e., if uncompensated hours are 20% deficient, then
the total fee from Step 1 will be reduced by 20%.
(d) Additional fee will not be provided for technical hours that exceed 100% of the specified hours.
(e) The above fee reduction process applies to all periods regardless of the level of funding. This task order will be incrementally
funded and budgetary constraints may prevent full funding of all periods. The process for finalizing the fixed fee is the same for both
fully funded periods and periods funded at less than the estimated total cost-plus-fixed-fee.
(f) If no uncompensated/TTA hours are reflected in the clause entitled SEA 5252.216-9122 LEVEL OF EFFORT above, the
contractor shall certify in that all direct labor under the order was invoiced at undecremented, 40-hour rates. This requirement applies
to subcontractors whose labor hours are to be considered in the finalization of fixed fee. These certifications shall be attached to the
contractor's report submitted in accordance with subparagraph (i) of the Level of Effort clause.
HQ G-2-0007 INVOICE INSTRUCTIONS (NAVSEA) (APR 2011)
(a) In accordance with the clause of this contract entitled “ELECTRONIC SUBMISSION OF PAYMENT REQUESTS” (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
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
61 of 127
FINAL
process receipt and payment-related 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 documentation is available under Resources at http://wawftraining.com.
(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:
Type of Document(s):
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:
WAWF Invoice Type
Issue DODAAC
Admin DODAAC
Pay Office DODAAC
Service Inspector
DODAAC
DCAA Auditor
Cost Voucher
N00178
S2404A
HQ0338
S2404A
HAA721
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) The Contractor agrees to segregate costs incurred under this task order at the lowest level of performance, either task or subtask,
rather than on a total task order basis, and to submit invoices reflecting costs incurred at that level. Supporting documentation in
WAWF for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by
individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as a cost breakdown of ODCs
(materials and travel), by line item task or subtask. Subcontractors are also required to provide labor categories, rates, and hours
(both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting
documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may email
encryption code information directly to the Contracting Officer and Contracting Officer Representative. Should the subcontractor lack
encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and
Contracting Officer Representative; or other method as agreed to by the Contracting Officer.
(f) 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 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 Additional Email
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.
(h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above 1-866 number or the NSWCDD
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
62 of 127
FINAL
WAWF point of contact Bill Deyo at (540) 653-4705.
CONSENT TO SUBCONTRACT
For subcontracts and consulting agreements for services, where the prime contractor anticipates that hours delivered will be counted
against the hours in the Level of Effort clause in this section, Consent to Subcontract authority is retained by the Procuring
Contracting Officer.
The following subcontractors are approved on this order:
Paradigm
Sayres and Associates
Tech-Marine
Valkyrie
Decathlon
Si
HiPK
SPECIAL INVOICE INSTRUCTIONS
In an effort to utilize funds prior to cancellation and to ensure that funds are expensed in accordance with expenditure benchmarks for
the multiple programs funding the task order effort, the contractor shall coordinate invoicing of funds with the TOM/ATOM and the
paying office shall disburse funds in accordance with the contractor’s invoice. Accounting for expenditures and invoicing at the SLIN
level is required.
EARLY DISMISSAL AND CLOSURE OF GOVERNMENT FACILITIES
When a Government facility is closed and/or early dismissal of Federal employees is directed due to severe weather, a security threat,
or a facility related problem that prevents personnel from working, on-site contractor personnel regularly assigned to work at that
facility should follow the same reporting and/or departure directions given to Government personnel. The contractor shall not direct
charge to the contract for time off, but shall follow parent company policies regarding taking leave (administrative or other).
Non-essential contractor personnel, who are not required to remain at or report to the facility, shall follow their parent company policy
regarding whether they should go/stay home or report to another company facility. Subsequent to an early dismissal and during
periods of inclement weather, on-site contractors should monitor radio and television announcements before departing for work to
determine if the facility is closed or operating on a delayed arrival basis.
When Federal employees are excused from work due to a holiday or a special event (that is unrelated to severe weather, a security
threat, or a facility related problem), on site contractors will continue working established work hours or take leave in accordance
with parent company policy. Those contractors who take leave shall not direct charge the non-working hours to the task order.
Contractors are responsible for predetermining and disclosing their charging practices for early dismissal, delayed openings, or
closings in accordance with the FAR, applicable cost accounting standards, and company policy. Contractors shall follow their
disclosed charging practices during the task order period of performance and shall not follow any verbal directions to the contrary. A
determination of cost allowability for time lost due to facility closure will be made in accordance with FAR, applicable Cost
Accounting Standards, and the Contractor's established accounting policy.
TRAVEL COSTS - ALTERNATE 1 (NAVSEA)(DEC 2005)
(a) Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actual travel cost in accordance with
FAR 31.205-46. The costs to be reimbursed shall be those costs accepted by the cognizant DCAA.
(b) Reimbursable travel costs included only that travel performed from the Contractor's facility to the worksite, in and around the
worksite, and from the worksite to the Contractor's facility.
(c) Relocation costs and travel costs incident to relocation are allowable to the extent provided in FAR 31.205-35; however,
Contracting Officer approval shall be required prior to incurring relocation expenses and travel costs incident to the relocation.
(d) The contractor shall not be reimbursed for the following daily local travel costs:
(i) travel at U.S. Military Installations where Government transportation is available.
(ii) travel performed for personal convenience/errands, including commuting to and from work, and
(iii) travel costs incurred in the replacement of personnel when such replacement is accomplished for the Contractor's or employee's
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
63 of 127
FINAL
convenience.
252.204-0001 Line Item Specific: Single Funding. (SEP 2009)
The payment office shall make payment using the ACRN funding of the line item being billed.
Accounting Data
SLINID
PR Number
Amount
-------- ---------------------- --------------------400001
W05/0208366C
88000.00
LLA :
AA 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBT10W05C1
RDDA Funding, Q45 - WSPO TAX/T&E WBS: 1.2.13.1.99 TPS: 40193991DD07-PM Subtask:
1.2.13.1.2 WAW: 2363 Work Completion: 10/31/10
400002
W05/0208365C
117954.00
LLA :
A B 9 7 0 0 4 0 0 2 5 2 0 1 0 B M 2 5 2 0 4 0 6 0 3 8 9 2 C 0 0 2 5 5 Y M D 0 M 1 0 9 1 0 P 2 6 8 7
RDDA funding, Ref. MD0M10910P2687/AA, W05 Fin. Management WBS: 1.2.9.1.2.99 TPS:
E0197100DD00-FM Subtask: 1.29.1.2.1 WAW: 005055
0 2 0 1 4 4
S 1 2 1 3 5
0 2 1 4 4 9
S 1 2 1 3 5
400005
W05/0244257C
224000.00
LLA :
A E 9 7 0 0 4 0 0 2 5 2 0 1 0 B M 2 5 2 0 4 0 6 0 3 8 9 2 C 0 0 2 5 5 Y M D 0 E 1 0 9 B 1 P 3 4 4 6
Ref. MD0E109B1P3446/AA, RDDA FY 10, Aegis BMD PM WBS: 1.2.1.3.1.1.99 TPS:
31191120DD00-DV Subtask: 1.2.1.3.1.1.1 WAW: 002367
0 2 0 5 0 3
S 1 2 1 3 5
600001
W05/0244257C
1000.00
LLA :
A E 9 7 0 0 4 0 0 2 5 2 0 1 0 B M 2 5 2 0 4 0 6 0 3 8 9 2 C 0 0 2 5 5 Y M D 0 E 1 0 9 B 1 P 3 4 4 6
Ref. MD0E109B1P3446/AA, RDDA FY 10, Aegis BMD PM WBS: 1.2.1.3.1.1.99 TPS:
31191120DD00-DV Subtask: 1.2.1.3.1.1.1 WAW: 002367
0 2 0 5 0 3
S 1 2 1 3 5
BASE Funding 205954.00
Cumulative Funding 205954.00
MOD 01
400003
W05/0224434C
46496.00
LLA :
A C 9 7 0 0 4 0 0 2 5 2 0 1 0 B M 2 5 2 0 4 0 6 0 3 8 9 2 C 0 0 2 5 5 Y M D 0 M 1 0 9 1 0 P 2 6 8 3
Ref. MD0M10910P2683/AA, FY 10 RDDA, PM Support WBS: 1.2.9.1.3.99 TPS:
E0197100DD00-SE Subtask: 1.2.9.1.3.1 WAW: 5055 Work Completion: 09/30/10
MOD 01 Funding 46496.00
Cumulative Funding 252450.00
MOD 02
400004
W05/0237355C
34000.00
LLA :
AD 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBB10WSPO1
RDDA FY10 funds, PM Support for BMD WBS: 1.2.6.3.99 TPS: 3419114DD22 Subtask:
1.2.6.3.1.9 WAW: 001992
MOD 02 Funding 259000.00
Cumulative Funding 511450.00
MOD 03
400006
W05/0250428C
14122.00
LLA :
AF 1701319 14KB 253 SASHP 0 068342 2D 009510 330960000010
Ref. N0002410WX11156/AA, FY 10 RDTE LCS Program Management Support (Kathi Bezeredi)
WBS: 1.3.1.1.99 TPS: 5998 Subtask: 1.3.1.1.1 WAW: 003144
400007
W05/0252288C
31150.00
LLA :
AG 97X4930 NH1E 000 77777 0 000178 2F 000000 21WES10TWSPO
FY 10 RDTE, Enterprise PM to close out FY WBS: 1.13.1.2.98 TPS: 6122 Subtask:
1.13.1.2.9.1 WAW: 009964
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
64 of 127
400008
W05/0252291C
36982.00
LLA :
AH 1731711 A224 252 X3WMW 0 068342 2D 000000 231629005BIG
Ref. N0002409WX22002/AA, Aegis PM WBS: 1.1.99.64 TPS: 2344 Subtask: 1.1.1.6.7.1
WAW: 9398 OWLD 09/30/10
400009
W05/0252290C
105436.00
LLA :
AH 1731711 A224 252 X3WMW 0 068342 2D 000000 231629005BIG
Ref. N0002409WX22002/AA Aegis FM WBS: 1.1.99.64 TPS: 2344 Subtask: 1.1.1.6.7.1 WAW:
9398 OWLD: 09/30/10
400010
W05/0252289C
51490.00
LLA :
AJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WDP10SWRSV
FY 10 RDTE, CPSCDS PM funding WBS: 1.16.8.1.99 TPS: NAVAGSWBIT Subtask: 1.16.8.1.3
WAW: 7679
400011
W05/0252344C
2359.00
LLA :
AK 1751811 1224 253 X3WMW 0 068342 2D 000000 556889001G3B
Standard Number: N0002410WX20416/AA
Aegis PM FY 11 WBS: 1.1.99.17 TPS: 3177 SGS/AC B/L TRAS to PROD
9398 OWLD: 02/28/2013
Hull: DDG-112 WAW:
400012
w05/0252343C
3728.00
LLA :
AK 1751811 1224 253 X3WMW 0 068342 2D 000000 556889001G3B
Standard Number: N0002410WX20416/AA
FY 11 COTS ENG PM WBS: 1.1.99.34 TPS: 5598 Subtask: 1.1.12.3.8 Hull: DDG-112 WAW:
9398 OWLD: 02/28/13
400013
W05/0252239C
34000.00
LLA :
AL 1701319
A5XB 253 SASWS 0 068342 2D 009510 K14470000010
Standard Number: N0002410WX10268/AA
ACB Planner W22 FY 11 WBS: 1.15.63.1.98 TPS: 5799 Subtask: 1.15.63.1.2.4 WAW: 9398
Hull: ACB
400014
W05/0252349C
1977.00
LLA :
AM 1701804 8B2B 253 SASWS 0 068342 2D 000000 12BR3SWE0R30
Standard Number: N0002410WX00620/AA
Aegis PM FY 11 WBS: 1.1.99.47 TPS: 5651 Subtask: 1.1.8.3.8 WAW: 9398 Hull: OMN
400015
W05/0252347C
44035.00
LLA :
AM 1701804 8B2B 253 SASWS 0 068342 2D 000000 12BR3SWE0R30
Standard Number: N0002410WX00620/AA
Aegis FM Data Link Eng WBS: 1.199.49 TPS: LOG0100177 Subtask: 1.1.8.1.8 WAW: 9398
Hull: OMN
400016
W05/0252346C
5639.00
LLA :
AM 1701804 8B2B 253 SASWS 0 068342 2D 000000 12BR3SWE0R30
Standard Number: N0002410WX00620/AA
Aegis FM BMD/TMD/SBIRS Tech SPPT WBS: 1.1.99.83 TPS: 4719 Subtask: 1.1.9.2.8 WAW:
9398 Hull: OMN
400017
W05/0252352C
1823.00
LLA :
AM 1701804 8B2B 253 SASWS 0 068342 2D 000000 12BR3SWE0R30
Standard Number: N0002410WX00620/AA
Aegis PM SAN support WBS: 1.1.99.57 TPS: 5884 Subtask: 1.1.2.7.8 WAW: 9398 Hull:
OMN
400018
W05/0252350C
1770.00
LLA :
AM 1701804 8B2B 253 SASWS 0 068342 2D 000000 12BR3SWE0R30
Standard Number: N0002410WX00620/AA
Aegis PM DGSIT Analysis WBS: 1.1.99.40 TPS: 5461 Subtask: 1.1.8.11.8 WAW: 9398
Hull: OMN
400019
W05/0252350C
125000.00
LLA :
AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21WCV1078WSP
WSPO PM WBS: 1.4.1.1.99 TPS: NSWCVCVN78 Subtask: 1.4.1.1.23 Hull: CVN 78 WAW: 2796
400020
W05/0253052C
27716.00
LLA :
AN 97X4930 NH1E 000 77777 0 000178 2F 000000 21WCV1078WSP
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
65 of 127
WSPO PM WBS: 1.4.1.1.99 TPS: NSWCVCVN78 Subtask: 1.4.1.1.23 Hull: CVN 78 WAW: 2796
400021
W05/0252269C
6000.00
LLA :
AP 97X4930 NH1E 000 77777 0 000178 2F 000000 21WCV1078WSP
ACB Planner FM WBS: 1.15.63.1.98 TPS: 5799 Subtask: 1.15.63.1.7.5 WAW: 9398 Hull:
ACB
400022
W05/0253184C
44000.00
LLA :
AQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT610RDRE1
SSDS FM WBS: 1.7.8.99 TPS: 6108 Subtask: 1.7.36.1.1.2 WAW: 5759 Hull: OMN
400023
W05/0253114C
100000.00
LLA :
AR 97X4930 NH1E 000 77777 0 000178 2F 000000 21WX310DMRV5
JTM W05 Reserve DEMO10 CDS/CPS Subtask: 1.8.3.4.5.1 TPS: JTMDEMO10 Hull: JTM WAW:
2654
400024
W05/0253104C
15000.00
LLA :
AS 97X4930 NH1E 000 77777 0 000178 2F 000000 21WDX09PM131
FM FY 11 WBS: 1.10.1.2.99 TPS: 6084 Subtask: 1.10.1.2.1 OWLD: 11/30/15 WAW: 2984
Hull: SCN
400025
W05/0253469C
39000.00
LLA :
AT 97X4930 NH1E 000 77777 0 000178 2F 000000 21WCV1079PM1
Carriers PM WBS: 1.4.1.2.99 TPS: NSWCVCN79 Subtask: 1.4.1.2.16 Hull: CVN 79 WAW:
2796
400026
W05/0253467C
33000.00
LLA :
AT 97X4930 NH1E 000 77777 0 000178 2F 000000 21WCV1079PM1
Carriers FM WBS: 1.4.1.2.99 TPS: NSWCVCN79 Subtask: 1.4.1.2.16 Hull: CVN 79 WAW:
2796
400027
W05/0253389C
24000.00
LLA :
AL 1701319
A5XB 253 SASWS 0 068342 2D 009510 K14470000010
Standard Number: N0002410WX10265/AA
Aegis FM WBS: 1.1.99.22 TPS: 5905 Subtask: 1.1.32.10.8 Hull: RDTE WAW: 9398
400028
W05/0253383C
1732.00
LLA :
AL 1701319
A5XB 253 SASWS 0 068342 2D 009510 K14470000010
Standard Number: N0002410WX10279/AA
Aegis FM WBS: 1.1.32.13.2.1 W233 ACB12 CDADS Subtask: 1.1.32.13.2.8 WAW: 9398 Hull:
RDTE
400029
W05/0253381C
14749.00
LLA :
AU 1701804 8B2B 253 SASWF 0 068342 2D
000000 12BA00000A00
Standard Number: N0002410WX01259/AA
Aegis PM Subtask: 1.1.36.3.8 TPS: 6307 WAW: 9336 Huull: OMN
400030
W05/0252354C
1568.00
LLA :
AV 97X4930 NH1K 000 77777 0 063394 2F 000000 QJS0S11AIE9B
Standard Number: N6339410WX00454/AA
Aegis PM FY 11 SPQ-9B 8.1 Cert WBS: 1.1.99.103 TPS SPQ9B Subtask: 1.1.97.10.4 WAW:
9336 Hull: NWCF
400031
W05/0253393C
41800.00
LLA :
AL 1701319
A5XB 253 SASWS 0 068342 2D 009510 K14470000010
Standard Number: N0002410WX10278/AA
Aegis FM WBS: 1.1.99.52 TPS: 4904 Subtask: 1.1.6.1.8 CG Mod ACB 08 WAW: 9398 Hull:
RDTE
400032
W05/0253392C
13762.00
LLA :
AL 1701319
A5XB 253 SASWS 0 068342 2D 009510 K14470000010
Standard Number: N0002410WX10269/AA
Aegis FM WBS: 1.1.99.24 TPS: 5897 Subtask: 1.1.32.8.8 WAW: 9398 Hull: RDTE
400033
W05/0253391C
3932.00
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
66 of 127
FINAL
LLA :
AL 1701319
A5XB 253 SASWS 0 068342 2D 009510 K14470000010
Standard Number: N0002410WX10279/AA
Aegis PM SGS/AC Tech support for ACB 08 WBS: 1.1.99.16 TPS: 5452 Subtask:
1.1.45.3.8 Hull: RDTE WAW: 9398
400034
W05/0253397C
7058.00
LLA :
AW 1701319 A5BJ 253 SASWS 0 068342 2D 009510 K32320000010
Standard Number: N0002410WX11513/AA
Aegis FM SPY-1 Multi Mission SIG Pro DEV WBS: 1.1.99.81 TPS: 4934 Subtask:
1.1.42.1.8 Hull: RDTE WAW: 1409
400035
W05/0253396C
12500.00
LLA :
AL 1701319
A5XB 253 SASWS 0 068342 2D 009510 K14470000010
Standard Number: N0002410WX10288/AA
Aegis PM FY 11 TSC ACB12 Spy Sppt WBS: 1.1.99.94 TPS: 6256 Subtask:1.1.32.12.8
Hull: RDTE WAW: 9398
400036
W05/0253395C
1966.00
LLA :
AX 1701810 81CC 253 SASGM 0 068342 2D 000000 CC0070000010
Standard Number: N0002410WX31162/AA
Aegis PM FY 11 CG mod verif. BPTF WBS: 1.1.99.71 TPS: 3485 Subtask: 1.1.1.8.8 Hull:
OPN WAW: 9398
600002
W05/0252349C
1000.00
LLA :
AM 1701804 8B2B 253 SASWS 0 068342 2D 000000 12BR3SWE0R30
Ref. N0002410WX00620/AA Aegis PM FY 11 WBS: 1.1.99.47 TPS: 5651 Subtask: 1.1.8.3.8
WAW: 9398 Hull: OMN
600003
W05/0252347C
200.00
LLA :
AM 1701804 8B2B 253 SASWS 0 068342 2D 000000 12BR3SWE0R30
Ref. N0002410WX00620/AA
Aegis FM Data Link Eng WBS: 1.199.49 TPS: LOG0100177 Subtask: 1.1.8.1.8 WAW: 9398
Hull: OMN
MOD 03 Funding 848494.00
Cumulative Funding 1359944.00
MOD 04
400037
W05/0267170C
4153.00
LLA :
A Y 9 7 0 0 4 0 0 2 5 2 0 1 0 B M 2 5 2 0 4 0 6 0 3 8 9 2 C 0 0 2 5 5 Y M D 0 E 1 0 9 C 0 C 0 5 3 3
Ref. MD0E109C0C0533/AA G25 SM-3 PM Support WBS: 1.2.8.1.3 TPS: 32192120DD01
Subtask: 1.2.8.1.1 WAW: 2213 Hull: FY 10
MOD 04 Funding 4153.00
Cumulative Funding 1364097.00
MOD 05
400038
W05/0294468C
50000.00
LLA :
AZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WDR10C4PS1
SCN OWLD 10/30/15, DDG-100 PM WBS: 1.10.2.3.99 TPS: 2603 W42 C4ISR Program Support
Subtask: 1.10.2.3.1 WAW: 3059
400039
W05/0295218C
3000.00
LLA :
BA 1791811 1281 253 WAWUC 0
068342 2D 000000 201318000000
Ref. N0002411WX201213/AA, W05 Team Management DDG-100 PMM WBS: 1.3.1.3.1.99 CERS:
CSETHULL4 Subtask: 1.3.1.3.1.1 TPS: 6649 WAW: 3144
400040
W05/0295219C
45000.00
LLA :
BB 1701319 14KB 253 SASHP 0 068342 2D 009510 330960000010
Ref. N0002411WX10321/AA, LCS PM WBS: 1.3.1.1.1.99 CERS: CSETHULL12 Subtask
1.3.1.1.1.1 TPS: 6647 WAW: 3144
MOD 05 Funding 98000.00
Cumulative Funding 1462097.00
MOD 06
0 2 0 5 6 3
S 1 2 1 3 5
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
67 of 127
400041
W05/0312043C
7210.00
LLA :
BC 1791811 1227 253 XVWMY 0 068342 2D 000000 41163400002A
Ref. N0002409WX20915/AB, SCN, OWLD 11/30/15 - DDG 1000 DM WBS: 1.10.1.2.99 TPS:
6084 Subtask: 1.10.1.2.6 WAW: 2984 OWLD: 11/30/15
400042
W05/0313300C
50000.00
LLA :
BD 97X4930 NH1E 000 77777 0 000178 2F 000000 21WL510PMTM1
RDTE FY10 LCS PM WBS: 1.3.1.1.1.99 CERS: CSETHULL12 Subtask: 1.3.1.1.1.1. TPS: 6647
WAW: 3144
MOD 06 Funding 57210.00
Cumulative Funding 1519307.00
MOD 07
400043
W05/0327271C
9250.00
LLA :
BE 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA911BWFP1
FY10 RDTE, ACB Planner FM WBS: 1.15.2.99 Subtask: 1.15.2.14.2 TPS5799ACB WAW:
010600
400044
W05/0327275C
9250.00
LLA :
BF 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA911WSFS1
FY 10 RDTE, ACB Planner FM WBS: 1.15.2.99 Subtask: 1.15.1.24.2 TPS: 5799ACB WAW:
010600
400045
W05/0336013C
1125.00
LLA :
BG 97X4930 NH1E 000 77777 0 000178 2F 000000 21WL511WSP44
FY 09 SCN , LCS WBS: 1.3.2.3.9.1 WSPO Bus. Office TPS: 6646 WAW: 3144 OWLD:
07/30/2013
400046
W05/0336014C
1940.00
LLA :
BH 97X4930 NH1E 000 77777 0 000178 2F 000000 21WL511W05B1
FY 09 SCN, LCS WBS: 1.3.1.2.5.99 CERS: CSETHULL3 Subtask:1.3.1.2.5.1 W05 WSPO Bus.
Officee TPS: 6648 WAW: 3144 OWLD: 06/30/2013
400047
W05/0335297C
12000.00
LLA :
BJ 1781811 1227 253 XVWMY 0 068342 2D 000000 23189400001A
Ref. N0002411WX20584/AA, FY 08 SCN, DDG1000-FM WBS: 1.10.1.2.99 TPS: 6084 Subtask:
1.10.1.2.6 WAW: 2984 OWLD: 09/30/12
400048
W05/0336475C
3000.00
LLA :
BJ 1781811 1227 253 XVWMY 0 068342 2D 000000 23189400001A
Ref. N0002411WX20584/AA, FY 08 SCN, DDG1000-FM WBS: 1.10.1.2.99 TPS: 6084 Subtask:
1.10.1.2.2 WAW: 2984 OWLD: 09/30/12
400049
W05/0334239C
15602.00
LLA :
BK 97X4930 NH1E 000 77777 0 000178 2F 000000 21WL511WSP11
FY 10 RDTE, LCS-FM WBS: 1.3.1.1.7.99 CERS: CSETHULL12 Subtask: 1.3.1.1.7.1 TPS:
6647 WAW: 3144
400050
W05/0336474C
14000.00
LLA :
BL 97X4930 NH1E 000 77777 0 000178 2F 000000 21WDX11PMPF2
FY" 08 SCN, DDG1000-PM WBS: 1.10.1.2.99 TPS: 6084 Subtask: 1.10.1.2.2 WAW: 2984
OWLD: 09/30/12
400051
W05/0336473C
3537.00
LLA :
BM 97X4930 NH1E 000 77777 0 000178 2F 000000 21WDX11PMPF1
FY 10 SCN, DDG1000-FM WBS: 1.10.1.2.99 TPS: 6084 Subtask: 1.10.1.2.2 WAW: 2984
OWLD: 11/30/15
MOD 07 Funding 69704.00
Cumulative Funding 1589011.00
MOD 08
600004
LLA :
W05/0347039C
2163.00
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
68 of 127
AK 1751811 1224 253 X3WMW 0 068342 2D 000000 556889001G3B
Ref. N0002410WX20416/AA, Aegis FM WBS: 1.1.99.39 TPS: 6151 Subtask:
WAW: 9398 OWLD: 02/28/13
1.1.61.1.2
MOD 08 Funding 2163.00
Cumulative Funding 1591174.00
MOD 09
400052
W05/0356144C
168242.00
LLA :
BN 1701811 1224 253 X3WMW 0 068342 2D 000000 20010900301B
Ref. N0002411WX20181/AA, WBS: 1.1.99.64 TPS: 2344 PM Subtask: 1.1.1.6.7.1 OWLD:
09/30/14 WAW: 9398
400053
W05/1004007C
40000.00
LLA :
BC 1791811 1227 253 XVWMY 0 068342 2D 000000 41163400002A
Ref. N0002409WX20915/AB, DDG-1000 FM WBS: 1.10.1.2.99 TPS: 6084 Subtask: 1.10.1.2.6
OWLD: 11/30/15 WAW: 2984
400054
W05/1006346C
793.00
LLA :
AK 1751811 1224 253 X3WMW 0 068342 2D 000000 556889001G3B
Ref. N0002410WX20416/AA, Aegis FM W BS: 1.1.99.39 TPS: 6151 Subtask: 1.1.61.1.2
WAW: 9398 OWLD: 02/28/13
400055
W05/1006347C
435.00
LLA :
BP 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA111HM051
FY 11 OMN, Aegis FM WBS: 1.1.99.47 TPS: 5651 Subtask: 1.1.8.3.8 WAW: 9398
400056
W05/1003379C
2554.00
LLA :
BQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT611COD21
SCN, SSDS PM WBS: 1.7.11.99 TPS: 5143 Subtask: 1.7.11.1.2.1.1 WAW: 5761 OWLD:
10/30/16
MOD 09 Funding 212024.00
Cumulative Funding 1803198.00
MOD 10
400057
W05/1010032C
565.00
LLA :
BR 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000612125
Ref. N0002411WX01611/AA, RDTE, ACB14 TI Planning FM WBS: 1.1.99.79 TPS: 6111
Subtask: 1.1.63.1.8 WAW: 9398
400058
W05/1013159C
25478.00
LLA :
BS 97X4930 NH1E 000 77777 0 000178 2F 000000 21WDX11PMPF3
SCN, DDG 1000 PM WBS: 1.10.1.2.99 TPS: 6084 Subtask: 1.10.1.2.2 WAW: 2984 OWLD:
09/30/12
400059
W05/1013250C
98300.00
LLA :
BT 97X4930 NH1E 000 77777 0 000178 2F 000000 21WX111WSPO2
RDTE, Track Management FM WBS: 1.8.1.13.1.1 TPS: PMGMT Subtask: 1.8.1.13.1.2 WAW:
5388
400060
W05/1013251C
5690.00
LLA :
BU 97X4930 NH1E 000 77777 0 000178 2F 000000 21WX111WSPO1
RDTE, Track Management FM WBS: 1.8.1.13.1.1 TPS: PMGMT Subtask: 1.8.1.13.1.2 WAW:
5388
MOD 10 Funding 130033.00
Cumulative Funding 1933231.00
MOD 11
400061
W05/1025059C
6194.00
LLA :
BN 1701811 1224 253 X3WMW 0 068342 2D 000000 20010900301B
Ref. N002410WX22046/AA, Aegis PM DDG-113 Combat System WBS: 1.1.99.26 TPS: 5873
Subtask: 1.1.64.4.7.1 WAW: 9398 OWLD: 09/30/13
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
69 of 127
400062
W05/1025057C
10048.00
LLA :
BN 1701811 1224 253 X3WMW 0 068342 2D 000000 20010900301B
Ref. N0002411WX20181/AA, Aegis PM DDG-113 Combat System WBS: 1.1.99.26 TPS: 5873
Subtask: 1.1.64.4.7.1 WAW: 9398 OWLD: 09/30/14
400063
W05/1025053C
79858.00
LLA :
BN 1701811 1224 253 X3WMW 0 068342 2D 000000 20010900301B
Ref. N0002411WX20181/AA, Aegis PM WBS: 1.1.99.64 TPS: 2344 Subtask: 1.1.1.6.7.1
WAW: 9398 OWLD: 09/30/14
400064
W05/1025055C
7495.00
LLA :
BV 1741711 1224 252 X3WMW 0 068342 2D 000000 556859001A3B
Ref. N0002408WX20275/AA, Aegis PM WBS: 1.1.99.64 TPS: 2344 Subtask: 1.1.1.6.7.1
WAW: 9398 Hull: DDG-109 OWLD: 04/30/11
400065
W05/1025051C
2575.00
LLA :
AK 1751811 1224 253 X3WMW 0 068342 2D 000000 556889001G3B
Ref.N0002411WX20177/AA
Aegis FM COTS Eng WBS: 1.1.99.34 TPS: 5598 Subtask: 1.1.12.3.8 WAW: 9398 OWLD:
02/28/13
MOD 11 Funding 106170.00
Cumulative Funding 2039401.00
MOD 12
400066
W05/1040042C
1884.00
LLA :
BW 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000664250
Ref. N0002411RX01131/AA, FY 11 RDTE, Aegis PM ACB14 TI Planning WBS: 1.1.99.79 TPS:
6111 Subtask: 1.1.63.1.8 WAW: 9398 Work Completion: 09/30/11
400067
W05/1031104C
6059.00
LLA :
BX 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000656916
Ref. N0002411RX01069/AA, FY11 RDTE, ACB Planner FM WBS: 1.1.63.3.99 TPS: 5799
Subtask: 1.1.63.2.24.2 WAW: 010600 WorkCompletion: 09/30/11
400068
W05/1031107C
15000.00
LLA :
BX 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000656916
Ref. N0002411RX01069/AA, FY 11 RDTE, ACB Planner FM WBS: 1.1.63.3.99 TPS: 5799
Subtask: 1.1.63.3.14.2 WAW: 010600 Work Completion: 09/30/11
400069
W05/1039344C
4915.00
LLA :
BY 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT611COD11
FY 11 RDTE, SSDS PM WBS: 1.7.3.99 TPS: 2660 Subtask: 1.7.3.1.3.1 WAW: 5758 Work
Completion: 09/30/11
400070
W05/1038313C
650.00
LLA :
BZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WL511WSP31
FY 09 SCN, LCS PM TPS: 6645 Subtask: 1.3.2.2.11.1 WAW: 3144 Work Completion:
06/30/13 OWLD: 07/30/13
400071
W05/1038314C
3502.00
LLA :
BH 97X4930 NH1E 000 77777 0 000178 2F 000000 21WL511W05B1
FY 09 SCN, LCS PM WBS: 1.3.1.2.5.99 TPS: 6648 Subtask: 1.3.1.2.5.1 WAW: 3144 Work
Completion: 06/30/13 OWLD: 07/30/13
400072
W05/1038315C
7290.00
LLA :
CA 97X4930 NH1E 000 77777 0 000178 2F 000000 21WL511W05WS
FY 11 RDTE, LCS PM WBS: 1.3.1.1.7.99 TPS: 6647 Subtask: 1.3.1.1.7.1 WAW: 3144 Work
Completion: 09/30/11
MOD 12 Funding 39300.00
Cumulative Funding 2078701.00
MOD 13
400073
W05/1047213C
79139.00
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
70 of 127
LLA :
CB 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBJ11PMXX2
FY11 RDDA, BMD WBS: 1.2.9.1.1.99 TPS: E0197100DD00-PM Subtask: 1.2.9.1.1.1 W05 PM
WAW: 5055 Work Completion: 09/30/11
400074
W05/1047214C
139998.00
LLA :
CC 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBJ11SEXX2
FY 11 RDDA, BMD WBS: 1.2.9.1.3.99 TPS: E0197100DD00-SE W05 sys engineering Subtask:
1.2.9.1.3.1 WAW: 5055 Work Completion: 09/30/11
400075
W05/1048237C
168588.00
LLA :
CD 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBJ11FMXX2
FY 11 RDDA, BMD WBS: 1.2.9.1.2.99 TPS: E0197100DD00-FM Subtask: 1.2.9.1.2.1 W05 FM
WAW: 5055 Work Completion: 09/30/11
600005
W05/1047213C
18817.00
LLA :
CB 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBJ11PMXX2
FY 11 RDDA, BMD WBS: 1.2.9.1.1.99 TPS: E0197100DD00-PM W05 PM Subtask: 1.2.9.1.1.1
WAW: 5055 Work Completion: 09/30/11
MOD 13 Funding 406542.00
Cumulative Funding 2485243.00
MOD 14
400076
W05/1049456C
67743.00
LLA :
CE 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBA115IWR5
FY11 RDDA, BMD FM WBS: 1.2.1.3.1.6.99 TPS: 31191130DD00-IW Subtask: 1.2.1.3.1.6.1
W73 - 5.0 IWSL WAW: 2367 Work Completion: 09/30/11
400077
W05/1061131C
14000.00
LLA :
CF 1711319 A5XZ 252 WS010 0 050120 2D 000000 A00000681250
Ref. N0002411RX01375/AA, FY 11 RDTE, SSDS PM WBS: 1.7.3.99 TPS: 2660 Subtask:
1.7.3.1.1.1.1 WAW: 5758 Work Completion: 09/30/11
400078
W05/1061130C
60500.00
LLA :
CF 1711319 A5XZ 252 WS010 0 050120 2D 000000 A00000681250
Ref. N0002411RX01375/AA, FY11 RDTE, SSDS FM WBS: 1.7.3.99 TPS: 2660 Subtask:
1.7.3.1.1.1.1 WAW: 5758 Work Completion: 09/30/11
MOD 14 Funding 142243.00
Cumulative Funding 2627486.00
MOD 15
400079
W05/1068415C
72581.00
LLA :
CG 1711319 14KB 252 SH501 0 050120 2D 000000 A00000689312
Ref. N0002411RX01469/AA, FY11 RDTE, LCS PM WBS: 1.3.1.1.1.99 TPS: 6647 CSETHULL12
Subtask: 1.3.1.1.1.1 Work Completion: 09/30/11 WAW: 3144
MOD 15 Funding 72581.00
Cumulative Funding 2700067.00
MOD 16
400080
W05/1080024C
7206.00
LLA :
CH 1711804 8B5B 253 VU021 0 050120 2D 000000 A00000670735
Ref. N0002411RX01205/AA, OMN, Aegis FM WBS: 1.1.99.75 TPS: 4380 Subtask: 1.1.98.1.8
ACB08 AT SEA WAW:9336
400081
W05/1080008C
2913.00
LLA :
BW 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000664250
Ref. N0002411RX01131/AA, FY 11 RDTE,
Aegis FM WBS: 1.1.99.79 TPS: 6111 Subtask: 1.1.63.1.8 ACB14 TI Planning WAW: 9398
Work Completion: 09/30/11
400082
W05/1080007C
100.00
LLA :
BR 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000612125
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
71 of 127
Ref. N0002411WX01611/AA, FY 11 RDTE,
Aegis FM WBS: 1.1.99.79 TPS: 6111 Subtask: 1.1.63.1.8 ACB14 TI Planning WAW: 9398
Work Completion: 09/30/11
400083
W05/1080030C
21416.00
LLA :
CJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT611COD22
SCN, SSDS-PM WBS: 1.7.11.99 TPS: 5143 W05 Support Staff Subtask: 1.7.11.1.2.1.1
OWLD: 09/30/15 waw: 5761 Hull: CVN 78
400084
W05/1080027C
7954.00
LLA :
BY 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT611COD11
FY 11 RDTE, SSDS-PM WBS: 1.7.3.99 TPS: 2660 Subtask: 1.7.3.1.3.1 W05 Staff Support
WAW: 5758 Work Completion: 09/30/11
400085
W05/1081078C
13387.00
LLA :
CK 97X4930 NH1E
000 77777 0 000178 2F 000000 21WT6111COD1
SCN, SSDS PM WBS: 1.7.16.99 TPS: 5236 Subtask: 1.7.16.1.1.2 W05 Support Staff OWLD:
04/30/15 Hull: LHA 6 WAW: 5761 Work Completion: 0930/11
400086
W05/1081077C
9992.00
LLA :
CL 97X4930 NH1E 000 77777 0 000178 2F 000000 21WT6111COD2
SCN, SSDS PM WBS: 1.7.16.99 TPS: 5236 Subtask: 1.7.16.1.1.2 W05 Support Staff OWLD:
04/30/15 Hull: LHA 6 WAW: 5761 Work Completion: 0930/11
400087
W05/1080491C
15976.00
LLA :
CN 1781811 1227 253 XVWMY
0 068342 2D 000000 23189400001B
Ref. N0002411WX20584/AA, SCN, DDG1000-PM WBS: 1.10.1.2.99 TPS: 6084 Subtask:
1.10.1.2.2 OWLD: 0930/12 WAW: 2984 Work Completion: 09/30/11
400088
W05/1080490C
3024.00
LLA :
CN 1781811 1227 253 XVWMY
0 068342 2D 000000 23189400001B
Ref. N0002411WX20584/AB, SCN, DDG1000-PM WBS: 1.10.1.2.99 TPS: 6084 Subtask:
1.10.1.2.2 OWLD: 09/30/12 WAW: 2984 Work Completion: 09/30/11
400089
W05/1081099C
20000.00
LLA :
BW 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000664250
Ref. N0002411RX01131/AA, FY 11 RDTE, Aegis PM WBS: 1.1.99.28 TPS: 4907 Subtask:
1.1.32.1.7.1 W22 SE engineering mgmt WAW: 9398 Work Completion: 09/30/11
400090
W05/1082183C
6146.00
LLA :
CM 1711319 A5BJ 255 WS020 0 050120 2D 000000 A00000675112
Ref. N0002411RX01289/AA, FY 11 RDTE, Strat Planner AMDR PM WBS: 1.13.5.99 TPS: 6353
Subtask: 1.13.5.9.1 ACB Planner WAW: 010600 Work Completion: 09/30/11
MOD 16 Funding 108114.00
Cumulative Funding 2808181.00
MOD 17
400091
W05/1096483C
100000.00
LLA :
CP 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBL11FLTA4
FY 11 RDDA, BMD PM WBS: 1.2.4.1.99 TPS: F0198300DD00 Subtask: 1.2.4.1.1.1 W05
Fleet Support WAW: 5075 Work Completion: 09/30/11
400092
W05/1096482C
88642.00
LLA :
CQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBA115DVA7
FY 11 RDDA, BMD PM WBS: 1.2.1.3.1.1.99 TPS: 31191130DD00-DV Subtask: 1.2.1.3.1.1.1
W05 - 5.0 DEV LSE WAW: 2367 Work Completion: 09/30/11
400093
W05/1096481C
120017.00
LLA :
CR 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBA114DVA2
Fy 11 RDDA, BMD PM WBS: 1.2.1.2.1.1.99 TPS: 31191120DD00-DV Subtask: 1.2.1.2.1.1.1
W05 4.0.1 DEV LSE WAW: 2367 Work Completion: 09/30/11
MOD 17 Funding 308659.00
Cumulative Funding 3116840.00
MOD 18
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
72 of 127
400094
W05/1102032C
3024.00
LLA :
CS 1791811 1227 253 XVWMY 0 068342 2D 000000 41163400011A
Ref. N0002411WX21723/AA, FY 09 SCN, DDG1000- FM WBS: 1.10.1.2.99 TPS: 6084 Subtask:
1.10.1.2.2 W05 WSPO Program Fees OWLD: 09/30/13 Work Completion: 09/30/11 WAW: 2984
400095
W05/1098233C
100000.00
LLA :
CT 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBN11SHPA1
FY 11 RDDA BMD-PM WBS: 1.2.12.1.99 TPS: 06191220DD1DD W05 Ship Installs Work
Completion: 09/30/11 WAW: 5076
MOD 18 Funding 103024.00
Cumulative Funding 3219864.00
MOD 19
400096
W05/1109147C
66595.00
LLA :
BV 1741711 1224 252 X3WMW 0 068342 2D 000000 556859001A3B
Ref. N0002408WX20275/AA, Aegis PM WBS: 1.1.99.64 TPS: 2344 Subtask:1.1.1.6.7.1
OWLD: 04/30/11 Hull: DDG-109 WAW: 9398 Work Completion: 04/30/11
MOD 19 Funding 66595.00
Cumulative Funding 3286459.00
MOD 20
400097
W05/11151343
47578.00
LLA :
CU 97X4930 NH1E 000 77777 0 000178 2F 000000 26WTY0Z03ADM
NWCF, W03 Support Karen Carrick
400098
Q54/11048167
29000.00
LLA :
CV 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00NS2
NWCF, Q51 Program Director Support Managent (PWS C.2.2 Related to Aegis BMD/MDA
600006
Q54/11048167
4000.00
LLA :
CV 97X4930 NH1E 000 77777 0 000178 2F 000000 24Q96XN00NS2
NWCF, Q51 Program Director Support Managent (PWS C.2.2 Related to Aegis BMD/MDA
MOD 20 Funding 80578.00
Cumulative Funding 3367037.00
MOD 21
400099
W05000/1151049C
65000.00
LLA :
BN 1701811 1224 253 X3WMW 0 068342 2D 000000 20010900301B
Ref. N0002411WX20181/AA, SCN, AEGIS-PM WBS: 1.1.99.64 TPS: NAV2602344 PM Subtask:
1.1.1.6.7.1 WAW: 009398
400101
W05/1151115C
822.00
LLA :
CW 97X4930 NH1E 000 77777 0 000178 2F 000000 21WG111CDRQ1
RDTE, CGX Support WBS: 1.9.1.98 TPS: NAV2606650 PM Subtask: 1.9.2.1.1
WAW: 000000
400102
W05/1151114C
18002.00
LLA :
CW 97X4930 NH1E 000 77777 0 000178 2F 000000 21WG111CDRQ1
RDTE, CGX Support - WBS: 1.9.1.98 TPS: NAV2606650 PM Subtask: 1.9.2.1.1 WAW: 000000
400103
W05/1152200C
2385.00
LLA :
CX 97X4930 NH1E 000 77777 0 000178 2F 000000 21WX111OTMFM
OMN, TM Support Subtask WBS: 1.8.1.13.1.6 TPS: NAV260PMGMT Hull: O&MN WAW:000538
400104
W05/1152201C
2504.00
LLA :
CY 97X4930 NH1E 000 77777 0 000178 2F 000000 21WDP11PRFM1
RDTE, WDP Support Subtask WBS: 1.16.2.8.1.1 TPS: NAVCPSPMGMT WAW: 007679
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
73 of 127
400105
W05/1146319C
2034.00
LLA :
CZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA911CCS05
RDTE, WSPO Cost Estimation WBS: 1.13.3.99 CERS - ACB/PLSE/COST CONTRACT REPORTING
Subtask WBS: 1.13.4.1.2 TPS: NAV2605799 Hull: ACB, WAW: 010600
400106
W05/1146321C
5546.00
LLA :
CM 1711319 A5BJ 255 WS020 0 050120 2D 000000 A00000675112
Ref. N0002411RX01289/AA, RDTE, Strat Planner AMDR PM WBS: 1.13.5.99 TPS: NAV2606353
Subtask: 1.13.5.9.1 ACB Planner WAW: 010600 Work Completion: 09/30/11
400107
W05/1146318C
30491.00
LLA :
BX 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000656916
Ref. N0002411RX01069/AA, RDTE, WSPO 1% PLSE FOR IBPES SW MAINTENANCE WBS: 1.13.3.99
TPS: NAV2605799 Subtask: 1.13.3.14.1 WAW: 010600
400108
W05/1146308C
90501.00
LLA :
BX 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000656916
Ref. N0002411RX01069/AA, RDTE, ACB Planner - PM TPS: NAV2605799 Subtask:
1.13.2.7.1 WAW: 010600
400109
W05/1146307C
11300.00
LLA :
BX 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000656916
Ref. N0002411RX01069/AA, RDTE, ACB Planner - PM TPS: NAV2605799 Subtask:
1.13.2.24.2 WAW: 010600
400110
W05/1145137C
7794.00
LLA :
CN 1781811 1227 253 XVWMY
0 068342 2D 000000 23189400001B
Ref. N0002411WX20584/AB, SCN, DDG1000-PM WBS: 1.10.1.2.99 TPS: NAV2606084 Subtask:
1.10.1.2.6 OWLD: 09/30/12 WAW: 002984 Work Completion: 09/30/11
400111
W05/1146320C
4849.00
LLA :
BX 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000656916
Ref. N0002411RX01069/AA, RDTE, WSPO 1% COST ESTIMATION FUNDING FOR STRATEGIC
PLANNER - PM WBS: 1.13.3.99 TPS: NAV2605799 Subtask: 1.13.4.1.2 WAW: 010600
400112
W05/1145138C
19832.00
LLA :
DA 1711611 1227 252 SH500 0 050120 2D 000000 A00000743773
Ref. N0002411RX01866/AA, SCN, DDG1000 Support WBS: 1.10.2.3.99 Subtask WBS:
1.10.2.3.2 TPS: NAV2602603 OWLD: 09/30/15 Hull: SCN, WAW: 002984
400113
W05/1138253C
1441.00
LLA :
DB 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA111QD051
OMN, AEGIS-Strategic Planner WBS: 1.1.99.20 Subtask WBS: 1.1.36.2.8 TPS: NAV2604350
WAW: 009398
400114
W05/1137430C
1670.00
LLA :
BW 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000664250
Ref. N0002411RX01131/AA, RDTE, Aegis PM Planning WBS: 1.1.99.79 TPS: NAV2606111
Subtask: 1.1.63.1.8 WAW: 009398 Work Completion: 09/30/11
400115
W05/1137412C
945.00
LLA :
CS 1791811 1227 253 XVWMY 0 068342 2D 000000 41163400011A
Ref. N0002411WX21723/AA, SCN, DDG1000- FM WBS: 1.10.1.2.99 TPS: NAV2606084 Subtask:
1.10.1.2.2 W05 WSPO Program Fees OWLD: 09/30/13 Work Completion: 09/30/11 WAW:
002984
400116
W05/1153400C
112052.00
LLA :
BW 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000664250
Ref. N0002411RX01131/AA, RDTE, WBS: 1.1.99.28 TPS: NAV2604907 Subtask: 1.1.32.1.8
WAW: 009398 Work Completion: 09/30/11
400117
W05/1153450C
25000.00
LLA :
DC 1711804 8C2C 252 WS010 0 050120 2D 000000 A00000746096
Ref. N0002411RX01892/AA, OMN, SSDS Support WBS: 1.7.2.99 Subtask: 1.7.2.1.1.1 TPS:
NAV2602691 WAW: 005759
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
74 of 127
400118
W05/1153451C
22877.00
LLA :
DC 1711804 8C2C 252 WS010 0 050120 2D 000000 A00000746096
Ref. N0002411RX01892/AA, OMN, SSDS Support WBS: 1.7.2.99 TPS: 2691 Subtask:
1.7.2.1.1.1 W05 Program Director Work Completion: 09/30/11 WAW: 5759
600007
W05/1151050C
16531.00
LLA :
BN 1701811 1224 253 X3WMW 0 068342 2D 000000 20010900301B
Ref. N0002411WX20181/AA, SCN, AEGIS-PM WBS: 1.1.99.26 TPS: NAV2605873 PM Subtask:
1.1.64.4.7.1 OWLD: 09/30/14 WAW: 009398
MOD 21 Funding 441576.00
Cumulative Funding 3808613.00
MOD 22
400119
W63000/1165549A
18620.00
LLA :
DD 97X4930 NH1E 000 77777 0 000178 2F 000000 21W6511R2021
OMN, W73 SPA IBPES Support
400120
W05000/1193029C
5079.00
LLA :
DE 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBZ11W51A4
FY11 RDDA,BMD-PM WBS:1.2.16.1.10.99 W51 CERS AA Information Assurance Subtask
1.2.16.1.10.1 TPS: D019121D00 Work Completion: 09/30/11 WAW: 002367
400121
W05000/1195311C
8110.00
LLA :
DF 97X4930 NH1E 000 77777 0 000178 2F 000000 21WAT11BD051
FY11 OMN, AEGIS-PM WBS: 1.1.99.75 TPS: NAV2604380 ACB08 at Seatest Subtask:
1.1.98.1.8 Work Completion: 09/30/11 WAW:009336
400122
W05000/1195312C
23924.00
LLA :
DG 1711804 8B2B 252 WS010 0 050120 2D 000000 A00000646208
Standard Number: N0002411RX00966/AB
FY11 OMN, AEGIS-FM WBS: 1.1.99.46 TPS :NAV2604908 Fleet Suppt Serv Subtask:
1.1.8.4.8 Work Completion: 09/30/2011 WAW: 009398
400123
W05000/1195310C
10452.00
LLA :
DG 1711804 8B2B 252 WS010 0 050120 2D 000000 A00000646208
Standard Number: N0002411RX00966/AB
FYll OMN, AEGIS-PM WBS: 1.1.99.20 TPS NAV2604350 BMD Transition Subtask WBS:
1.1.36.2.8 Work Completion: 9/30/11 WAW: 009398
400124
W05000/1195370C
6512.00
LLA :
DH 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA111AD051
FY10 SCN, AEGIS-PM WBS: 1.1.99.64 TPS: NAV2602344 Program Management Subtask WBS:
1.1.1.6.7.8 Work Completition: 09/30/13 OWLD: 09/30/14 WAW: 009398
400125
W05000/1196489C
19225.00
LLA :
DJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBT11COWT1
FY10 RDDA, BMD-PM WBS: 1.2.13.22.1.99 TPS: 40193991DD07PM Subtask WBS:
1.2.13.22.1.2 Work Completion: 07/13/11 WAW: 002363
400126
W05000/1196490C
50292.00
LLA :
DK 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBT11COWT2
FY11 RDDA, BMD-PM WBS: 1.2.13.22.1.99 TPS: 40193991DD07PM Subtask WBS:
1.2.13.22.1.2 Work Completion: 10/3/2011 WAW: 002363
400127
W05000/1196491C
576.00
LLA :
DJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBT11COWT1
FY 10 RDDA, BMD PM WBS: 1.2.13.22.1.99 CERS: 40193991DD07PM Subtask: 1.2.13.22.1.2
Q33 Work Completion: 07/31/2011 WAW: 2363
MOD 22 Funding 142790.00
Cumulative Funding 3951403.00
MOD 23
400128
W05000/1187285C
79698.00
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
75 of 127
LLA :
D L
9 7 X 4 9 3 0
N H 1 E
0 0 0
7 7 7 7 7
0
0 0 0 1 7 8
2 F
0 0 0 0 0 0
Carriers - PM WBS: 1.4.1.1.2.99 TPS: NSWCVCN78 Subtask WBS: 1.4.1.1.1.16 Work
Completion: 09/30/2011 WAW: 002667
FINAL
2 1 W C V 1 1 7 8 P M 3
400129
W05000/1200297C
19000.00
LLA :
AK 1751811 1224 253 X3WMW 0 068342 2D 000000 556889001G3B
Standard Number: N0002410WX20416/AA
AEGIS - PM WBS: 1.1.99.64 TPS: NAV2602344 PM Subtask WBS: 1.1.1.6.7.1 Work
Completion: 02/28/13 OWLD: 02/28/13 WAW: 009398
400130
W05000/1199096C
93000.00
LLA :
BW 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000664250
Standard Number: N0002411RX01131/AA
AEGIS FM WBS: 1.1.99.28 TPS: NAV2604907 ACB12/AMOD Subtask: 1.1.32.1.8
Completion: 09/30/11 WAW: 009398
Work
400131
W05000/1200243C
56386.00
LLA :
DM 97X4930 NH1E 000 77777 0 000178 2F 000000 21WCV1179FM1
Carriers - FM WBS: 1.4.1.1.2.99 TPS: NSWCVCVN79 Subtask WBS: 1.4.1.2.1.24 Work
Completion: 09/30/11WAW: 002667
400132
W05000/1199095C
11408.00
LLA :
BW 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000664250
Standard Number: N0002411RX01131/AA
AEGIS FM WBS: 1.1.99.29 TPS: NAV2604332 Naval Int Fire Control-Counter Air Subtask:
1.1.31.1.8 Work Completion: 09/30/11 WAW: 009398
400133
W05000/1187283C
48931.00
LLA :
DN 97X4930 NH1E 000 77777 0 000178 2F 000000 21WCV1178FM3
Carriers - FM WBS: 1.4.1.1.2.99 TPS: NSWCVCVN78 Subtask WBS: 1.4.1.1.1.24 Work
Completion 9/30/11 WAW: 002667
600008
W05000/1187286C
6488.00
LLA :
D L
9 7 X 4 9 3 0
N H 1 E
0 0 0
7 7 7 7 7
0
0 0 0 1 7 8
2 F
0 0 0 0 0 0
Carriers - PM WBS: 1.4.1.1.2.99 TPS: NSWCVCN78 Subtask WBS: 1.4.1.1.1.16 Work
Completion: 09/30/2011 WAW: 002667
MOD 23 Funding 314911.00
Cumulative Funding 4266314.00
MOD 24
410001
W05/1195314C
8093.00
LLA :
DG 1711804 8B2B 252 WS010 0 050120 2D 000000 A00000646208
Ref. N0002411RX00966/AB, OMN, 1% DDC Suppor Option 1 WBS: 1.1.99.46 TPS: 4908 Fleet
SLEA Support Serv Subtask WBS: 1.1.8.4.8 Work Completion: 09/30/2011 WAW: 9398
410002
W05/1195313C
19225.00
LLA :
DG 1711804 8B2B 252 WS010 0 050120 2D 000000 A00000646208
Ref. N0002411RX00966/AB, OMN, Aegis WSPO 1% Bus Strat SME Option 1 WBS: 1.1.99.46
TPS: 4908 Fleet LSEA Support Services Subtask: 1.1.8.4.8 Work Completion: 09/30/11
WAW: 9398
MOD 24 Funding 27318.00
Cumulative Funding 4293632.00
MOD 25
400134
W05/1207161C
53761.00
LLA :
DP 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBJ11SEXX3
SE Support WBS: 1.2.9.1.3.99 CERS: E0197100DD00-SE Subtask: 1.2.9.1.3.1 W05 Systems
Engineering Work Completion: 09/30/11 WAW: 5055
400135
W05/1207160C
55189.00
LLA :
DQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBJ11PMXX3
PM Support WBS: 1.2.9.1.1.99 CERS: E0197100DD00-PM Subtask: 1.2.9.1.1.1 W05 PM Work
Completion: 09/30/11 WAW: 5055
2 1 W C V 1 1 7 8 P M 3
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
76 of 127
400136
W05/1207158C
97044.00
LLA :
DR 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBJ11FMXX3
FM Support WBS: 1.2.9.1.2.99 CERS: E0197100DD00-FM Subtask: 1.2.9.1.2.1 W05 FM work
completion: 09/30/11 WAW: 5055
400137
W05/1208251C
13212.00
LLA :
DV 97X4930 NH1E 000 77777 0 000178 2F 000000 21WDR11C4PS2
DDG 1000 PM WBS: 1.10.2.3.99 TPS: 2603 Subtask: 1.10.2.3.2 W05 C41SR Program
Support OWLD: 11/30/14 Work Completion: 09/30/11 WAW: 3059
400138
W05/1207013C
4212.00
LLA :
DF 97X4930 NH1E 000 77777 0 000178 2F 000000 21WAT11BD051
AEGIS FM WBS: 1.1.99.75 TPS: 4380 Subtask: 1.1.98.1.8 W05 WSPO Fees Work
Completion: 09/30/11 WAW: 9336
400139
W05/1202132C
6925.00
LLA :
DT 97X4930 NH1E 000 77777 0 000178 2F 000000 21WX111PM053
Track Management PM Subtask: 1.8.1.13.1.4 TPS: PMGMT Work Completion: 09/30/11
Expiration: 09/30/12 WAW:0538
400140
W05/1202134C
11223.00
LLA :
DU 97X4930 NH1E 000 77777 0 000178 2F 000000 21WDP11POPM1
WDP Support CDS/CPs PM Subtask: 1.16.2.8.1.4 W05 PM TPS: PMGMT Work Completion:
09/30/11 WAW: 7679
400141
W63/1203559A
37240.00
LLA :
DY 1701810 84L7 253 SASWF 0 068342 2D 000000 L70070000000
Standard Number: N0002410WX30386/AC
W73 SPA IBPES Support
400142
W05/1213257C
42039.00
LLA :
DS 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBA1151WR5
BMD-FM WBS: 1.2.1.3.1.6.99 TPS AB111321109-IW subtask: 1.2.1.3.1.6.1 work
completion: 09/30/2011 WAW 002367
410003
W05/1213291C
70435.00
LLA :
DX 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBA115DVA6
BMD -PM WBS: 1.2.1.3.1.1.99 TPS: AB111321109-DV CERS:31191130DD00 DV
subtask:1.2.1.3.1.1.1 Work Completition: 09/30/11 WAW: 2367
410004
W05/1208252C
17061.00
LLA :
DA 1711611 1227 252 SH500 0 050120 2D 000000 A00000743773
Standard Number: N0002411RX01866/AA
DDG 1000 PM WBS: 1.10.2.3.99 TPS: 2603 Subtask: 1.10.2.3.2 W05 C41SR Program
Support OWLD: 09/30/15 Work Completion: 09/30/11 WAW: 2984
410005
W05/1207159C
48930.00
LLA :
DR 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBJ11FMXX3
FM Support WBS: 1.2.9.1.2.99 CERS: E0197100DD00-FM Subtask: 1.2.9.1.2.1 W05 FM work
completion: 09/30/11 WAW: 5055
410006
W05/1202133C
1016.00
LLA :
DT 97X4930 NH1E 000 77777 0 000178 2F 000000 21WX111PM053
Track Management PM Subtask: 1.8.1.13.1.4 TPS: PMGMT Work Completion: 09/30/11
Expiration: 09/30/12 WAW:0538
410007
W05/1193030C
1225.00
LLA :
DE 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBZ11W51A4
BMD FM WBS: 1.2.16.1.10.99 W51 AA IA TPS: D019121D00 Subtask: 1.2.16.1.10.1 Work
Completion: 09/30/11 WAW: 2367
410008
W05/1194231C
89534.00
LLA :
DW 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBN11SHPA2
BMD PM WBS:; 1.2.12.1.99 CERS: 06191220DD1DD Subtask: 1.2.12.1.1 W05 Ship Installs
TPS: AD111231204 Work Completion: 09/30/11 WAW: 5076
410009
W05/1195315C
4142.00
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
77 of 127
FINAL
LLA :
DF 97X4930 NH1E 000 77777 0 000178 2F 000000 21WAT11BD051
WSPO 1% DDC Support WBS: 1.1.99.75 TPS: 4380 Subtask: 1.1.98.1.8 ACB08 AT SEA TEST
Work Completion: 09/30/11 WAW: 9336
410010
W05/1187287C
19378.00
LLA :
D L
9 7 X 4 9 3 0
N H 1 E
0 0 0
7 7 7 7 7
0
0 0 0 1 7 8
2 F
0 0 0 0 0 0
Carrier Support WBS: 1.4.1.1.2.99 CERS: NSWCVCVN78 Subtask: 1.4.1.1.1.16 W05 PM
Work Completion: 09/30/11 Funds Expiration: 09/30/12 Hull: CVN78 WAW: 2667
410011
13761.00
LLA :
DN 97X4930 NH1E 000 77777 0 000178 2F 000000 21WCV1178FM3
Carrier Support WBS: 1.4.1.1.2.99 CERS: NSWCVCVN78 Subtask: 1.4.1.1.1.24 W05 PM
Work Completion: 09/30/11 Funds Expiration: 09/30/12 Hull: CVN78 WAW: 2667
410012
W05/1196492C
18734.00
LLA :
DK 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBT11COWT2
WSPO 1% BUS STRAT/SME Support BMD WBS: 1.2.13.22.1.99 CERS: 40193991DD07PM Subtask:
1.2.13.22.1.2 Q33 SWPO TAX/T&E Work Completion: 09/30/2011 Expiration 10/31/11 WAW:
2363
410013
W05/1202027C
18486.00
LLA :
BW 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000664250
Standard Number: N0002411RX01131/AA
AEGIS FM WBS: 1.1.99.28 TPS: 4907 Subtask: 1.1.32.1.8 W05 ACB12 Work completion:
09/30/11 Expiration: 09/30/12 WAW: 9398
600009
W05/1213291C
16222.00
LLA :
DX 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBA115DVA6
BMD -PM WBS: 1.2.1.3.1.1.99 TPS: AB111321109-DV CERS:31191130DD00 DV
subtask:1.2.1.3.1.1.1 Work Completition: 09/30/11 WAW: 2367
610001
W05/1199100C
758.00
LLA :
BX 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000656916
Standard Number: N0002411RX01069/AA
ACB Planner PM WBS: 1.13.3.99 CERS: ACB/PLSE/COST Contract Reporting Subtask:
1.13.2.16.1 W22 Program and Financial Management TPS: 5799 Work Completion:09/30/11
Expiration: 09/30/12 WAW: 010600
MOD 25 Funding 640527.00
Cumulative Funding 4934159.00
MOD 26
400143
W05/1216416C
70466.00
LLA :
DW 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBN11SHPA2
BMD PM WBS:; 1.2.12.1.99 CERS: 06191220DD1DD Subtask: 1.2.12.1.1 W05 Ship Installs
TPS: AD111231204 Work Completion: 09/30/11 WAW: 5076
410014
W05/1216032C
26340.00
LLA :
DR 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBJ11FMXX3
FM Support WBS: 1.2.9.1.2.99 CERS: E0197100DD00-FM Subtask: 1.2.9.1.2.1 W05 FM work
completion: 09/30/11 WAW: 5055
410015
W05/1216045C
49138.00
LLA :
DQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBJ11PMXX3
FM Support WBS: 1.2.9.1.1.99 CERS: E0197100DD00-PM Subtask: 1.2.9.1.1.1 W05 PM Work
Completion: 09/30/11 WAW: 5055
MOD 26 Funding 145944.00
Cumulative Funding 5080103.00
MOD 27
410016
W05/1222133C
2005.00
LLA :
CM 1711319 A5BJ 255 WS020 0 050120 2D 000000 A00000675112
Standard Number: N0002411RX01289/AA
ACB Planner PM WBS: 1.13.5.99 AMDR SYS Engineering & ARCH TPS: 2606353 Subtask:
1.13.5.2.1 ACB Planner Work Completion: 09/30/11 Expiration Date: 9/30/12 WAW:
2 1 W C V 1 1 7 8 P M 3
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
78 of 127
010600
410017
W05/1221086C
11474.00
LLA :
DG 1711804 8B2B 252 WS010 0 050120 2D 000000 A00000646208
Standard Number: N0002411RX00966/AB
AEGIS FM WBS: 1.1.99.51 WSPO FEES TPS: NAV2605449 CG Modernization (ACB08) Subtask:
1.1.6.2.8 Work Completion: 09/30/11 WAW: 9398
410018
W05/1222131C
3544.00
LLA :
BX 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000656916
Standard Number: N0002411RX01069/AA
ACB Planner FM Subtask WBS: 1.13.2.24.2 Financial Support TPS: 2605799 WAW: 010600
WorkCompletion: 09/30/11 Expiration Date: 9/30/12
600010
W05/1222132C
12219.00
LLA :
BX 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000656916
Standard Number: N0002411RX01069/AA
ACB Planner PM Subtask WBS: 1.13.2.7.1 System Engineering TPS: 2605799 WAW: 010600
WorkCompletion: 09/30/11 Expiration Date: 9/30/12
MOD 27 Funding 29242.00
Cumulative Funding 5109345.00
MOD 28
400141
W63/1203559A
(37240.00)
LLA :
DY 1701810 84L7 253 SASWF 0 068342 2D 000000 L70070000000
Standard Number: N0002410WX30386/AC
W73 SPA IBPES Support
MOD 28 Funding -37240.00
Cumulative Funding 5072105.00
MOD 29
410019
1238239C
63035.00
LLA :
DQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBJ11PMXX3
PM Support WBS: 1.2.9.1.1.99 CERS: E0197100DD00-PM Subtask: 1.2.9.1.1.1 W05 PM Work
Completion: 09/30/11 WAW: 5055
410020
1235349C
15415.00
LLA :
DZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA111AH052
AEGIS WSPO 1% DDC Support WBS: 1.1.99.53 TPS: NAV2606150 Subtask: 1.1.61.2.8 Work
Completion: 09/30/11 WAW: 009398
410021
1235351C
3362.00
LLA :
DB 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA111QD051
AEGIS-WSPO Shared Cost DDC Support WBS: 1.1.99.20 Subtask WBS: 1.1.36.2.8 TPS:
NAV2604350 Work completion: 09/30/211 WAW: 009398
410022
1235348C
19900.00
LLA :
EA 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA111CB052
AEGIS - FM WBS: 1.1.99.28 ACB12 WSPO FEES 1% TPS:NAV2604907 Subtask: 1.1.32.1.8
Work Completion: 09/30/11 WAW: 009398
410023
1235352C
17284.00
LLA :
DB 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA111QD051
AEGIS-WSPO Shared Cost ADMIN Support WBS: 1.1.99.20 BMD Transition Subtask WBS:
1.1.36.2.8 TPS: NAV2604350 Work completion: 09/30/211 WAW: 009398
410024
1236473C
9489.00
LLA :
DC 1711804 8C2C 252 WS010 0 050120 2D 000000 A00000746096
Standard Number: N0002411RX01892/AA
SSDS FM Support WBS: 1.7.2.99 TPS: NAV2602691 Subtask: 1.7.2.1.1.1 W05 Program
Director Work Completion: 09/30/11 WAW: 5759
410025
LLA :
1238238C
33788.00
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
79 of 127
DR 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBJ11FMXX3
BMD FM Support WBS: 1.2.9.1.2.99 CERS: E0197100DD00-FM Subtask: 1.2.9.1.2.1 W05 FM
Work Completion: 09/30/11 WAW: 5055
410026
1238300C
1165.00
LLA :
EB 97X4930 NH1E 000 77777 0 000178 2F 000000 21WG111W05FE
FSC WSPO Shared Cost BUS STRAT SUPPORT WBS: 1.9.1.98 Subtask:1.9.2.1.9.1 TPS:
NAV2606650 Work Completion: 09/30/11 WAW: 000000
MOD 29 Funding 163438.00
Cumulative Funding 5235543.00
MOD 30
400144
W05/1236481C
9599.00
LLA :
EC 1711611 1224 252 SH400 0 050120 2D 000000 A10000789402
Standard Number: N0002411RX02314/AB
AEGIS-PM WBS: 1.1.99.64 TPS: NAV2602344 PM Subtask WBS: 1.1.1.6.7.1 Work
Completition: 09/30/15 OWLD: 09/30/15 WAW: 9398
400145
W05/1244395C
10000.00
LLA :
CN 1781811 1227 253 XVWMY
0 068342 2D 000000 23189400001B
Standard Number: N0002411WX20584/AB
DDG1000-FM WBS: 1.10.1.2.99 TPS: NAV2606084 Subtask: 1.10.1.2.6
WAW: 2984 Work Completion: 01/31/12
OWLD: 09/30/12
400146
W05/1243173C
1538.00
LLA :
BB 1701319 14KB 253 SASHP 0 068342 2D 009510 330960000010
Standard Number: N0002411WX10321/AA
LCS FM WBS: 1.3.1.1.1.99 CERS: CSETHULL12 Subtask 1.3.1.1.1.1 TPS: NAV2606647 Work
Completion: 09/30/11 WAW: 3144
410027
W05/1250437C
14284.00
LLA :
CN 1781811 1227 253 XVWMY
0 068342 2D 000000 23189400001B
Standard Number: N0002411WX20584/AB
DDG1000-PM 1% WSPO Strategic Planning Support WBS: 1.10.1.2.99 TPS: NAV2606084
Subtask: 1.10.1.2.2 OWLD: 09/30/12 Work Completion: 01/31/12 WAW: 2984
410028
W05/1242423C
1486.00
LLA :
BH 97X4930 NH1E 000 77777 0 000178 2F 000000 21WL511W05B1
LCS PM WBS: 1.3.1.2.5.99 CERS: CSETHULL3 Subtask: 1.3.1.2.5.1 TPS: NAV2606648 WAW:
3144 Work Completion: 09/30/12 OWLD: 03/31/13
410029
W05/1236485C
2246.00
LLA :
ED 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA111LK053
AEGIS WSPO PM WBS: 1.1.99.55 TPS: NAV2602351 Facilitites Subtask: 1.1.2.9.8 WAW:
9398 Work Completition: 09/30/15 OWLD: 09/30/15
410030
W05/ 1244448C
107822.00
LLA :
EE 1751811 1224 253 X3WMW 0 068342 2D 000000 556889001A3B
Standard Number: N0002411WX20169/AA
AEGIS WSPO PM WBS: 1.1.99.32 TPS: NAV2604872 Ship Construction Support Subtask:
1.1.12.6.8 WAW: 9398 Work Completition: 05/31/13 OWLD: 02/28/13
410031
W05/1236486C
10028.00
LLA :
EF 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA111LK052
AEGIS WSPO PM WBS: 1.1.99.55 TPS: NAV2602351 Facilitites Subtask: 1.1.2.9.8 WAW:
9398 Work Completition: 09/30/15 OWLD: 09/30/15
410032
W05/1244460C
4956.00
LLA :
BN 1701811 1224 253 X3WMW 0 068342 2D 000000 20010900301B
Standard Number: N0002411WX20181/AA
AEGIS-PM WBS: 1.1.99.26 TPS: NAV2605873 COMBAT System Subtask: 1.1.64.4.7.1 Work
Completition: 09/30/13 OWLD: 09/30/13 WAW: 009398
410033
W05/1244459C
4166.00
LLA :
AK 1751811 1224 253 X3WMW 0 068342 2D 000000 556889001G3B
Standard Number: N0002411WX20177/AA
AEGIS FM WBS: 1.1.99.34 TPS: 5598 COTS ENGINEERING Subtask: 1.1.12.3.8 WAW: 9398
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
80 of 127
Work Completition: 02/28/13 OWLD: 02/28/13
410034
W05/1238289C
129698.00
LLA :
EC 1711611 1224 252 SH400 0 050120 2D 000000 A10000789402
Standard Number: N0002411RX02314/AB
AEGIS-PM WBS: 1.1.99.64 TPS: NAV2602344 PM Subtask WBS: 1.1.1.6.7.1 Work
Completition: 09/30/15 OWLD: 09/30/15 WAW: 9398
410035
W05/1236484C
7227.00
LLA :
EC 1711611 1224 252 SH400 0 050120 2D 000000 A10000789402
Standard Number: N0002411RX02314/AB
AEGIS-PM WBS: 1.1.99.26 TPS: NAV2605873 Combat System Subtask WBS: 1.1.64.4.7.1
Work Completition: 09/30/15 OWLD: 09/30/15 WAW: 9398
410036
W05/1236483C
44533.00
LLA :
EC 1711611 1224 252 SH400 0 050120 2D 000000 A10000789402
Standard Number: N0002411RX02314/AB
AEGIS-PM WBS: 1.1.99.64 TPS: NAV2602344 PM Subtask WBS: 1.1.1.6.7.1 Work
Completition: 09/30/15 OWLD: 09/30/15 WAW: 9398
410037
W05/1236482C
99560.00
LLA :
EC 1711611 1224 252 SH400 0 050120 2D 000000 A10000789402
Standard Number: N0002411RX02314/AB
AEGIS-PM WBS: 1.1.99.64 TPS: NAV2602344 PM Subtask WBS: 1.1.1.6.7.1 Work
Completition: 09/30/15 OWLD: 09/30/15 WAW: 9398
MOD 30 Funding 447143.00
Cumulative Funding 5682686.00
MOD 31
410038
W05/1235353C
9953.00
LLA :
EG 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA911DWSP3
AMDR WSPO Shared Cost for Strategic Planner PM WMS: 1.13.5.99 TPS: NAV2606353
Subtask: 1.13.5.9.1 Work Completion : 12/31/11 Expiration: 09/30/12 WAW: 010600
410039
W05/1238226C
112440.00
LLA :
EA 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA111CB052
AEGIS - FM WBS: 1.1.99.28 WSPO FEES 1% TPS:NAV2604907 ACB/AMOD Subtask:
1.1.32.1.8 Work Completion: 09/30/11 Expiration: 09/30/12 WAW: 009398
410040
W05/1238301C
2699.00
LLA :
EH 97X4930 NH1E 000 77777 0 000178 2F 000000 21WG111W0501
FSC WSPO Shared Cost Bus Strat Support PM WBS: 1.9.1.98 WSPO FEES TPS: NAV2606650
Subtask: 1.9.2.1.9.1 Work Completion: 09/30/11 WAW: 00000
410041
W05/1235350C
2487.00
LLA :
DG 1711804 8B2B 252 WS010 0 050120 2D 000000 A00000646208
Standard Number: N0002411RX00966/AB
AEGIS WSPO 1% DDC Support WSPO FEES 1% AEGIS FM WBS: 1.1.99.20 TPS: NAV2604350 BMD
Transition Subtask: 1.1.36.2.8 Work Completion: 09/30/11 WAW: 9398
410042
W05/1242361C
34180.00
LLA :
EJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA911A6SE2
ACB Planner PM Subtask WBS: 1.13.2.7.1 W22 System Engineering TPS: NAV2605799 Work
Completion: 12/31/11 WAW: 10600
410043
W05/1244450C
5815.00
LLA :
BX 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000656916
Standard Number: N0002411RX01069/AA
ACB Planner FM Subtask WBS: 1.13.2.24.2 Financial Support TPS: 2605799 WAW: 010600
Work Completion: 09/30/11 Expiration Date: 9/30/12
410044
W05/1243171C
11022.00
LLA :
CM 1711319 A5BJ 255 WS020 0 050120 2D 000000 A00000675112
Standard Number: N0002411RX01289/AA
ACB Planner PM WBS: 1.13.5.99 AMDR SYS Engineering & ARCH TPS: 2606353 Subtask:
1.13.5.2.1 Work Completion: 12/31/11 Expiration Date: 9/30/12 WAW: 010600
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
81 of 127
410045
W05/ 1243166C
2005.00
LLA :
CM 1711319 A5BJ 255 WS020 0 050120 2D 000000 A00000675112
Standard Number: N0002411RX01289/AA
ACB Planner PM WBS: 1.13.5.99 AMDR SYS Engineering & ARCH TPS: 2606353 Subtask:
1.13.5.2.1 Work Completion: 12/31/11 Expiration Date: 9/30/12 WAW: 010600
410046
W05/1234139C
6943.00
LLA :
BW 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000664250
Standard Number: N0002411RX01131/AA
AEGIS PM Planning WBS: 1.1.99.79 TPS: NAV2606111 ACB14 TI Planning Subtask:
1.1.63.1.8 WAW: 009398 Work Completion: 12/31/11 Expiration: 09/30/12
410047
W05/1235500A
37240.00
LLA :
DY 1701810 84L7 253 SASWF 0 068342 2D 000000 L70070000000
Standard Number: N0002410WX30386/AC
W73 SPA IBPES Support
410048
W05/1243172C
1035.00
LLA :
BB 1701319 14KB 253 SASHP 0 068342 2D 009510 330960000010
Standard Number: N0002411WX10321/AA
LCS FM WBS: 1.3.1.1.1.99 CERS: CSETHULL12 Subtask 1.3.1.1.1.1 TPS: 6647 Work
Completion: 09/30/11 WAW: 3144
410049
W05/1243170C
26978.00
LLA :
EJ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA911A6SE2
ACB Planner PM Subtask WBS: 1.13.2.7.1 W22 System Engineering TPS: NAV2605799 Work
Completion: 12/31/11 WAW: 10600
410050
W05/1243174C
2573.00
LLA :
EK 97X4930 NH1E 000 77777 0 000178 2F 000000 21WL511TMTDP
LCS Support FM WBS: 1.3.1.4.5.1 Team Management TPS: 6667 work Completion: 09/30/11
WAW: 3144
410051
W05/1242362C
16127.00
LLA :
EL 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA9112FSP2
ACB Planner FM Subtask WBS: 1.13.2.24.2 Financial Support TPS: 2605799 WAW: 010600
Work Completion: 12/31/11 Expiration Date: 9/30/12
410052
W05/1242431C
49608.00
LLA :
EM 97X4930 NH1E 000 77777 0 000178 2F 000000 21WL511WWSPO
LCS WSPO FM WBS: 1.3.2.4.6.1 W05 WSPO Business Office TPS: NAV2606667 Work
Completion: 09/30/11 WAW: 3144
410053
W05/1235347C
11000.00
LLA :
EN 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA911A15P2
ACB Planner PM WBS: 1.13.3.99 CERS ACB/PLSE/Cost Contract Reproting Subtask:
1.13.2.16.1 Program & Financial Management TPS: 2605799 Work Completion: 12/31/11
Expiraation: 09/30/12 WAW: 010600
410054
W05/1235346C
11000.00
LLA :
EN 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA911A15P2
ACB Planner PM WBS: 1.13.3.99 CERS ACB/PLSE/Cost Contract Reproting Subtask:
1..13.2.16.1 Program & Financial Management TPS: 2605799 Work Completion: 12/31/11
Expiraation: 09/30/12 WAW: 010600
410055
W05/1243167C
2000.00
LLA :
CN 1781811 1227 253 XVWMY
0 068342 2D 000000 23189400001B
Standard Number: N0002411WX20584/AB
DDG1000 - FM WBS: 1.10.1.2.99 TPS: 6084 Subtask: 1.10.1.2.6 OWLD: 0930/12 WAW:
2984 Work Completion: 01/31/12
410056
W05/1235345C
4996.00
LLA :
CM 1711319 A5BJ 255 WS020 0 050120 2D 000000 A00000675112
Standard Number: N0002411RX01289/AA
ACB Planner FM WBS: 1.13.5.99 Financial Support TPS: 2606353 Subtask: 1.13.5.2.1
Work Completion: 12/31/11 Expiration Date: 9/30/12 WAW: 010600
410057
W05/1245245C
4996.00
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
82 of 127
LLA :
CM 1711319 A5BJ 255 WS020 0 050120 2D 000000 A00000675112
Standard Number: N0002411RX01289/AA
ACB Planner PM WBS: 1.13.5.99 Financial Support TPS: 2606353 Subtask: 1.13.5.9.1
Work Completion: 12/31/11 Expiration Date: 9/30/12 WAW: 010600
MOD 31 Funding 355097.00
Cumulative Funding 6037783.00
MOD 32
410058
1249347C
2165.00
LLA :
BW 1711319 A5XB 255 WS010 0 050120 2D 000000 A00000664250
AEGIS FM WBS: 1.1.99.28 TPS: 4907 Subtask: 1.1.32.1.7.3 W05 ACB12 Work Completion:
12/30/11 Expiration: 09/30/12 WAW: 9398
410059
W05/1250460C
27819.00
LLA :
EP 1711319 14KB 252 SH501 0 050120 2D 000000 A00000852715
Standard Number: N0002411RX02945/AA
LCS PM Support WBS: 1.3.1.5.3.1 TPS: 6848 Work Completion 12/20/11 Expiration:
09/30/12 WAW: 3144
410060
W05/1259142C
75000.00
LLA :
EQ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBT11TEPM1
BMD FM WBS: 1.2.13.22.1.99 PM CERS: 40193991DD07PM Subtask: 1.2.13.22.1.1 TPS:
40193991DD07 Work Completion: 10/31/11 Expiration 09/30/12 WAW: 2363
410061
W05/1245241C
15415.00
LLA :
DG 1711804 8B2B 252 WS010 0 050120 2D 000000 A00000646208
Standard Number: N0002411RX00966/AB
AEGIS-FM WBS: 1.1.99.83 TPS NAV2604719 BMD /TMD/SBIRS TECH Suppport Subtask WBS:
1.1.9.2.8 Work Completion: 9/30/11 WAW: 009398
410062
W05/1245238C
105000.00
LLA :
ER 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBB11CCTR2
BMD PM WBS: 1.2.6.8.99 CSL TPS: AB11.1.7.2.1.1.1.08 Subtask: 1.2.6.8.11 K40 - 5.0.1
Work Completioin: 09/30/11 WAW: 1992
410063
W05/1245237C
19000.00
LLA :
ER 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBB11CCTR2
BMD PM WBS: 1.2.6.8.99 CSL TPS: AB11.1.7.2.1.1.1.08 Subtask: 1.2.6.8.11 K40 - 5.0.1
Work Completioin: 09/30/11 WAW: 1992
410064
W05/1245236C
122543.00
LLA :
ES 97X4930 NH1E 000 77777 0 000178 2F 000000 21WCV1178WSP
Carriers - PM WBS: 1.4.1.1.2.99 W05 WSPO TAXES TPS: NSWCVCVN78 Subtask:
1.4.1.1.1.23 Work Completion: 09/30/11 Expiration: 09/30/12 WAW: 2667
410065
W05/1245235C
34835.00
LLA :
ES 97X4930 NH1E 000 77777 0 000178 2F 000000 21WCV1178WSP
Carriers - PM WBS: 1.4.1.1.2.99 W05 WSPO TAXES TPS: NSWCVCVN78 Subtask:
1.4.1.1.1.23 Work Completion: 09/30/11 Expiration: 09/30/12 WAW: 2667
410066
W05/1244487C
2385.00
LLA :
CX 97X4930 NH1E 000 77777 0 000178 2F 000000 21WX111OTMFM
TM Support FM Subtask WBS: 1.8.1.13.1.6 FM TPS: NAV260PMGMT Work Completion:
09/30/11 Hull: O&MN WAW:000538
410067
W05/1244484C
2504.00
LLA :
ET 97X4930 NH1E 000 77777 0 000178 2F 000000 21WDP11POFM1
CDS/CPS - FM Subtask WBS: 1.16.2.8.1.1 W05 FM TPS: NAVCPSPMGMT Work completion:
09/30/11 HULL DCS/CPS WAW: 7679
410068
W05/1244449C
88496.00
LLA :
EU 97X4930 NH1E 000 77777 0 000178 2F 000000 21WA911BWSP2
ACB Planner WSPO PM WBS: 1.13.3.99 WSPO FEE TPS: NAV2605799 Subtask: 1.13.3.14.1
Work Completion: 12/31/11WAW: 010600
410069
W05/1244468C
25000.00
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
83 of 127
LLA :
EV 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBL11FTLA5
BMD PM WBS: 1.2.4.1.99 FLEET Support TPS: F0198300DD00 Subtask: 1.2.4.1.1.1 Work
Completion: 09/30/11 WAW: 5075
410070
W05/1244462C
65000.00
LLA :
DW 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBN11SHPA2
BMD PM WBS:; 1.2.12.1.99 CERS: 06191220DD1DD Subtask: 1.2.12.1.1 W05 Ship Installs
TPS: AD111231204 Work Completion: 09/30/11 WAW: 5076
410071
W05/1244482C
966.00
LLA :
ET 97X4930 NH1E 000 77777 0 000178 2F 000000 21WDP11POFM1
CDS/CPS - FM Subtask WBS: 1.16.2.8.1.1 W05 FM TPS: NAVCPSPMGMT Work completion:
09/30/11 HULL DCS/CPS WAW: 7679
410072
W05/1244486C
966.00
LLA :
CX 97X4930 NH1E 000 77777 0 000178 2F 000000 21WX111OTMFM
TM FM Support Subtask WBS: 1.8.1.13.1.6 TPS: NAV260PMGMT Hull: O&MN WAW: 0538 Work
Completion: 09/30/11WAW:000538
410073
W05/1249346C
24905.00
LLA :
EW 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBN11SHWP2
BMD PM WBS: 1.2.12.1.99 W05 SHIPS INSTALLS WSPO FEES TPS: AD111231204 CERS:
06191220DD1DD SubTask: 1.2.12.1.12 Work Completion: 09/30/11 WAW: 5076
410074
W05/1249386C
815.00
LLA :
EX 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBM11SBWS1
BMD PM WBS: 1.2.11.10.2 NAV260117011 WSPO G25 NEW TPS: NAV260117011 Work
Completion: 10/31/11 Expiration: 09/30/12 WAW: 9233
410075
W05/1250474C
27446.00
LLA :
EY 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBA115IWR6
BMD PM WBS: 1.2.1.3.1.6.99 TPS: AB111321109-IW CERS: 31191130DD00-IW Subtask:
1.2.1.3.1.6.1 Work Completion: 09/30/11 WAW: 2367
410076
W05/1250467C
166355.00
LLA :
EZ 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBA115DVA8
BMD PM WBS: 1.2.1.3.1.1.99 CERS: 31191130DD00-DV Subtask: 1.2.1.3.1.1.1 W05 - 5.0
DEV LSE TPS: AB111321109-DV Work Completion: 09/30/11 WAW: 2367
410077
W05/1255042C
2594.00
LLA :
FA 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBE1140TX1
BMD - PM WBS: 1.2.14.2.99 AD11.1.2.2.1.1.07 WSPO 4.0.1 VLS TPS: 31191120 DD 01
Subtask: 1.2.14.2.5 AD11.1.2.2.1.1.07 Work Completion: 09/30/11 WAW: 1956
410078
W05/ 1255043C
8416.00
LLA :
FB 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBM11TXLE1
BMD - PM WBS: 1.2.11.6.99 NAV260107009 WSPO TAX - G25 LETHALITY (RE) TPS:
NAV260117009 Subtask ; 1.2.11.6.2 Work Completion: 09/30/11 WAW: 9233
410079
W05/1255045C
3226.00
LLA :
FC 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBD1150W05
BMD - PM WBS: 1.2.7.1.2.2.3 TPS: AB111321701-SS ACSS Subtask: 1.2.7.1.2.2.2 Work
Completion: 09/30/11 WAW: 5054
410080
W05/1244461C
4201.00
LLA :
FD 1741711 1224 253 X3WML 0 068342 2D 000000 55685400603A
Standard Number: N0002411WX20186/AA
AEGIS PM WBS: 1.1.99.64 TPS: NAV2602344 PM Subtask: 1.1.1.6.7.1 Work Completion:
09/30/11 OWLD: 09/30/11 WAW: 9398 Funding will be expended prior to FED
410081
W05/1249348C
17100.00
LLA :
FE 97X4930 NH1E 000 77777 0 000178 2F 000000 21WL511TMPM1
LCS - PM WBS: 1.3.1.3.1.99 CERS - CSETHULL4 Subtask WBS: 1.3.1.3.11 TM TPS:
NAV2606649 Work completion: 09/30/11 OLD: 7/31/13 WAW: 3144 Funding will be
expended prior to FED
MOD 32 Funding 842152.00
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
84 of 127
Cumulative Funding 6879935.00
MOD 33
410082
W43/12660743
1731.00
LLA :
FF 97X4930 NH1E 000 77777 0 000178 2F 000000 21WBF11WSPT1
BMD WSPO Shared Cost for BUS/STRAT Support WBS: 1.2.8.15.2, FY 11 RDDA
MOD 33 Funding 1731.00
Cumulative Funding 6881666.00
MOD 34 Funding 0.00
Cumulative Funding 6881666.00
MOD 35
410083
130024355100001
49143.00
LLA :
FG 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001010351
WBS: 1.2.9.1.1.1 WAW: 005055 BMD PM Subtask: 2005/20701 ?TPS - D12.1.1.1.01 CERS
WBS: 1.29.1.1.99 CERS Subtask: 2005/99001
410084
130024355100002
46462.00
LLA :
FT 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001010351
WBS: 1.2.9.1.2.1 WAW: 005055 BMD FM Sbutask: 2005/20705 TPS: D12.1.1.1.01 CERS WBS:
1.2.9.1.2.99 CERS Subtask: 2005/99002
410085
130024393300001
18682.00
LLA :
FH 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001012872
Task 03003 Subtask: 03319 DDG-1000 WSPO Shared cost for CACI Strategic Planner
Support
410086
130024393300002
5209.00
LLA :
FJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001012872
Task SEA05 Subtask 00009 FSC WSPO Shared cost for CACI Strategic Planner Support
410087
130024408300001
16598.00
LLA :
FK 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001013930
Task 10120 Subtask 00026 Aegis WSPO Shared cost support- DDC Support
410088
130024413000001
21996.00
LLA :
FM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001014887
Task 10640 Subtask 0006 Aegis WSPO shared cost support STR Planner
410089
130024413000002
21996.00
LLA :
FN 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001014887
Task 10640 Subtask 0006 Aegis WSPO shared cost support STR Planner
410090
130024465800001
16751.00
LLA :
FP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001018629
Task 10010 Subtask 00004 Aegis WSPO Shared Cost Support DDC support
410091
130024465800002
16599.00
LLA :
FQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001018629
Task 10120 Subtask: 00026 Aegis WSPO Shared Cost Support DDC Support
410092
130024465800003
16750.00
LLA :
FR 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001018629
Task 10010 Subtask: 00004 Aegis WSPO Shared Cost Support DDC Support
410093
130024466000001
4898.00
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
85 of 127
LLA :
FS 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001018767
Task 02003 Subtask: 00013 BMD SWPO Shared Cost Support DDC Support Program # WBF
410101
130024412900001
9992.00
LLA :
FL 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001014850
Task 10150 Subtask 0003 Aegis WSPO shared cost support -DDC support FMS South Korea
KS-P-GNT
610002
130024355100001
3386.00
LLA :
FG 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001010351
WBS: 1.2.9.1.1.1 WAW: 005055 BMD PM Subtask: 2005/20701 ?TPS - D12.1.1.1.01 CERS
WBS: 1.29.1.1.99 CERS Subtask: 2005/99001
MOD 35 Funding 248462.00
Cumulative Funding 7130128.00
MOD 36
410094
130024777500001
37197.00
LLA :
FU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001042254
TPS4881 Task/Subtask: 10120/00026 WBS: 1.1.12.5.2.2
MOD 36 Funding 37197.00
Cumulative Funding 7167325.00
MOD 37
410201
1300258139
21731.00
LLA :
FV 97X4930 NH1E 257 77777 0 050120 2F 000000 A00001114602
Standard Number: 130025813900001
410202
1300258030
400000.00
LLA :
FW 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001114252
Standard Number: 130025803000001
MOD 37 Funding 421731.00
Cumulative Funding 7589056.00
MOD 38
410203
1300257050
291272.00
LLA :
FX 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001107182
Standard Number: 130025705000001
410204
1300258241
21996.00
LLA :
FY 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001114607
Standard Number: 130025824100001
410205
1300259669
52244.00
LLA :
FZ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001125180
Standard Number: 130025966900001
MOD 38 Funding 365512.00
Cumulative Funding 7954568.00
MOD 39
410206
1300259752
42250.00
LLA :
GA 1721804 8B2B 252 WS010 0 050120 2D 000000 A00001125283
Standard Number: 130025975200001
Ref. doc. N0002412WX05103/AA
410207
LLA :
1300258102
34835.00
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
86 of 127
GB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001113815
Standard Number: 130025810200001
410208
1300260014
2313.00
LLA :
GC 1721804 8B2B 252 WS010 0 050120 2D 000000 A00001128076
Standard Number: 130026001400001
ref. doc. N0002412WX05103/AA
410209
1300259766
2285.00
LLA :
GD 1721804 8B2B 252 WS010 0 050120 2D 000000 A00001126420
Standard Number: 130025976600001
Ref doc. N0002412WX05103/AA
MOD 39 Funding 81683.00
Cumulative Funding 8036251.00
MOD 40
410210
1300261089
83000.00
LLA :
GE 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001135481
Standard Number: 130026108900001
410211
1300261171
189000.00
LLA :
GF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001135625
Standard Number: 130026117100001
410212
1300260784
36225.00
LLA :
GG 1711611 1281 252 SH501 0 050120 2D 000000 A00001132775
Standard Number: 130026078400001
Ref doc. N0002412WX04461/AA SCN
MOD 40 Funding 308225.00
Cumulative Funding 8344476.00
MOD 41
410213
1300257280
12046.00
LLA :
GH 1721804 8C2C 252 WS010 0 050120 2D 000000 A00001108573
Standard Number: 130025728000001
410214
1300263691
15000.00
LLA :
GJ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001153096
Standard Number: 130026369100001
410215
1300263692
19474.00
LLA :
GK 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001153199
Standard Number: 130026369200001
410216
1300262605
68643.00
LLA :
GL 1721804 8C2C 252 WS010 0 050120 2D 000000 A00001146667
Standard Number: 130026260500001
410217
1300263694
12474.00
LLA :
GM 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001153262
Standard Number: 130026369400001
MOD 41 Funding 127637.00
Cumulative Funding 8472113.00
MOD 42
410218
1300273526
118468.00
LLA :
GN 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001218961
Standard Number: 130027352600001
ABMD PM Support TASK//SUBTASK: 02005/20705; WBS#: 1.2.9.1.2.1;
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
87 of 127
TPS#:D12.1.1.1.01-FM; WAW#:005055; CERS TASK/SUBTASK: 02005/99001 WAW: 005055
410219
1300274083
878.00
LLA :
GP 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001222599
Standard Number: 130027408300001
Reporting WBS # : 1.10.1.6.99, CERS - REPORTING NAV2606084.2 Subtask WBS # :
1.10.1.6.4, W05 - PM SUPPORT 1002 Funding Type : DDG Funding Document :
N0002412WX02527-AC Work Completion : 09/30/2012, SCN OWLD Date : 08/31/2016
Expiration Date : 09/30/2015 Hull : SCN, WAW : 002984 TASK/SUBTASK:05003/10010;
WBS#:1.10.1.6.4; CERS TASK/SUBTASK:
410220
1300274086
878.00
LLA :
GQ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001222699
Standard Number: 130027408600001
DDG 1000 PM Reporting WBS: 1.10.1.6.99 WBS WBS Title : CERS - REPORTING
NAV2606084.2 Subtask WBS # : 1.10.1.6.4 WAWL 002984
410221
1300257317
19666.00
LLA :
GR 1721319 A5XB 255 WS010 0 050120 2D 000000 A00001108325
Standard Number: 130025731700001
"TASK/SUBTASK 10320/00098 ELEMENT AEGIS-FM NICE AND VIEWNET W05WSPO
1.1.32.2.1.5 CERS
09999/03834 CERS WBS
1.1.99.14"
WBS
410222
1300274087
2633.00
LLA :
GS 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001222733
Standard Number: 130027408700001
"DDG 1000 PM Reporting WBS # : 1.10.1.4.99, WBS Title : CERS - NAV2606084 Subtask
WBS # : 1.10.1.4.12, WBS Title : W05 - PM/SW WARROOM SUPP Funding
TASK/SUBTASK:03003/03012; WBS#:1.10.1.4.12; CERS TASK/SUBTASK:
99990/94826 ; CERS WBS#:1.10.1.4.99
"
410223
1300273956
29695.00
LLA :
GT 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001222387
Standard Number: 130027395600001
DDG 1000 FM Reporting WBS # : 1.10.1.6.99, WBS Title : CERS - REPORTING
NAV2606084.2 Subtask WBS # : 1.10.1.6.3, WAW : 002984
TASK/SUBTASK: 05003/10009; WBS#: 1.10.1.6.3 CERS TASK/SUBTASK:
99990/94826 ; CERS WBS#:1.10.1.4.99; APPROP: SCN; TPS: NAV2606084.2;
WAW: 002984
410224
1300273957
18655.00
LLA :
GU 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001222436
Standard Number: 130027395700001
DDG 1000 FM Reporting WBS # : 1.10.1.6.99, WBS Title : CERS - REPORTING
NAV2606084.2 Subtask WBS # : 1.10.1.6.3, WAW : 002984
410225
1300273855
55266.00
LLA :
GV 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001221225
Standard Number: 130027385500001
TASK//SUBTASK: 02005/20701; WBS#:1.2.9.1.1.1; TPS#:D12.1.1.1.01-PM;
CERS TASK/SUBTASK: ;02005
WAW#:005055;
MOD 42 Funding 246139.00
Cumulative Funding 8718252.00
MOD 43
410226
1300280489
8055.00
LLA :
GW 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001265705
US Funding - $8055 - RDTE - C.2.3 TASK AREA 3: WSPO BUSINESS OPERATIONS TASK//SUBTASK: 09001/11051; CERS WBS 1.8.1.30.1.99; TPS: NAV260PMGMT; WAW:
410227
1300280532
6220.00
LLA :
GX 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001265813
US Funding - $6220 - RDTE - TASK//SUBTASK: 09001/11050; CERS task/subtask:
99929/CECPM; CERS WBS 1.8.1.30.1.99; TPS: NAV260PMGMT; WAW 005388
410228
LLA :
1300280535
6195.00
005388
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
88 of 127
GY 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001265818
US Funding - $6195 - OMN - TASK//SUBTASK: 09009/10140; CERS task/subtask:
99939/WDPPM; CERS WBS: 1.16.2.9.2.99; TPS: NAVCPSPMGMO; WAW: 007679
410229
1300280537
1891.00
LLA :
GZ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001265863
US Funding - $1891 - OMN - TASK//SUBTASK: 09009/10141; CERS task/subtask:
99939/WDPPM: CERS WBS 1.16.2.9.2.99; TPS: NAVCPSPMGMO; WAW: 007679
MOD 43 Funding 22361.00
Cumulative Funding 8740613.00
MOD 44
410230
1300278748
18655.00
LLA :
HA 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001253735
Standard Number: 130027874800001
TASK/SUBTASK: 04003/10005; WBS#: 1.10.1.5.3; CERS TASK/SUBTASK: 99990/94826; CERS
WBS#: 1.10.1.4.99; APPROP: SCN; TPS: NAV2606084.1 WAW: 002984
410231
1300282586
50000.00
LLA :
HB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001278593
Standard Number: 130028258600001
SPA IPBES
410232
1300273959
11270.00
LLA :
HC 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001222513
Standard Number: 130027395900001
1711611/1227 Task/Subtask: 03003/03313 WBS: 1.10.1.4.6 CERS Task Subtask:
99990/94826 CERS WBS: 1.10.1.4.99 WAW: 002984 OWLD: 08/31/2016
410233
1300280303
38446.00
LLA :
HD 1721804 8C2C 252 WS010 0 050120 2D 000000 A00001263720
Standard Number: 130028030300001
tASK=08030, Subtask=00015, TPS=NAV2602691, Contract/Element=SSDS - FM Reporting WBS
# : 1.7.2.1.99, WBS Title : CERS - NAV2602691 Subtask WBS # : 1.7.2.1.1.1, WBS
Title : W05 PROGRAM DIRECTOR Funding Type : SSDS Funding Document :
N0002412WX00996-AA S331 WAW : 005759
410234
1300284497
422725.00
LLA :
HE 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001287554
Standard Number: 130028449700001
TPS=NAV2602344,Element=AEGIS - PM, Amount 380,475.00 10020/00023,
TPS=NAV2602351,Element=AEGIS - FM, Amount 40,250.00 10640/00049,
TPS=NAV2605873,Element=AEGIS - PM, Amount
2,000.00
410235
1300277838
57194.00
LLA :
HF 1721319 A5XB 252 WS010 0 050120 2D 000000 A00001248688
Standard Number: 130027783800001
NAV2606353 TASK/SUBTASK 10670/00045 ELEMENT ACB PLANNER PM RDT&E POP DATE
8/16/2011-8/15/2012 OY 1 WCD 9/30/2012 FED 9/30/2013 CERS 88888/06353
MOD 44 Funding 598290.00
Cumulative Funding 9338903.00
MOD 45
410236
1300276971
145783.00
LLA :
HG 1721804 8B2B 252 WS010 0 050120 2D 000000 A00001242675
Standard Number: 130027697100001
TPS 4908 171804 OMN TASK/SUBTASK 10700/00076 ELEMENT AEGIS-FM CERS 09999/04908 CERS
WBS 1.1.99.46
410237
1300284521
69217.00
LLA :
HH 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001287592
Standard Number: 130028452100001
WAW 9398 OMN TASK/SUBTASK 10700/00076 C.2.3.3 FINANCIAL ANALYSIS, TRACKING,
REPORTING, AND TOOL DEVELOPMEN11
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
89 of 127
410238
1300287356
32826.00
LLA :
HJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001302394
Standard Number: 130028735600001
/SUBTASK: 02005/20705; WBS#: 1.2.9.1.2.1; CERS 02005/99002
WAW: 005055
TPS: D12.1.1.1.01-FM;
410239
1300287359
2400.00
LLA :
HK 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001302472
Standard Number: 130028735900001
Task/SUBTASK: 02005/20705; WBS#: 1.2.9.1.2.1; CERS 02005/99002 TPS:
D12.1.1.1.01-FM; WAW: 005055
MOD 45 Funding 250226.00
Cumulative Funding 9589129.00
MOD 46
410240
1300284526
79170.00
LLA :
HL 1721319 A5XB 252 WS010 0 050120 2D 000000 A00001287658
Standard Number: 130028452600001
4907 WA1 WAW 9398 1721319/A5XB RDTE ELEMENT AEGIS-FM DIRECT CITE WCD 9/30/2013 FED
9/30/2013 TASK POP 7/11/12-8/15/12 CONTRACT POP 8/16/2011 - 9/30/2012 OY 1 LABOR
$79,170 10076/00030, TPS=NAV2606832, Element=AEGIS - FM, Amount 28,500.00
10320/00093, TPS=NAV2604907, Element=AEGIS - FM, Amount 50,670.00
420001
1300287360
149130.00
LLA :
HM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001302479
Standard Number: 130028736000001
TASK/SUBTASK: 02005/20705; WBS#: 1.2.9.1.2.1; CERS 02005/99002 TPS:
D12.1.1.1.01-FM; WAW: 005055
420002
1300288022
50885.00
LLA :
HN 1711611 1281 252 SH501 0 050120 2D 000000 A00001305074
Standard Number: 130028802200001
TPS: NAV2606760 Task/Subtask 61011/61012 WBS: 1.3.9.7 CERS Task/Subtask 99988/88899
WBS:1.3.9.99
MOD 46 Funding 279185.00
Cumulative Funding 9868314.00
MOD 47
410241
1300294111
50885.00
LLA :
JM 1711611 1281 252 SH501 0 050120 2D 000000 A00001330260
Standard Number: N0002412WX04823-AA
US Funding - $50,885 - SCN - WAW # 003144; TPS: NAV2606763; TASK/SUBTASK/WBS;
61083/61084 1.3.11.1: CERS Task/Subtask/WBS: 99987/88887 1.3.11.99 SCN OWLD Date:
9/30/2015; Work Completion Date: 9/30/12; Task period of performance 7/30/11 8/15/12
PR# 1300294111-00001
410242
1300297806
20691.00
LLA :
JN 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001350730
US Funding - $20,691 - OMN - Task/Subtask: 08030/00015; CERS Task/Subtask
99999/02691; CERS: NAQV26020691; WAW: 005759; TPS: NAV2602691; FY12 S/W Main OMN
funds for SSDS MK2 PFS, PM, S/W Deliveries, S/W & Cert Eng LCM spt and IA Systems
spt.
PR# 1300297806-00001
410243
1300297808
9317.00
LLA :
JP 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001350816
US Funding - $9,317 - OMN - Task/Subtask: 08030/00015; CERS Task/Subtask:
99999/02691; CERS: NAQ26020691; WAW# 005759; TPS: NAV2602691; FY12 S/W Main OMN
funds for SSDS MK2 PFS, PM, S/W Deliveries, S/W & Cert Eng LCM spt and IA Systems
spt.
PR# 1300297808-00001
420003
1300286513
29296.00
LLA :
HP 1711611 1281 252 SH501 0 050120 2D 000000 A00001297522
Standard Number: N0002412WX04823-AA
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
90 of 127
US Funding - $29,296 - SCN - Task/Subtask 61011/61012 WBS: 1.3.9.7 CERS
Task/Subtask 99988/88899 WBS:1.3.9.99; C.2.2 TASK AREA 2: WSPO PROGRAM SUPPORT
PR# 1300286513-00001
420004
1300287168
5113.00
LLA :
HQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001301410
US Funding - $5,113 - RDDA - TASK/SUBTASK: 02006/00085; CERS 02006/99020; WBS:
DR-024411; TPS: AC12.1.4.2.2.1; WAW: 002192
PR # 1300287168-00001
420005
1300287233
3658.00
LLA :
HR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001301570
US Funding - $3,658 - RDDA - TASK/SUBTASK: 02006/00095; CERS 02006/99006; WBS:
DR-024411; TPS: AC12.1.4.2.2.1; WAW: 002192
PR# 1300287233-00001
420006
1300287234
4352.00
LLA :
HS 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001301852
US Funding - $4,352 - RDDA - TASK/SUBTASK: 02006/00090; CERS 02006/99014; WBS:
DR-024411 TPS: AC12.1.4.2.2.1; WAW: 002192
PR# 1300287234-00001
420007
1300287236
6883.00
LLA :
HT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001301855
US Funding - $6,883 - RDDA - TASK/SUBTASK: 02006/00094; CERS 02006/99005; WBS:
DR-024411 TPS: AC12.1.4.2.2.1; WAW: 002192
PR# 1300287236-00001
420008
1300287307
5900.00
LLA :
HU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001302087
US Funding - $5,900 - RDDA - TASK/SUBTASK: 02006/00100; CERS 02006/99012; WBS:
DR-024411; TPS: AC12.1.4.2.2.1; WAW: 002192
PR# 1300287307-00001
420009
1300287352
2129.00
LLA :
HV 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001302239
US Funding - $2,129 - RDDA - TASK/SUBTASK: 02006/96970; CERS 02006/99004; WBS:
DR-024411 TPS: AC12.1.4.2.2.1; WAW: 002192
PR# 1300287352-00001
420010
1300287353
4794.00
LLA :
HW 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001302303
US Funding - $4,794 - RDDA - TASK/SUBTASK: 02006/96970; CERS 02006/99004; WBS:
DR-024411; TPS: AC12.1.4.2.2.1; WAW: 002192
PR# 1300287353-00001
420011
1300288978
2800.00
LLA :
HX 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001309773
US Funding - $2,800 - RDDA - TASK/SUBTASK: 02003/00046; CERS 02003/09912; WBS:
DR-024404; TPS: AD12.1.2.2.3.32; WAW: 002213
PR# 1300288978-00001
420012
1300288979
2790.00
LLA :
HY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001309777
US Funding - $2,790 - RDDA - TASK/SUBTASK: 02003/00039; CERS 02003/00039; WBS:
DR-024404; TPS: AD12.1.2.2.3.32; WAW: 002213
PR# 1300288979-00001
420013
1300289698
74843.00
LLA :
HZ 1721319 A5XB 252 WS010 0 050120 2D 000000 A00001312712
Standard Number: N0002412WX04976-AA
US Funding - $74,843 - RDTE -WAW: 9398; IBPES: 0058934471; TPS:
C.2.3 WSPO BUSINESS OPERATIONS
PR# 1300289698-00001
4907
420014
1300289968
3441.00
LLA :
JA 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001314238
US Funding - $3,441 - RDTE - TPS: 6353 Task/Subtask 10670/46; SUBTASK WBS:
1.13.67.1.10.2; WAW 010600
PR# 1300289968-00001
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
91 of 127
420015
1300291379
46252.00
LLA :
JB 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001319474
US Funding - $46,252 - SCN - TPS: 2344; C.2.3.3 FINANCIAL ANALYSIS, TRACKING,
REPORTING, AND TOOL DEVELOPMENT
PR# 1300291379-00001
420016
1300291634
6227.00
LLA :
JC 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001320202
US Funding - $6,227 - RDDA - TASK/SUBTASK: 02014/00080; CERS 02014/00222; WBS:
DR-024403; TPS: AM12.1.3.2.1.2.02; WAW: 001956
PR# 1300291634-00001
420017
1300291636
4981.00
LLA :
JD 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001320203
US Funding - $4,981 - RDDA - TASK/SUBTASK: 02003/00040; CERS 02003/09918; WBS:
DR-024404; TPS: AD12.1.2.2.3.07; WAW: 00213
PR# 1300291636-00001
420018
1300291636
4277.00
LLA :
JE 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001320203
US Funding - $4,277 - RDDA - TASK/SUBTASK: 02003/00028; CERS 02003/99006; WBS:
DR-024404; TPS: AD12.1.2.2.3.07; WAW: 002213
PR# 1300291636-00002
420019
1300291636
3196.00
LLA :
JF 97X4930 NH1E 255 77777 0 050120 2F 000000 A20001320203
US Funding - $3,196 - RDDA - TASK/SUBTASK: 02003/00029; CERS 02003/99007; WBS:
DR-024404; TPS: AD12.1.2.2.3.07-EP; WAW: 002213
PR# 1300291636-00003
420020
1300292907
4912.00
LLA :
JG 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001325455
US Funding - $4,912 - RDTE - CERS: NAV2606353; TPS: 6353 Task/Subtask 10670/00045;
REPORTING WBS: 1.13.99.1; SUBTASK WBS: 1.13.67.1.14.4; WAW 010600
PR# 1300292907-00001
420021
1300293211
20000.00
LLA :
JH 1721319 W3TP 255 RA309 0 068342 2D 000000 02223000LW40
Standard Number: N0001412RX20248
US Funding - $20,000 - RDTE
PR# 1300293211-00001
420022
1300293211
257000.00
LLA :
JH 1721319 W3TP 255 RA309 0 068342 2D 000000 02223000LW40
Standard Number: N0001412RX20248
US Funding - $257,000 - RDTE
PR# 1300293211-00002
420023
1300297810
17905.00
LLA :
JJ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001350818
US Funding - $17,905 - OMN - TASK/SUBTASK: 08030/00015; CERS 99999/02691; TPS:
NAV2602691; WAW: 005759; S/W MAINT OMN FUNDS FOR SSDS MK2 PFS, PM, S/W DELIVERIES,
S/W 31 USC 1301 PURPOSE ANALYSIS
PR# 1300297810-00001
420024
1300297852
2787.00
LLA :
JK 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001350819
US Funding - $2,787 - OMN - TASK/SUBTASK: 08030/00015; CERS 99999/02691; TPS:
NAV2602691; WAW: 005759; S/W MAINT OMN FUNDS FOR SSDS MK2 PFS, PM, S/W DELIVERIES,
S/W 31 USC 1301 PURPOSE ANALYSIS
PR# 1300297852-00001
420025
1300298824
2790.00
LLA :
JL 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001355201
US Funding - $2,790 - RDDA -WAW: 002213; DO/TI: BMD - FM
PR# 1300298824-00001
620001
LLA :
1300293211
5000.00
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
92 of 127
JH 1721319 W3TP 255 RA309 0 068342 2D 000000 02223000LW40
Standard Number: N0001412RX20248
US ODC Funding - $5,000 - RDTE
PR# 1300293211-00001
620002
1300293211
8000.00
LLA :
JH 1721319 W3TP 255 RA309 0 068342 2D 000000 02223000LW40
Standard Number: N0001412RX20248
US ODC Funding - $8,000 - RDTE
PR# 1300293211-00002
MOD 47 Funding 610219.00
Cumulative Funding 10478533.00
MOD 48
410244
1300299996
7377.00
LLA :
JQ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001362246
Standard Number: N0002412WX04752
Funding Doc - N0002412WX04752; PR#: 1300299996-00001
TPS 2606760; WCD: 09/30/12; EXP: 09/30/15; SCN OWLD: 09/30/16; TASK/SUBTASK/WBS:
21000 / 21001 / 1.3.9.27; CERS TASK/SUBTASK/WBS: 99988 / 88899 / 1.3.9.99; TPS:
NAV2606760; WAW: 003144
420026
1300296026
3459.00
LLA :
JR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001340556
PR#: 1300296026-00001
Funding NWA/BS: 100000552887.0010; Work Completion : 10/31/12; WAW #: 002213, WORK
ELEMENT: BMD - PM; TASK/SUBTASK: 02003/00035; CERS TASK/SUBTASK: 02003/09914; WBS#:
DR-024404 ; TPS: AD12.1.2.2.3.07; WAW: 002213; LABOR $3,459 RDT&E REIMB;
420027
1300299949
25000.00
LLA :
JS 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001361531
PR#: 1300299949-00001
TASK/SUBTASK:04001/40002; WBS#:1.10.3.1.3; CERS TASK/SUBTASK: 99971/95869 ; CERS
WBS#:1.10.3.1.99; APPROP: OMN; TPS: NAV2605869.1; WAW: 010836; OY2; CLIN 4200;
Labor $25,000.00 TASK POP: 08/16/2012 - 08/15/2013; WCD: 09/30/12; Exp: 09/30/12
420028
1300299991
29236.00
LLA :
JT 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001361538
PR#: 1300299991-00001
Task/Subtask: 08030/00151; WBS: 1.7.2.1.1.2; CERS task/subtask: 99999/02691; CERS
WBS: 1.7.2.1.99; OMN; TPS: NAV2602691; WAW: 005759; OY2; CLIN 4200; Labor $29,236;
Document # N0002412WX00996-AA; WCD: 09/30/12; FED: 09/30/12
420029
1300300490
200000.00
LLA :
JU 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001365164
PR#: 1300300490-00001
TPS: 4908; TASK/SUBTASK: 10700/00076; WAW 9398; FED 9/30/12; OY 2 LABOR $200,000
CLIN 4200
420030
1300301376
26396.00
LLA :
JV 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001372226
PR#: 1300301376-00001
IBPES Identifier : 0060536143
**FY CLOSE OUT FUNDING*** N0002412WX04976-AA; RDTE; TPS
9/30/12; OY 2;
4907; WAW 9398;
FED
420031
1300299274
22045.00
LLA :
JW 1721319 A5XB 252 WS010 0 050120 2D 000000 A00001356560
PR#: 1300299274- 00001
***FORWARD FUND*** $7,734 FORWARD FUNDED LABOR; TPS NAV2606353;
WCD: 9/30/2013 FED 9/30/2013; OY 2; LABOR $14,311
WA9;
WAW 9398;
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
93 of 127
MOD 48 Funding 313513.00
Cumulative Funding 10792046.00
MOD 49
420032
1300295027
74843.00
LLA :
JX 1721319 A5XB 252 WS010 0 050120 2D 000000 A00001335471
1300295027-00001: N0002412WX04976-AA; RDTE; TPS 490;7 WAW 9398; Task 10320/00093;
WCD 9/30/2012; FED 9/30/2013
420033
1300302527
11791.00
LLA :
JY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001381726
1300302527-00001: N0002412WX04950-AA; RDTE; WA9; FED 9/30/2013;
420034
1300303877
35500.00
LLA :
JZ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001391315
1300303877-00001: HQ0006215285-AA; Exp: 09/30/13; WAW #: 002367, WORK ELEMENT:
BMD-PM C.2.3 TASK AREA 3: WSPO BUSINESS OPERATIONS PROGRAM MANAGEMENT - LEGAL EXP
DATE: 09/30/2013; TASK/SUBTASK: 02002/40020; WBS#: 1.2.1.2.5.1.2.1; WAW: 002367;
TPS: AD12.1.2.5.1.1.30-4.0.1-FTM18; Task title: W05 - 4.0.1 T&E FTM 18
420035
1300301746
3313.00
LLA :
KA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001375193
1300301746-00001: Work Completion: 10/31/12; Expiration: 10/31/13; WAW #: 002213;
WORK ELEMENT: BMD-PM; C.2.2.S Program and Project Support "AD12.1.2.2.3.07-RE - BLK
IB REQUIREMENTS ENGINEERING"; Fun Doc: HQ0006210251; TASK/SUBTASK: 02003/00027;
CERS TASK/SUBTASK: 02003/99005; WBS#: DR-024404 ; TPS: AD12.1.2.2.3.07-RE ; WAW:
002213; WCD: 10/31/12
420036
1300304012
4000.00
LLA :
KB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001391974
1300304012-00001: FunDoc: HQ0006211681-AA Exp: 09/30/13; WAW #: 002367; WORK
ELEMENT: BMD-FM; TASK/SUBTASK: 02002/05213; WBS#:1.2.1.3.10.1; WAW: 002367; TPS:
AM12.1.3.2.1.1.24; Task title: G25 - AA VOM SUPPORT; LEGAL EXP DATE: 09/30/2013;
420037
1300304015
7866.00
LLA :
KC 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001392100
1300304015-00001: FundDoc: HQ000629996-AA; Exp: 09/30/13; WAW #: 001992, WORK
ELEMENT: BMD-PM; TASK AREA 3: WSPO BUSINESS OPERATIONS AC12.1.5.2.1.1.05 - WSPO 5.1 SUPPORT; TASK/SUBTASK: 2011/FS023; CERS TASK/SUBTASK: 2011/99F51; WBS#:
1.2.6.1.7.2; WAW: 001992; WCD: 09/30/2012 SOW No.: AD12.1.2.2.3.07
420038
1300303991
8318.00
LLA :
KD 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001391748
1300303991-00001: FunDoc: HQ0006216011-AA; Exp: 09/30/13; WAW # : 002367, WORK
ELEMENT:BMD-FM; C.2.3 TASK AREA 3: WSPO BUSINESS OPERATIONS; TASK/SUBTASK:
02002/00090
WBS#: 1.2.1.2.1.1.1.3 ; WAW: 002367; TPS: AD12.1.2.2.1.1.10-4.0.1-DV
420039
1300304401
4760.00
LLA :
KE 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001394805
1300304401-00001: FundDoc: HQ0006212898-AA; WCD: 01/31/13; Exp: 09/30/13; WAW #:
002213; C.2.2.S Program and Project Support AD12.1.2.5.1.2.3.2 - SM-3 BLK IA/IB
FLIGHT TEST SUPPORT
TASK/SUBTASK: 02003/00036; CERS TASK/SUBTASK: 02003/09916; WBS#: DR-024404; TPS:
AD12.1.2.5.1.2.3.2; WAW: 002213;
420040
1300304904
31000.00
LLA :
KF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001399665
1300304904-00001: FundDoc: HQ0006211429-AA; WCD: 11/30/12; Exp: 09/30/13; WAW#:
005055; WORK ELEMENT: BMD-FM; WBJ WAW 005055; CERS 02005/99002
420041
1300304581
50000.00
LLA :
KG 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001396577
1300304581-00001: FundDoc: HQ0276215940-AA; Exp: 09/30/13; WAW#: 005075;
TASK/SUBTASK: 02007/00001; WBS#:1.2.4.1.1.1; TPS: F0198300DD00; Task title:
FLEET SUPPORT
420042
1300304582
74000.00
LLA :
KH 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001396601
W05 -
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
94 of 127
FundDoc: HQ0006211429-AA; WCD: 11/30/12; Exp: 09/30/13; WAW#: 005055
PR #1300304582-00001
420043
1300301746
9410.00
LLA :
KJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A10001375193
1300301746-00002: WCD: 10/31/12; Exp: 10/31/13; WAW #: 002213, WORK ELEMENT:
BMD-PM; AD12.1.2.2.3.07-MS - SM-3 BLK IB MISSILE SYSTEM SAFETY
Funding Document: HQ0006210251; TASK/SUBTASK: 02003/00025; CERS TASK/SUBTASK:
02003/99010; WBS#: DR-024404 ; TPS: AD12.1.2.2.3.07-MS; WAW: 002213;
MOD 49 Funding 314801.00
Cumulative Funding 11106847.00
MOD 50
410245
1300304349
39000.00
LLA :
KK 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001395333
PR1300304349 - $39,000 - NWCF - W73 Support OY1
420044
1300304460
56000.00
LLA :
KL 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001395578
PR1300304460-00001 - US Funding - $56,000 - NWCF; W73 Support OY2
MOD 50 Funding 95000.00
Cumulative Funding 11201847.00
MOD 51
420045
1300320242
71818.00
LLA :
KM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001522848
Standard Number: PR 1300320242-00001
Labor $71,818 CLIN 4200, FED: 09/30/2014, Contract POP: 08/16/2012-08/15/2013; OY
2, Funding Document: HQ0006320571, Appropriation: 9730400.2520, WCD: 10/24/2013
TPS: F.13.002-ENGINEERING SERVICES, TASK/SUBTASK: 02007/36001 Work Element:
BMD-PM, WAW: 005075
420046
1300319615
8976.00
LLA :
KN 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001519073
Standard Number: 1300319615-00001
FED: 09/30/2014, Contract POP: 08/16/2012-08/15/2013; OY 2 Task POP:
11/28/2012-08/15/2013 Fun Doc: HQ0006320160, Appn: 9730400.2520, ABMD WSPO SHARED
COST SUPPORT TO CACI FOR STRATEGIC PLANNER SUPPORT, WCD: 10/31/2013
Funding NWA/BS: 100000792001.0020, Incremental funding for: AEGIS BMD for WSPO
Business Operations, TPS: Task:02003/Subtask: W0010, TPS=AD.13.241-CM - $3,000,
Task:02003/Subtask: W0011, TPS=AD.13.241-SS - $8,976 Work Element: BMD - PM, WAW:
00
420047
1300319612
14436.00
LLA :
KP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001518744
Standard Number: 1300319612-00001
FED: 9/30/14 POP: 8/16/12-08/15/13; Fun Doc: HQ0006320160; 9730400.2520; WCD:
10/31/2013; Fndg NWA/BS: 100000792001.0020; Wrk El: BMD FM, WAW: 002213 / TPS:
(Task/Subtask/TPS/Element/Amount): 02003/W0001/AD.13.241-PM/BMD – FM/$1947;
02003/W0002/AD.13.241-RE/BMD – FM/$2537; 02003/W0003/AD.13.241-E3/BMD – FM/$2615
02003/W0009/AD.13.241-SQ/BMD – FM/$1571; 02003/W0012/AD.13.241-VM/BMD – FM/ $5766
420048
1300315532
31220.00
LLA :
KQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001494398
Standard Number: 1300315532-00001
CLIN 4200 OY2, Funding NWA/BS: 100000777605.0030, Fund Doc: HQ0006320571-AA WCD:
09/30/13 Exp: 09/30/14 Appn: 9730400/2520 Funding Source Sponsor: MDA - F WAW # :
005075 Contract Period of Performance : 08/16/12-08/15/13, CONTRACT SOW: TASK AREA
3 WSPO BUSINESS OPERATIONS, TPS: F.13. 002-ENGINE, TASK: 02007, SUBTASK: 36076
420049
1300319027
36456.00
LLA :
KR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001518251
Standard Number: 1300319027-00001
FED 09/30/14, WAW 005055, HQ0006320403 WCD 10/31/13, ABMD TO CACI ABMD WSPO SHARED
CST FOR EA SUPPORT $14956, ABMD WSPO SHARED CST FOR STRATEGIC PLANNER $21500.
TPS: (Task/Subtask/TPS/Element/Amount): 02005/W8100/D.13.002-PM/BMD-PM/$8825;
02005/W8200/D.13.002-FM/BMD-PM/$5550; 02005/W8300/D.13.002-PM/BMD-FM/$2008;
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
95 of 127
02005/W8410/D.13.002CT/BMD-FM/$6293; 02005/W8510/D.13.002-TD/BMD-FM/$2052;
02005/W8520/D.13.002-SA/BMD-PM/$7125; 02005/W8530/D.13.002-WR/BMD-FM/$4603
420050
1300319994
16000.00
LLA :
KS 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001520823
Standard Number: 1300319994-00001
FED: 09/30/2014, Contract POP: 08/16/2012-08/15/2013, Task Funding Document:
HQ0006320710 Fee Funding Document: HQ0006320710
Appropriation: 9730400.2520, WCD: 10/31/2013, ABMD to CACI - TPS- Task=02002,
Subtask=CA002, TPS=AC.13.003-ENG, Contract/Element=BMD-PM Work Element: WAW:
002367
420051
1300321725
35000.00
LLA :
KT 1701811 1224 253 X3WMW 0 068342 2D 000000 20010900301B
Standard Number: 1300321725-00001
Purpose: C.2.2 Task Area 2: WSPO PROGRAM MANAGEMENT SUPPORT LABOR CLIN:
$35,000/4200 OY2, FED/WDC/OWLD: 09/30/2014
CONTRACT POP DATE: 08/16/2012-08/15/2013, TASK FUND DOC #: N0002412WX20159-AA,
APPROPRIATION AND SUBHEAD: 1701811 1224 SCN
420052
1300321726
40975.00
LLA :
KT 1701811 1224 253 X3WMW 0 068342 2D 000000 20010900301B
Standard Number: 1300321726-00001
C.2.1 TASK AREA I: PROGRAM BUSINESS STRATEGIC VISION AND PLANNING, FED: 09/30/2014,
CONTRACT POP DATE: 08/16/2012 - 08/15/2013 TASK FUND DOC#: N0002412WX20159-AA,
APPROPRIATION AND SUBHEAD: 1701811 1224 SCN SCN OWLD Date : 09/30/2014 No costs may
be incurred after the OWLD Additional Information: WCD: 09/30/2014
420053
1300321843
304580.00
LLA :
KU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001531006
Standard Number: 1300321843-00001
FED: 09/30/2014, Contract POP: 08/16/2012-08/15/2013, OY 2, Task Funding Document:
HQ0006320403, Appropriation: 9730400.2520, WCD: 10/31/2013, Incremental funding
for: AEGIS BMD FINANCIAL AND PROGRAM MANAGEMENT TO CACI C.2.3 TASHK AREA 3: WSPO
BUSINESS OPERATIONS, TPS: TASK-02005, SUBTASK-08100, TPS-D.13.002-PM, $185,995.00
TASK-02005, SUBTASK-W82000, TPS-D.13.002-FM, $118,585.00 Work Element: BMD-PM WAW:
005055
620003
1300320242
3564.00
LLA :
KM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001522848
Standard Number: PR 1300320242-00001
ODC Funding - WCD: 10/24/2013
620004
1300319615
3000.00
LLA :
KN 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001519073
Standard Number: 1300319615-00001
US Funding - RDDA, ODC Funding, $3,000
MOD 51 Funding 566025.00
Cumulative Funding 11767872.00
MOD 52
420054
1300322212
61885.00
LLA :
KV 1731804 8B2B 252 WS010 0 050120 2D 000000 A00001532872
IBPES Identifier: 0062340265
TPS: NAV2606753 Task/Subtask 10080/00007 $21,585.00
TPS: NAV2606829 Task/Subtask 10700/00021 $27,300.00
TPS: NAV2606779 Task/Subtask 10700/00037 $13,000.00
PR# 130032221200001
420055
1300324209
13015.00
LLA :
KW 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001544415
IBPES Identifier: 0062356554
Incremental Funding for: ABMD to CACI TPS: AC.13.811-VOM, TASK/SUBTASK
02006/CS032; Work Element: BMD - PM WAW 002192
PR# 130032420900001
420056
1300324402
22234.00
LLA :
KX 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001545081
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
96 of 127
IBPES Identifier: 0062348057
Incremental Funding for: ABMD to CACI;
TPS: AC.13.200-SE, TASK/Subtask: 02014/CV006, $4,234.00
TPS: AC.13.200-SS, TASK/Subtask: 02014/CV008, $1,854.00
TPS: AC.13.200-SE, TASK/Subtask: 02014/CV009, $16,146.00; Work Element: BMD-FM; WAW
001956
PR
420057
1300325208
80321.00
LLA :
KY 1711611 1281 252 SH501 0 050120 2D 000000 A00001553614
Standard Number: N0002413WX03178
IBPES Identifier: 0062467398
OWLD 9/30/2015
PR# 130032520800001
420058
1300325729
82788.00
LLA :
KZ 1711611 1281 252 SH501 0 050120 2D 000000 A00001554682
Standard Number: N0002413WX03178
IBPES Identifier: 0062467544
OWLD 9/30/2015
PR# 130032572900001
MOD 52 Funding 260243.00
Cumulative Funding 12028115.00
MOD 53
420059
1300327048
201835.00
LLA :
LA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001562384
Standard Number: 1300327048-00001
FY13 FUNDING TO NSWC DAHLGREN FOR 5.1 VLS ENG DEV AND MISSILE INTEGRATION.
Appropriation: 9730400.2520; WCD: 10/31/2013; Funding NWA/BS: 100000801254-0020;
TPS: B4.AM.13.403 - PM; Work Element: BMD-PM' IBPES Identifier: 0062397781
MOD 53 Funding 201835.00
Cumulative Funding 12229950.00
MOD 54
420060
1300321010
59317.00
LLA :
LB 1731319 A5XB 252 WS010 0 050120 2D 000000 A00001527276
Standard Number: 1300321010-00001
WCD: 09/30/2013, Task=10630, Sub=00028, TPS=NAV2605799, Cont/Ele=AEGIS - FM,
Amount=47610. Task=10630, Sub=00031, TPS=NAV260ADS1, Con/Ele=AEGIS - FM,
Amount=11707. WAW: 009398
420061
1300321964
19680.00
LLA :
LC 1731319 A5XB 252 WS010 0 050120 2D 000000 A00001531495
Standard Number: 1300321964-00001
Task Fund Doc#: N0002413WX03012; Appn: RDT&E 1731319 A5XB; WCD: 09/30/2013; IBPES
Identifier: 0062359779; TPS: NAV2604901
420062
1300321970
69708.00
LLA :
LD 1731319 A5XB 252 WS010 0 050120 2D 000000 A00001531719
Standard Number: 1300321970-00001
Task=10076, Sub=00017, TPS=NAV2606839, Contract/Element=AEGIS - PM, WCD:
09/30/2013; WAW : 009398
420063
1300322435
20500.00
LLA :
LE 1731319 A501 252 WS010 0 050120 2D 000000 A00001534280
Standard Number: 1300322435-00001
Task Fund Doc#: N0002413WX02488-AA; Appropriation: 1721319/A501 RDTE; WCD:
9/30/2013; IBPES Identifier: 0062339925; TPS: NAV2601310 TASK/SUBTASK: 10600/00065
420064
1300323372
120741.00
LLA :
LF 1731319 A5XB 252 WS010 0 050120 2D 000000 A00001539524
Standard Number: 1300323372-00001
Task Fund Doc#: N0002413WX03011-AA; Appn: 1721319/A501 RDTE; WCD: 09/30/2013; IBPES
ID: 0062340015; Task 10310, Sub 00006, TPS NAV2604332, Amt $13,219. *Task 10320,
Sub 00093, TPS NAV2604907, Amt $75,000 *Task 10630, Sub 00016, TPS NAV2605799,
Amt $32,522
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
97 of 127
420065
1300323372
177845.00
LLA :
LG 1731319 A501 252 WS010 0 050120 2D 000000 A30001539524
Standard Number: 1300323372-00002
Task Fund Doc#: N0002413WX02487-AA; Appn: 1721319/A501 RDTE; WCD: 09/30/2013;
IBPES Id: 0062340099; TASK/SUBTASK: 10600/00068 TPS: NAV260CACI
420066
1300323372
235036.00
LLA :
LH 1731319 A5XB 252 WS010 0 050120 2D 000000 A40001539524
Standard Number: 1300323372-00003
Task Fund Doc#: N0002413WX03012-AA; Appropriation: 1721319/A5XB RDTE; WCD:
09/30/2013; IBPES Id: 0062339987; *TASK/SUB: 10010/00004 TPS: NAV2605047 $167,646;
*TASK/SUB: 10600/00007 TPS: NAV2605901 $ 23,490; *TASK/SUB: 10780/00018 TPS:
NAV2605842 $ 43,900
MOD 54 Funding 702827.00
Cumulative Funding 12932777.00
MOD 55
420068
1300327050
24400.00
LLA :
LJ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001562595
T&E for DDG1000; NAV2605599; Line Item 00001
420069
1300328947
171000.00
LLA :
LK 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001575352
AD13.512 Aegis BMD 4.0 FT C.2.2: Line Item 00001
420070
1300328752
3171.00
LLA :
KT 1701811 1224 253 X3WMW 0 068342 2D 000000 20010900301B
Standard Number: N0002412WX20159-AA
C.2.3 Task 3; Financial Mgmt; OWLD 9/30/2014; Line Item 00001
420071
1300332553
16261.00
LLA :
LL 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001598749
Task 3; Business Operations ABMD PM; Line Item 00001
420072
1300329481
13350.00
LLA :
LM 1731804 8B2B 252 WS010 0 050120 2D 000000 A00001577753
Task/Subtask-10610/00005; NAV2606150; Aegis FM; Line Item 00001
420073
1300332702
15883.00
LLA :
LP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001599596
WSPO shared cost spt for Business Operations ABMD PM/STR Planner; Line Item 00001
420074
1300332557
4166.00
LLA :
LQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001598977
WSPO shared cost spt for Business Operations ABMD PM/DDC SPT; Line Item 00001
420075
1300329641
18897.00
LLA :
LR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001579594
WSPO Business Operations, ABMD FM, BMD WSPO Shared cost for DDC Support;
TPS:AA.13.029; Line Item 00001
420076
1300329448
15866.00
LLA :
LS 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001579198
Administration and Financial Management Spt: Line Item 00001
420077
1300329229
75000.00
LLA :
LT 1731319 A5XB 252 WS010 0 050120 2D 000000 A00001577500
Task=10320, Subtask=00093, NAV2604907,AEGIS FM; Line Item 00001
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
98 of 127
420078
1300329229
167646.00
LLA :
LU 1731319 A5XB 252 WS010 0 050120 2D 000000 A10001577500
Task=10010, Subtask=00001, NAV2606820,AEGIS PM; Line Item 00002
420079
1300329728
10379.00
LLA :
LV 1731810 84L7 252 WS010 0 050120 2D 000000 A00001580225
Task=10700,Subtask=00133, NAVINSTPRO, Aegis FM; Line Item 00001
420080
1300329728
34028.00
LLA :
LW 1731810 84L7 252 WS010 0 050120 2D 000000 A10001580225
Task=10020,Subtask=00018, NAV2602546, Aegis PM; Line Item 00002
420081
1300329728
30539.00
LLA :
LX 1731810 84L7 252 WS010 0 050120 2D 000000 A20001580225
Task=10020,Subtask=00017, NAV2602545, Aegis FM; Line Item 00003
420082
1300329373
100000.00
LLA :
LY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001577398
TPS F.13.002 Eng Srv; 3.6 Program Reserve BMD-PM; Line Item 00001
420083
1300328462
14160.00
LLA :
LZ 1731804 8C1C 252 WS060 0 050120 2D 000000 A00001572263
NAV260WSP1; SPT for TM; Line Item 00001
420084
1300321221
203216.00
LLA :
MA 1731804 8B2B 252 WS010 0 050120 2D 000000 A00001527373
FM Task:10020/Subtask: 00028 - $17,616 CACI PM Task:10080/Subtask: 00002 - $74,146
CACI FM Task:10360/Subtask: 00001 - $25,391 CACI PM Task:10360/Subtask: 00001 $2,159 CACI FM Task:10700/Subtask: 00001 - $54,296 CACI FM Task:10700/Subtask:
00011 - $32,608; Line Item 00001
420085
1300329377
110000.00
LLA :
MB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001577523
Aegis BMD Financial and Program Management; TPS: D.13.002-PM, TASK/SUBTASK:
02005/08100, WORK ELEMENT: BMD-PM, AMT: $60,000.00; TPS: D.13.002-FM, TASK/SUBTASK:
02005/08200, WORK ELEMENT: BMD-FM, AMT: $50,000.00
420086
1300328699
50000.00
LLA :
MC 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001574112
K2178 for SSDS MK2 Eng & Test Cert SPT; Line Item 00001
420087
1300329481
36033.00
LLA :
LN 1731804 8D3D 252 WS010 0 050120 2D 000000 A10001577753
WSPO shared cost spt for STR Planner; Line Item 00002
620005
1300321221
3000.00
LLA :
MA 1731804 8B2B 252 WS010 0 050120 2D 000000 A00001527373
FM Task:10020/Subtask: 00028 - $17,616 CACI PM Task:10080/Subtask: 00002 - $74,146
CACI FM Task:10360/Subtask: 00001 - $25,391 CACI PM Task:10360/Subtask: 00001 $2,159 CACI FM Task:10700/Subtask: 00001 - $54,296 CACI FM Task:10700/Subtask:
00011 - $32,608; Line Item 00001
MOD 55 Funding 1116995.00
Cumulative Funding 14049772.00
MOD 56
420088
1300337153
30000.00
LLA :
ME 1731611 1227 252 SH500 0 050120 2D 000000 A00001631134
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
99 of 127
DDG1000; OWLD 8/31/2016; Line Item 00001
420089
1300340780
340000.00
LLA :
MF 1731319 W3TP 251 RA309 0 050120 2D 000000 A00001556589
ONR funds; Line Item 00001
420090
1300338494
79650.00
LLA :
MG 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001641497
W07 Support; Line Item 00001
420091
1300332552
33210.00
LLA :
MD 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001598538
DDC Support; Financial Mangement Support; Task area 3 WSPO Business Operations ABMD
FM; Line Item 00001
620006
1300340780
10000.00
LLA :
MF 1731319 W3TP 251 RA309 0 050120 2D 000000 A00001556589
ONR funds; Line Item 00002
620007
1300338494
350.00
LLA :
MG 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001641497
W07 Support; Line Item 00001
MOD 56 Funding 493210.00
Cumulative Funding 14542982.00
MOD 57
420093
1300347262
30365.00
LLA :
MJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001704728
5.0 & AA Sys Eng; SOW AM_13_102; Line Item 00001
420094
1300333338
150000.00
LLA :
MK 1731319 W3TP 251 RA309 0 050120 2D 000000 A00001604854
ONR; Line Item 00001
420095
1300327048
42603.00
LLA :
LA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001562384
ABMD Eng and TE spt; SOW AM_13_403; Line Item 00002
420096
1300347884
25917.00
LLA :
MH 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001711332
BMD - Fleet Sup: Line Item 00001
620008
1300347884
8400.00
LLA :
MH 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001711332
ABMD; SOW F.13.002; Line Item 00001
620009
1300347262
16800.00
LLA :
MJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001704728
5.0 & AA Sys Eng; SOW AM_13_102; Line Item 00001
620010
1300327048
4800.00
LLA :
LA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001562384
ABMD Eng and TE spt; SOW AM_13_403; Line Item 00002
620011
1300333338
10000.00
LLA :
MK 1731319 W3TP 251 RA309 0 050120 2D 000000 A00001604854
ONR; Line Item 00001
MOD 57 Funding 288885.00
Cumulative Funding 14831867.00
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
100 of 127
MOD 58
420097
1300348948
476003.00
LLA :
ML 1721611 1224 252 SH400 0 050120 2D 000000 A00001718265
AEGIS 2 - : Line Item 00001
420098
1300329377
243910.00
LLA :
MM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001577523
Program Management Support; BMD PM AND BMD FM - Line 00002
420099
1300329641
42238.00
LLA :
LR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001579594
ABMD; Task Area 3 WSPO Business Operations; Line item 00002
620012
1300348948
390.00
LLA :
ML 1721611 1224 252 SH400 0 050120 2D 000000 A00001718265
AGEIS 2; Line item 0001
620013
1300348147
7337.00
LLA :
MM 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001713134
AGEIS 2; Line item 0001
620014
1300329377
30000.00
LLA :
MB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001577523
Program Management Support; BMD PM AND BMD FM; Line item 00002
MOD 58 Funding 799878.00
Cumulative Funding 15631745.00
MOD 59
420101
1300303260
50000.00
LLA :
MN 1721611 6212 252 CV312 0 050120 2D 000000 A00001385973
SSDS; OWLD 11/30/2017; Line Item 00001
420102
1300351924
2341.00
LLA :
MP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001738801
BMD WSPO; Line Item 00001
420103
1300351923
3889.00
LLA :
MQ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001738475
BMD WSPO; Line Item 00001
420104
1300353656
4333.00
LLA :
MR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001751567
BMD WSPO; Line Item 00001
420105
1300353813
2322.00
LLA :
MS 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001751843
BMD WSPO; Line Item 00001
420106
1300353816
2380.00
LLA :
MT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001752016
BMD WSPO; Line Item 00001
420107
1300329448
13883.00
LLA :
LS 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001579198
BMD WSPO; Line Item 00002
420108
1300357515-00001
36688.00
LLA :
MU 1731611 1227 252 SH500 0 050120 2D 000000 A00001776588
DDG1000; OWLD 8/31/2016; Line Item 00001
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
101 of 127
420109
1300360742-00001
21812.00
LLA :
MV 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001796146
AEGIS; OWLD 5/31/2017; Line Item 00001
420110
1300359942-00001
10263.00
LLA :
MW 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001792085
ABMD - AM 5.0.2; Line Item 00001
420111
1300358817-00001
5541.00
LLA :
MX 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001785904
ABMD; Line Item 00001
420112
1300358816-00001
2872.00
LLA :
MY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001785903
ABMD; Line Item 00001
420113
1300358818-00001
33448.00
LLA :
MZ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001785905
Strategy & Admin $21,594; DDC $11,854; Line Item 00001
420114
1300358577-00001
24856.00
LLA :
NA 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001784558
AEGIS; Line Item 00001
420115
1300354645-00001
85958.00
LLA :
NB 1731319 A5XZ 252 WS100 0 050120 2D 000000 A00001757396
SSDS; Line Item 00001
420116
1300354548-00001
24956.00
LLA :
NC 1721611 1224 252 SH400 0 050120 2D 000000 A00001757110
AEGIS; Line Item 00001
420117
1300325729-00002
8469.00
LLA :
ND 1711611 1281 252 SH501 0 050120 2D 000000 A10001554682
LCS; Line Item 00002
420118
1300357239-00001
3229.00
LLA :
NE 1731319 A4EC 252 WS060 0 050120 2D 000000 A00001776205
TM; Line Item 00001
420119
1300356482-00001
1672.00
LLA :
NF 1731319 A4EC 252 WS060 0 050120 2D 000000 A00001769492
TM; Line Item 00001
MOD 59 Funding 338912.00
Cumulative Funding 15970657.00
MOD 60
420021
1300293211
(20000.00)
LLA :
JH 1721319 W3TP 255 RA309 0 068342 2D 000000 02223000LW40
Standard Number: N0001412RX20248
US Funding - $20,000 - RDTE
PR# 1300293211-00001
420097
1300348948
(124132.00)
LLA :
ML 1721611 1224 252 SH400 0 050120 2D 000000 A00001718265
AEGIS 2 - : Line Item 00001
420120
1300367422-00001
4800.00
LLA :
NN 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001833769
ABMD; Line Item 00001
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
102 of 127
420121
1300364574-00001
35596.00
LLA :
NP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001817974
ABMD; Line Item 00001
420123
1300370145-00001
11000.00
LLA :
NQ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001849014
LCS; OWLD 9/16/2016; Line Item 00001
420124
1300368637-00001
33207.00
LLA :
NR 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001840274
ABMD; Line Item 00001
430001
1300366703-00001
41819.00
LLA :
EE 1751811 1224 253 X3WMW 0 068342 2D 000000 556889001A3B
Standard Number: N0002412WX20153-AA
AEGIS; OWLD 8/31/2013; **NO COSTS MAY BE INCURRED AFTER THE OWLD**;Line Item 00001
430002
1300366940
21269.00
LLA :
NG 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001831284
SSDS; OWLD 11/30/2017; Line Item 00001
430003
1300367423-00001
1200.00
LLA :
NH 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001833868
ABMD; Line Item 00001
430004
1300363656-00001
11000.00
LLA :
NJ 1731611 1227 252 SH500 0 050120 2D 000000 A00001813568
DDG1000; OWLD 8/31/2016; Line Item 00001
430005
1300327048-00003
55495.00
LLA :
LA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001562384
ABMD; Line Item 00003
430006
1300329377-00003
147652.00
LLA :
MB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001577523
ABMD; Line Item 00003
430007
1300347884-00002
38213.00
LLA :
MH 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001711332
ABMD - Fleet Support; Line Item 00002
430008
1300357644-00001
15626.00
LLA :
NK 1731611 1227 252 SH500 0 050120 2D 000000 A00001778203
DDG1000; OWLD 8/31/2016; Line Item 00001
430009
1300354707-00001
1629.00
LLA :
NL 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001758008
AEGIS; OWLD 8/31/2013; **NO COSTS MAY BE INCURRED AFTER THE OWLD**; Line Item 00001
430010
1300362969-00001
350000.00
LLA :
NM 1731319 W3TP 251 RA309 0 050120 2D 000000 A00001810966
ONR; Line Item 00001
430011
1300325729-00003
22961.00
LLA :
ND 1711611 1281 252 SH501 0 050120 2D 000000 A10001554682
LCS; OWLD 9/30/2016; Line Item 00003
430012
1300357239-00001
10000.00
LLA :
NE 1731319 A4EC 252 WS060 0 050120 2D 000000 A00001776205
TM; Line Item 00002
430013
1300356482-00002
10000.00
LLA :
NF 1731319 A4EC 252 WS060 0 050120 2D 000000 A00001769492
TM; Line Item 00002
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
103 of 127
430014
1300358816-00002
55250.00
LLA :
MY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001785903
ABMD; Line Item 00002
430015
1300348948-00002
473868.00
LLA :
ML 1721611 1224 252 SH400 0 050120 2D 000000 A00001718265
AEGIS; OWLD 11/30/2018; Line Item 00002
430016
1300367275-00001
44927.00
LLA :
NS 1731319 A5XB 252 WS010 0 050120 2D 000000 A00001833357
AEGIS; Line Item 00001
620013
1300348147
(7337.00)
LLA :
MM 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001713134
AGEIS 2; Line item 0001
MOD 60 Funding 1234043.00
Cumulative Funding 17204700.00
MOD 61
420089
1300340780
(340000.00)
LLA :
MF 1731319 W3TP 251 RA309 0 050120 2D 000000 A00001556589
ONR funds; Line Item 00001
430010
1300362969-00001
(350000.00)
LLA :
NM 1731319 W3TP 251 RA309 0 050120 2D 000000 A00001810966
ONR; Line Item 00001
620006
1300340780
(10000.00)
LLA :
MF 1731319 W3TP 251 RA309 0 050120 2D 000000 A00001556589
ONR funds; Line Item 00002
MOD 61 Funding -700000.00
Cumulative Funding 16504700.00
MOD 62
420125
1300373869-00001
12195.00
LLA :
PA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001873515
ABMD;AD 4.0.1/SM-3;Line Item 00001
430006
1300329377-00004
81001.00
LLA :
MB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001577523
ABMD; Line Item 00004
430007
1300347884-00003
45000.00
LLA :
MH 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001711332
ABMD - Fleet Support; Line Item 00003
430017
1300357515-00002
31000.00
LLA :
MU 1731611 1227 252 SH500 0 050120 2D 000000 A00001776588
DDG1000; OWLD 8/31/2016; Line Item 00002
430018
1300327048-00004
330000.00
LLA :
LA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001562384
ABMD; AM-13-403;Line Item 00004
430019
1300374274-00001
20000.00
LLA :
NT 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001876695
ABMD; Line Item 00001
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
104 of 127
430020
1300374239-00001
189348.00
LLA :
NU 97X4930 NH1E 252 77777 0 050120 2F 000000 A00001876455
AEGIS; Line Item 00001
430021
1300354645-00002
75000.00
LLA :
NB 1731319 A5XZ 252 WS100 0 050120 2D 000000 A00001757396
SSDS; Line Item 00002
430022
1300370267-00001
10325.00
LLA :
NV 1731804 8C2C 252 WS100 0 050120 2D 000000 A00001849512
SSDS; Line Item 00001
430023
1300365132-00001
70181.00
LLA :
NW 1721611 1224 252 SH400 0 050120 2D 000000 A00001820721
AEGIS; OWLD 11/30/2018; Line Item 00001
430024
1300369222-00001
18000.00
LLA :
NX 1731319 C4KB 252 24VCS 0 050120 2D 000000 A00001843063
LCS; Line Item 00001
430025
1300360744-00001
33951.00
LLA :
NY 1721611 1224 252 SH400 0 050120 2D 000000 A00001796149
AEGIS DDG; OWLD 9/30/2016; Line Item 00001
430026
1300373214-00001
225000.00
LLA :
NZ 1731804 8B2B 252 WS010 0 050120 2D 000000 A00001867732
AEGIS; Line Item 00001
610003
1300348147-00002
7337.00
LLA :
PB 97X4930 NH1E 252 77777 0 050120 2F 000000 A10001713134
AEGIS DDG; OWLD 8/31/2013; NO COSTS MAY BE INCURRED AFTER THE OWLD; Line Item 00002
630001
1300327048-00004
70000.00
LLA :
LA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001562384
ABMD; AM-13-403;Line Item 00004
MOD 62 Funding 1218338.00
Cumulative Funding 17723038.00
MOD 63
420126
1300371254-00002
340000.00
LLA :
PC 1731319 W3TP 251 RA309 0 050120 2D 000000 A10001856068
ONR; Line Item 00002
430027
1300371254-00001
170000.00
LLA :
PD 1731319 W3F3 251 RAG1G 0 050120 2D 000000 A00001856068
ONR; Line Item 00001
430028
1300378459-00001
35000.00
LLA :
PE 1731611 1227 251 SH500 0 050120 2D 000000 A00001909972
DDG-1000; OWLD 8/31/2016Line Item 00001
430029
1300377758-00001
108000.00
LLA :
PF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001904427
ABMD-AM 5.0.2; Line Item 00001
430030
1300377962-00001
60025.00
LLA :
PG 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001904872
ABMD-AX SBT; Line Item 00001
430031
1300377964-00001
83628.00
LLA :
PH 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001905015
ABMD - D PROG Operations; Line Item 00001
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
105 of 127
430032
1300377961-00001
50726.00
LLA :
PJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001904813
ABMD-AM 5.0.2; Line Item 00001
430033
1300376224-00001
126108.00
LLA :
PK 1721611 1224 251 SH400 0 050120 2D 000000 A00001889565
AEGIS; OWLD 11/30/2018; Line Item 00001
620015
1300371254-00002
10000.00
LLA :
PC 1731319 W3TP 251 RA309 0 050120 2D 000000 A10001856068
ONR; Line Item 00002
630002
1300371254-00001
15000.00
LLA :
PD 1731319 W3F3 251 RAG1G 0 050120 2D 000000 A00001856068
ONR; Line Item 00001
MOD 63 Funding 998487.00
Cumulative Funding 18721525.00
MOD 64
420127
1300383224-00001
50000.00
LLA :
PL 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001965031
ABMD-AM 5.0.2; Line Item 00001
420128
1300383226-00001
60000.00
LLA :
PM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001965145
ABMD-AM 5.0.2; Line Item 00001
420129
1300327048-00005
200000.00
LLA :
LA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00001562384
AM-13-403; Line Item 00005
420130
1300383323-00001
10000.00
LLA :
PN 9730400 2520 XCS PB09F Y 13A5FY 13 147100 00251HQ00063 281940400040603892C00 044411
Standard Number: HQ0006328194-AA
ABMD-AM 5.0.2; Line Item 00001
MOD 64 Funding 320000.00
Cumulative Funding 19041525.00
MOD 65
430034
1300388394-00001
18760.00
LLA :
PP 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002010650
LCS; Line Item 00001
430035
1300388073-00001
18760.00
LLA :
PQ 1731319 C4KB 252 24VCS 0 050120 2D 000000 A00002007882
LCS; Line Item 00001
MOD 65 Funding 37520.00
Cumulative Funding 19079045.00
MOD 66
430036
130038925400001
10000.00
LLA :
PR 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002017025
PR # 1300389254
FED 8/31/16
WCD 9/30/14
SCN
DDG1000
430037
130039182200001
99181.00
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
106 of 127
LLA :
PS 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002037022
PR # 1300391822
FED/WCD - 9/30/99
OTHER
W07/ACQ/LOG SUPPORT
430038
130039403200001
87951.00
LLA :
PT 1741319 A501 252 WS010 0 050120 2D 000000 A00002053358
PR # 1300394032
FED 9/30/15
WCD 9/30/14
RDTE
AEGIS
430039
130039434500001
65000.00
LLA :
PU 1741319 A5XZ 252 WS100 0 050120 2D 000000 A00002056154
PR # 1300394345
FED/WCD - 9/30/15
RDTE
SSDS
430040
130039434900001
15149.00
LLA :
PV 1741319 A5XZ 252 WS100 0 050120 2D 000000 A00002056380
PR # 1300394349
FED/WCD - 9/30/15
RDTE
SSDS
430041
130039578800001
315738.00
LLA :
PW 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002065677
PR # 1300395788
FED 9/30/15
WCD 10/31/14
RDTE
ABMD - D PROG OPERATIONS
630003
130039182200001
175.00
LLA :
PS 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002037022
PR # 1300391822
FED/WCD 9/30/99
OTHER
W07/ACQ/LOG SUPPORT
MOD 66 Funding 593194.00
Cumulative Funding 19672239.00
MOD 67
430042
130039751700001
38080.00
LLA :
PX 1741319 C4KB 252 24VCS 0 050120 2D 000000 A00002076006
PR # 1300397517
FED 9/30/15
WCD 9/30/14
RDTE
LCS
430043
130039608100001
15000.00
LLA :
PY 1731611 1227 252 SH500 0 050120 2D 000000 A00002067067
PR # 1300396081
FED 8/31/2016
WCD 9/30/14
SCN
DDG1000
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
107 of 127
MOD 67 Funding 53080.00
Cumulative Funding 19725319.00
MOD 68
430044
130040245200001
11340.00
LLA :
PZ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002118230
PR # 1300402452
FED 09/30/15
WCD 02/08/14
RDTE
SOW AD.14.001 for B/L 4 SUPPORT SERVICES
430045
130039751800001
16171.00
LLA :
QA 1741319 A4EC 252 WS060 0 050120 2D 000000 A00002076009
PR # 1300397518
FED 9/30/15
WCD 9/30/14
RDTE
TRACK MANAGEMENT
430046
130039969800001
50000.00
LLA :
QB 1741319 A4EC 252 WS060 0 050120 2D 000000 A00002093828
PR # 1300399698
FED 9/30/15
WCD 9/30/14
RDTE
INCREMEMENTAL FUNDING FOR TM
430047
130040020700001
11000.00
LLA :
QC 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002098950
1300400207
FED/WCD 02/08/14
RDTE
ABMD - F FLEET SUPPORT
MOD 68 Funding 88511.00
Cumulative Funding 19813830.00
MOD 69
430048
130040297700001
32000.00
LLA :
QD 1741611 1227 252 SH500 0 050120 2D 000000 A00002122927
PR # 1300402977
FED 8/31/2016
WCD 9/30/2014
SCN
DDG 1000
430049
130040301600001
7500.00
LLA :
QE 1741611 1227 252 SH500 0 050120 2D 000000 A00002123160
PR # 1300403016
FED 8/31/16
WCD 9/30/14
SCN
Task Area 2: WSPO Program Management Support
430050
130040378500001
200000.00
LLA :
QF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002130382
PR # 1300403785
FED 9/30/15
WCD 10/31/14
RDTE
AEGIS BMD MISSION ENGINEERING AND TEST EVENT SUPPORT
MOD 69 Funding 239500.00
Cumulative Funding 20053330.00
MOD 70
430051
130040658600001
117862.00
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
108 of 127
LLA :
QG 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002151579
PR # 1300406586
FED 9/30/15
WCD 10/31/14
RDTE
AEGIS BMD 5.0
430052
130040658800001
31000.00
LLA :
QH 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002151656
PR # 1300406588
FED 9/30/15
WCD 10/31/14
RDTE
1301 PURPOSE: FY14 FUNDING IN SUPPORT OF NSWCDD SOW AD.14.001 FOR B/L 4 SUPPORT
SERVICES
430053
130040775700001
41419.00
LLA :
QJ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002159465
PR # 1300407757
FED 9/30/15
WCD 10/31/14
RDTE
1301 PURPOSE: FY14 FUNDING IN SUPPORT OF NSWCDD SOW AD.14.001 FOR B/L 4 SUPPORT
SERVICES
430054
130040041700001
136000.00
LLA :
QK 1741319 W3TP 251 00014 0 050120 2D 000000 A00002100225
PR # 1300400417
WCD 8/15/14
FED 9/30/14
RDTE
CACI SUPPORT.
430055
130040041700002
86463.00
LLA :
QK 1741319 W3TP 251 00014 0 050120 2D 000000 A10002100225
PR # 1300400417-00002
WCD 8/15/14
FED 9/30/14
RDTE
CACI SUPPORT.
630004
130040041700003
15000.00
LLA :
QK 1741319 W3TP 251 00014 0 050120 2D 000000 A10002100225
PR # 1300400417-00003
WCD 8/15/14
FED 9/30/14
RDTE
CACI SUPPORT.
MOD 70 Funding 427744.00
Cumulative Funding 20481074.00
MOD 71
430056
130040842700001
228527.00
LLA :
QL 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002167388
PR # 1300408427
FED 9/30/15
WCD 10/31/14
RDTE
ABMD - D PROG OPERATIONS
MOD 71 Funding 228527.00
Cumulative Funding 20709601.00
MOD 72
410240
130028452600001
(43576.36)
LLA :
HL 1721319 A5XB 252 WS010 0 050120 2D 000000 A00001287658
Standard Number: 130028452600001
4907 WA1 WAW 9398 1721319/A5XB RDTE ELEMENT AEGIS-FM DIRECT CITE WCD 9/30/2013 FED
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
109 of 127
9/30/2013 TASK POP 7/11/12-8/15/12 CONTRACT POP 8/16/2011 - 9/30/2012 OY 1 LABOR
$79,170 10076/00030, TPS=NAV2606832, Element=AEGIS - FM, Amount 28,500.00
10320/00093, TPS=NAV2604907, Element=AEGIS - FM, Amount 50,670.00
430057
130040554200001
194432.00
LLA :
QM 1721611 1224 252 SH400 0 050120 2D 000000 A00002143669
PR # 1300405542-00001
FED/ WCD - 9/30/16
SCN
AEGIS
430058
130040543000001
55137.00
LLA :
QN 1711611 1224 252 SH400 0 050120 2D 000000 A00002143667
PR # 1300405430-00001
FED/WCD - 9/30/15
SCN
AEGIS
430059
130041109100001
42697.00
LLA :
QP 1731319 C4KB 252 24VCS 0 050120 2D 000000 A00002186173
PR # 1300411091-00001
RED/WCD 9/30/14
RDTE
LCS
430060
130041358700001
87860.00
LLA :
QQ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002202536
PR # 1300413587-00001
FED 9/30/15
WCD 9/30/14
RDTE
1301 PURPOSE: C.2.2 TASK AREAS 2: WSPO PROGRAM MANAGEMENT SUPPORT
430061
130041298100001
47872.00
LLA :
QR 1741804 8C2C 252 WS100 0 050120 2D 000000 A00002197926
PR # 1300412981-00001
FED/WCD - 9/30/14
OMN
SSDS
430062
130041281000001
60000.00
LLA :
QS 1741804 8C2C 252 WS100 0 050120 2D 000000 A00002197708
PR # 1300412810-00001
FED/WCD - 9/30/14
OMN
SSDS
430063
130041326200001
50000.00
LLA :
QT 1741319 C4KB 252 24VCS 0 050120 2D 000000 A00002199697
PR # - 1300413262-00001
FED 9/30/15
WCD 9/30/14
RDTE
LCS
430064
130041400300001
141135.00
LLA :
QU 1741804 8B2B 252 WS010 0 050120 2D 000000 A00002205819
PR # 1300414003-00001
FED/WCD - 9/30/14
OMN
AEGIS
430065
130041430700001
72378.00
LLA :
QV 1741319 A5XB 252 WS010 0 050120 2D 000000 A00002208281
PR # 1300414307-00001
FED 9/30/15
WCD 9/30/14
RDTE
AEGIS
MOD 72 Funding 707934.64
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
110 of 127
Cumulative Funding 21417535.64
MOD 73
430066
130040310900001
94783.00
LLA :
QW 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002124572
PR:1300403109-00001
FED:09/30/2015
WCD: 10/31/2014
RDT&E
SOW AM-14-102
430067
130042159200001
65000.00
LLA :
QX 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002264415
PR:1300421592-00001
FED: 08/31/2016
WCD: 09/30/2014
SCN
C.2.2 TASK AREA 2: WSPO PROGRAM
430068
130040310600001
21064.00
LLA :
QY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002124435
PR: 130040310600001
FED: 10/31/2014
WCD: 10/31/2014
RDT&E
SOW AD.14.319 TO SUPPORT SHIP INTEGRATION
430069
130042157300001
19111.00
LLA :
QZ 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002264328
PR:1300421573-00001
FED: 09/30/2015
WCD: 10/31/2014
RDT&E
SOW: AC_13_811
430070
130042175800001
15205.00
LLA :
RA 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002267161
PR: 130042175800001
FED: 09/30/2015
WCD: 10/31/2014
RDT&E
SOW: AC_14_003
430071
130041739700001
18880.00
LLA :
RC 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002233516
PR: 1300417397-00001
WCD: 10/31/2014
FED: 09/30/2015
RDT& E
NSWCDD PROGRAM MANAGEMENT SUPPORT
430072
130041054800001
147829.00
LLA :
RD 1741319 W3TP 251 00014 0 050120 2D 000000 A00002183151
PR:1300410548-00001
WCD: 8/14/2014
FED: 9/30/2014
RTD&E
TASK ORDER 0008 FOR CACI SUPPORT PE IS 0603640M
430073
130041802700001
39246.00
LLA :
RE 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002237617
PR:1300418027-00001
WCD: 9/30/2015
FED: 10/31/2014
RDT& E
SOW F.14.002
430074
130042465000001
12138.00
LLA :
RF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002288321
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
111 of 127
PR # 1300424650
RDTE
FED 9/30/15
WCD 12/31/14
1301 PURPOSE: SOW F.14.41 FOR CONTRACTOR LABOR
630005
130042159200001
5000.00
LLA :
QX 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002264415
PR: 130042159200001
FED: 08/31/2016
WCD: 09/30/2014
RDT&E
C.2.2 TASK AREA 2: WSPO PROGRAM
630006
130040310900002
2975.00
LLA :
QW 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002124572
PR: 130040310900002
FED: 09/30/2015
WCD: 10/31/2014
RDT&E
WE WSPO - PM
630007
130041054800001
7800.00
LLA :
RD 1741319 W3TP 251 00014 0 050120 2D 000000 A00002183151
PR# 1300410548
RDTE
FED 9/30/14
WCD 8/15/14
MOD 73 Funding 449031.00
Cumulative Funding 21866566.64
MOD 74
430075
130042931000001
14000.00
LLA :
RG 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002319113
PR:1300429310-00001
FED: 09/30/15
WCD: 10/31/14
1301 PURPOSE: FY14 FUNDING FOR NSWCDD PROGRAM MANAGEMENT SUPPORT
430076
130042635900001
5871.00
LLA :
RH 1741319 87HY 252 VUS00 0 050120 2D 000000 A00002301189
PR: 1300426359-00001
FED: 09/30/2015
WCD: 04/30/2015
RDTE
AEGIS
MOD 74 Funding 19871.00
Cumulative Funding 21886437.64
MOD 75
430077
130043307900001
123201.00
LLA :
RJ 1721611 1224 252 SH400 0 050120 2D 000000 A00002343959
PR: 130043307900001
FED: 09/30/2016
WCD: 09/30/2016
SCN
AEGIS
430078
130043755100001
117862.00
LLA :
RK 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002377511
PR: 130043755100001
FED: 09/30/2015
WCD: 10/31/2014
RDTE
ABMD
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
112 of 127
430079
130043616000001
111418.00
LLA :
RL 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002367328
PR: 130043616000001
FED:09/30/2015
WCD: 10/31/2014
RDTE
ABMD- AD 4.01/SM-3
430080
130043626400001
25722.00
LLA :
RM 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002367828
PR: 130043626400001
FED: 09/30/2015
WCD: 10/31/2014
RDTE
ABMD
430081
130043612400001
7423.00
LLA :
RN 1741319 A4EC 252 WS060 0 050120 2D 000000 A00002366860
PR: 130043612400001
FED: 09/30/2015
WCD: 12/31/2014
RDTE
430082
130043420700001
11546.00
LLA :
RP 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002352455
PR: 130043420700001
FED: 09/30/2015
WCD: 10/31/2014
RDTE
ABMD - AC 5.1/SM-3BLK
430083
130043091100001
14524.00
LLA :
RQ 1741319 C4KB 252 24VCS 0 050120 2D 000000 A00002327847
PR: 1300430911-00001
FED: 09/30/2015
WCD: 09/30/2014
RDTE
LCS
430084
130042984500001
36284.00
LLA :
RR 1741611 1227 251 SH500 0 050120 2D 000000 A00002321836
PR: 1300429845-00001
FED: 08/31/2016
WCD: 09/30/2014
SCN
DDG-1000
430085
130042984900001
7500.00
LLA :
RS 1741611 1227 251 SH500 0 050120 2D 000000 A00002321961
PR: 1300429849-00001
FED: 08/31/2016
WCD: 09/30/2014
SCN
DDG-1000
MOD 75 Funding 455480.00
Cumulative Funding 22341917.64
MOD 76
430086
130043036000002
23077.00
LLA :
RT 1741319 A5XZ 252 WS100 0 050120 2D 000000 A10002325179
PR: 1300430360-00002
FED: 9/30/2015
WCD: 9/30/2015
SSDS
430087
130044026500001
10295.00
LLA :
RU 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002396486
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
113 of 127
PR: 1300440265-00001
FED: 9/30/2015
WCD: 10/31/2014
RDTE
430088
130044006500001
2197.00
LLA :
RV 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002395558
PR: 1300440065-00001
FED: 9/30/2015
WCD: 10/31/2014
RDT&E
430089
130043975400001
7863.00
LLA :
RW 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002393901
PR: 1300439754-00001
FED: 9/30/2015
WCD: 10/31/2014
AEGIS BMD
MOD 76 Funding 43432.00
Cumulative Funding 22385349.64
MOD 77
430090
130042829200001
80454.00
LLA :
SK 1741804 8B2B 252 WS010 0 050120 2D 000000 A00002313468
PR # 1300428292-00001
FED/WCD - 9/30/14
OMN
AEGIS
7001AB
130043146300001
16716.00
LLA :
RX 1741611 1227 252 SH500 0 050120 2D 000000 A00002331786
PR # 1300431463-00001
FED 08/31/16
WCD 09/30/14
SCN
DDG1000
7001AC
130043307700001
112965.00
LLA :
RY 1721611 1224 252 SH400 0 050120 2D 000000 A00002343875
PR # 1300433077-00001
FED/WCD - 09/30/16
SCN
AEGIS
7001AD
130044013800001
52500.00
LLA :
RZ 1741804 8C2C 252 WS100 0 050120 2D 000000 A00002396182
PR # 1300440138-00001
FED/ WCD - 9/30/14
OMN
SSDS
7001AE
130043760900001
27461.00
LLA :
SA 1741319 A5XZ 252 WS100 0 050120 2D 000000 A00002379708
PR # 1300437609-00001
FED/ WCD - 9/30/15
RDTE
SSDS
7001AF
130044030900001
25000.00
LLA :
SB 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002396771
PR # 1300440309-00001
FED 9/30/15
WCD 10/31/14
RDTE
ABMD - AM 5.0
7001AG
130044031200001
52891.00
LLA :
SC 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002396774
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
114 of 127
PR # 1300440312-00001
FED 9/30/15
WCD 10/31/14
RDTE
ABMD - AM 5.0
7001AH
130043761000001
33794.00
LLA :
SD 1741319 A5XZ 252 WS100 0 050120 2D 000000 A00002379783
PR # 1300437610-00001
FED/WCD - 9/30/15
RDTE
SSDS
7001AJ
130043612800001
3882.00
LLA :
SE 1741319 A4EC 252 WS060 0 050120 2D 000000 A00002366947
PR # 1300436128-00001
FED 9/30/15
WCD 12/31/14
RDTE
TM
7001AK
130044013900001
28300.00
LLA :
SF 1741319 C4KB 252 24VCS 0 050120 2D 000000 A00002396183
PR # 1300440139-00001
FED 9/30/15
WCD 9/30/14
RDTE
LCS
7001AL
130043769100001
25777.00
LLA :
SG 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002378611
PR # 1300437691-00001
FED 9/30/15
WCD 10/31/14
RDTE
ABMD-AD 4.0.1/SM-3
7001AM
130042942000001
19166.00
LLA :
SH 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002319438
PR # 1300429420-00001
FED 9/30/15
WCD 10/31/14
RDTE
ABMD - AM 5.0
7001AN
130043280900001
70000.00
LLA :
SJ 1741611 1227 252 SH500 0 050120 2D 000000 A00002343126
PR # 1300432809-00001
FED 8/31/16
WCD 9/30/14
SCN
DDG1000
7001AP
130039182200002
14169.00
LLA :
PS 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002037022
PR # 1300391822-00002
FED/WCD 9/30/99
OTHER
W07/ACQ/LOG SUPPORT
9001AN
130043280900001
10000.00
LLA :
SJ 1741611 1227 252 SH500 0 050120 2D 000000 A00002343126
PR # 1300432809-00001
FED 8/31/16
WCD 9/30/14
SCN
DDG1000
9001AP
130039182200002
25.00
LLA :
PS 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002037022
PR # 1300391822-00002
FED/WCD 9/30/99
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
115 of 127
OTHER
W07/ACQ/LOG SUPPORT
MOD 77 Funding 573100.00
Cumulative Funding 22958449.64
MOD 78
7001AQ
130044690700001
121000.00
LLA :
SL 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002440544
PR # 1300446907-00001
FED 9/30/15
10/31/14
RDTE
ABMD - AM 5.0
SOW AM-14-403
7001AR
130044623700001
226000.00
LLA :
SM 1741319 A5XB 252 WS010 0 050120 2D 000000 A00002436283
PR # 1300446237-00001
FED/WCD 9/30/15
RDTE
SOW - C.2.3 TASK AREA 3
7001AS
130044570200001
5000.00
LLA :
SN 1741319 A4EC 251 WS060 0 050120 2D 000000 A00002432503
PR # 1300445702-00001
FED 9/30/15
WCD 12/31/14
RDTE
TRACK MANAGEMENT
C.2.2 TASK AREA 2: WSPO PROGRAM MANAGEMENT SUPPORT
7001AT
130044539900001
15000.00
LLA :
SP 1741319 A4EC 251 WS060 0 050120 2D 000000 A00002431827
PR # 1300445399-00001
FED 9/30/15
WCD 12/31/14
RDTE
TRACK MANAGEMENT
C.2.2 TASK AREA 2: WSPO PROGRAM MANAGEMENT SUPPORT
7001AU
130044185000001
18698.00
LLA :
SQ 1741319 A5HA 252 WS020 0 050120 2D 000000 A00002408857
PR # 1300441850-00001
FED 9/30/15
WCD 9/30/14
AEGIS
C.2.3 TASK AREA 3: WSPO BUSINESS OPERATIONS
7001AV
130044446000001
49000.00
LLA :
SR 1731611 C281 252 24VCS 0 050120 2D 000000 A00002424122
PR # 1300444460-00001
FED 9/30/17
WCD 10/31/14
SCN
LCS
C.2.2 TASK AREA 2: WSPO PROGRAM MANAGEMENT SUPPORT
7001AW
130044930000001
97530.00
LLA :
SS 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002456866
PR # 1300449300-00001
FED 9/30/15
WCD 10/31/14
RDTE
ABMD - AM 5.0
SOW AM-14-403
7001AX
130044397800001
24555.00
LLA :
ST 1731611 1224 252 SH400 0 050120 2D 000000 A00002421631
PR # 1300443978-00001
FED/WCD - 9/30/17
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
116 of 127
SCN-DDG
AEGIS
C.2.2 TASK AREA 2: WSPO PROGRAM MANAGEMENT SUPPORT
7001AY
130044882200001
154716.00
LLA :
SU 9740400 2520 XCS D09PF Y 14ABPP XA 0FY141 571AB251HQ00 064376580400040603892 044411
Standard Number: 437658-AA
PR # 1300448822-00001
FED 9/30/15
WCD 10/31/14
RDTE
ABMD - D PROG OPERATIONS
SOW D.14.002 (LABOR)
7001AZ
130045058900001
100000.00
LLA :
SV 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002466467
PR # 1300450589-00001
FED 9/30/15
WCD 10/31/14
RDTE
ABMD - AM 5.0
SOW AM-14-403
7001BA
130045058700001
2300.00
LLA :
SW 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002466465
PR # 1300450587-00001
FED 9/30/15
WCD 10/31/14
RDTE
ABMD - AC 5.1/SM-3 BLK
SOW AC-14-003
7001BB
130045125400001
243290.00
LLA :
SX 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002472166
PR # 1300451254-00001
FED 9/30/15
WCD 10/31/14
RDTE
ABMD - D PROG OPERATIONS
7001BC
130045147700001
1885.00
LLA :
SY 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002474383
PR # 1300451477-00001
FED 9/30/15
WCD 10/31/14
RDTE
ABMD - AD 4.0.1/SM-3
SOW AD.14.241
7001BD
130044520400001
323406.00
LLA :
SZ 1731611 1224 252 SH400 0 050120 2D 000000 A00002428539
PR # 1300445204-00001
FED/WCD - 9/30/17
SCN
AEGIS
C.2.2 TASK AREA 2: WSPO PROGRAM MANAGEMENT SUPPORT
MOD 78 Funding 1382380.00
Cumulative Funding 24340829.64
MOD 79
430060
130041358700001
(28200.00)
LLA :
QQ 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002202536
PR # 1300413587-00001
FED 9/30/15
WCD 9/30/14
RDTE
1301 PURPOSE: C.2.2 TASK AREAS 2: WSPO PROGRAM MANAGEMENT SUPPORT
9001BE
LLA :
130045830200001
5000.00
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
117 of 127
TA 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002548180
PR # 1300458302-00001
FED 9/30/15
WCD 10/31/14
RDTE
BMD; SOW F.14.002
MOD 79 Funding -23200.00
Cumulative Funding 24317629.64
MOD 80
7001BE
130045947700001
22500.00
LLA :
TB 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002564665
PR # 1300459477-00001
FED 8/31/16
WCD 9/30/15
SCN
DDG1000; C.2.2 TASK AREA 2: WSPO PROGRAM FINANCIAL SUPPORT
7001BF
130045816300001
100000.00
LLA :
TC 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002546682
PR # 1300458163-00001
FED 8/31/16
WCD 9/30/15
SCN
DDG1000; C.2.2 TASK AREA 2: WSPO PROGRAM MANAGEMENT SUPPORT
7001BG
130045914800001
127000.00
LLA :
TD 1731611 1224 252 SH400 0 050120 2D 000000 A00002560630
PR # 1300459148-00001
FED/WCD - 9/30/17
SCN
AEGIS IN SUPPORT OF DDG51
7001BH
130045868300001
30000.00
LLA :
TE 97X4930 NH1E 252 77777 0 050120 2F 000000 A00002553065
PR # 1300458683-00001
FED/WCD - 9/30/2099
WCF
INCREMENTAL
MOD 80 Funding 279500.00
Cumulative Funding 24597129.64
MOD 81
7001BJ
130046416400001
40000.00
LLA :
TF 97X4930 NH1E 255 77777 0 050120 2F 000000 A00002610711
PR # 1300464164-00001
FED - 9/30/15
WCD - 11/30/14
RDTE
AEGIS BMD MISSION ENGINEERING AND TEST EVENT SUPPORT. SOW AM-14-403.
7001BK
130046499200001
75000.00
LLA :
TG 1751319 A5XZ 252 WS100 0 050120 2D 000000 A00002616819
PR # 1300464992-00001
FED/WCD - 9/30/16
RDTE
SSDS
MOD 81 Funding 115000.00
Cumulative Funding 24712129.64
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
118 of 127
FINAL
SECTION H SPECIAL CONTRACT REQUIREMENTS
MANDATORY REQUIREMENTS
Offerors must meet all mandatory requirements at time of proposal submission, or have an acceptable plan to meet
the requirements by the start date of contract performance. In addition, mandatory requirements must be maintained
throughout the life of the Task Order. The mandatory requirements are as follows:
Requirement 1 – Facility Location - The contractor’s primary facility supporting this effort shall be located within a
two hours commuting distance from NSWCDD
Requirement 2 – Facility Security Clearance - The contractor’s facility must be cleared at the SECRET level.
Requirement 3 – Organizational Conflict of Interest (OCI) Certification/Mitigation Plan - The offeror shall certify
compliance with the OCI clause or present an acceptable plan to neutralize any actual or perceived organizational
conflict of interest. The certification and/or mitigation plan shall cover all team members. The mitigation plan
should include identification of ALL potential OCIs and should specifically address how the contractor would handle
having access to financial planning information on technical programs' planned contracts and successfully mitigage
any competitive advantage this may lend in bidding on future competitive DoD and NSWCDL requirements.
KEY LABOR CATEGORY QUALIFICATION REQUIREMENTS
To perform the requirements of the PWS, the Government desires Key Personnel with the appropriate experience
and professional development qualifications. Key Personnel qualification levels are considered to be "desired" for
those individuals whose resumes are submitted for evaluation with the proposal. Resumes for any replacement
personnel that are submitted following award shall be equal to or better than the individuals initially proposed as
required by the clause entitled Ddl-H11 CHANGES IN KEY PERSONNEL in this Section H. Following award,
the qualification levels are considered to be minimums for any growth beyond those individuals initially proposed
or in labor categories where no resumes were required for proposal purposes.
(a) Experience – The desired experience for each Key Labor Category must be directly related to the tasks and
programs listed in the PWS.
(b) Professional Development - Professional development includes honors, degrees, publications, professional
licenses and certifications and similar evidence of professional accomplishments that directly impact the offerors
ability to perform the order. The years of experience listed below are in addition to appropriate professional
development. It is incumbent upon the offeror to demonstrate that the proposed personnel have appropriate
credentials to perform the work.
(c) Accumulation Of Qualifying Experience - Categories of experience may be accumulated concurrently.
KEY PERSONNEL
16.5 full time equivalents are considered key personnel. This core group of experts must be maintained throughout
the period of performance of the order. All key personnel must be approved in writing by the Contracting Officer as
detailed in Section H.
KEY PERSONNEL - DESIRED QUALIFICATIONS
CONTRACT OVERSIGHT PROGRAM MANAGER
Five (5) years demonstrated professional and specialized expertise, credentials and experience in four (4) of the
following areas:
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
119 of 127
FINAL
i. Broad management experience with DOD contracts to include planning and assignment of tasks, management of
task execution, tracking budget and actual cost data, supervising personnel and interfacing/coordinating with
Government Contracting Officer’s representative and/or Task Order Managers.
ii. Experience with Navy contracts to include planning and assignment of tasks, management of task execution,
tracking budget and actual cost data, supervising personnel and interfacing/coordinating with Government
Contracting Officer’s representative and/or Task Order Managers.
iii. Practical knowledge and skill in operations of Navy Working Capital Fund (NWCF) accounting and business
policies, procedures, and requirements.
iv. Experience in providing deliverables under a contract including invoices, progress reports, and other supporting
documentation as required.
v. Knowledge of and experience in use of Financial IT systems.
PROGRAM DIRECTOR SENIOR PROGRAM MANAGER
Twelve (12) years of program and contract management experience to include the following
i. Seven (7) years of Specific Surface Ship or Sub surface Platform Technical Program Management Experience, as
defined below, associated with at least one major combatant platform, to include at least
ii. Two (2) years of recent General Program and Contract Management Experience on a major surface ship combatant
program in the areas enumerated below. As a minimum, experience must include working with government
sponsors, developing joint government and contractor tasks, funding projections, integrated master schedules and
deliverables.
SENIOR TECHNICAL PROGRAM MANAGEMENT ANALYST
Ten (10) years of program and contract management experience to include the following
i. Eight (8) years experience as General Program and Contract Management Experience, as defined below. As a
minimum, experience must include working with government sponsors, developing joint government and contractor
tasks, funding projections, integrated master schedules and deliverables.
ii. Five (5) years of Specific Surface Ship or Sub surface Platform Technical Program Management Experience as
defined below.
PROGRAM DIRECTOR SUPPORT MANAGER
Seven (7) years of program and contract management experience including the following
i. Five (5) years of General Program Management and Contract Management Experience, as defined below. As a
minimum, experience must include working with government sponsors, developing joint government and contractor
tasks, funding projections, integrated master schedules and deliverables.
ii. Two (2) years of Specific Surface Ship or Sub surface Platform Technical Program Management Experience as
defined below.
STRATEGIC PLANNER/SUBJECT MATTER EXPERT (SME)
Fifteen (15) years experience in leading and supporting DOD acquisition programs strategic assessments, planning,
and vision development support to include experience in at least of two of the following categories.
i. Five (5) years experience developing strategic plans associated with programs and projects with cumulative value
over $50M
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
120 of 127
FINAL
ii. Five (5) years experience with analysis of multiple DOD programs to include organizational layout to identify
commonality, risks, and efficiencies.
iii. Seven (7) years experience in support of DOD program manager at MPM level.
BUSINESS AND FINANCIAL TOOLS INFORMATION TECHNOLOGY SYSTEMS SPECIALIST
Seven (7) years demonstrated experience in development and specialized support of Financial IT systems to include
the following:
i. Knowledge and skill in development and maintenance of scalable financial information management system at
the NSWCDD level.
ii. Practical knowledge and experience in program reporting requirements at all levels including line managers,
program offices, and resource sponsors.
iii. Ability to install, configure, and support MS SQL Server or Oracle SQL Server for optimal performance on a
large scale network.
iv. Ability to write Oracle SQL Scripts drawing data from Oracle database.
v. Experience developing User and Operator Manuals for IT systems.
vi.
Experience in development of Financial IT systems.
BUSINESS AND FINANCIAL TOOLS IT SYSTEMS ANALYST
Four (4) years applicable demonstrated professional experience to include the following areas:
i. Experience in microcomputer programming, application programming, or systems implementation.
ii. Working knowledge of database applications and industry information systems, languages, and operating
systems.
iii. Working knowledge of Object Oriented Program model and experience with systems development life cycle
phases.
iv. Working knowledge of Object Link Embedded (OLE) automation within the framework of Microsoft Excel,
PowerPoint, and Word.
Definitions of Experience
a. General Program and Contract Management Experience - For purposes of this procurement, General Program and
Contract Management experience refers to traditional program management support which has been acquired in a
relevant area such as combat system development, weapon systems development, and/or combat and/or weapon
system computer program(s) development/certification. These traditional tasks include project definition, planning,
tracking, and oversight; engineering; quality assurance (QA); configuration management (CM); risk identification,
management, and mitigation; metrics collection and analysis; coordination; process definition activities and
products; and internal and external resource planning to include development and utilization of Master Integrated
Program Schedule (MIPS).
b. Specific Surface Ship Technical Program Management Experience - For purposes of this procurement, Specific
Surface Ship Technical Program Management Experience refers to experience acquired in at least four (4) of the
following ten (10) specific surface ship technical program management areas in the past seven (7) years.
(1) Combat system planning, tracking, and over sight, including management of the combat, weapon, and/or
computer program requirements,
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
121 of 127
FINAL
(2) Metric identification, collection, and analysis for combat and/or weapon system development, maintenance, and
certification,
(3) Tactical system certification from requirements definition through development, test, authorization/certification,
and installation
(4) Strategic, trade-off, and impact studies to accomplish process improvement, infrastructure reduction, and
economies of scale
(5) Tactical program/project risk identification, mitigation, and management
(6) Combat system dependency identification, development critical path identification, assessment and analysis
(7) Multi-project management in a matrix organization
(8) Navy headquarters/field activity task planning, budgeting and/or execution
(9) Tactical system resource estimation, scheduling and coordination
(10) Combat System CM and Fleet modernization
Ddl-H11 CHANGES IN KEY PERSONNEL
(a) The Contractor agrees that a partial basis for award of this contract is the list of key personnel proposed.
Accordingly, the Contractor agrees to assign to this contract those key persons whose resumes were submitted with
the proposal necessary to fulfill the requirements of the contract. No substitution shall be made without prior
notification to and concurrence of the Contracting Officer in accordance with this requirement.
(b) The contractor agrees that during the first 90 days of the period of performance no key personnel substitutions
will be permitted unless such substitutions are necessitated by an individual’s sudden illness, death, or termination
of employment. All proposed substitutions shall have qualifications equal to or higher than the qualifications of the
person to be replaced. The Contracting Officer shall be notified in writing of any proposed substitution at least fifteen
(15) days, or thirty (30) days if a security clearance is to be obtained, in advance of the proposed substitution. Such
notification shall include:
(1) An explanation of the circumstances necessitating the substitution;
(2) A complete resume of the proposed substitute;
(3) The hourly rates of the incumbent and the proposed substitute;
(4) A chart summarizing the years of experience and professional development for the individuals involved in the
substitution; and
(5) Any other information requested by the Contracting Officer to enable him/her to judge whether or not the
Contractor is maintaining the same high quality of personnel that provided the partial basis for award.
(c) The Contracting Officer shall also receive written notification if no substitution is being requested. This
notification shall include (1) the name of the initial person proposed; and (2) the reasons why the individual is not
being made available to perform under the task order to the extent proposed.
(d) In the event a requirement to increase the specified level of effort for a designated labor category, but not the
overall level of effort of the contract, occurs, the Contractor shall submit to the Contracting Officer a written request
for approval to add personnel to the designated labor category. The same information as specified in paragraph (b)
above is to be submitted with the request.
(e) The Contracting Officer shall evaluate requests for changes in personnel and promptly notify the Contractor, in
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
122 of 127
FINAL
writing via email, whether the request is approved or disapproved.
Ddl-H13 POST AWARD CONTRACTOR PERSONNEL APPROVAL
(a) Requests for post award approval of additional and/or replacement key personnel shall be submitted via e-mail.
E-mail submissions shall be made simultaneously to the Contract Specialist and the TOM. Electronic notification
via e-mail from the Contract Specialist will serve as written approval/disapproval on behalf of the Contracting
Officer. This approval is required before an individual may begin charging to the Task Order.
(b) It is desired that resumes be submitted in the format required below. However, in order to expedite contract
administration, contractor format may be used providing sufficient information is submitted for an independent
comparison of the individual's qualifications with labor category requirements.
(c) If the employee is not a current employee of the contractor (or a subcontractor), a copy of the accepted offer letter
(which identifies a projected start date and the agreed to annual salary) shall be provided.
RESUME FORMAT AND CONTENT: In order to facilitate proposal evaluation, all resumes shall be provided in
the following format and shall not exceed 2 pages in length, excluding certifications and signatures, per resume:
All resumes submitted under this contract shall be provided in the following format.
a.
Complete Name
b.
Contract Labor Category
c.
Contractor’s Labor Category
d.
Current Employer
e.
Availability (state as a percentage of a total man-year)
f.
Level of Security Clearance
g.
Current Work Location
h.
Planned Work Location
i.
Summary of Qualifications: Provide a brief synopsis of the persons qualifying experience and education,
which are directly related to the Qualifications for the labor category stated in Section H.
j.
Work Experience – Beginning with current position and working backward, describe in detail the persons
work history. Work experience shall be broken down into the following groups.
(a) Employer: Dates (month/year); Title(s) held
(b) Work experience shall be presented separately for each employer, clearly marked with proper category of
experience (i.e, Relevant Experience; Non-Relevant Experience.). If relevant and non-relevant experience were
obtained while at the same employer, separate time periods shall be noted for each assignment. (This is necessary to
prevent an offeror from describing relevant experience obtained in a six month assignment for Company A as
applicable to the entire 10-year employment with that firm and to ensure offerors' proposals are evaluated on an equal
basis). Responsibilities shall be discussed in sufficient detail for each assignment so as to permit comparison with
desired experience levels in Section H. Specific examples of work assignments, accomplishments, and products shall
be provided.
(c) Phrases such as "assisted with", "participated in", or "supported" are UNACCEPTABLE except as
introductory to a detailed description of the actual work performed. If no such description is provided, the sentence
or bulleted information will NOT be considered in the resume evaluation process. This is because evaluators would
not be able to identify the specific technical work contributions made by the individual.
(d) Resume information is encouraged to be presented in bullet format. This will allow evaluators to focus on
relevant information.
(e) Offerors shall note that the lack of specific definition in job responsibilities, services performed or products
produced may be viewed as a lack of understanding of the Government’s overall technical requirements.
(f) All relevant military experience claimed shall be described such that each tour is treated as a separate
employer. Time frames/titles/ responsibilities shall be provided in accordance at the level of detail proscribed above.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
123 of 127
FINAL
Military experience not documented in this manner will not be considered.
(g) Gaps in experience shall be avoided to avoid confusion.
(h) The cut-off date for any experience claimed shall be the closing date of the solicitation.
k. PROFESSIONAL DEVELOPMENT – Show any honors, degrees, publications, professional licenses,
specialized certifications and other evidence of professional accomplishments that are directly relevant and impact the
offeror’s ability to perform under the Task Order For education and training, the following format is preferred:
Academic: Degree(s); Date(s); Institution; Major/Minor
Non-Academic: Course title, date(s), approximate length
Professional licenses and specialized certifications.
l. Certification of correctness of information signed and dated by both the person named and the offeror. The
employee certification shall include the following statement: CERTIFICATION: "I certify that the experience and
professional development described herein are complete and accurate in all respects. I consent to the disclosure of my
resume for NSWCDD Solicitation N00024-10-R-3123 by __________________________________ (insert
Company name) and intend to make myself available to work under any resultant contract to the extent proposed."
______________________________
Employee Signature and Date
_______________________________
Offeror Signature and Date
Resumes without this certification will be unacceptable and will not be considered. The employee certification shall
not be dated earlier than the issue date of this solicitation.
m. If the employee is not a current employee of the offeror (or a proposed subcontractor), a copy of the accepted offer
letter shall be provided. The letter shall identify the projected start date. The Cost Proposal shall include
documentation that identifies the agreed-to salary amount.
SEA 5252.242-9115 TECHNICAL INSTRUCTIONS (APR 1999)
(a) Performance of the work hereunder shall be subject to written technical instructions issued electronically by the
Contract Specialist on behalf of the Contracting Officer. As used herein, technical instructions are defined to include
the following:
(1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift work emphasis, fill in details
or otherwise serve to accomplish the contractual PWS.
(2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications or technical portions of
work description.
(b) Technical instructions must be within the general scope of work stated in the order. Technical instructions may
not be used to: (1) assign additional work under the order; (2) direct a change as defined in the "CHANGES" clause
of the basic contract; (3) increase or decrease the estimated order amount (including fee), as applicable, the level of
effort, or the time required for task order performance; or (4) change any of the terms, conditions or specifications of
the order.
(c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the order or is
inconsistent with this requirement, the Contractor shall notify the Contracting Officer in writing within ten (10)
working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by the
technical instruction unless and until the Contractor is notified by the Contracting Officer that the technical
instruction is within the scope of this order.
(d) Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performing that portion of
the contractual work statement which is not affected by the disputed technical instruction.
SUBCONTRACTORS/CONSULTANTS
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
124 of 127
FINAL
(a) In addition to the information required by FAR 52.244-2(e)(2) Alternate I, the contractor shall include the
following information in requests to add subcontractors or consultants during performance, regardless of subcontract
type or pricing arrangement.
(1) Acknowledgement that the proposed subcontractor is not on the Excluded Parties List (http://www.epls.gov/),
(2) Impact on subcontracting goals, and
(3) Impact on providing the support at the contracted value.
SAVINGS INITIATIVES
The following cost savings initiatives are required under this Task Order.
The above maximum rates are applicable to the prime contractor. If subcontracting is proposed, the prime contractor
is strongly encouraged to restrict subcontractor fixed fee to the lower of (a) the prime contractor’s fee under this order
or (b) the subcontractor’s SeaPort-e fixed fee rate where the subcontractor is also a prime contractor under SeaPort-e.
The purpose of this is the Government’s desire to avoid having it be more financially lucrative for a firm to be a
subcontractor rather than a prime contractor under SeaPort-e. The Government strongly encourages the prime
contractor to also implement this under Time and Materials subcontracts. Subcontractors may not earn fee on
ODC’s.
The Government also strongly encourages the prime contractor to eliminate “double pass-thru” costs by (1)
avoiding second tier subcontractors/consultants during performance and (2) where this situation is unavoidable,
limiting subcontractor pass-thru costs to the lower of (i) the prime contractor’s pass-thru rate under this order or (ii)
the subcontractor’s SeaPort-e pass-thru rate where the subcontractor is also a prime contractor under SeaPort-e.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
125 of 127
FINAL
SECTION I CONTRACT CLAUSES
CLAUSES INCORPORATED BY REFERENCE
52.224-1 Privacy Act Notification (APR 1984)
52-224-2 Privacy Act (APR 1984)
252.227-7038 PATENT RIGHTS - OWNERSHIP BY THE CONTRACTOR (LARGE BUSINESS)
CLAUSES INCORPORATED BY FULL TEXT:
52.217-9 OPTION OF EXTEND THE TERMS OF THE CONTRACT (MAR 2000) (NAVSEA
VARIATION) (MAR 2000)
(a) The Government may extend the term of this contract by written notice(s) to the Contractor within the
periods specified below. If more than one option exists, each option is independent of any other option,
and the Government has the right to unilaterally exercise any such option whether or not it has exercised
other options.
Item
Latest Option Exercise Date
7000
08/15/2014
9000
08/15/2014
(b) If the Government exercises this option, the extended contract shall be considered to include this option
clause.
(c) The total duration of this contract, including the exercise of any option(s) under this clause, shall not
exceed five (5) years, however, in accordance with paragraph (g) of the requirement of this contract entitled
"LEVEL OF EFFORT" (NAVSEA 5252.216-9122), if the total manhours delineated in paragraph (a) of the
LEVEL OF EFFORT requirement, have not been expended within the period specified above, the
Government may require the Contractor to continue to perform the work until the total number of
manhours specified in paragraph (a) of the aforementioned requirement have been expended.
SUBCONTRACTORS/CONSULTANTS
(a) In addition to the information required by FAR 52.244-2(f)(1)(vii) above, the contractor shall include the
following information in requests to add subcontractors or consultants during performance, regardless of
subcontract type or pricing arrangement.
(1) The results of negotiations to incorporate rate caps no higher than the lower of (i) SeaPort-e
rate caps for the prime contractor, or in the case where the proposed subcontractor is also a SeaPort-e prime,
(ii) rate caps that are no higher than the subcontractor's prime SeaPort-e contract.
(2) Detailed justifications to include second-tier subcontracting to other subcontractors or
consultants to include a rationale why these additional firms or consultants could not be obtained by
subcontracts or consulting agreements with the prime contractor.
(b) The Government strongly discourages T&M or Labor Hour pricing arrangements because the contractor
has little incentive to manage their labor force effectively or to control ODC costs. However, this type of
pricing arrangement is permitted. In these instances, the contractor shall provide specific justification for
negotiating subcontracts with this pricing arrangement. The prime contractor is strongly encouraged to
ensure that any fee rate incorporated into the negotiated labor rate(s) does not exceed SeaPort-e limitations.
In the case of subcontracts with T&M or Labor Hour pricing arrangements, also identify specific
additional surveillance/controls to be employed by the prime contractor to ensure that efficient performance
methods are being employed.
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
126 of 127
FINAL
CONTRACT NO.
DELIVERY ORDER NO.
AMENDMENT/MODIFICATION NO.
PAGE
N00178-04-D-4026
0008
81
127 of 127
SECTION J LIST OF ATTACHMENTS
Attachment J.1 - Performance Work Statement (PWS) (Mod 57)
Attachment J.2 - DD254 Revision 1 (Mod 60)
Attachment J.3 - COR Appointment Letter (Mod 57)
Attachment J.4 - Quality Assurance Surveillance Plan (QASP)
Attachment J.5 - ACOR Appointment Letter
Exhibit A - CDRLS
DISTRIBUTION:
Hard Copy:
File
EDA:
DFAS Columbus, South Entitlement HQ0338
DCMA Manassas S2404A
DCAA Herndon HAA721
CIA
Email Distrubution:
FINAL