Section a - Solicitation/Contract Form

Total Page:16

File Type:pdf, Size:1020Kb

Section a - Solicitation/Contract Form

1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF PAGES SOLICITATION, OFFER AND AWARD UNDER DPAS (15 CFR 700) 1 71 2. CONTRACT NO. 3. SOLICITATION NO. 4. TYPE OF SOLICITATION 5. DATE ISSUED 6. REQUISITION/PURCHASE NO. [ ] SEALED BID (IFB) N68335-10-R-0038 [ X ] NEGOTIATED (RFP) 13 Apr 2010 7. ISSUED BY CODE N68335 8. ADDRESS OFFER TO (If other than Item 7) CODE NAVAL AIR WARFARE CENTER AD (LKE) CODE 2521 HWY 547 BLDG 562-3 LAKEHURST NJ 08733-5082 TEL: See Item 7 TEL: FAX: FAX:

NOTE: In sealed bid solicitations "offer" and "offeror" m ean "bid" and "bidder". SOLICITATION 9. Sealed offers in original and 3 copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if handcarried, in the depository located in BLOCK 7 until 04:00 PM local time 13 May 2010 (Hour) (Date) CAUT ION - LAT E Submissions, Modifications, and W ithdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and conditions contained in this solicitation. 10. FOR INFORMATION A. NAME B. TELEPHONE (Include area code) (NO COLLECT CALLS) C. E-MAIL ADDRESS CALL: SARAH MCCARTY 732-323-4479 sarah.m ccarty @navy .m il 11. T ABLE OF CONT ENT S (X) SEC. DESCRIP T ION PAGE(S) (X) SEC. DESCRIP T ION P AGE(S) PART I - THE SCHEDULE PART II - CONTRACT CLAUSES X A SOLICIT AT ION/ CONT RACT FORM 1 - 2 X I CONT RACT CLAUSES 36 - 44 X B SUP PLIES OR SERVICES AND P RICES/ COST S 3 - 23 PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS X C DESCRIP T ION/ SP ECS./ W ORK ST AT EMENT 24 X J LIST OF AT T ACHMENT S 45 X D P ACKAGING AND MARKING 25 PART IV - REPRESENTATIONS AND INSTRUCTIONS X E INSP ECT ION AND ACCEPT ANCE 26 - 27 REP RESENT AT IONS, CERT IFICAT IONS AND X K X F DELIVERIES OR P ERFORMANCE 28 - 30 OT HER ST AT EMENT S OF OFFERORS 46 - 49 X G CONT RACT ADMINIST RAT ION DAT A 31 - 33 X L INST RS., CONDS., AND NOT ICES T O OFFERORS 50 - 69 X H SPECIAL CONT RACT REQUIREMENT S 34 - 35 X M EVALUAT ION FACT ORS FOR AW ARD 70 - 71 OFFER (Must be fully completed by offeror) NOT E: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. 12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a different period is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule. 13. DISCOUNT FOR P ROMP T PAYMENT (See Section I, Clause No. 52.232-8) 14. ACKNOW LEDGMENT OF AMENDMENT S AMENDMENT NO. DAT E AMENDMENT NO. DAT E (T he offeror acknowledges receipt of amendments to the SOLICIT AT ION for offerors and related documents numbered and dated): 15A. NAME CODE FACILIT Y 16. NAME AND T IT LE OF P ERSON AUT HORIZED T O AND SIGN OFFER (T ype or print) ADDRESS OF OFFEROR

15B. T ELEP HONE NO (Include area code) 15C. CHECK IF REMITTANCE ADDRESS 17. SIGNAT URE 18. OFFER DAT E IS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE. AWARD (To be completed by Government) 19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION

22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 23. SUBMIT INVOICES T O ADDRESS SHOW N IN IT EM 10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( ) (4 copies unless otherwise specified) 24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE

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

TEL: EMAIL: (Signature of Contracting Officer) IMP ORT ANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice. Previous Edition is Unusable 33-134 STANDARD FORM 33 (REV. 9-97) Prescribed by GSA FAR (48 CFR) 53.214(c) N68335-10-R-0038

Page 2 of 70

Section A - Solicitation/Contract Form

1. This will be a three (3) year Fixed-Price, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for the procurement of four (4) Pilot Production Units and up to 55 production units of the Land-based Glovebox Abrasive Blast Unit (GABU) in accordance with Section J, Attachment 001, "Statement of Work," dated 29 October 2009; Attachment 002, “DD Form 1423, CDRL Exhibits A-C,” dated 3 August 2009; Attachment 003, "Performance Specification," dated 29 October 2009; and Attachment 004, “Acquisition Logistics Support Statement of Work,” dated 30 October 2009.

2. This solicitation is a 100% Small Business Set Aside.

3. The guaranteed minimum for the contract is four (4) Pilot Production GABUs and will be met on Delivery Order 0001 upon award of the basic contract.

4. The maximum quantity of items to be procured over the life of this contract shall not exceed a total of 55 production units.

5. Delivery Orders for Production Year One may be placed through 730 days after contract award (DAC).

Delivery Orders for Production Year Two may be placed from 731 DAC through 1095 DAC.

6. The Government point of contact is:

Sarah McCarty Contract Specialist [email protected]

7. Mail Proposals to: NAWCAD Contracts Dept. Attn: Sarah McCarty, Code: 2.5.2.1.1 HWY 547 Bldg, 562-3 Lakehurst, NJ 08733

Sealed offers in original and three copies for furnishing the supplies or services in the Schedule are due by 04:00 PM Eastern Time on 13 May 2010.

N68335-10-R-0038

Page 3 of 70

Section B - Supplies or Services and Prices

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0001 4 Each Pilot Production Units FFP Glovebox Abrasive Blast Unit (GABU) Pilot Production Units in accordance with Section J, Attachment 001, "Statement of Work," dated 29 October 2009; Attachment 003, "Performance Specification," dated 29 October 2009; and Attachment 004, "Acquisition Logistics Support Statement of Work," dated 30 October 2009. FOB: Destination

MAX NET AMT

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0002 1 Lot Safety Hazard Analysis FFP IAW SOW Paragraph 2.1 and Exhibit A, CDRL A001 FOB: Destination

MAX NET AMT

N68335-10-R-0038

Page 4 of 70

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0003 1 Lot Program Schedule FFP IAW SOW Paragraph 4.1 and Exhibit B, CDRL B001 FOB: Destination

MAX NET AMT

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0004 1 Lot Technical Review Agenda FFP IAW SOW Paragraph 5.1 and Exhibit C, CDRL C001 FOB: Destination

MAX NET AMT

N68335-10-R-0038

Page 5 of 70

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0005 1 Lot Technical Review Minutes FFP IAW SOW Paragraph 5.2 and Exhibit C, CDRL C002 FOB: Destination

MAX NET AMT

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0006 1 Lot Pilot Production Test I Procedures FFP IAW SOW Paragraph 6.1.1.1 and Exhibit C, CDRL C003 FOB: Destination

MAX NET AMT

N68335-10-R-0038

Page 6 of 70

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0007 1 Lot Pilot Production Test I Testing FFP PPT I Testing for CLIN 0001 IAW SOW 6.1.1 FOB: Destination

MAX NET AMT

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0008 1 Lot Pilot Production Test I Report FFP IAW SOW Paragraph 6.1.1.2 and Exhibit C, CDRL C004 FOB: Destination

MAX NET AMT

N68335-10-R-0038

Page 7 of 70

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0009 1 Lot Pilot Production Test II Procedures FFP IAW SOW Paragraph 6.1.2.1 and Exhibit C, CDRL C005 FOB: Destination

MAX NET AMT

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0010 1 Lot Pilot Production Test II Testing FFP PPT II Testing for CLIN 0001 IAW SOW 6.1.2 FOB: Destination

MAX NET AMT

N68335-10-R-0038

Page 8 of 70

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0011 1 Lot Pilot Production Test II Report FFP IAW SOW Paragraph 6.1.2.2 and Exhibit C, CDRL C006 FOB: Destination

MAX NET AMT

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0012 1 Lot Failure and Resolution Report FFP IAW SOW Paragraph 6.1.3 and Exhibit C, CDRL C007 FOB: Destination

MAX NET AMT

N68335-10-R-0038

Page 9 of 70

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0013 1 Lot RADR Resolution Report FFP IAW SOW Paragraph 6.2.1 and Exhibit C, CDRL C008 FOB: Destination

MAX NET AMT

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0014 1 Lot On-site Trip Report FFP IAW SOW Paragraph 6.2.2 and Exhibit C, CDRL C009 FOB: Destination

MAX NET AMT

N68335-10-R-0038

Page 10 of 70

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0015 1 Lot Maintainability Demonstration Plan FFP IAW SOW Paragraph 6.3.1 and Exhibit C, CDRL C010 FOB: Destination

MAX NET AMT

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0016 1 Lot Maintainability Demonstration Report FFP IAW SOW Paragraph 6.3.2 and Exhibit C, CDRL C011 FOB: Destination

MAX NET AMT

N68335-10-R-0038

Page 11 of 70

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0017 1 Lot Production Acceptance Test Procedures FFP IAW SOW Paragraph 7.1.1 and Exhibit C, CDRL C012 FOB: Destination

MAX NET AMT

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0018 1 Lot Production Acceptance Test Report FFP IAW SOW Paragraph 7.1.2 and Exhibit C, CDRL C013 FOB: Destination

MAX NET AMT

N68335-10-R-0038

Page 12 of 70

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0019 1 Lot Installation Drawing FFP IAW SOW Paragraph 8 and Exhibit C, CDRL C014 FOB: Destination

MAX NET AMT

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0020 1 Lot Interim Support Items List (ISIL) FFP IAW ALSSOW Paragraph 8.1 and Exhibit L, CDRL L001 FOB: Destination

MAX NET AMT

N68335-10-R-0038

Page 13 of 70

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0021 1 Lot Engineering Data For Provisioning (EDFP) FFP IAW ALSSOW Paragraph 8.2 and Exhibit L, CDRL L002 FOB: Destination

MAX NET AMT

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0022 1 Lot Provisioning Parts List (PPL) FFP IAW ALSSOW Paragraph 8.3 and Exhibit L, CDRL L003 FOB: Destination

MAX NET AMT

N68335-10-R-0038

Page 14 of 70

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0023 1 Lot Statement of Prior Submission (SPS) FFP IAW ALSSOW Paragraph 8.4 and Exhibit L, CDRL L004 FOB: Destination

MAX NET AMT

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0024 1 Lot Design Change Notice (DCN) FFP IAW ALSSOW Paragraph 8.5 and Exhibit L, CDRL L005 FOB: Destination

MAX NET AMT

N68335-10-R-0038

Page 15 of 70

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0025 1 Lot Technical Manuals Validation Certificate FFP IAW ALSSOW Paragraph 5.2 and Exhibit L, CDRL L006 FOB: Destination

MAX NET AMT

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0026 1 Lot Technical Manual FFP IAW ALSSOW Paragraph 5.1 and Exhibit L, CDRL L007 FOB: Destination

MAX NET AMT

N68335-10-R-0038

Page 16 of 70

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0027 1 Lot Technical Manual Evaluation Records Rpt FFP IAW ALSSOW Paragraph 5.4.1 and Exhibit L, CDRL L008 FOB: Destination

MAX NET AMT

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0028 1 Lot Familiarization Training for TECHEVAL FFP Training Requirement: Familiarization Training for TECHEVAL IAW ALSSOW Paragraph 9.1.2 and Exhibit L, CDRL L009 FOB: Destination

MAX NET AMT

N68335-10-R-0038

Page 17 of 70

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0029 1 Lot Initial Factory Training FFP Training Requirement: Initial Factory Training IAW ALSSOW Paragraph 9.1.3 and Exhibit L, CDRL L010 FOB: Destination

MAX NET AMT

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0030 1 Lot Item Unique Identification (IUID) Plan FFP IAW ALSSOW Paragraph 10.0 and Exhibit L, CDRL L011 FOB: Destination

MAX NET AMT

N68335-10-R-0038

Page 18 of 70

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0031 1 Lot CMRS Report FFP Calibration and Measurement Requirements Summary (CMRS) Report IAW ALSSOW Paragraph 6.1 and Exhibit L, CDRL L012 FOB: Destination

MAX NET AMT

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0032 1 Lot LMI Summaries FFP Logistics Management Information (LMI) Candidate List IAW ALSSOW Paragraph 7.1 and Exhibit L, CDRL L013 FOB: Destination

MAX NET AMT

N68335-10-R-0038

Page 19 of 70

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0033 1 Lot Source Data for Forecasting DMSMS -- BOM FFP Source Data for Forecasting Diminishing Manufacturing Sources & Material Shortages (DMSMS) -- Bill of Materials (BOM) IAW ALSSOW Paragraph 11.2 and Exhibit L, CDRL L014 FOB: Destination

MAX NET AMT

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0034 1 Lot Logistics Meeting Minutes FFP Report, Record of Meeting/Minutes IAW ALSSOW Paragraph 12.0 and Exhibit L, CDRL L015 FOB: Destination

MAX NET AMT

N68335-10-R-0038

Page 20 of 70

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0035 55 Each Production Year 1 -- GABU -- EAST COAST FFP Production Units in accordance with Section J, Attachment 001, "Statement of Work," dated 29 October 2009; Attachment 003, "Performance Specification," dated 29 October 2009; and Attachment 004, "Acquisition Logistics Support Statement of Work," dated 30 October 2009. The unit price for this CLIN includes shipping costs for production units with EAST COAST deliveries.

Quantity Unit Price 1-10 EA $ 11-20 EA $ 21-35 EA $ 36-55 EA $ FOB: Destination

MAX NET AMT

N68335-10-R-0038

Page 21 of 70

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0036 55 Each Production Year 1 -- GABU -- WEST COAST FFP Production Units in accordance with Section J, Attachment 001, "Statement of Work," dated 29 October 2009; Attachment 003, "Performance Specification," dated 29 October 2009; and Attachment 004, "Acquisition Logistics Support Statement of Work," dated 30 October 2009. The unit price for this CLIN includes shipping costs for production units with WEST COAST deliveries.

Quantity Unit Price 1-10 EA $ 11-20 EA $ 21-35 EA $ 36-55 EA $ FOB: Destination

MAX NET AMT

N68335-10-R-0038

Page 22 of 70

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0037 55 Each Production Year 2 -- GABU -- EAST COAST FFP Production Units in accordance with Section J, Attachment 001, "Statement of Work," dated 29 October 2009; Attachment 003, "Performance Specification," dated 29 October 2009; and Attachment 004, "Acquisition Logistics Support Statement of Work," dated 30 October 2009. The unit price for this CLIN includes shipping costs for production units with EAST COAST deliveries.

Quantity Unit Price 1-10 EA $ 11-20 EA $ 21-35 EA $ 36-55 EA $ FOB: Destination

MAX NET AMT

N68335-10-R-0038

Page 23 of 70

ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0038 55 Each Production Year 2 -- GABU -- WEST COAST FFP Production Units in accordance with Section J, Attachment 001, "Statement of Work," dated 29 October 2009; Attachment 003, "Performance Specification," dated 29 October 2009; and Attachment 004, "Acquisition Logistics Support Statement of Work," dated 30 October 2009. The unit price for this CLIN includes shipping costs for production units with WEST COAST deliveries.

Quantity Unit Price 1-10 EA $ 11-20 EA $ 21-35 EA $ 36-55 EA $ FOB: Destination

MAX NET AMT

N68335-10-R-0038

Page 24 of 70

Section C - Descriptions and Specifications

Land-based GABUs shall be provided in accordance with Section J, Attachment 001, "Statement of Work," dated 29 October 2009; Attachment 002, “DD Form 1423, CDRL Exhibits A-C,” dated 3 August 2009; Attachment 003, "Performance Specification," dated 29 October 2009; and Attachment 004, “Acquisition Logistics Support Statement of Work,” dated 30 October 2009.

CLAUSES INCORPORATED BY FULL TEXT

5252.211-9509 INCORPORATION OF THE CONTRACTOR'S TECHNICAL PROPOSAL (NAVAIR) (OCT 2005) The Contractor's Technical Proposal Number [TBD], dated [TBD], and any amendments/addendums thereof, is incorporated herein by reference, unless otherwise specified, with the same force and effect as if set forth in full text. Nothing in the Contractor's proposal shall constitute a waiver of any of the provisions of the contract, including the Statement(s) of Work and Specification. For purposes of FAR Clause 52.215-8, “Order of Precedence,” the Contractor's technical proposal shall be considered a “Specification,” but the Government's Specification shall take precedence over the Contractor's technical proposal.

N68335-10-R-0038

Page 25 of 70

Section D - Packaging and Marking

Packaging and marking shall be in accordance with Section J, Attachment 001, "Statement of Work," dated 29 October 2009 and Attachment 003, "Performance Specification," dated 29 October 2009.

CLAUSES INCORPORATED BY FULL TEXT

5252.247-9503 MARKING OF WARRANTED ITEMS (NAVAIR) (OCT 2005) (a) Each item covered by a warranty shall be stamped or marked in accordance with MIL-STD-129, Marking for Shipment and Storage, and MIL-STD-130, Identification Marking of U.S. Military Property, current at the date of award. Where this is impracticable, written notice shall be attached to or furnished with the warranted item. (b) Each item covered by a warranty shall have a written notice attached to or furnished with the warranted item, and marked with the following: (1) National stock number or manufacturer’s part number. (2) Serial number or other item identifier (if the warranty applies to uniquely identified items). (3) Contract number. (4) Indication that a warranty applies. (5) Manufacturer or entity (if other than the contractor) providing the warranty. (6) Date or time when the warranty expires. (7) Indication of whether or not attempted on-site repair by Government personnel will void the warranty.

CLAUSES INCORPORATED BY FULL TEXT

5252.247-9508 PROHIBITED PACKING MATERIALS (NAVAIR) (JUN 1998) The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hydroscopic or non-neutral material) is prohibited. In addition, loose fill polystyrene is prohibited for shipboard use.

N68335-10-R-0038

Page 26 of 70

Section E - Inspection and Acceptance

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Origin Government Origin Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government 0007 Origin Government Origin Government 0008 Destination Government Destination Government 0009 Destination Government Destination Government 0010 Origin Government Origin Government 0011 Destination Government Destination Government 0012 Destination Government Destination Government 0013 Destination Government Destination Government 0014 Destination Government Destination Government 0015 Destination Government Destination Government 0016 Destination Government Destination Government 0017 Destination Government Destination Government 0018 Destination Government Destination Government 0019 Destination Government Destination Government 0020 Destination Government Destination Government 0021 Destination Government Destination Government 0022 Destination Government Destination Government 0023 Destination Government Destination Government 0024 Destination Government Destination Government 0025 Destination Government Destination Government 0026 Destination Government Destination Government 0027 Destination Government Destination Government 0028 Origin Government Origin Government 0029 Origin Government Origin Government 0030 Destination Government Destination Government 0031 Destination Government Destination Government 0032 Destination Government Destination Government 0033 Destination Government Destination Government 0034 Destination Government Destination Government 0035 Origin Government Origin Government 0036 Origin Government Origin Government 0037 Origin Government Origin Government 0038 Origin Government Origin Government

Inspection and/or Acceptance at Origin shall be by the cognizant DCMA office.

CLAUSES INCORPORATED BY REFERENCE

52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.246-16 Responsibility For Supplies APR 1984 N68335-10-R-0038

Page 27 of 70

252.246-7000 Material Inspection And Receiving Report MAR 2008

CLAUSES INCORPORATED BY FULL TEXT

5252.246-9512 INSPECTION AND ACCEPTANCE (NAVAIR) (OCT 2005) (a) Inspection and acceptance of the supplies or services to be furnished hereunder shall be performed by the cognizant Contract Administration Office (CAO) at the contractor’s facility for the applicable CLINs where inspection and/or acceptance is at Origin. (b) Acceptance of all Contract Line Items/Sub Line Items (CLINs/SLINs) shall be made by signature of the accepting authority on a DD 250 submitted through the WAWF system. Acceptance will only occur when the accepting authority is sure that inspections performed demonstrate compliance with contract requirements.

5252.246-9514 INSPECTION AND ACCEPTANCE OF TECHNICAL DATA AND INFORMATION (NAVAIR) (FEB 1995) Inspection and acceptance of technical data and information will be performed by the Procuring Contracting Officer (PCO) or his duly authorized representative. Inspection of technical data and information will be performed by ensuring successful completion of the requirements set forth in the DD Form 1423, Contract Data Requirements List (CDRL) and incorporation/resolution of Government review comments on the data items. Acceptance will be evidenced by execution of an unconditional DD Form 250, Material Inspection and Receiving Report, as appropriate, and/or upon receipt of a second endorsement acceptance by the PCO on the attachment to this contract entitled [Attachment Not Applicable. Any second endorsement of the Data Item acceptance/rejection, if provided by the PCO, shall be by Letter on official Navy letterhead]. The attached form will not be used for high cost data such as drawings, specifications, and technical manuals.

N68335-10-R-0038

Page 28 of 70

Section F - Deliveries or Performance

CLAUSES INCORPORATED BY REFERENCE

52.211-17 Delivery of Excess Quantities SEP 1989 52.242-15 Stop-Work Order AUG 1989 52.242-17 Government Delay Of Work APR 1984 52.247-34 F.O.B. Destination NOV 1991 52.247-48 F.O.B. Destination--Evidence Of Shipment FEB 1999

CLAUSES INCORPORATED BY FULL TEXT

52.211-8 TIME OF DELIVERY (JUN 1997) (a) The Government requires delivery to be made according to the following schedule:

ITEM MAX WITHIN DAYS AFTER DATE OF DELIVERY ADDRESS NUMBER QTY CONTRACT (DAC) AWARD 0001 4 EA The Contractor shall begin Pilot Production Patuxent River, MD (specific Testing I within 149 days after contract award address to be provided at a (DAC) (SOW paragraph 6.0). later date). FOB: DESTINATION The Contractor shall notify the Government at least 14 days prior to the start of Pilot Production Testing I (SOW paragraph 6.0).

Pilot Production Test I Procedures shall be submitted at least 91 DAC (CDRL C003).

Upon completion of Pilot Production Test I, the PPUs shall be divided between the Government and the contractor for further testing and delivered to the Government within 209 DAC.

Pilot Production Test II Procedures shall be submitted at least 181 DAC (CDRL C005).

Pilot Production Test II Report shall be delivered within 21 days after completion of all Pilot Production Test II testing (CDRL C006).

Upon completion of TECHEVAL, the Government will return pilot production units to the Contractor for refurbishment. The Contractor shall refurbish the pilot production units to production level standards and re-deliver to the Government as production units (SOW paragraph 6.2). 0002 - 1 LO IAW DD FORM 1423 IAW DD FORM 1423 0034 FOB: DESTINATION DODAAC: N68335 N68335-10-R-0038

Page 29 of 70

0035 MAX PRODUCTION YEAR 1 -- GABU – EAST TBD (SEE NOTE 2 BELOW) 55 EA COAST FOB: DESTINATION Production units shall be delivered within 150 days after award of the delivery order at a rate of four (4) units per month provided that release for production has been authorized. SEE NOTE 1 BELOW 0036 MAX PRODUCTION YEAR 1 -- GABU – WEST TBD (SEE NOTE 2 BELOW) 55 EA COAST FOB: DESTINATION Production units shall be delivered within 150 days after award of the delivery order at a rate of four (4) units per month provided that release for production has been authorized. SEE NOTE 1 BELOW 0037 MAX PRODUCTION YEAR 2 -- GABU – EAST TBD (SEE NOTE 2 BELOW) 55 EA COAST FOB: DESTINATION Production units shall be delivered within 150 days after award of the delivery order at a rate of four (4) units per month provided that release for production has been authorized. SEE NOTE 1 BELOW 0038 MAX PRODUCTION YEAR 2 -- GABU – WEST TBD (SEE NOTE 2 BELOW) 55 EA COAST FOB: DESTINATION Production units shall be delivered within 150 days after award of the delivery order at a rate of four (4) units per month provided that release for production has been authorized. SEE NOTE 1 BELOW NOTE 1: The issuance of production delivery orders and release for production are separate events. Both must occur before production may commence. In no case will release for production be granted prior to successful completion of pilot-production testing and technical evaluation.

NOTE 2: Exact address(es) and quantity(ies) will be provided with each individual delivery order.

The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above will be considered nonresponsive and rejected. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply. OFFEROR'S PROPOSED DELIVERY SCHEDULE ------WITHIN DAYS AFTER ITEM NO.QUANTITY DATE OF CONTRACT ------

N68335-10-R-0038

Page 30 of 70

(b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed or otherwise furnished to the successful offeror, results in a binding contract. The Government will mail or otherwise furnish to the offeror an award not later than the day award is dated. Therefore, the offeror should compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor’s date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term “working day” excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected.

5252.216-9506 MINIMUM AND MAXIMUM QUANTITIES (NAVAIR) (MAR 1999) As referred to in paragraph (b) of FAR 52.216-22 " Indefinite Quantity" of this contract, the contract minimum quantity is [four (4) Pilot Production Units]; the maximum quantity is [55 production units].

5252.247-9505 TECHNICAL DATA AND INFORMATION (NAVAIR) (FEB 1995) Technical Data and Information shall be delivered in accordance with the requirements of the Contract Data Requirements List, DD Form 1423, Exhibit [A, B, C and L], attached hereto, and the following: (a) The contractor shall concurrently deliver technical data and information per DD Form 1423, Blocks 12 and 13 (date of first/subsequent submission) to all activities listed in Block 14 of the DD Form 1423 (distribution and addresses) for each item. Complete addresses for the abbreviations in Block 14 are shown in paragraph (g) below. Additionally, the technical data shall be delivered to the following cognizant codes, who are listed in Block 6 of the DD Form 1423. (1) PCO, Code [25211]. (2) ACO, Code [TBD]. (b) Partial delivery of data is not acceptable unless specifically authorized on the DD Form 1423, or unless approved in writing by the PCO. (c) The Government review period provided on the DD Form 1423 for each item commences upon receipt of all required data by the technical activity designated in Block 6. (d) A copy of all other correspondence addressed to the Contracting Officer relating to data item requirements (i.e., status of delivery) shall also be provided to the codes reflected above and the technical activity responsible for the data item per Block 6, if not one of the activities listed above. (e) The PCO reserves the right to issue unilateral modifications to change the destination codes and addresses for all technical data and information at no additional cost to the Government. (f) Unless otherwise specified in writing, rejected data items shall be resubmitted within thirty (30) days after receipt of notice of rejection. (g) DD Form 1423, Block 14 Mailing Addresses: [See CDRLs]

N68335-10-R-0038

Page 31 of 70

Section G - Contract Administration Data

CLAUSES INCORPORATED BY REFERENCE

252.204-7006 Billing Instructions OCT 2005

CLAUSES INCORPORATED BY FULL TEXT

5252.201-9502 CONTRACTOR’S AUTHORIZED CONTRACT COORDINATOR AND TECHNICAL LIAISON (NAVAIR)(OCT 2005) (a) The contractor shall state below the name and telephone numbers of the contractor’s employees responsible for coordination of contract functions/liaison with the Contracting Officer and/or Contract administrator, and providing technical assistance as required regarding product specifications, functionality, etc. CONTRACT COORDINATOR: NAME: ______PHONE (BUS.): ______E-MAIL (BUS.): ______ALTERNATE: NAME: ______PHONE (BUS.): ______E-MAIL (BUS.): ______(b) The contractor shall notify the Contracting Officer and/or Contract Administrator in advance, in writing, of any changes in the above listed personnel.

CLAUSES INCORPORATED BY FULL TEXT

5252.204-9503 EXPEDITING CONTRACT CLOSEOUT (NAVAIR) (JAN 2007) (a) As part of the negotiated fixed price or total estimated amount of this contract, both the Government and the Contractor have agreed to waive any entitlement that otherwise might accrue to either party in any residual dollar amount of $1,000 or less at the time of final contract closeout. The term "residual dollar amount" shall include all money that would otherwise be owed to either party at the end of the contract, except that, amounts connected in any way with taxation, allegations of fraud and/or antitrust violations shall be excluded. For purposes of determining residual dollar amounts, offsets of money owed by one party against money that would otherwise be paid by that party might be considered to the extent permitted by law. (b) This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It is agreed that the administrative costs for either party associated with collecting such small dollar amounts could exceed the amount to be recovered.

CLAUSES INCORPORATED BY FULL TEXT

5252.232-9504 SPECIAL PAY INSTRUCTIONS FOR PAYING OFFICE (NAVAIR) (MAY 2006) N68335-10-R-0038

Page 32 of 70

(a) Invoices submitted for payment, which do not contain contract line item number (CLIN) (or subline item number (SLIN), if any) and the accounting classification references number (ACRN) information, will be returned for correction. (b) The disbursement of funds will be by the CLIN/SLIN/ACRN designation. (c) If progress payments are authorized, payments will be made against the unliquidated balance of all applicable CLINs/SLINs.

CLAUSES INCORPORATED BY FULL TEXT

5252.232-9511 NOTICE OF REQUIREMENTS FOR PROMPT PAYMENT (NAVAIR) (MAR 2006) The Government anticipates that this contract will be distributed to Defense Finance and Accounting Service (DFAS) by the DOD Electronic Document Access (EDA) system. DFAS is responsible for payment of contractor invoices. (a) In accordance with FAR Clause 52.232-33 "Payment By Electronic Funds Transfer--Central Contractor Registration", the contractor is responsible for providing updated information to the Central Contractor Register (CCR) database. Additionally, the contractor is responsible for maintaining its active status in the CCR database. (b) If the DUNS, CAGE code, TIN or address set forth in the contract do not match the information in the CCR, then DFAS will return invoices without payment. Therefore, it is imperative that the contractor ensure the DUNS, CAGE code, TIN and contractor address on the contract are accurate and in compliance with the CCR database. Additionally, any changes/updates made to the CCR database should be communicated to the Contracting Officer for the purpose of modifying the contract to reflect the new data.

CLAUSES INCORPORATED BY FULL TEXT

5252.232-9513 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (MAR 2009) (a) The following information is provided to assist the contractor in submitting invoices and receiving reports electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF) in accordance with DFARS 252.232-7003: (1) Registration instructions, on-line training, user guides, quick reference guides, and other support documents and information can be found at the following website: WAWF Overview (2) Vendors should contact the following POCs for additional support with registration or other WAWF issues, based on the administration of their contract: (i) DCMA-administered contracts: Contact the ACO at the cognizant Defense Contract Management Agency (DCMA) office found in the contract. (ii) Locally-administered contracts: Contact your local NAVAIR/NAWC Pay Office (Commercial Accounts) at [Insert phone number] or DFAS via the numbers listed at www.dfas.mil (3) Information on the electronic forms the contractor shall utilize to comply with DFARS 252.232-7003 is available on the WAWF Functional Information and WAWF Training websites. (4) Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for the size of files per invoice is 5 megabytes. (b) The following information, regarding invoice routing DODAACs, must be entered for completion of the invoice in WAWF: DoDAAC LOCATION TABLE -Select Combo for Fixed Price Supplies and Services -Select Cost Voucher for all Cost or T&M or CLINs. -The 2-in-1 invoice is not authorized for use by NAVAIR N68335-10-R-0038

Page 33 of 70

-Questions? Call 1-866-618-5988 Located in Block DoDAAC DD1155 DD1155 SF1449 Description (Destination (Source/Origin SF26 SF33 SF1449 (Destination Acceptance) Acceptance) Acceptance) Issuing Office 6 6 5 7 7 9 DoDAAC Administrating 7 7 6 24 26 16 Office DoDAAC Inspector's See See See See See 11 DoDAAC Schedule Schedule Schedule Schedule Schedule Service Acceptor See See See 14 11 15 DoDAAC Schedule Schedule Schedule Pay Office 15 16 12 25 27 18a DoDAAC (c) Cost Vouchers also require the cognizant DCAA DoDAAC, which can be found by entering the contractor’s zip code in the Audit Office Locator at http://www.dcaa.mil. Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Final voucher submission will be approved by the ACO. (d) For each invoice / cost voucher submitted for payment, the contractor shall also email the WAWF automated invoice notice directly to the following additional points of contact: Name (or Clause w/Name) Email Phone Role See: 5252.201-9500 or Technical Point of 5252.201-9501 Contact or Contracting Officer's Representative N68335-10-R-0038

Page 34 of 70

Section H - Special Contract Requirements

Contractor-Furnished Property

(First Article (Pilot Production) Testing)

(a) The Contractor shall deliver to the Government, at the time and locations stated in this contract, the Contractor- furnished property described in Federal Acquisition Regulation 52.209-4, First Article Approval – Government Testing and the Statement of Work.

(b) Title to Contractor-furnished property shall remain in the Contractor. The Government shall use the Contractor- furnished property only in connection with this contract in accordance with Federal Acquisition Regulation 52.209- 4, First Article Approval – Government Testing.

(c) Upon delivery of Contractor-furnished property to the Government, the Government assumes the risk and responsibility for its loss or damage, except:

(1) For reasonable wear and tear; (2) Consumables provided by the contractor ; and (3) As otherwise provided for by the provisions of this contract.

(d) In the event of loss or irreparable damage to the Contractor-furnished property, the maximum liability of the Government shall not exceed the price for the property as proposed by the Contractor in this solicitation.

(e) Upon completion of First Article (Pilot Production) Testing, and approval, in accordance with Federal Acquisition Regulation 52.209-4, First Article Approval – Government Testing, title to the Contractor-furnished property will pass to and vest in the Government.

CLAUSES INCORPORATED BY FULL TEXT

5252.210-9501 AVAILABILITY OF UNIQUE DATA ITEM DESCRIPTIONS (UDIDs) AND DATA ITEM DESCRIPTIONS (DIDs) (NAVAIR) (OCT 2005) Access Procedures for Acquisition Management System and Data Requirements Control List (AMSDL), DoD 5010.12-L, and DIDs listed therein. The AMSDL and all DIDs and UDIDs listed therein are available online via the Acquisition Streamlining and Standardization Information System located at http://assist.daps.dla.mil. To access these documents, select the Quick Search link on the site home page.

5252.216-9512 PAPERLESS CONTRACTING (NAVAIR) (JUN 2009) (a) Orders and requests for proposals are hereby authorized to be issued by facsimile or by electronic commerce (including e-mail and paperless methods of delivery). Nothing in this contract should be read to prohibit these types of orders. In the event of a conflict with any other provision of this contract, this clause shall govern. (b) To the extent the terms “ written” , “ mailed” , or “ physically delivered” appear in other provisions of this contract, these terms are hereby defined to explicitly include electronic commerce, email, or paperless delivery methods. N68335-10-R-0038

Page 35 of 70

5252.243-9504 AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (NAVAIR) (JAN 1992) (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the contractor’s facilities or in any other manner communicates with contractor personnel during the performance of this contract shall constitute a change under the “Changes” clause of this contract. (b) The contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer’s. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is:

Cindy Scheper Naval Air Warfare Center - Aircraft Division Highway 547, Bldg 562-3 Lakehurst, NJ 08733 Phone Number: 732-323-2408 Email: [email protected]

N68335-10-R-0038

Page 36 of 70

Section I - Contract Clauses

CLAUSES INCORPORATED BY REFERENCE

52.202-1 Definitions JUL 2004 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures JUL 1995 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal orJAN 1997 Improper Activity 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity JAN 1997 52.203-12 Limitation On Payments To Influence Certain Federal SEP 2007 Transactions 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-7 Central Contractor Registration APR 2008 52.209-6 Protecting the Government's Interest When Subcontracting SEP 2006 With Contractors Debarred, Suspended, or Proposed for Debarment 52.211-5 Material Requirements AUG 2000 52.215-2 Audit and Records--Negotiation MAR 2009 52.215-8 Order of Precedence--Uniform Contract Format OCT 1997 52.215-11 Price Reduction for Defective Cost or Pricing Data-- OCT 1997 Modifications 52.215-13 Subcontractor Cost or Pricing Data--Modifications OCT 1997 52.215-14 Integrity of Unit Prices OCT 1997 52.215-21 Requirements for Cost or Pricing Data or Information Other OCT 1997 Than Cost or Pricing Data--Modifications 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.219-8 Utilization of Small Business Concerns MAY 2004 52.219-14 Limitations On Subcontracting DEC 1996 52.222-19 Child Labor -- Cooperation with Authorities and Remedies AUG 2009 52.222-20 Walsh-Healey Public Contracts Act DEC 1996 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans SEP 2006 of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans SEP 2006 Of The Vietnam Era, and Other Eligible Veterans 52.222-50 Combating Trafficking in Persons FEB 2009 52.222-54 Employment Eligibility Verification JAN 2009 52.223-6 Drug-Free Workplace MAY 2001 52.223-14 Toxic Chemical Release Reporting AUG 2003 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.227-1 Authorization and Consent DEC 2007 52.227-2 Notice And Assistance Regarding Patent And Copyright DEC 2007 Infringement 52.229-3 Federal, State And Local Taxes APR 2003 52.232-1 Payments APR 1984 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-9 Limitation On Withholding Of Payments APR 1984 52.232-11 Extras APR 1984 52.232-23 Alt I Assignment of Claims (Jan 1986) - Alternate I APR 1984 N68335-10-R-0038

Page 37 of 70

52.232-25 Prompt Payment OCT 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor OCT 2003 Registration 52.233-1 Disputes JUL 2002 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.242-13 Bankruptcy JUL 1995 52.243-1 Changes--Fixed Price AUG 1987 52.244-6 Subcontracts for Commercial Items DEC 2009 52.246-23 Limitation Of Liability FEB 1997 52.248-1 Value Engineering FEB 2000 52.249-2 Termination For Convenience Of The Government (Fixed- MAY 2004 Price) 52.249-8 Default (Fixed-Price Supply & Service) APR 1984 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD JAN 2009 Officials 252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense- DEC 2008 Contract-Related Felonies 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991 252.209-7004 Subcontracting With Firms That Are Owned or Controlled ByDEC 2006 The Government of a Terrorist Country 252.215-7000 Pricing Adjustments DEC 1991 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7006 Quarterly Reporting of Actual Contract Performance Outside MAY 2007 the United States 252.225-7008 Restriction on Acquisition of Speciality Metals JUL 2009 252.225-7009 Restriction on Acquisition of Certain Articles Containing JUL 2009 Speciality Metals 252.225-7012 Preference For Certain Domestic Commodities DEC 2008 252.225-7013 Duty-Free Entry DEC 2009 252.227-7013 Rights in Technical Data--Noncommercial Items NOV 1995 252.227-7037 Validation of Restrictive Markings on Technical Data SEP 1999 252.231-7000 Supplemental Cost Principles DEC 1991 252.232-7003 Electronic Submission of Payment Requests and Receiving MAR 2008 Reports 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7023 Transportation of Supplies by Sea MAY 2002 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000

CLAUSES INCORPORATED BY FULL TEXT

52.209-3 FIRST ARTICLE APPROVAL--CONTRACTOR TESTING (SEP 1989) N68335-10-R-0038

Page 38 of 70

*******ALL FIRST ARTICLE TEST REQUIREMENTS SHALL BE IN ACCORDANCE WITH THE STATEMENT OF WORK, DATA ITEMS, SECTION B, AND ALL OTHER TERMS AND CONDITIONS SET FORTH IN THIS SOLICITATION AND CONTRACT.********

(a) The Contractor shall test the Pilot Production Units under CLIN 0001 as specified in this contract. At least 14 calendar days before the beginning of first article tests, the Contractor shall notify the Contracting Officer, in writing, of the time and location of the testing so that the Government may witness the tests. (b) The Contractor shall submit the first article test report within 21 calendar days after completion of all Pilot Production testing in accordance with Statement of Work Paragraph 6.1.2.2 and CDRL C006, marked "Pilot Production Test II Report: Contract No. TBD." (c) If the first article is disapproved, the Contractor, upon Government request, shall repeat any or all first article tests. After each request for additional tests, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall then conduct the tests and deliver another report to the Government under the terms and conditions and within the time specified by the Government. The Government shall take action on this report within the time specified in paragraph (b) above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule, or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article report on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, and if the approved first article is not consumed or destroyed in testing, the Contractor may deliver the approved first article as part of the contract quantity if it meets all contract requirements for acceptance. (f) If the Government does not act within the time specified in paragraph (b) or (c) above, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (h) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the offeror/contractor and have been accepted by the Government. The offeror/contractor may request a waiver.

52.209-4 FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989)

*******ALL FIRST ARTICLE TEST REQUIREMENTS SHALL BE IN ACCORDANCE WITH THE STATEMENT OF WORK, DATA ITEMS, SECTION B, AND ALL OTHER TERMS AND CONDITIONS SET FORTH IN THIS SOLICITATION AND CONTRACT.********

(a) The Contractor shall deliver two (2) Pilot Production Units under CLIN 0001 within 209 calendar days from the date of this contract to the Government at Patuxent River, MD, for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. (b) N/A (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval . The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the N68335-10-R-0038

Page 39 of 70

Government. The Government shall act on this first article within the time limit specified in paragraph (b) above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contractor-- (1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraph (b) or (c) above, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term effected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver.

52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through 36 months after award of basic contract. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.

52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than one (1) GABU unit, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor-- (1) Any order for a single item in excess of 55 Production Units; (2) Any order for a combination of items in excess of 55 Production Units; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 7 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. N68335-10-R-0038

Page 40 of 70

52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 36 months from date of contract award.

52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2009) (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is “not dominant in its field of operation” when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts-- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/ . (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. N68335-10-R-0038

Page 41 of 70

(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code [333319] assigned to contract number [TBD]. [Contractor to sign and date and insert authorized signer's name and title].

______Signature Date ______Signer’s Printed Name Signer’s Title

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/far or http://farsite.hill.af.mil.

252.211-7003 ITEM IDENTIFICATION AND VALUATION (AUG 2008) (a) Definitions. As used in this clause-- “Automatic identification device” means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. “Concatenated unique item identifier” means-- (1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number. “Data qualifier” means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows. “DoD recognized unique identification equivalent” means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at IUID Equivalents . “DoD unique item identification” means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number. N68335-10-R-0038

Page 42 of 70

“Enterprise” means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items. “Enterprise identifier” means a code that is uniquely assigned to an enterprise by an issuing agency. “Government’s unit acquisition cost” means-- (1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor’s estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor’s estimated fully burdened unit cost to the Government at the time of delivery. “Issuing agency” means an organization responsible for assigning a non-repeatable identifier to an enterprise (i.e., Dun & Bradstreet's Data Universal Numbering System (DUNS) Number, GS1 Company Prefix, or Defense Logistics Information System (DLIS) Commercial and Government Entity (CAGE) Code). “Issuing agency code” means a code that designates the registration (or controlling) authority for the enterprise identifier. “Item” means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. “Lot or batch number” means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. “Machine-readable” means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. “Original part number” means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. “Parent item” means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent. “Serial number within the enterprise identifier” means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. “Serial number within the part, lot, or batch number” means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment. “Serialization within the enterprise identifier” means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier. “Serialization within the part, lot, or batch number” means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier. “Unique item identifier” means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent. “Unique item identifier type” means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at UII Types . (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) All delivered items for which the Government's unit acquisition cost is $5,000 or more. (ii) The following items for which the Government's unit acquisition cost is less than $5,000: Contract line, subline, or exhibit Item description line item No

(iii) Subassemblies, components, and parts embedded within delivered items as specified in Attachment Number ----. N68335-10-R-0038

Page 43 of 70

(2) The unique item identifier and the component data elements of the DoD unique item identification shall not change over the life of the item. (3) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that-- (i) The encoded data elements (except issuing agency code) of the unique item identifier are marked on the item using one of the following three types of data qualifiers, as determined by the Contractor: (A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology--EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology--EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and (ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology--Transfer Syntax for High Capacity Automatic Data Capture Media. (4) Unique item identifier. (i) The Contractor shall-- (A) Determine whether to-- (1) Serialize within the enterprise identifier; (2) Serialize within the part, lot, or batch number; or (3) Use a DoD recognized unique identification equivalent; and (B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in the version of MIL-STD-130, Identification Marking of U.S. Military Property, cited in the contract Schedule. (ii) The issuing agency code-- (A) Shall not be placed on the item; and (B) Shall be derived from the data qualifier for the enterprise identifier. (d) For each item that requires unique item identification under paragraph (c)(1)(i) or (ii) of this clause, in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, either as part of, or associated with, the Material Inspection and Receiving Report, the following information: (1) Unique item identifier. (2) Unique item identifier type. (3) Issuing agency code (if concatenated unique item identifier is used). (4) Enterprise identifier (if concatenated unique item identifier is used). (5) Original part number (if there is serialization within the original part number). (6) Lot or batch number (if there is serialization within the lot or batch number). (7) Current part number (optional and only if not the same as the original part number). (8) Current part number effective date (optional and only if current part number is used). (9) Serial number (if concatenated unique item identifier is used). (10) Government's unit acquisition cost. (11) Unit of measure. (e) For embedded subassemblies, components, and parts that require DoD unique item identification under paragraph (c)(1)(iii) of this clause, the Contractor shall report as part of, or associated with, the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part. (2) Unique item identifier of the embedded subassembly, component, or part. (3) Unique item identifier type.** (4) Issuing agency code (if concatenated unique item identifier is used).** N68335-10-R-0038

Page 44 of 70

(5) Enterprise identifier (if concatenated unique item identifier is used).** (6) Original part number (if there is serialization within the original part number).** (7) Lot or batch number (if there is serialization within the lot or batch number).** (8) Current part number (optional and only if not the same as the original part number).** (9) Current part number effective date (optional and only if current part number is used).** (10) Serial number (if concatenated unique item identifier is used).** (11) Description. ** Once per item. (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause in accordance with the data submission procedures at Data Submission Info . (g) Subcontracts. If the Contractor acquires by subcontract, any item(s) for which unique item identification is required in accordance with paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s).

5252.204-9504 DISCLOSURE OF CONTRACT INFORMATION (NAVAIR) (JAN 2007) (a) The Contractor shall not release to anyone outside the Contractor’s organization any unclassified information (e.g., announcement of contract award), regardless of medium (e.g., film, tape, document), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. (b) Requests for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The Contractor shall submit its request to the Contracting Officer at least ten (10) days before the proposed date for release. (c) The Contractor agrees to include a similar requirement in each subcontract under this contract. Subcontractors shall submit requests for authorization to release through the prime contractor to the Contracting Officer.

N68335-10-R-0038

Page 45 of 70

Section J - List of Documents, Exhibits and Other Attachments

Exhibit/Attachment Table of Contents

DOCUMENT TYPE DESCRIPTION PAGES DATE Attachment 1 Statement of Work 12 29-OCT-2009 Attachment 2 DD Form 1423, CDRL 16 03-AUG-2009 Exhibits A-C Attachment 3 Performance 34 29-OCT-2009 Specification Attachment 4 Acquisition Logistics 65 30-OCT-2009 Support SOW & Exhibit L N68335-10-R-0038

Page 46 of 70

Section K - Representations, Certifications and Other Statements of Offerors

CLAUSES INCORPORATED BY REFERENCE

252.209-7001 Disclosure of Ownership or Control by the Government of a JAN 2009 Terrorist Country

CLAUSES INCORPORATED BY FULL TEXT

52.204-8 ANNUAL REPRESENTATIONS AND CERTIF ICATIONS (FEB 2009) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is [333319]. (2) The small business size standard is [500 employees]. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (d) of this provision applies. (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certification in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (d) applies. [ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c)(1) The following representations or certifications in ORCA are applicable to this solicitation as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless-- (A) The acquisition is to be made under the simplified acquisition procedures in Part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $100,000. (iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the clause at 52.204-7, Central Contractor Registration. (iv) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that-- (A) Are not set aside for small business concerns; (B) Exceed the simplified acquisition threshold; and (C) Are for contracts that will be performed in the United States or its outlying areas. (v) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. (vi) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government. (vii) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (viii) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas. (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (ix) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas. N68335-10-R-0038

Page 47 of 70

(x) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xi) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. (xii) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items. (xiii) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (xiv) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA- designated items. (xv) 52.225-2, Buy American Act Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xvi) 52.225-4, Buy American Act--Free Trade Agreements--Israeli Trade Act Certificate. (Basic, Alternate I, and Alternate II) This provision applies to solicitations containing the clause at 52.225- 3. (A) If the acquisition value is less than $25,000, the basic provision applies. (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies. (C) If the acquisition value is $50,000 or more but is less than $67,826, the provision with its Alternate II applies. (xvii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xviii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. (xix) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to-- (A) Solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions; and (B) For DoD, NASA, and Coast Guard acquisitions, solicitations that contain the clause at 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns. (2) The following certifications are applicable as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] [ ] (i) 52.219-19, Small Business Concern Representation for the Small Business Competitiveness Demonstration Program. [ ] (ii) 52.219-21, Small Business Size Representation for Targeted Industry Categories Under the Small Business Competitiveness Demonstration Program. [ ] (iii) 52.219-22, Small Disadvantaged Business Status. [ ] (A) Basic. [ ] (B) Alternate I. [ ] (iv) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. [ ] (v) 52.222-48, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. [ ] (vi) 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Certain Services-- Certification. [ ] (vii) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA- Designated Products (Alternate I only). [ X ] (viii) 52.223-13, Certification of Toxic Chemical Release Reporting. [ ] (ix) 52.227-6, Royalty Information. [ ] (A) Basic. [ ] (B) Alternate I. [ ] (x) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software. (d) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been N68335-10-R-0038

Page 48 of 70 entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date].These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR Clause Title Date Change

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.

52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (DEC 2008) (a)(1) The Offeror certifies, to the best of its knowledge and belief, that -- (i) The Offeror and/or any of its Principals -- (A) Are [ ] are not [ ] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have [ ] have not [ ], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract, violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and (C) Are [ ] are not [ ] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision, and (D) Have [ ], have not [ ], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has [ ] has not [ ], within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. N68335-10-R-0038

Page 49 of 70

(2) Principal, for the purposes of this certification, means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment; and similar positions). (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.

52.225-18 PLACE OF MANUFACTURE (SEP 2006) (a) Definitions. As used in this clause-- “Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-9999, except-- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. “Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. N68335-10-R-0038

Page 50 of 70

Section L - Instructions, Conditions and Notices to Bidders

1.0 GENERAL

Offerors are required to submit sufficient information concerning the following areas to enable Government personnel to fully ascertain capabilities of the offeror to perform the requirements. The proposal must be sufficient in detail and scope to permit evaluation and provide the evaluators a clear understanding of the offeror’s approach, expertise, experience and capability as required by the solicitation. All proposals must clearly and convincingly demonstrate that the offeror has a thorough understanding of the requirements and associated risks; is able, willing and competent to devote the resources necessary to meet the requirements; and has valid and practical solutions for all requirements and potential risk areas. Respond to all requirements of the solicitation. Do not alter or rearrange the solicitation. The burden of proof for all the evaluation factors identified in this solicitation rests with the offeror. The offerors are advised that the Government may incorporate into the final contract enhancing features included in the offeror’s proposal deemed beneficial to the Government. Pricing information should appear in only in the Price volume.

In presenting material in the proposal, the offeror is advised that quality of information is more important than quantity. Clarity, brevity, and logical organization should be emphasized during proposal preparation. It is the responsibility of the offeror to present enough information to allow the work efforts, support, management approaches, and price to be meaningfully evaluated without discussions. Stating that the prospective offeror understands, can or will comply with the specifications and paraphrasing the requirements or parts thereof without supporting information are considered inadequate and may render a rating of unsatisfactory. Phrases such as “Standard procedures will be employed” or “Well known techniques will be used” are also inadequate and may render a rating of unsatisfactory. A proposal which does not address all of the proposal requirements described in the following sections will be considered non-responsive to that requirement will be a basis for eliminating the proposal from further consideration. The proposal shall include information/documentation in sufficient detail to clearly identify the offeror’s overall qualification to accomplish the scope of the work of the contract. For the purpose of this acquisition, relevance is defined as something that has a logical connection with the matter under consideration. Such aspects or relevance include the type of effort (e.g., development, production, repair), the type of requirements (e.g., weapon systems, information systems, engineering services, scheduled depot maintenance), service similarity, service complexity, contract type, contract dollar value, the division of the company that will perform the work, and participation of Principal Subcontractors, Team Members, or Critical Team Members.

The offeror must include any data necessary to illustrate the adequacy of the various assumptions, approaches, and solutions to problems. Failure to clearly and positively address a specific factor or subfactor will be considered a deficiency. There is no need to repeat information in more than one volume if an overlap exists. The detailed information must be included in the most logical place and summarized and referenced in other areas. Unnecessarily elaborate brochures or other presentation materials beyond that sufficient to present a complete and effective proposal is neither necessary nor desired.

Offerors are expected to comply with all requirements of the RFP. The Government advises offerors that taking exception or deviating from any term or condition of the RFP may make an offer unacceptable, and the offeror ineligible for award, unless the RFP expressly authorizes such an exception or deviation with regard to that specific term or condition. The Government may consider any exception or deviation to any term or condition of the RFP that is not expressly authorized by the RFP to be a deficiency, as defined in FAR 15.001.

Throughout these instructions, “Principal Subcontractors” are defined as a subcontractor who provides at least 10% of the proposed total cost/price (excluding the offeror’s profit/fee), for the contract. Team Members are the entities that make up a joint venture or any other partnership or teaming arrangement that is formed for the purpose of responding to this solicitation. Critical team members are entities of the offeror that perform a critical function in the performance of the resulting contract, whether it is technical or financial, and/or have important roles in any high or medium risk areas identified in the offeror’s proposal.

2.0 PROPOSAL FORMAT N68335-10-R-0038

Page 51 of 70

Written proposals must be formatted using a Times New Roman 12 pt normal font (no reduction permitted), single- spaced with 1-inch margins all around, and formatted for standard 8.5 x 11 inch paper. All pages should be numbered with section and page numbers. Any pages exceeding the limitation shall be removed prior to evaluation. Size of pages must be uniform; however, double size foldout charts or diagrams may be used and will count for two pages each.

3.0 PROPOSAL CONTENT AND VOLUMES

Each volume of the proposal shall be submitted as one original and additional copies as specified in the table below. Submission of all volumes of the original proposal to the address provided will determine timeliness of receipt. Page limitations for each volume if any, are also specified in the table below as follows (title and table of contents pages do not count towards page limit). Proposal pages beyond a specified maximum limit, if any, will not be reviewed as part of the evaluation.

All offeror’s competing for award will be required to submit a Technical, Past Performance, and Price proposal. The proposal will be submitted in three (3) separate volumes as follows:

Volume Number Volume Title Written Page Limit Copies Required I TECHNICAL 50 1 Original/3 Copies II PAST 20 1 Original/3 Copies PERFORMANCE III PRICE A complete, executed 1 Original/1 Copy solicitation document (SF 33)

Each volume must contain the following information:

Cover and title page Title of proposal and proposal number as applicable Offeror’s name, address and POC RFP number Proposal volume/book number Copy number Table of Contents (The table of contents must provide sufficient detail to enable easy location of important elements) Use tabs and dividers

The offeror shall submit a Cross Reference Matrix (CRM) for the Technical Volume, similar to the example provided in Exhibit I, to help ensure that all solicitation requirements are addressed and to facilitate the evaluators’ review of the offeror’s proposal. The CRM should be a single integrated matrix and cross-reference the proposal volumes and paragraphs to specific RFP requirements, as well as other parts of the proposal that contain relevant information. The offeror’s CRM may be identical to the example in Exhibit I or revised such as to add columns to indicate the page number on which information may be found, identify where other relevant information in the proposal is located, or provide other comments. The CRM does not count against any of the proposal page limitations.

EXAMPLE OF A CROSS REFERENCE MATRIX (CRM) is provided in Exhibit I, entitled Design Verification Matrix.

Proposal pages beyond the specified maximum limit will not be reviewed as part of the evaluation.

Part B. SPECIFIC INSTRUCTIONS

The ability of the offeror to present a technically complete, clear, coherent and legible proposal shall be indicative of the offeror’s ability to provide the high quality services that will be necessary to complete the contract. N68335-10-R-0038

Page 52 of 70

The information submitted should clearly indicate the offeror’s understanding of the proposal requirements through the submission of a satisfactorily completed proposal. Statements of the nature that the offeror understands, can or will comply and meet the solicitation requirements, or which merely paraphrase the specification or parts thereof are considered inadequate. Phrases such as “Standard procedures will be employed” or “Well known techniques will be used” are also inadequate and unsatisfactory. A proposal which does not address all of the proposal requirements described in the following sections, will be considered non-responsive to that requirement and may be a basis for eliminating the proposal from further consideration.

The proposal shall include information/documentation in sufficient detail to clearly identify the offeror’s overall qualifications to accomplish the scope of the work of the contract. The proposal shall be subdivided into the following sections, in the order listed, and shall be written to match the following format:

I. TECHNICAL

A. Technical Approach * Performance Specification Compliance * Commercial-Off-The-Shelf (COTS) * Production Evaluation, Testing, and Quality Assurance (QA) * Reliability and Maintainability

B. Logistics * Supply Support * Technical Manual * Training * Warranty Information

C. Management * Manufacturing Capacity/Facilities/Personnel Resources

II. PAST PERFORMANCE * Quality of Product and Processes * Timeliness of Performance * Customer Satisfaction * Business Relations

III. PRICE

VOLUME I – TECHNICAL

The technical volume shall be prepared to demonstrate the offeror’s understanding and ability to meet or exceed the RFP’s Statement of Work, Acquisition Logistics Statement of Work, and Performance Specification. Included within shall be a clear discussion/description of the capabilities and performance of the offeror’s proposed Land- Based Glovebox Abrasive Blast Unit (GABU), as applicable.

The offeror shall provide all information and data required to conduct a thorough and complete technical evaluation. The offeror shall address the following in the proposal:

A. Technical Approach

Performance Specification Compliance: The offeror shall provide a detailed discussion of the approach that will be taken to meet the technical specifications for the Land-Based GABU as described in the Performance Specification. The offeror shall describe how their product will meet the system performance requirements by completing the provided Design Verification Matrix (Exhibit I). The matrix is a data table that compares the performance N68335-10-R-0038

Page 53 of 70 specification requirements with the offeror’s product capabilities. Data to support the claims to meeting the specification requirements shall be provided. The offeror shall provide detailed information explaining their testing standards and requirements to be used during development of the proposed Land-Based GABU. This shall not be limited to addressing only definitions and specifications within the performance specification but shall include information identifying design consideration for structure/gasketing/leak-proofing, shipping/transport, and environmental conditions, and, when applicable, any related testing results.

Commercial Off-The-Shelf: The offeror shall identify the extent to which the Land-Based GABU is a COTS item and what, if any, modifications are required to successfully meet the performance specification requirements. The extent of these modifications should be clearly explained.

Production Evaluation, Testing, and Quality Assurance: The offeror shall provide a narrative discussing in detail the approach that will be taken to meet the requirements for the pilot production unit testing, production unit testing, and quality assurance provisions as specified in the solicitation.

The narrative must include a discussion of the test facilities, and whether the testing is to be done in-house or via a subcontractor.

The offeror shall discuss and provide detailed information on their quality assurance program and the ability to implement and conform to MIL-I-5208A/ANSI/ASQC, Q9002 or a recognized industry standard or process control system that is equivalent or better. Furthermore, the narrative shall describe the quality assurance equipment to be used to ensure compliance with the pilot production test unit or drawing package, where applicable.

Reliability and Maintainability (R&M): The offeror shall describe in detail the ability of their proposed Land-Based GABU to achieve and demonstrate the R&M requirements of the Performance Specification.

B. Logistics

This section shall clearly demonstrate the offeror’s capability, capacity and approach for meeting the logistics requirements in the contract. The offeror shall describe the maintenance philosophy and identify and recommend the quantity of material needed to support the units in the field. The Navy's maintenance philosophy for the Land- Based GABU is intermediate level or I-level maintenance only. Personnel perform troubleshooting, preventive maintenance and corrective maintenance to include removal and replacement of any defective component.

The logistics section shall be subdivided in the order listed and shall include all pertinent information in sufficient detail to permit evaluation. To demonstrate capability and compliance, the use of samples of the logistics data from commercial products is recommended. The offeror shall address all CDRLs in the ALSSOW and PSOW. Additionally, the offeror shall provide a detailed narrative that addresses all requirements including:

Supply Support: The offeror shall describe the overall plan to provide parts support and technical support to land- based activities to include the time frames as cited in the ALSSOW and PSOW. The offeror shall identify replacement and repair parts that are considered proprietary, which can only be supplied by the offeror. The offeror shall discuss what price controls will be used to prevent price escalation on proprietary components.

Technical Manual: The offeror shall provide a detailed narrative describing how the Technical Manual will be developed, including compliance with the Navy's requirements of MIL-STD-3001. The offeror is required to submit a representative sample technical manual as part of the bid. The offeror shall submit a description of how they intend to comply with the Technical Manual Contractual Requirements (TMCR) portion of the ALSSOW. The offeror shall submit an outline of the contents of the manual and discuss the manual development process they intend to use to deliver the final product. The technical manual sample shall consist of in-service, operation and trouble-shooting procedures, illustrations, illustrated part breakdown (IPB), and how they will be captured in publication format and how updates will be provided. The offeror may provide an existing manual, which they developed, as an example. N68335-10-R-0038

Page 54 of 70

Training: The offeror shall submit a detailed narrative describing how the training requirements of this contract will be met. The offeror shall provide details of scheduling, training personnel and their skills, training products, and trainee evaluation methods. The training narrative should provide the availability of a training course developer, whether in their contractor format or the Navy's AIM II 3.3 S/W.

Warranty Information: The offeror shall provide a detailed narrative, discussing the warranty service, which will be provided after delivery of the GABU. It should include length of warranty service, parts coverage and any other relevant information as specified in the solicitation.

C. Management

Manufacturing Capacity/Facilities/Personnel Resources: The offeror shall describe the overall production capability, including facilities, major equipment, personnel and space considered necessary to perform both pilot production and production efforts.

The offeror shall provide a layout of the plant relevant to the production of the Land-Based GABU. Included shall be square footage dedicated to the production of the GABU plus other fabrication areas. The offeror shall provide detailed information on the manufacturing facilities, major equipment, personnel and space considered necessary to perform both pilot-production and production efforts.

VOLUME II – PAST PERFORMANCE

The offeror shall submit Past Performance information that includes details about the offeror and proposed subcontractors, if applicable, according to the following instructions.

Past Performance Evaluation Data: The offeror shall complete and submit Past Performance Evaluation Data (Exhibit II) forms for their five (5) most recent contracts and/or subcontracts that were awarded for identical or similar supplies and completed within the last five (5) years. The offeror shall identify in specific detail for each contract and/or subcontract why and how that effort is considered relevant or similar to the effort required by this solicitation. Contracts listed may include those entered into with the Federal Government, agencies of state and local governments, and commercial customers. Offerors that are newly formed entities without prior contracts should list contracts and subcontracts for all critical personnel. The past performance of principal subcontractors will be considered. Past Performance Information (PPI) for those team members/subcontractors/partners should be included in the proposal.

The offeror shall use the “Remarks” block of the Past Performance Evaluation Data form to provide information on problems (show cause, cure notice, termination for default, quality issues, defective pricing issues, litigation, etc.) encountered on these contracts and the corrective actions taken to resolve those problems. If no problems/issues were encountered and everything went according to the contact requirements and schedule, state “none” so it is evident that the offeror considered the contract performance. The offeror should also provide a subjective description of their performance as indicated in the elements below.

Important Note: Award may be made from initial offers without discussions. However, if discussions are held, offerors may be given an opportunity to address unfavorable reports of performance risk if the offeror has not had a previous opportunity to review the rating. Recent contracts will be examined to ensure that corrective measures have been implemented. Prompt corrective action in isolated instances may override negative trends.

The Government may contact references other than those identified by the offeror, and the information received will be used in the evaluation of the offeror’s past performance. Evaluation of past performance will be as objective as possible based on consideration of all relevant facts and circumstances. The Government will focus on information that demonstrates quality or performance relative to the size and complexity of the procurement under consideration.

For each contract identified, under the “Contract Work Description” of the Past Performance Evaluation Data Form, the offeror shall elaborate by responding to the four elements below: N68335-10-R-0038

Page 55 of 70

Quality of Product: Compliance with contract requirements, accuracy of reports, appropriateness of personnel, and technical excellence

Timeliness of Performance: Met interim milestones, reliable, responsive to technical direction, and completed on time.

Customer Satisfaction: Satisfaction of end user with contractor’s responsiveness to inquiries and services or products provided

Business Relations: Contractor’s ability to solve business management problems, including negotiating changes, modifications, administrative issues, and relationship(s) with subcontractor(s).

VOLUME III – PRICE

The offeror shall provide separate price information containing prices for each and every line item as designated in the solicitation. The offeror should ensure that all certifications and representations within Section K of the solicitation have been accurately completed. The offeror shall ensure identification of the offered unit if an existing design is being proposed (i.e., model number of the unit and/or components and statement of offered auxiliary equipment).

Note: Award may be made from initial offers without discussion. N68335-10-R-0038

Page 56 of 70

EXHIBIT I - DESIGN VERIFICATION MATRIX Performance Specification Requirements Design Solution

3.1. System Functional Requirements The GABU shall be a direct pressure glovebox style media blast system used to clean, remove paint from, remove light corrosion from, and remove lightly attached burrs

from aircraft and SE components. This section describes the requirements necessary for the GABU to perform these tasks. 3.1.1. System Operation The GABU shall be manually operated. 3.1.1.1. Ambidextrous Operation The operator of the GABU shall be capable of using either left or right hand, and either left or right foot for blast operations. 3.1.1.2. Operating Position The operator of the GABU shall be capable of operating the unit both while sitting and while standing. Typical heights of operators range from 60 inches to 74 inches. 3.1.2. Surface Preparation Functions An operator shall be capable of utilizing the GABU to perform all surface preparation functions listed under 3.1.2

on aircraft and SE components in accordance with SSPC- SP 10 - Near-White Metal Blast Cleaning. 3.1.2.1. Paint Removal The GABU shall be able to strip paint, clear coat, and thermoset TGIC powder coatings from aircraft and SE components. 3.1.2.2. Light Corrosion Removal The GABU shall be able to remove rust and scale

corrosion from aircraft and SE components. 3.1.2.3. Cleaning The GABU shall be able to clean away surface deposits, residues, and other dry contaminants from aircraft and SE components. 3.1.2.4. Deburring The GABU shall be able to remove lightly attached burrs

from machined parts. 3.1.3. Abrasive Media As a threshold, the GABU shall be capable of utilizing all types of abrasive media listed in paragraphs 3.1.3.1 to 3.1.3.5. As an objective, the GABU shall also be capable of utilizing the corn starch media listed in paragraph 3.1.3.6. 3.1.3.1. Plastic Media Plastic media shall be in accordance with MIL-P-85891,

Type II and Type V. 3.1.3.2. Glass Beads N68335-10-R-0038

Page 57 of 70

Glass bead media shall be in accordance with MIL-PRF-

9954C. 3.1.3.3. Aluminum Oxide Aluminum oxide media shall be in accordance with A-A-

59316. 3.1.3.4. Steel Shot Steel shot media shall be in accordance with SAE J827

and SAE J444. 3.1.3.5. Garnet Garnet media shall be in accordance with A-A-59316. 3.1.3.6. Corn Starch Media Corn starch media shall be in accordance with MIL-P-

85891, Type VII. 3.1.4. Media Supply System The GABU shall have a direct pressure design for media

blasting. 3.1.4.1. Pressure Vessel The GABU pressure vessel shall be designed and fabricated in accordance with ASME Boiler and Pressure Vessel Codes. 3.1.4.1.1. Pressure Vessel Capacity The pressure vessel shall have a capacity of at least one

cubic foot (1 ft3). 3.1.4.2. Pressure Control The GABU's blast pressure shall be adjustable between the

range of 20-80 psi or wider in increments of 5 psi or less. 3.1.4.2.1. Pressure Drop The pressure drop through the system shall be a maximum of 80% of the originating pressure when measured at the blast nozzle. 3.1.4.3. Media Control Blast media flow shall be controlled by a foot pedal or

similar device. 3.1.4.4. Media Mixing Adjustment The air and media mixture shall be adjustable to allow the use of different media and sizes. Nominal sizes of media are listed below. Plastic : 20-40 mesh Glass Beads: 40-60 mesh Aluminum Oxide : 40-60 mesh Steel Shot: 40 mesh average Garnet: 60 mesh average Corn Starch: 20-50 mesh 3.1.4.5. Blast Nozzle The GABU shall contain at least one 3/16 inch blast

nozzle. 3.1.4.5.1. Blast Nozzle Material The blast nozzle material shall have the wear resistance of

at least tungsten carbide N68335-10-R-0038

Page 58 of 70

3.1.4.6. Blow-Off-Gun The GABU shall contain a blow-off gun within the blast

cabinet that will utilize only compressed air. 3.1.4.7. Hose Material The hoses within the cabinet shall be of a type to resist abrasions due to media flow within the hose and media blasting outside the hose. 3.1.4.7.1. Anti-Static Hoses Hoses in the GABU shall be capable of dissipating static

electricity. 3.1.5. Blast Cabinet The GABU shall contain a blast cabinet enclosure where

all media blasting shall be performed. 3.1.5.1. Blast Cabinet Size The blast cabinet shall have internal dimensions of at least

48" W x 39" D x 36" H. 3.1.5.2. Turntable The blast cabinet shall have a turntable to aid in

maneuvering heavy parts. 3.1.5.3. Blast Cabinet Load Capacity As a threshold, the blast cabinet and turntable shall be able to support at least a 500 lbs distributed load. As an

objective, the blast cabinet and turntable shall be able to support at least a 1000 lbs distributed load. 3.1.5.4. Blast Cabinet Doors The blast cabinet shall have access doors on both sides

adjacent to the operator. 3.1.5.5. Gloves The blast cabinet shall contain two abrasive resistant and

anti-static (capable of dissipating static electricity) gloves. 3.1.5.6. Blast Cabinet Window The blast cabinet shall contain an observation window at

least 1/8 inch thick. 3.1.5.6.1. Blast Cabinet Window Material The blast cabinet window shall be made of a shatter resistant material such as laminated safety glass, toughened safety glass, or safety wired glass. 3.1.5.7. Blast Cabinet Lighting The GABU blast cabinet shall be internally lit by either a

fluorescent or light emitting diode (LED) light source. 3.1.5.7.1. Blast Cabinet Illumination The illumination within the cabinet, measured at the

blasting surface, shall be 100-250 foot-candles. 3.1.5.7.2. Protection of Lights Any lights inside the blast area shall be protected from

blasting and debris. 3.1.6. Media Filtration System N68335-10-R-0038

Page 59 of 70

The GABU shall contain a filtration system capable of separating usable media from dust, debris, unusable media, and other waste. 3.1.6.1. Vibrating Screen Screens used to separate larger debris from useable media shall be capable of vibrating to help prevent media buildup. 3.1.6.2. Magnetic Particle Separator GABU shall contain a magnetic particle separator capable of removing ferromagnetic particles from the media stream. 3.1.6.2.1. Removable Magnetic System The magnetic particle separator shall be removable or capable of being deactivated for steel or other ferrous media usage. 3.1.7. Media Reclamation The reclamation system shall automatically return reusable media to the abrasive media hopper or similar device to be reused. 3.1.7.1. Media Reclamation Rate The reclamation system shall be sized to reclaim the media faster than it is supplied through the range of feed rates for which the unit is designed. 3.1.7.2. Media Reclamation Adjustability The reclamation air flow shall be adjustable by means of

blast gate, butterfly valve, or similar device. 3.1.8. Ventilation Ventilation within the GABU shall be at a rate of at least 600 cfm or at least 12 cabinet air changes per minute, whichever is greater. 3.1.8.1. Dust Collector The GABU shall have a HEPA filter that prevents at least 99.97 percent of particles of .3 microns or larger from entering the working environment. 3.1.8.1.1. Dust Collector Automatic Filter Pulse The dust collector shall have a feature that will automatically shake the dust off the filters to help prevent filter clogging. 3.1.8.2. Leak Proof The GABU, including all seals and hosing, shall be leak- proof wherein all air exhausted into the environment shall exit through the air filtration system. 3.1.9. Operational Controls/Instruments All controls and instruments necessary for operation shall be visible to the operator and accessible to the operator in the operating position. 3.1.9.1. Control/Instrument Panel N68335-10-R-0038

Page 60 of 70

As a threshold, wiring, gauges, switches, emergency stop, meters, and controls shall be mounted on the front of the

unit. As an objective, wiring, gauges, switches, meters, and controls shall be mounted on a single control panel. 3.1.9.2. Status Indicators The GABU shall have status indicators identifying fault conditions such as (but not limited to) clogged filters and low media. 3.1.9.3. Instruments & Displays All GABU indicators, labels, instruments and displays shall be able to be read in indoor/shop lighting conditions of 25 foot candles. 3.2. Interface Requirements This section describes the requirements necessary for the GABU to interface with current land-based Aircraft

Intermediate Maintenance Department (AIMD) and Marine Aviation Logistics Station (MALS) facilities. 3.2.1. Freestanding Structure The GABU shall be a freestanding structure and require no

additional support. 3.2.2. System Envelope The GABU shall have an overall system envelope less than or equal to 60" W x 85" D x 108" H. Overall system envelope is defined as the total width, depth, and height of the extremities of all systems and subsystems (including the blast cabinet, the reclamation system, the dust collector, etc.) of the GABU when set in an operational state. 3.2.3. Compressed Air Pressure and Flowrate The GABU's external need for compressed air shall not

exceed 50 CFM at 80 psi. 3.2.3.1. Pressure Regulation The GABU shall be capable of regulating a compressed air

supply of up to 125 psi down to operational pressures. 3.2.3.2. Moisture/Oil Removal System GABU shall have a moisture separator capable of removing moisture and oil from the compressed air feed line. 3.2.3.3. Air Dryer The GABU shall have an air dryer to aid in removing

moisture from the compressed air feed line. 3.2.4. Voltage Requirements The GABU shall be wired to run off 220V +/- 10 V, 3

phase, 60 HZ power. 3.2.4.1. Electrical Components Certification N68335-10-R-0038

Page 61 of 70

Electrical components of the GABU shall be certified or built to an industry standard such as Underwriters Laboratory, the National Electrical Code, National Electrical Association Standards, National Fire Protection Agency standards or similar. 3.2.5. Forklifting The GABU shall be constructed so that it is capable of being safely forklifted. If necessary, forklift pockets shall

be secured to the chassis of the GABU to retain the forklift tines. 3.3. ID, Placards, and Marking 3.3.1. Hazardous Material Placards If applicable, the GABU shall have a placard(s) that indicates the type of hazardous material(s) (HAZMAT) contained. 3.3.1.1. Hazardous Material Placards Mounting The HAZMAT placard(s) shall be mounted on a plate to

provide durability. 3.3.1.2. Hazardous Material Placard Placement As a threshold, the HAZMAT placards shall be securely mounted to the unit. As an objective, the HAZMAT placards shall be securely mounted to the front of the unit. 3.3.2. Identification Plate The GABU shall have an identification plate that

conforms to NAVAIR drawing 3909AS9999. 3.3.2.1. Identification Plate Characters Characters on the identification plate shall be stamped or

raised (indented letters shall be daylight readable). 3.3.2.2. Identification Plate Location As a threshold, the identification plate shall be securely mounted to the unit. As an objective, the identification plate shall be securely mounted to the front of the unit. 3.3.2.3. Identification Plate UID Unique Identification (UID) located on the identification

plate shall be in accordance with MIL-STD-130. 3.3.3. Modification Plate The GABU shall have a modification plate that conforms

to NAVAIR drawing 5SE00363. 3.3.3.1. Modification Plate Location As a threshold, the modification plate shall be securely mounted to the unit. As an objective, the modification plate shall be securely mounted to the front of the unit. 3.3.3.2. Modification Plate Serial Number The modification plate shall be physically stamped with

the unit's serial number. 3.3.4. Service/Information Labels The GABU shall contain permanently marked service/information labels that consist of, but not limited to, the following information as applicable: N68335-10-R-0038

Page 62 of 70

All media types and capacities Gross weight of unit Load weight/size capacity Lift points Warnings (pressure, voltage, etc) Electrical service and connections Compressed air service and connections 3.3.4.1. Service/Information Labels Locations Service/information labels shall be securely attached to the

GABU adjacent to the pertinent servicing point. 3.3.4.2. Warning Labels Locations Warning labels shall be securely attached to the GABU

near the area of danger. 3.3.5. Shipping Plate The GABU shall contain a permanently marked shipping

data plate IAW A-A-50271. 3.3.5.1. Shipping Plate Location The shipping plate shall be securely attached to the GABU

adjacent to the identification plate. 3.3.5.2. Shipping Plate Information The shipping data plate shall contain the following

information: Shipping Weight Shipping Cubage Overall Length Overall Depth Overall Height Center of Gravity Location Technical Manual Number 3.4. Hazardous Materials 3.4.1. Hazardous Materials Usage In fabricating, manufacturing, testing, operating, maintaining and disposing of the unit, all forms of pollution shall be prevented or reduced whenever feasible. The emphasis shall be on eliminating or reducing hazardous materials early in the design and properly controlling hazardous materials, which are not eliminated, throughout the life cycle. Major components that are commercial or non-developmental may be excluded from the hazardous materials design restrictions, however proper control and thereby mitigation of the hazardous

material shall be required. A Hazardous Material (HM) is any material that: is regulated as a HM per 49 CFR 173.2, or requires a Material Safety Data Sheet per 29 CFR 1910.1200, or during end use, treatment, handling, packaging, storage, transportation, or disposal meets or has the potential to meet the definition of a Hazardous Waste as defined by 40 CFR 261 Subparts A, B, C, or D, is regulated as a Hazardous Air Pollutant per 40 CFR Part 63, or is regulated as an Ozone Depleting Substances (ODS) per 40 CFR 82 Subpart A, Appendices A and B. N68335-10-R-0038

Page 63 of 70

3.4.2. Banned Materials The following Hazardous materials are completely banned from use : Asbestos, Poly-Chlorinated Bi-Phenyls, Ozone Depleting Substances (Halons, Chlorofluorocarbons,

Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide), Hydrazine, and any material that produces toxic fumes or dense smoke when burned. 3.4.3. Reduced Usage Materials

The following materials shall be used only with Navy approval (note that approval will not be given unless the application can be documented as having no suitable alternative): Chlorinated Hydrocarbon (Trichloroethylene, Chloroform, Perchloroethylene, Methylene Chloride); Volatile Organic Compounds (MEK, MIBK, Benzene, Toluene, Xylene); Heavy Metals and Compounds

(Cadmium, Chromium, Nickel, Lead, Beryllium, Mercury, Cyanides); Sensitizers (Isocyanates, Formaldehyde); Carbon Disulfide; Ethylene Glycol Monoethyl Ether; Ethylene Glycol Monomethyl Ether; Ethylene Glycol Monomethyl Ether Acetate, Advance Composite Material Components (Methylene Dianiline), Magnesium alloys, Wood products, PVC, polyester, RTV, and PCB.

3.4.4. Ozone Depleting Substances (ODS) Class I and Class II ODS(s) are identified in Title VI, Section 602 of the Clean Air Act. Title VI, Sections 604 and 605 provide the Phase-out of production of Class I and Class II substances. Therefore no ODS(s) or materials containing ODS(s) as an ingredient may be used or

specified for any phase of this contract by contractor personnel that violate the Phase-out schedule. Any ODS(s) that are due for phase-out within the next ten (10) years shall be identified as required and justified for use and require government approval prior to usage. 3.5. Environmental Conditions 3.5.1. Environmental Operational Conditions The GABU shall be capable of operation in all types of environmental conditions as defined herein without failure or additional maintenance. 3.5.1.1. Operational Temperature The GABU shall be capable of operation in temperatures

ranging from 40 °F to 100 °F or wider. 3.5.1.2. Low Pressure (High Altitude) Operation The GABU shall be capable of operation in altitudes of at

least 4000 ft. 3.5.2. Storage Temperature The GABU shall be able to be stored (non-operational) in

temperatures ranging from -40 °F to 160 °F or wider. 3.6. Transportation Vibration 3.6.1. Truck/Trailer Transportation Vibration N68335-10-R-0038

Page 64 of 70

The GABU shall withstand truck/trailer transportation

vibration as defined in MIL-STD-810, Method 514.6. 3.6.2. Navy Ship Transportation Vibration The GABU shall withstand Navy Vessel transportation

vibration as defined in MIL-STD-810, Method 514.6. 3.7. Safety 3.7.1. Equipment Edges Parts used in the GABU that personnel may come in contact with during operation and maintenance of the

GABU shall have their edges beveled or rounded for safety. 3.7.2. Electrical Shock Protection Suitable interlocks, grounding means, enclosures, or protective devices conforming to NFPA No. 70 or

equivalent industry standard shall be employed so that danger from electrical shock is avoided. 3.7.3. Static Electricity Protection The GABU shall include, but is not limited to, all the following means of preventing static electricity shock to the operator. 3.7.3.1. Grounding The GABU shall have a means of connecting to an earth

ground. 3.7.3.2. Component Interconnectivity All components of the GABU shall be grounded to each

other to create a single electric potential. 3.7.3.3. Grounding Strap The GABU shall include a grounding strap that is attached to the blast cabinet and can be attached to the part being blasted. 3.7.3.4. Rubber Mat The GABU shall include a rubber mat capable of

dissipating static electricity. 3.7.4. Guards 3.7.4.1. Exposed Moving Parts If applicable, suitable guards shall be provided for exposed moving parts such as belts, chains, gears and linkages with which the operator or other personnel in the area may come in contract during normal operation of the equipment. 3.7.4.2. Electrical Guards Guards or enclosures shall be provided for otherwise

exposed electrical portions of equipment. 3.7.4.3. Guard Interference Guards shall allow for inspection of all mechanisms. 3.7.5. Emergency Shutdown The GABU control system shall incorporate an emergency

shutdown circuit. 3.7.5.1. Emergency Shutdown Actuation N68335-10-R-0038

Page 65 of 70

Actuation of the emergency shutdown circuit shall cause all functions and systems within the unit to stop immediately, regardless of operating mode or speed. 3.7.5.2. Emergency Shutdown Switch Type The emergency shutdown switch shall be of a mechanical design, preferably a large red push button clearly marked "Emergency Stop." 3.7.5.3. Emergency Shutdown Switch Location The emergency shutdown switch shall be positioned in a location on every control panel that discourages accidental actuation (e.g. accidentally walking into it). 3.7.6. Noise As a threshold, the GABU shall emit a steady state noise level less than 100 dBA while operated at maximum rated capacity or load and when measured at the operator and bystander positions, in accordance with MIL-STD-1474.

As an objective, the GABU shall emit a steady state noise level less than 85 dBA while operated at maximum rated capacity or load and when measured at the operator and bystander positions, in accordance with MIL-STD-1474. 3.8. Support Readiness 3.8.1. Service Life The non-replaceable items of the GABU shall be designed to have a minimum service life of 20 years, with proper maintenance. 3.8.2. Maintenance Provisions The GABU shall be capable of being repaired and serviced

with only common hand tools. 3.8.3. Maintenance Access The GABU shall be designed to allow for maintenance access including access for any servicing tasks and component repair/replacement. 3.8.4. Mean-Time-To-Repair (MTTR) The GABU shall have a maximum Mean Time to Repair (MTTR) of 1.0 hour. MTTR is based on maintainability and is defined as the average time needed to perform routine maintenance or corrective action from a complete

system failure. Included in MTTR is the time it takes to localize the problem, disassemble the unit, interchange equipment or parts, reassemble the unit, adjust, calibrate, and perform a functional checkout. 3.8.5. Mean-Time-Between-Failures (MTBF) The GABU shall have a Mean Time Between Failures (MTBF) of at least 100 hours of operation (20 days at 5 hours per day). MTBF is based on reliability and is defined as the average time between complete system failures of the GABU. 3.8.6. Preventive Maintenance 3.8.6.1. Mean Time to Perform Preventive Maintenance N68335-10-R-0038

Page 66 of 70

Mean time to perform Preventive Maintenance (PM) shall

be a maximum of 1.0 man-hour. 3.8.6.2. Preventive Maintenance Interval The scheduled preventive maintenance interval during normal operational conditions (defined as between 40 °F

and 100 °F, at any humidity, with no blowing dust, and no salt fog) shall be not less than 50 hours of operation. N68335-10-R-0038

Page 67 of 70

EXHIBIT II - PAST PERFORMANCE EVALUATION DATA

PAST PERFORMANCE EVALUATION DATA Customer:

Contract Number/Period of Performance:

Contract Type:

Total Contract Value:

Point of Contact:

Contract Work Description:

Period of Experience: Type of Logistics Efforts Required under Contract: (including data items & follow-on parts supply)

Remarks:

N68335-10-R-0038

Page 68 of 70

CLAUSES INCORPORATED BY REFERENCE

52.215-1 Instructions to Offerors--Competitive Acquisition JAN 2004

CLAUSES INCORPORATED BY FULL TEXT

52.211-2 AVAILABILITY OF SPECIFICATIONS, STANDARDS AND DATA ITEM DESCRIPTIONS LISTED IN THE ACQUISITION STREAMLINING AND STANDARDIZATION INFORMATION SYSTEM (ASSIST) (JAN 2006) (a) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (1) ASSIST (http://assist.daps.dla.mil); (2) Quick Search (http://assist.daps.dla.mil/quicksearch); (3) ASSISTdocs.com (http://assistdocs.com). (b) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-- (1) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard); (2) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (3) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.

52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from

Cindy Scheper Naval Air Warfare Center - Aircraft Division Highway 547, Bldg 562-3 Lakehurst, NJ 08733 Phone Number: 732-323-2408 Email: [email protected]

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far or http://www.farsite.hill.af.mil/. N68335-10-R-0038

Page 69 of 70

Section M - Evaluation Factors for Award

The contract resulting from this solicitation will be awarded to that responsible offeror, conforming to the solicitation determined to represent the best value to the Government, all factors considered. The offeror’s proposal shall be in the form prescribed by this solicitation and shall contain a response to each of the areas identified that affect the evaluation factors for award.

Evaluation of an offeror’s proposal will be based on the information presented in the written proposal along with input obtained from outside sources relevant to past performance. Proposals which are unrealistic in terms of technical or schedule commitments may be deemed to be reflective of an inherent lack of technical competence or indicative of a failure to comprehend the complexity and risks of the proposed work and may be grounds for rejection of the proposal. Significant deficiencies or lack of responses to factors, subfactors, or elements may be used as a basis for eliminating a proposal from further consideration. Additionally, the rating of any factor, subfactor, or element as High Risk may also be used as a basis for eliminating a proposal from further consideration.

The proposals will be evaluated to determine whether the offeror’s methods and approach in meeting the requirements provide the Government with a high level of confidence to ensure successful performance. Each Technical factor/subfactor/element will be evaluated and assigned an adjectival rating and risk assessment. Each Past Performance factor/element will be evaluated and assigned a risk assessment.

The factors, Technical (I), Past Performance (II), and Price (III), are listed in descending order of importance. The subfactors listed under a factor have equal importance. The elements listed under the subfactors are not weighted or rated. All of the elements under a subfactor must be addressed and will be evaluated as part of that subfactor. Similarly, all subfactors under a factor must be addressed. Technical and past performance factors, when combined, are significantly more important than price. However, price is an important factor and should not be ignored. As the ratings of proposals in relation to non-price factors become more equal, price will become more of a deciding factor in selecting the best value offer.

Evaluation Factors

I. TECHNICAL

A. Technical Approach * Performance Specification Compliance * Commercial-Off-The-Shelf (COTS) * Production Evaluation, Testing, and Quality Assurance (QA) * Reliability and Maintainability

B. Logistics * Supply Support * Technical Manual * Training * Warranty Information

C. Management * Manufacturing Capacity/Facilities/Personnel Resources

II. PAST PERFORMANCE * Quality of Product and Processes * Timeliness of Performance * Customer Satisfaction * Business Relations

III. PRICE N68335-10-R-0038

Page 70 of 70

The price evaluation will be based on the total evaluated price. The total evaluated price is the sum of all CLINs (0001-0038). CLINs 0035, 0036, 0037 and 0038 will be evaluated at the quantity of twenty (20) units.

ADDITIONAL INFORMATION:

The Government will collect information from references provided by the offeror in regard to its Past Performance. The Government may contact references other than those identified by the offeror and the information received will be used in the evaluation of the offeror’s Past Performance. Additionally, the evaluation may include assessment of data in existing Government databases, data for cognizant procuring and contract administration offices, data from on-site surveys, and by contacting other customers of the offeror to obtain feedback regarding the timeliness and quality of Past Performance.

The offeror must provide the information requested for the evaluation of Past Performance or affirmatively state that it possesses no directly related or similar Past Performance. Offerors lacking relevant Past Performance shall receive a rating of neutral evaluation for the Past Performance Factor.

The Government may award a contract on the basis of initial offers received, without discussions. Therefore, each initial proposal should contain the offeror’s best terms from a price and technical standpoint. However, at the Contracting Officer’s discretion, discussions with those offerors determined to be in the competitive range may be held.

The Government may reject an offeror’s proposal if the proposed prices are materially unbalanced between the line items or sub-line items. A proposal is materially unbalanced when it is based on prices significantly understated for some items and overstated in relation to the price of other items.

The Government may award a contract to an offeror who doesn’t submit the lowest-priced or highest-scoring proposal if the Contracting Officer determines that doing so would result in the best value to the Government.

Recommended publications