5252.227-9508



Section A - Solicitation/Contract Form

POINTS OF CONTACT

Government Contract Department Points of Contact:

Ms. Suzanne Tilton Mr. Carl Ruzicka

Contract Specialist Procuring Contracting Officer

Suzanne.tilton@navy.mil carl.ruzicka@navy.mil

732-323-7436 732-323-2741

1. This procurement is a 100% small business set-aside.

2. This Solicitation is for the procurement of thirty-six (36) distinct types of Peculiar Support Equipment (PSE) for the V-22 Aircraft. The PSE is required at the Organizational and Intermediate (O&I) Levels of Maintenance to support CV-22 and MV-22 site stand-ups. The thirty-six PSE items are divided into three (3) lots; electrical items (Lot I), critical machining items (Lot II), and mechanical/weldments items (Lot III). Offerors can propose to one lot only or any combination of Lots. Offerors must propose to all CLINs in a Lot; no partial Lots are acceptable.

3. Technical data items shall be on an as required basis and consist of Engineering Change Proposals, Request for Deviations, and Request for Waivers. They are Not Separately Priced.

4. The Government may award up to three (3) contracts however the Government reserves the right to award all three Lots as one contract. The contract(s) will be Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ,) five (5) year contract(s) with one base year and four follow-on years.

5. Offerors are advised that they will receive one Technical Evaluation rating and one Past Performance Evaluation rating for each Lot to which they propose. For the Price Evaluation factor, the total evaluated price will be calculated per Lot. The Government will select the Best Value to the Government per Lot. For example, an Offeror may propose against Lot I, Lot II or Lot III or any combination thereof. If they propose against Lots I, II and III, they will receive one Technical evaluation rating for each proposed Lot, one Past Performance evaluation rating for each proposed Lot and separate Price evaluations for each proposed lot. Another Offeror who proposes against fewer Lots will receive one evaluation rating for Technical for each proposed Lot, one evaluation rating for Past Performance for each proposed Lot, and separate Price evaluations for each proposed Lot.

6. RELEASE OF TECHNICAL DATA PACKAGE INFORMATION: Attachment Number 002 Drawings O&I PSE, associated with the solicitation, will NOT be posted with the RFP and must be obtained through this office. This program includes information that has been designated as “Distribution D” and is only releasable to current and approved Department of Defense (DoD) contractors. In addition, the program requires a procurement effort in certain critical technologies/data that are not releasable to foreign firms. Some documents are under Federal export control for “sensitive” or “controlled” technologies regulated by the U.S. Department of State International Traffic in Arms Regulations (ITAR) protecting national security. Data may not be exported without an approval, authorization, or license under E.O. 12470 or the Arms Export Control Act. Disclosure of the control drawings requires the verification of a current license for the oral, visual or documentary disclosure of technical data by U.S. persons to foreign persons as defined under the U.S. Department website: .

Attachment 002 Drawings O&I PSE is export controlled. Contractors interested in receiving the necessary technical data for proposal purposes, must submit a valid, current DD Form 2345 Military Critical Technical Data Agreement to this office. The DD Form 2345 must be on file with the United States/Canada Joint Certification Office. To file a DD Form 2345, please visit the DLIS website at dlis.dla.mil/jcp/, or contact them at 1-800-352-3572. This website will provide all necessary information concerning certification under the Joint Certification Program.

Interested Firms shall submit a written request for a copy of the Technical Data Package through Suzanne Tilton at: suzanne.tilton@navy.mil. To obtain a copy of Attachment 002 Drawings O&I PSE, the written request must be submitted to this office and must include the name of your company, mailing address, phone number, email address, current CAGE number and a copy of current DD Form 2345.

7. IMPORTANT INFORMATION: Registration in the Department of Defense DoD Central Offeror Registration (CCR) database will be a prerequisite for receiving an award. For more information on the CCR, refer to the CCR website at .

8. Refer to Section I of this contract. Clause 5252.216-9506 Minimum and Maximum Quantities addresses the minimum guarantee at award for each Lot. Clause 52.216-19 Order Limitations addresses the minimum order and maximum order per Lot.

9. Proposal Validity shall be for 180 days or longer as annotated by the Offeror in Block 12 of the cover page of the SF33.

Section B - Supplies or Services and Prices

SUPPLIES OR SERVICES AND PRICE

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1001 | |30 |Each | | |

| |YEAR 1 - LOT 1 | |

| |FFP | |

| |Bladefold Actuator Test System (BATS) Box | |

| |P/N 901-205-810-101 | |

| |In Accordance With (IAW) Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |16 - 20 $_____________ | |

| |21 - 25 $_____________ | |

| |26 - 30 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1002 | |15 |Each | | |

| |YEAR 1 - LOT 1 | |

| |FFP | |

| |Ultrasonic Transducer Set | |

| |P/N 901-220-970-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| | | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1003 | |5 |Each | | |

| |YEAR 1 - LOT 1 | |

| |FFP | |

| |Probe Set Eddy Current | |

| |P/N 901-232-001-101 | |

| |In accordance with Section C Statement of Work; Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |CV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_______________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1004 | |15 |Each | | |

| |YEAR 1 - LOT 1 | |

| |FFP | |

| |Composite Repair Unit, DBL VAC Debulk | |

| |P/N 901-232-006-101 | |

| |In accordance with Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11- 15 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1005 | |20 |Each | | |

| |YEAR 1 - LOT 1 | |

| |FFP | |

| |Cable Assy, Power | |

| |P/N 901-275-903-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |16 - 20 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1006 | |20 |Each | | |

| |YEAR 1 - LOT 1 | |

| |FFP | |

| |Loop Tester | |

| |P/N 901-275-904-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |16 - 20 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1007 | |30 |Each | | |

| |YEAR 1 - LOT 2 | |

| |FFP | |

| |Check Fixture, CCPT | |

| |P/N 901-201-007-101 | |

| |AW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |16 - 20 $_____________ | |

| |21 - 25 $_____________ | |

| |26 - 30 $_____________ | |

| | | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1008 | |10 |Each | | |

| |YEAR 1 - LOT 2 | |

| |FFP | |

| |Centrifugal Force Bearing CPRSN FXTR | |

| |P/N 901-210-008-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |CV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1009 | |20 |Each | | |

| |YEAR 1 - LOT 2 | |

| |FFP | |

| |Tool Set, Rivotless | |

| |P/N 901-210-041-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |16 - 20 $_____________ | |

| | | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1010 | |25 |Each | | |

| |YEAR 1 - LOT 2 | |

| |FFP | |

| |Fixture, Blade Rigging, LH / RH | |

| |P/N 901-215-039-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11- 15 $_____________ | |

| |16 - 20 $_____________ | |

| |21 - 25 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1011 | |15 |Each | | |

| |YEAR 1 - LOT 2 | |

| |FFP | |

| |SLING, HUB & Blade | |

| |P/N 901-220-902-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| | | |

| | | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1012 | |40 |Each | | |

| |YEAR 1 - LOT 2 | |

| |FFP | |

| |Adapter, Trailer, Swashplate/Pendulum | |

| |P/N 901-220-935-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |16 - 20 $_____________ | |

| |21 - 25 $_____________ | |

| |26 - 30 $_____________ | |

| |31 - 35 $_____________ | |

| |36 - 40 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1013 | |10 |Each | | |

| |YEAR 1 - LOT 2 | |

| |FFP | |

| |HUB Build-Up, Stand | |

| |P/N 901-220-943-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 -5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| | | |

| | | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1014 | |20 |Each | | |

| |YEAR 1 - LOT 2 | |

| |FFP | |

| |Actuator, Proprotor Hub Pitch Change | |

| |P/N 901-220-951-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11-15 $_____________ | |

| |16 - 20 $_____________ | |

| | | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1015 | |25 |Each | | |

| |YEAR 1 - LOT 2 | |

| |FFP | |

| |SET Foam Replacement Fuel Cell | |

| |P/N 901-232-017-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |16 - 20 $_____________ | |

| |21 - 25 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1016 | |15 |Each | | |

| |YEAR 1 - LOT 2 | |

| |FFP | |

| |Set, Lockbolt Pneudraulic Remove/Install | |

| |P/N 901-232-102-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| | | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1017 | |15 |Each | | |

| |YEAR 1 - LOT 2 | |

| |FFP | |

| |Tool, MLG Trunnion Pin Removal | |

| |P/N 901-236-009-125 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1018 | |10 |Each | | |

| |YEAR 1 - LOT 2 | |

| |FFP | |

| |Remove/Install Set, Gearbox Seals | |

| |P/N 901-240-103-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1019 | |10 |Each | | |

| |YEAR 1 - LOT 2 | |

| |FFP | |

| |Tool Set, Aircraft Maint, PRGB Seals | |

| |P/N 901-244-081-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |CV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1020 | |15 |Each | | |

| |YEAR 1 - LOT 2 | |

| |FFP | |

| |Tool Set, Coupling Bearing REM/INSTL | |

| |P/N 901-247-001-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1021 | |10 |Each | | |

| |YEAR 1 - LOT 2 | |

| |FFP | |

| |Tool Compression Fuel Cell | |

| |P/N 901-266-008-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1022 | |15 |Each | | |

| |YEAR 1 - LOT 3 | |

| |FFP | |

| |Fixture, Support Swashplate Assy | |

| |P/N 901-210-009-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1023 | |30 |Each | | |

| |YEAR 1 - LOT 3 | |

| |FFP | |

| |Blade Harness Alignment Tool | |

| |P/N 901-215-057-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |16 - 20 $_____________ | |

| |21 - 25 $_____________ | |

| |26 - 30 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1024 | |15 |Each | | |

| |YEAR 1 - LOT 3 | |

| |FFP | |

| |Adapter, Trailer, Proprotor Gearbox | |

| |P/N 901-220-909-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1025 | |15 |Each | | |

| |YEAR 1 - LOT 3 | |

| |FFP | |

| |Sling Assy, PR/Blade | |

| |P/N 901-220-916-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1026 | |20 |Each | | |

| |YEAR 1 - LOT 3 | |

| |FFP | |

| |Adapter, Trailer, Tiltaxis Gearbox | |

| |P/N 901-220-924-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |16 - 20 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1027 | |30 |Each | | |

| |YEAR 1 - LOT 3 | |

| |FFP | |

| |(PROD) Adapter, Trailer, MIDWING GB/ECU | |

| |P/N 901-220-925-105 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |16 - 20 $_____________ | |

| |21 - 25 $_____________ | |

| |26 - 30 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1028 | |5 |Each | | |

| |YEAR 1 - LOT 3 | |

| |FFP | |

| |Adapter, Trailer, APU | |

| |P/N 901-220-926-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |CV only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1029 | |25 |Each | | |

| |YEAR 1 - LOT 3 | |

| |FFP | |

| |Wing Support Adapter Set | |

| |P/N 901-220-929-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |16 - 20 $_____________ | |

| |21 - 25 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1030 | |10 |Each | | |

| |YEAR 1 - LOT 3 | |

| |FFP | |

| |Sling, Aircraft Hoisting | |

| |P/N 901-220-933-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1031 | |25 |Each | | |

| |YEAR 1 - LOT 3 | |

| |FFP | |

| |Sling, Blade, Inverted Y | |

| |P/N 901-220-934-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |16 - 20 $_____________ | |

| |21 - 25 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1032 | |10 |Each | | |

| |YEAR 1 - LOT 3 | |

| |FFP | |

| |Crane, Maintenance, Portable | |

| |P/N 901-220-941-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1033 | |15 |Each | | |

| |YEAR 1 - LOT 3 | |

| |FFP | |

| |PRGB / TAGB Sling Assy | |

| |P/N 901-220-958-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1034 | |10 |Each | | |

| |YEAR 1 - LOT 3 | |

| |FFP | |

| |MLG, Handling Adapter | |

| |P/N 901-236-010-201 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |CV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1035 | |60 |Each | | |

| |YEAR 1 - LOT 3 | |

| |FFP | |

| |Handling Adapter, Probe | |

| |P/N 901-266-553-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |16 - 20 $_____________ | |

| |21 - 25 $_____________ | |

| |26 - 30 $_____________ | |

| |31 - 35 $_____________ | |

| |36 - 40 $_____________ | |

| |41 - 45 $_____________ | |

| |45 - 50 $_____________ | |

| |51 - 55 $_____________ | |

| |56 - 60 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|1036 | |5 |Each | | |

| |YEAR 1 - LOT 3 | |

| |FFP | |

| |Handling Adapter TFU | |

| |P/N 901-270-073-101 | |

| |IAW Section C Statement of Work; Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |CV Only | |

| | | |

| |Quantity Unit Price | |

| |1 -5 $_______________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |QUANTITY |UNIT |UNIT PRICE |AMOUNT |

|1037 | | |Lot | | |

| |YEAR 1 - Engineering Change Proposal | |

| |FFP | |

| |As Required | |

| |IAW Section C, Statement of Work and Section J Exhibit B, Data Item | |

| |B001 Engineering Change Proposal | |

| | | |

| |NOT SEPARATELY PRICED. | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |QUANTITY |UNIT |UNIT PRICE |AMOUNT |

|1038 | | |Lot | | |

| |YEAR 1 - Request for Deviation | |

| |FFP | |

| |As Required | |

| |IAW Section C, Statement of Work and Section J Exhibit B, Data Items | |

| |B002 Request for Deviation | |

| | | |

| |NOT SEPARATELY PRICED. | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |QUANTITY |UNIT |UNIT PRICE |AMOUNT |

|1039 | | |Lot | | |

| |YEAR 1 - Request for Waiver | |

| |FFP | |

| |As Required | |

| |IAW Section C, Statement of Work and Section J, Exhibit B Data Item | |

| |B003 Request for Waiver | |

| | | |

| |NOT SEPARATELY PRICED. | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2001 | |10 |Each | | |

| |YEAR 2 - LOT 1 | |

| |FFP | |

| |Bladefold Actuator Test System (BATS) Box | |

| |P/N 901-205-810-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2002 | |5 |Each | | |

| |YEAR 2 - LOT 1 | |

| |FFP | |

| |Ultrasonic Transducer Set | |

| |P/N 901-220-970-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2003 | |5 |Each | | |

| |YEAR 2 - LOT 1 | |

| |FFP | |

| |Probe Set Eddy Current | |

| |P/N 901-232-001-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2004 | |10 |Each | | |

| |YEAR 2 - LOT 1 | |

| |FFP | |

| |Composite Repair Unit, DBL Vac Debulk | |

| |P/N 901-232-006-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2005 | |10 |Each | | |

| |YEAR 2 - LOT 1 | |

| |FFP | |

| |Cable Assy, Power | |

| |P/N 901-275-903-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2006 | |10 |Each | | |

| |YEAR 2 - LOT 1 | |

| |FFP | |

| |Loop Tester | |

| |P/N 901-275-904-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2007 | |15 |Each | | |

| |YEAR 2 - LOT 2 | |

| |FFP | |

| |Check Fixture, CCPT | |

| |P/N 901-201-007-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2008 | |5 |Each | | |

| |YEAR 2 - LOT 2 | |

| |FFP | |

| |Centrifugal Force Bearing CPRSN FXTR | |

| |P/N 901-210-008-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |CV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2009 | |5 |Each | | |

| |YEAR 2 - LOT 2 | |

| |FFP | |

| |Tool Set, Rivotless | |

| |P/N 901-210-041-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2010 | |10 |Each | | |

| |YEAR 2 - LOT 2 | |

| |FFP | |

| |Fixture, Blade Rigging, LH/RH | |

| |P/N 901-215-039-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2011 | |10 |Each | | |

| |YEAR 2 - LOT 2 | |

| |FFP | |

| |Sling, Hub & Blade | |

| |P/N 901-220-902-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2012 | |20 |Each | | |

| |YEAR 2 - LOT 2 | |

| |FFP | |

| |Adapter, Trailer, Swashplate/Pendulum | |

| |P/N 901-220-935-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |16 - 20 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2013 | |5 |Each | | |

| |YEAR 2 - LOT 2 | |

| |FFP | |

| |Hub Build-Up, Stand | |

| |P/N 901-220-943-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2014 | |10 |Each | | |

| |YEAR 2 - LOT 2 | |

| |FFP | |

| |Actuator, Proprotor Hub Pitch Change | |

| |P/N 901-220-951-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2015 | |10 |Each | | |

| |YEAR 2 - LOT 2 | |

| |FFP | |

| |Set Foam Replacement Fuel Cell | |

| |P/N 901-232-017-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2016 | |10 |Each | | |

| |YEAR 2 - LOT 2 | |

| |FFP | |

| |Set, Lockbolt Pneudraulic Remove/Install | |

| |P/N 901-232-102-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2017 | |10 |Each | | |

| |YEAR 2 - LOT 2 | |

| |FFP | |

| |Tool, MLG Trunnion Pin Removal | |

| |P/N 901-236-009-125 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2018 | |5 |Each | | |

| |YEAR 2 - LOT 2 | |

| |FFP | |

| |Remove/Install Set, Gearbox Seals | |

| |P/N 901-240-103-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2019 | |5 |Each | | |

| |YEAR 2 - LOT 2 | |

| |FFP | |

| |Tool Set, Aircraft Maintenance, PRGB Seals | |

| |P/N 901-244-081-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |CV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2020 | |5 |Each | | |

| |YEAR 2 - LOT 2 | |

| |FFP | |

| |Tool Set, Coupling Bearing Remove/Install | |

| |P/N 901-247-001-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2021 | |10 |Each | | |

| |YEAR 2 - LOT 2 | |

| |FFP | |

| |Tool Compression Fuel Cell | |

| |P/N 901-266-008-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2022 | |5 |Each | | |

| |YEAR 2 - LOT 3 | |

| |FFP | |

| |Fixture, Support Swashplate Assy | |

| |P/N 901-210-009-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2023 | |10 |Each | | |

| |YEAR 2 - LOT 3 | |

| |FFP | |

| |Blade Harness Alignment Tool | |

| |P/N 901-215-057-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2024 | |10 |Each | | |

| |YEAR 2 - LOT 3 | |

| |FFP | |

| |Adapter, Trailer, Proprotor Gearbox | |

| |P/N 901-220-909-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2025 | |10 |Each | | |

| |YEAR 2 - LOT 3 | |

| |FFP | |

| |SLING Assy, PR/Blade | |

| |P/N 901-220-916-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2026 | |10 |Each | | |

| |YEAR 2 - LOT 3 | |

| |FFP | |

| |Adapter, Trailer, Tiltaxis Gearbox | |

| |P/N 901-220-924-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2027 | |15 |Each | | |

| |YEAR 2 - LOT 3 | |

| |FFP | |

| |(PROD) Adapter, Trailer, Midwing GB/ECU | |

| |P/N 901-220-925-105 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2028 | |5 |Each | | |

| |YEAR 2 - LOT 3 | |

| |FFP | |

| |Adapter, Trailer, APU | |

| |P/N 901-220-926-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |CV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2029 | |10 |Each | | |

| |YEAR 2 - LOT 3 | |

| |FFP | |

| |Wing Support Adapter Set | |

| |P/N 901-220-929-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2030 | |10 |Each | | |

| |YEAR 2 - LOT 3 | |

| |FFP | |

| |Sling, Aircraft Hoisting | |

| |P/N 901-220-933-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2031 | |10 |Each | | |

| |YEAR 2 - LOT 3 | |

| |FFP | |

| |Sling, Blade, Inverted Y | |

| |P/N 901-220-934-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2032 | |13 |Each | | |

| |YEAR 2 - LOT 3 | |

| |FFP | |

| |Crane, Maintenance, Portable | |

| |P/N 901-220-941-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2033 | |10 |Each | | |

| |YEAR 2 - LOT 3 | |

| |FFP | |

| |PRGB/TAGB Sling Assy | |

| |P/N 901-220-958-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2034 | |5 |Each | | |

| |YEAR 2 - LOT 3 | |

| |FFP | |

| |MLG, Handling Adapter | |

| |P/N 901-236-010-201 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |CV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2035 | |15 |Each | | |

| |YEAR 2 - LOT 3 | |

| |FFP | |

| |Handling Adapter, Probe | |

| |P/N 901-266-553-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|2036 | |5 |Each | | |

| |YEAR 2 - LOT 3 | |

| |FFP | |

| |Handling Adapter TFU | |

| |P/N 901-270-073-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |CV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |QUANTITY |UNIT |UNIT PRICE |AMOUNT |

|2037 | | |Lot | | |

| |YEAR 2 - Engineering Change Proposal | |

| |FFP | |

| |As Required | |

| |IAW Section C, Statement of Work and Section J, Exhibit B, Data Item | |

| |B001 Engineering Change Proposal | |

| | | |

| |NOT SEPARATELY PRICED. | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |QUANTITY |UNIT |UNIT PRICE |AMOUNT |

|2038 | | |Lot | | |

| |YEAR 2 - Request for Deviation | |

| |FFP | |

| |As Required | |

| |IAW Section C, Statement of Work and Section J, Exhibit B Data Item | |

| |B002 Request for Deviation | |

| | | |

| |NOT SEPARATELY PRICED. | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |QUANTITY |UNIT |UNIT PRICE |AMOUNT |

|2039 | | |Lot | | |

| |YEAR 2 - Request for Waiver | |

| |FFP | |

| |As Required | |

| |IAW Section C, Statement of Work and Section J, Exhibit B Data Item | |

| |B003 Request for Waiver | |

| | | |

| |NOT SEPARATELY PRICED. | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3001 | |10 |Each | | |

| |YEAR 3 - LOT 1 | |

| |FFP | |

| |Bladefold Actuator Test System (BATS) Box | |

| |P/N 901-205-810-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3002 | |5 |Each | | |

| |YEAR 3 - LOT 1 | |

| |FFP | |

| |Ultrasonic Transducer Set | |

| |P/N 901-220-970-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3003 | |5 |Each | | |

| |YEAR 3 - LOT 1 | |

| |FFP | |

| |Probe Set Eddy Current | |

| |P/N 901-232-001-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3004 | |10 |Each | | |

| |YEAR 3 - LOT 1 | |

| |FFP | |

| |Composite Repair Unit, DBL VAC Debulk | |

| |P/N 901-232-006-101 | |

| |In accordance with Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3005 | |10 |Each | | |

| |YEAR 3 - LOT 1 | |

| |FFP | |

| |Cable ASSY, Power | |

| |P/N 901-275-903-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3006 | |10 |Each | | |

| |YEAR 3 - LOT 1 | |

| |FFP | |

| |LOOP Tester | |

| |P/N 901-275-904-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3007 | |10 |Each | | |

| |YEAR 3 - LOT 2 | |

| |FFP | |

| |Check Fixture, CCPT | |

| |P/N 901-201-007-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3008 | |5 |Each | | |

| |YEAR 3 - LOT 2 | |

| |FFP | |

| |Centrifugal Force Bearing CPRSN Fixture | |

| |P/N 901-210-008-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3009 | |5 |Each | | |

| |YEAR 3 - LOT 2 | |

| |FFP | |

| |Tool Set, Rivotless | |

| |P/N 901-210-041-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3010 | |10 |Each | | |

| |YEAR 3 - LOT 2 | |

| |FFP | |

| |Fixture, Blade Rigging, LH/RH | |

| |P/N 901-215-039-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3011 | |10 |Each | | |

| |YEAR 3 - LOT 2 | |

| |FFP | |

| |Sling, Hub & Blade | |

| |P/N 901-220-902-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3012 | |15 |Each | | |

| |YEAR 3 - LOT 2 | |

| |FFP | |

| |Adapter, Trailer, Swashplate / Pendulum | |

| |P/N 901-220-935-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3013 | |5 |Each | | |

| |YEAR 3 - LOT 2 | |

| |FFP | |

| |HUB Build-Up, Stand | |

| |P/N 901-220-943-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3014 | |10 |Each | | |

| |YEAR 3 - LOT 2 | |

| |FFP | |

| |Actuator, Proprotor Hub Pitch Change | |

| |P/N 901-220-951-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3015 | |10 |Each | | |

| |YEAR 3 - LOT 2 | |

| |FFP | |

| |Set Foam Replacement Fuel Cell | |

| |P/N 901-232-017-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3016 | |10 |Each | | |

| |YEAR 3 - LOT 2 | |

| |FFP | |

| |Set, Lockbolt Pneudraulic Remove/Install | |

| |P/N 901-232-102-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3017 | |5 |Each | | |

| |YEAR 3 - LOT 2 | |

| |FFP | |

| |Tool, MLG Trunnion Pin Removal | |

| |P/N 901-236-009-125 | |

| |IAW Section C Statement of Work and Section Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3018 | |5 |Each | | |

| |YEAR 3 - LOT 2 | |

| |FFP | |

| |Remove / Install Set, Gearbox Seals | |

| |P/N 901-240-103-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3019 | |5 |Each | | |

| |YEAR 3 - LOT 2 | |

| |FFP | |

| |Tool Set, Aircraft Maintenance, PRGB Seals | |

| |P/N 901-244-081-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |CV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3020 | |5 |Each | | |

| |YEAR 3 - LOT 2 | |

| |FFP | |

| |Tool Set, Coupling Bearing REM/INSTL | |

| |P/N 901-247-001-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3021 | |10 |Each | | |

| |YEAR 3 - LOT 2 | |

| |FFP | |

| |Tool Compression Fuel Cell | |

| |P/N 901-266-008-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3022 | |5 |Each | | |

| |YEAR 3 - LOT 3 | |

| |FFP | |

| |Fixture, Support Swashplate Assy | |

| |P/N 901-210-009-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3023 | |10 |Each | | |

| |YEAR 3 - LOT 3 | |

| |FFP | |

| |Blade Harness Alignment Tool | |

| |P/N 901-215-057-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3024 | |10 |Each | | |

| |YEAR 3 - LOT 3 | |

| |FFP | |

| |Adapter, Trailer, Proprotor Gearbox | |

| |P/N 901-220-909-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3025 | |10 |Each | | |

| |YEAR 3 - LOT 3 | |

| |FFP | |

| |Sling Assy, PR / Blade | |

| |P/N 901-220-916-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3026 | |10 |Each | | |

| |YEAR 3 - LOT 3 | |

| |FFP | |

| |Adapter, Trailer, Tiltaxis Gearbox | |

| |P/N 901-220-924-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3027 | |15 |Each | | |

| |YEAR 3 - LOT 3 | |

| |FFP | |

| |(PROD) Adapter, Trailer, Midwing GB / ECU | |

| |P/N 901-220-925-105 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3028 | |5 |Each | | |

| |YEAR 3 - LOT 3 | |

| |FFP | |

| |Adapter, Trailer, APU | |

| |P/N 901-220-926-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |CV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3029 | |5 |Each | | |

| |YEAR 3 - LOT 3 | |

| |FFP | |

| |Wing Support Adapter Set | |

| |P/N 901-220-929-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3030 | |5 |Each | | |

| |YEAR 3 - LOT 3 | |

| |FFP | |

| |Sling, Aircraft Hoisting | |

| |P/N 901-220-933-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3031 | |10 |Each | | |

| |YEAR 3 - LOT 3 | |

| |FFP | |

| |Sling, Blade, Inverted Y | |

| |P/N 901-220-934-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3032 | |10 |Each | | |

| |YEAR 3 - LOT 3 | |

| |FFP | |

| |Crane, Maintenance, Portable | |

| |P/N 901-220-941-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3033 | |10 |Each | | |

| |YEAR 3 - LOT 3 | |

| |FFP | |

| |PRGB / TAGB Sling Assy | |

| |P/N 901-220-958-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3034 | |5 |Each | | |

| |YEAR 3 - LOT 3 | |

| |FFP | |

| |MLG, Handling Adapter | |

| |P/N 901-236-010-201 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |CV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3035 | |10 |Each | | |

| |YEAR 3 - LOT 3 | |

| |FFP | |

| |Handling Adapter, Probe | |

| |P/N 901-266-553-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV/CV Quantities | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|3036 | |5 |Each | | |

| |YEAR 3 - LOT 3 | |

| |FFP | |

| |Handling Adapter TFU | |

| |P/N 901-270-073-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |CV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |QUANTITY |UNIT |UNIT PRICE |AMOUNT |

|3037 | | |Lot | | |

| |YEAR 3 - Engineering Change Proposal | |

| |FFP | |

| |As Required | |

| |IAW Section C, Statement of Work and Section J, Exhibit B, Data Item | |

| |B001 Engineering Change Proposal | |

| | | |

| |NOT SEPARATELY PRICED. | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |QUANTITY |UNIT |UNIT PRICE |AMOUNT |

|3038 | | |Lot | | |

| |YEAR 3 - Request for Deviation | |

| |FFP | |

| |As Required | |

| |IAW Section C, Statement of Work and Section J, Exhibit B Data Item | |

| |B002 Request for Deviation | |

| | | |

| |NOT SEPARATELY PRICED. | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |QUANTITY |UNIT |UNIT PRICE |AMOUNT |

|3039 | | |Lot | | |

| |YEAR 3 - Request for Waiver | |

| |FFP | |

| |As Required | |

| |IAW Section C, Statement of Work and Section J, Exhibit B Data Item | |

| |B003 Request for Waiver | |

| | | |

| |NOT SEPARATELY PRICED. | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4001 | |10 |Each | | |

| |YEAR 4 - LOT 1 | |

| |FFP | |

| |Bladefold Actuator Test System (BATS) Box | |

| |P/N 901-205-810-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4002 | |5 |Each | | |

| |YEAR 4 - LOT 1 | |

| |FFP | |

| |Ultrasonic Transducer Set | |

| |P/N 901-220-970-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1- 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4003 | | |Each | | |

| |YEAR 4 - LOT 1 NO REQUIREMENTS | |

| |FFP | |

| |Probe Set Eddy Current | |

| |P/N 901-232-001-101 | |

| | | |

| | | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4004 | |5 |Each | | |

| |YEAR 4 - LOT 1 | |

| |FFP | |

| |Composite Repair Unit, DBL VAC Debulk | |

| |P/N 901-232-006-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 -5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4005 | |5 |Each | | |

| |YEAR 4 - LOT 1 | |

| |FFP | |

| |Cable Assy, Power | |

| |P/N 901-275-903-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4006 | |10 |Each | | |

| |YEAR 4 - LOT 1 | |

| |FFP | |

| |Loop Tester | |

| |P/N 901-275-904-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4007 | |10 |Each | | |

| |YEAR 4 - LOT 2 | |

| |FFP | |

| |Check Fixture, CCPT | |

| |P/N 901-201-007-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4008 | | |Each | | |

| |YEAR 4 - LOT 2 - NO REQUIREMENTS | |

| |FFP | |

| |Centrifugal Force Bearing CPRSN FXTR | |

| |P/N 901-210-008-101 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4009 | |5 |Each | | |

| |YEAR 4 - LOT 2 | |

| |FFP | |

| |Tool Set, Rivotless | |

| |P/N 901-210-041-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4010 | |10 |Each | | |

| |YEAR 4 - LOT 2 | |

| |FFP | |

| |Fixture, Blade Rigging, LH / RH | |

| |P/N 901-215-039-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4011 | |10 |Each | | |

| |YEAR 4 - LOT 2 | |

| |FFP | |

| |Sling, Hub & Blade | |

| |P/N 901-220-902-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4012 | |15 |Each | | |

| |YEAR 4 - LOT 2 | |

| |FFP | |

| |Adapter, Trailer, Swashplate/Pendulum | |

| |P/N 901-220-935-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4013 | |5 |Each | | |

| |YEAR 4 - LOT 2 | |

| |FFP | |

| |Hub Build-Up, Stand | |

| |P/N 901-220-943-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4014 | |10 |Each | | |

| |YEAR 4 - LOT 2 | |

| |FFP | |

| |Actuator, Proprotor Hub Pitch Change | |

| |P/N 901-220-951-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4015 | | |Each | | |

| |YEAR 4 - LOT 2 - NO REQUIREMENTS | |

| |FFP | |

| |Set Foam Replacement Fuel Cell | |

| |P/N 901-232-017-101 | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4016 | |10 |Each | | |

| |YEAR 4 - LOT 2 | |

| |FFP | |

| |Set, Lockbolt Pneudraulic Remove/Install | |

| |P/N 901-232-102-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4017 | |5 |Each | | |

| |YEAR 4 - LOT 2 | |

| |FFP | |

| |Tool, MLG Trunnion Pin Removal | |

| |P/N 901-236-009-125 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4018 | |5 |Each | | |

| |YEAR 4 - LOT 2 | |

| |FFP | |

| |Remove/Install Set, Gearbox Seals | |

| |P/N 901-240-103-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4019 | | |Each | | |

| |YEAR 4 - LOT 2 - NO REQUIREMENTS | |

| |FFP | |

| |Tool Set, Aircraft Maintenance, PRGB Seals | |

| |P/N 901-244-081-101 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4020 | | |Each | | |

| |YEAR 4 - LOT 2 - NO REQUIREMENTS | |

| |FFP | |

| |Tool Set, Coupling Bearing Rem/INSTL | |

| |P/N 901-247-001-101 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4021 | |10 |Each | | |

| |YEAR 4 - LOT 2 | |

| |FFP | |

| |Tool Compression Fuel Cell | |

| |P/N 901-266-008-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4022 | |5 |Each | | |

| |YEAR 4 - LOT 3 | |

| |FFP | |

| |Fixture, Support Swashplate Assy | |

| |P/N 901-210-009-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4023 | |5 |Each | | |

| |YEAR 4 - LOT 3 | |

| |FFP | |

| |Blade Harness Alignment Tool | |

| |P/N 901-215-057-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4024 | |10 |Each | | |

| |YEAR 4 - LOT 3 | |

| |FFP | |

| |Adapter, Trailer, Proprotor Gearbox | |

| |P/N 901-220-909-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4025 | |10 |Each | | |

| |YEAR 4 - LOT 3 | |

| |FFP | |

| |Sling Assy, PR/Blade | |

| |P/N 901-220-916-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4026 | |10 |Each | | |

| |YEAR 4 - LOT 3 | |

| |FFP | |

| |Adapter, Trailer, Tiltaxis Gearbox | |

| |P/N 901-220-924-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4027 | |15 |Each | | |

| |YEAR 4 - LOT 3 | |

| |FFP | |

| |(Prod) Adapter, Trailer, Midwing GB/ECU | |

| |P/N 901-220-925-105 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4028 | | |Each | | |

| |YEAR 4 - LOT 3 - NO REQUIREMENTS | |

| |FFP | |

| |Adapter, Trailer, APU | |

| |P/N 901-220-926-103 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4029 | |5 |Each | | |

| |YEAR 4 - LOT 3 | |

| |FFP | |

| |Wing Support Adapter Set | |

| |P/N 901-220-929-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4030 | | |Each | | |

| |YEAR 4 - LOT 3 - NO REQUIREMENTS | |

| |FFP | |

| |Sling, Aircraft Hoisting | |

| |P/N 901-220-933-103 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4031 | |5 |Each | | |

| |YEAR 4 - LOT 3 | |

| |FFP | |

| |Sling, Blade, Inverted Y | |

| |P/N 901-220-934-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4032 | |5 |Each | | |

| |YEAR 4 - LOT 3 | |

| |FFP | |

| |Crane, Maintenance, Portable | |

| |P/N 901-220-941-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4033 | |10 |Each | | |

| |YEAR 4 - LOT 3 | |

| |FFP | |

| |PRGB/TAGB Sling Assy | |

| |P/N 901-220-958-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4034 | | |Each | | |

| |YEAR 4 - LOT 3 - NO REQUIREMENTS | |

| |FFP | |

| |MLG, Handling Adapter | |

| |P/N 901-236-010-201 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4035 | |15 |Each | | |

| |YEAR 4 - LOT 3 | |

| |FFP | |

| |Handling Adapter, Probe | |

| |P/N 901-266-553-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| |6 - 10 $_____________ | |

| |11 - 15 $_____________ | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|4036 | | |Each | | |

| |YEAR 4 - LOT 3 - NO REQUIREMENTS | |

| |FFP | |

| |Handling Adapter TFU | |

| |P/N 901-270-073-101 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |QUANTITY |UNIT |UNIT PRICE |AMOUNT |

|4037 | | |Lot | | |

| |YEAR 4 - Engineering Change Proposal | |

| |FFP | |

| |As Required | |

| |IAW Section C, Statement of Work and Section J, Exhibit B, Data Item | |

| |B001 Engineering Change Proposal | |

| | | |

| |NOT SEPARATELY PRICED. | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |QUANTITY |UNIT |UNIT PRICE |AMOUNT |

|4038 | | |Lot | | |

| |YEAR 4 - Request for Deviation | |

| |FFP | |

| |As Required | |

| |IAW Section C, Statement of Work and Section J, Exhibit B Data Item | |

| |B002 Request for Deviation | |

| | | |

| |NOT SEPARATELY PRICED. | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |QUANTITY |UNIT |UNIT PRICE |AMOUNT |

|4039 | | |Lot | | |

| |YEAR 4 - Request for Waiver | |

| |FFP | |

| |As Required | |

| |IAW Section C, Statement of Work and Section J, Exhibit B Data Item | |

| |B003 Request for Waiver | |

| | | |

| |NOT SEPARATELY PRICED. | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5001 | |5 |Each | | |

| |YEAR 5 - LOT 1 | |

| |FFP | |

| |Bladefold Actuator Test System (BATS) Box | |

| |P/N 901-205-810-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5002 | |5 |Each | | |

| |YEAR 5 - LOT 1 | |

| |FFP | |

| |Ultrasonic Transducer Set | |

| |P/N 901-220-970-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5003 | |5 |Each | | |

| |YEAR 5 - LOT 1 | |

| |FFP | |

| |Probe Set Eddy Current | |

| |P/N 901-232-001-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5004 | |5 |Each | | |

| |YEAR 5 - LOT 1 | |

| |FFP | |

| |Composite Repair Unit, DBL Vac Debulk | |

| |P/N 901-232-006-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5005 | |5 |Each | | |

| |YEAR 5 - LOT 1 | |

| |FFP | |

| |Cable Assy, Power | |

| |P/N 901-275-903-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5006 | | |Each | | |

| |YEAR 5 - LOT 1 - NO REQUIREMENTS | |

| |FFP | |

| |Loop Tester | |

| |P/N 901-275-904-101 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5007 | | |Each | | |

| |YEAR 5 - LOT 2 - NO REQUIREMENTS | |

| |FFP | |

| |Check Fixture, CCPT | |

| |P/N 901-201-007-101 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5008 | |5 |Each | | |

| |Year 5 - Lot 2 | |

| |FFP | |

| |Centrifugal Force Bearing CPRSN FXTR | |

| |P/N 901-210-008-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5009 | | |Each | | |

| |YEAR 5 - LOT 2 - NO REQUIREMENTS | |

| |FFP | |

| |Tool Set, Rivotless | |

| |P/N 901-210-041-101 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5010 | | |Each | | |

| |YEAR 5 - LOT 2 - NO REQUIREMENTS | |

| |FFP | |

| |Fixture, Blade Rigging, LH/RH | |

| |P/N 901-215-039-101 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5011 | | |Each | | |

| |YEAR 5 - LOT 2 - NO REQUIREMENTS | |

| |FFP | |

| |SLING, HUB & Blade | |

| |P/N 901-220-902-103 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5012 | | |Each | | |

| |YEAR 5 - LOT 2 - NO REQUIREMENT | |

| |FFP | |

| |Adapter, Trailer, Swashplate/Pendulum | |

| |P/N 901-220-935-101 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5013 | |5 |Each | | |

| |YEAR 5 - LOT 2 | |

| |FFP | |

| |Hub Build-Up, Stand | |

| |P/N 901-220-943-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5014 | | |Each | | |

| |YEAR 5 - LOT 2 - NO REQUIREMENTS | |

| |FFP | |

| |Actuator, Proprotor Hub Pitch Change | |

| |P/N 901-220-951-101 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5015 | |5 |Each | | |

| |YEAR 5 - LOT 2 | |

| |FFP | |

| |Set Foam Replacement Fuel Cell | |

| |P/N 901-232-017-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5016 | |5 |Each | | |

| |YEAR 5 - LOT 2 | |

| |FFP | |

| |Set, Lockbolt Pneudraulic Remove/Install | |

| |P/N 901-232-102-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5017 | |5 |Each | | |

| |YEAR 5 - LOT 2 | |

| |FFP | |

| |Tool, MLG Trunnion Pin Removal | |

| |P/N 901-236-009-125 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5018 | | |Each | | |

| |YEAR 5 - LOT 2 - NO REQUIREMENTS | |

| |FFP | |

| |Remove/Install Set, Gearbox Seals | |

| |P/N 901-240-103-101 | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5019 | | |Each | | |

| |YEAR 5 - LOT 2 - NO REQUIREMENTS | |

| |FFP | |

| |Tool Set, Aircraft Maintenance, PRGB Seals | |

| |P/N 901-244-081-101 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5020 | |5 |Each | | |

| |YEAR 5 - LOT 2 | |

| |FFP | |

| |Tool Set, Coupling Bearing Rem/Instl | |

| |P/N 901-247-001-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5021 | |5 |Each | | |

| |YEAR 5 - LOT 2 | |

| |FFP | |

| |Tool Compression Fuel Cell | |

| |P/N 901-266-008-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5022 | |5 |Each | | |

| |YEAR 5 - LOT 3 | |

| |FFP | |

| |Fixture, Support Swashplate Assy | |

| |P/N 901-210-009-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5023 | |5 |Each | | |

| |YEAR 5 - LOT 3 | |

| |FFP | |

| |Blade Harness Alignment Tool | |

| |P/N 901-215-057-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5024 | | |Each | | |

| |YEAR 5 - LOT 3 - NO REQUIREMENTS | |

| |FFP | |

| |Adapter, Trailer, Proprotor Gearbox | |

| |P/N 901-220-909-103 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5025 | | |Each | | |

| |YEAR 5 - LOT 3 - NO REQUIREMENTS | |

| |FFP | |

| |Sling Assy, PR/Blade | |

| |P/N 901-220-916-103 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5026 | | |Each | | |

| |YEAR 5 - LOT 3 - NO REQUIREMENTS | |

| |FFP | |

| |Adapter, Trailer, Tiltaxis Gearbox | |

| |P/N 901-220-924-103 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5027 | |5 |Each | | |

| |YEAR 5 - LOT 3 | |

| |FFP | |

| |(PROD) Adapter, Trailer, Midwing GB/ECU | |

| |P/N 901-220-925-105 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5028 | | |Each | | |

| |YEAR 5 - LOT 3 - NO REQUIREMENTS | |

| |FFP | |

| |Adapter, Trailer, APU | |

| |P/N 901-220-926-103 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5029 | | |Each | | |

| |YEAR 5 - LOT 3 - NO REQUIREMENTS | |

| |FFP | |

| |Wing Support Adapter Set | |

| |P/N 901-220-929-103 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5030 | | |Each | | |

| |YEAR 5 - LOT 3 - NO REQUIREMENTS | |

| |FFP | |

| |Sling, Aircraft Hoisting | |

| |P/N 901-220-933-103 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5031 | |5 |Each | | |

| |YEAR 5 - LOT 3 | |

| |FFP | |

| |Sling, Blade, Inverted Y | |

| |P/N 901-220-934-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5032 | | |Each | | |

| |YEAR 5 - LOT 3 - NO REQUIREMENTS | |

| |FFP | |

| |Crane, Maintenance, Portable | |

| |P/N 901-220-941-103 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5033 | |5 |Each | | |

| |YEAR 5 - LOT 3 | |

| |FFP | |

| |PRGB/TAGB Sling Assy | |

| |P/N 901-220-958-103 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5034 | | |Each | | |

| |YEAR 5 - LOT 3 - NO REQUIREMENTS | |

| |FFP | |

| |MLG, Handling Adapter | |

| |P/N 901-236-010-201 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5035 | |5 |Each | | |

| |YEAR 5 - LOT 3 | |

| |FFP | |

| |Handling Adapter Probe | |

| |P/N 901-266-553-101 | |

| |IAW Section C Statement of Work and Section J, Attachment 1 Drawings O&I PSE | |

| | | |

| |Including shipping costs. | |

| | | |

| |MV Only | |

| | | |

| |Quantity Unit Price | |

| |1 - 5 $_____________ | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |MAX QUANTITY |UNIT |UNIT PRICE |MAX AMOUNT |

|5036 | | |Each | | |

| |YEAR 5 - LOT 3 - NO REQUIREMENTS | |

| |FFP | |

| |Handling Adapter TFU | |

| |P/N 901-270-073-101 | |

| |FOB: Destination | |

| | | |

| | |

| |

| |MAX | |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |QUANTITY |UNIT |UNIT PRICE |AMOUNT |

|5037 | | |Lot | | |

| |YEAR 5 - Engineering Change Proposal | |

| |FFP | |

| |As Required | |

| |IAW Section C, Statement of Work and Section J, Exhibit B, Data Item | |

| |B001 Engineering Change Proposal | |

| | | |

| |NOT SEPARATELY PRICED. | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |QUANTITY |UNIT |UNIT PRICE |AMOUNT |

|5038 | | |Lot | | |

| |YEAR 5 - Request for Deviation | |

| |FFP | |

| |As Required | |

| |IAW Section C, Statement of Work and Section J, Exhibit B, Data Item | |

| |B002 Request for Deviation | |

| | | |

| |NOT SEPARATELY PRICED. | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |NET AMT | |

| |

| | | | |

|ITEM NO |SUPPLIES/SERVICES |QUANTITY |UNIT |UNIT PRICE |AMOUNT |

|5039 | | |Lot | | |

| |YEAR 5 - Request for Waiver | |

| |FFP | |

| |As Required | |

| |IAW Section C, Statement of Work and Section J, Exhibit B Data Item | |

| |B003 Request for Waiver | |

| | | |

| |NOT SEPARATELY PRICED. | |

| | | |

| |FOB: Destination | |

| | | |

| | |

| |

| |NET AMT | |

| |

| | | | |

Section C - Descriptions and Specifications

STATEMENT OF WORK

CLINs 1001 through 1036, 2001 through 2036, 3001 through 3036, 4001 through 4036 and 5001 through 5036: the Contractor shall manufacture, assemble, inspect, produce and deliver the O&I Level Peculiar Support Equipment in accordance with the Statement of Work as set forth below.

CLINs 1037, 1038, 1039, 2037, 2038, 2039, 3037, 3038, 3039, 4037, 4038, 4039, 5037, 5038, 5039: The Contractor shall provide Engineering Change Proposals, Request for Deviations and Request for Waivers in accordance with the Statement of Work and Exhibit B, Data Items B001, B002 and B003.

STATEMENT OF WORK

FOR 36 O&I LEVEL PECULIAR SUPPORT EQUIPMENT (PSE) End Items

FOR THE V-22 AIRCRAFT

1. SCOPE

This Statement of Work (SOW) establishes the tasks that must be performed by the contractor for the manufacture, assembly, inspection, production and delivery of thirty-six (36) Organizational & Intermediate (O&I) Level Peculiar Support Equipment (PSE) end items for the MV/CV-22 Aircraft as listed in paragraph 2.0 Applicable Documents, below. The PSE end items are divided into three (3) Lots as listed in paragraph 3.1 General Requirements, below: electrical items (Lot I), critical machining items (Lot II), and mechanical/weldments items (Lot III). Technical data items shall be on an as required basis and consist of Engineering Change Proposals, Request for Deviations, and Request for Waivers.

2. APPLICABLE DOCUMENTS

Drawing Package for:

1) Part Number 901-205-810-101, Bladefold Actuator Test System (BATS) Box

2) Part Number 901-220-970-101, Ultrasonic Transducer Set

3) Part Number 901-232-001-101, Probe Set Eddy Current

4) Part Number 901-232-006-101, Composite Repair Unit, DBL Vac Debulk

5) Part Number 901-275-903-103, Cable Assy, Power

6) Part Number 901-275-904-101, Loop Tester

7) Part Number 901-201-007-101, Check Fixture, CCPT

8) Part Number 901-210-008-101, Centrifugal Force Bearing CPRSN Fixture

9) Part Number 901-210-041-101, Tool Set, Rivotless

10) Part Number 901-215-039-101, Fixture, Blade Rigging, LH/RH

11) Part Number 901-220-902-103, Sling, Hub & Blade

12) Part Number 901-220-935-101, Adapter, Trailer, Swashplate/Pendulum

13) Part Number 901-220-943-101, Hub Build-Up, Stand

14) Part Number 901-220-951-101, Actuator, Proprotor Hub Pitch Change

15) Part Number 901-232-017-101, Set, Foam Replacement Fuel Cell

16) Part Number 901-232-102-101, Set, Lockbolt Pneudraulic Remove/Install

17) Part Number 901-236-009-125, Tool, MLG Trunnion Pin Removal

18) Part Number 901-240-103-101, Remove/Install Set, Gearbox Seals

19) Part Number 901-244-081-101, Tool Set, Aircraft Maint, PRGB Seals

20) Part Number 901-247-001-101, Tool Set, Coupling Bearing Rem/Inst

21) Part Number 901-266-008-101, Tool Compression Fuel Cell

22) Part Number 901-210-009-101, Fixture, Support Swashplate Assy

23) Part Number 901-215-057-101, Blade Harness Alignment Tool

24) Part Number 901-220-909-103, Adapter, Trailer, Proprotor Gearbox

25) Part Number 901-220-916-103, Sling Assy, PR/Blade

26) Part Number 901-220-924-103, Adapter, Trailer, Tiltaxis Gearbox

27) Part Number 901-220-925-105, (Prod) Adapter, Trailer, Midwing GB/ECU

28) Part Number 901-220-926-103, Adapter, Trailer APU

29) Part Number 901-220-929-103, Wing Support Adapter Set

30) Part Number 901-220-933-103, Sling, Aircraft Hoisting

31) Part Number 901-220-934-101, Sling, Blade, Inverted Y

32) Part Number 901-220-941-103, Crane, Maintenance, Portable

33) Part Number 901-220-958-103, PRGB/TAGB Sling Assy

34) Part Number 901-236-010-201, MLG Handling Adapter

35) Part Number 901-266-553-101, Handling Adapter, Probe

36) Part Number 901-270-073-101, Handling Adapter TFU

37) Drawing #3909AS9999, UID reference

38) MIL-HDBK-61 Configuration Management

39) MIL-STD-130N Identification Marking of US Military Property

Appendix A, Part Number Matrix

DD Form 1423 Contract Data Requirements List B001 Engineering Change Proposal

DD Form 1423 Contract Data Requirements List B002 Request for Deviation

DD Form 1423 Contract Data Requirements List B003 Request for Waiver

3. REQUIREMENTS

3.1 General Requirements

The contractor(s) shall provide materials and services as required to manufacture, assemble, inspect, produce and deliver the O&I PSE end items in accordance with Government furnished drawing packages for three separate Lots:

Lot 1 is defined as Electrical Items and relates to drawing numbers 901-205-810-101, 901-220-970-101, 901-232-001-101, 901-232-006-101, 901-275-903-103 and 901-275-904-101

Lot 2 Is defined as Critical Machining Items and relates to drawing numbers 901-201-007-101, 901-210-008-101, 901-210-041-101, 901-215-039-101, 901-220-902-103, 901-220-935-101, 901-220-943-101, 901-220-951-101, 901-232-017-101, 910-232-102-101, 901-236-009-125, 901-240-103-101, 901-244-081-101, 901-247-001-101 and 901-266-008-101

Lot 3 Is defined as Mechanical/Weldments Items and relates to drawing numbers 901-210-009-101, 901-215-057-101, 901-220-909-103, 910-220-916-103, 910-220-924-103, 910-220-925-105, 901-220-926-103, 910-220-929-103, 910-220-933-103, 901-220-934-101, 910-220-941-103, 901-220-958-103, 901-236-010-201, 901-266-553-101 and 901-270-073-101.

3.2 Quality Assurance Program

The Contractor shall maintain a quality system that ensures that each O&I PSE end item is manufactured in accordance with the approved drawings.

3.3 Item Unique Identification (IUID) Marking of US Military Property

In accordance with DFARS Clause 252.211-7003 Item Identification and valuation, the contractor is required to mark and register all end items and their components meeting the requirements called out in MIL-STD-130N. These include components for which the Governments unit acquisition cost is $5,000 or greater, or any component, subassembly or embedded part that is serially managed, mission essential or a controlled inventory item.

1. Construct and Method

Details on creating the UID and the marking method are contained in MIL-STD-130N. The UID may be either UID Construct #1 or Construct #2 with Construct #2 being the preferred method.

2. UID Location and Marking

The locations and marking methods selected should bear no impact on the performance of the part and minimal configuration change(s) to the part. The UID (including 2D Matrix) should be incorporated onto the data plate, in accordance with drawing 3909AS9999. If the 2D matrix can't be incorporated onto the data plate, a 2D matrix sticker can be applied onto the main data plate provided it can be done without covering any critical data. When the 2D Data Matrix is placed directly onto the data plate, the Part Number, Serial Number and CAGE human readable characters are not required. If the above cannot be accomplished, a separate data plate can be attached which contains the 2D Matrix plus the human readable characters for the Part Number, Serial Number and CAGE. This added data plate should be attached in close proximity to the main data plate.

3. Permanency and Legibility

The UID marking and identification plates, tags, or labels when used on equipment, parts, assemblies, subassemblies, units, sets, or groups shall be permanent during the normal life expectancy of the item and be capable of withstanding the environmental test and cleaning procedures specified for the item. Legibility shall be as required for ready readability as per MIL-STD-130N.

4. UID Registration

The prime contractor has the responsibility to furnish Item Unique Identification (IUID) data to the IUID registry. Data submission of IUID data and acquisition cost should be via Wide Area Work Flow (WAWF), IUID XML file, IUID flat file or web entry. Additional information regarding data submission as well as the actual marking can be found at .

5. Records

The contractor shall maintain an accurate, current list of UIDs for all manufactured items on this contract and supply to the government upon request. The list shall include P/N, Serial #, CAGE, UID Location, Construct used, how it was marked and the registration method used.

Section D - Packaging and Marking

PACKAGING AND MARKING

CLINs 1001 through 1036, 2001 through 2036, 3001 through 3036, 4001 through 4036 and 5001 through 5036: The supplies to be furnished hereunder shall be preserved and packaged in accordance with best commerical practices and shall provide protection from normal climatic / weather conditions and incidental mishandling during shipping. All unit and exterior container/packs shall as a minimum be marked with the following information:

Part Number

Noun Nomenclature

Quantity

Serial Number

Government Contract Number

Contractor’s Name and Address

MARK FOR:

EITHER

CV : “CV-22”

OR

MV: “MV-22”

NOTE: Packages CANNOT be marked MV/CV. Packages must be identified as either MV or CV. Appropriate marking will be specified per Delivery Order.

CLINs 1037, 1038, 1039, 2037, 2038, 2039, 3037, 3038, 3039, 4037, 4038, 4039, 5037, 5038, 5039: The data items to be furnished hereunder shall be packaged and marked in accordance with NAVAIR Clause 5252.247-9507, “Packaging and Marking of Reports”.

CLAUSES INCORPORATED BY FULL TEXT

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.

“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 line |Item description |

|item No | |

|

|   |  |

|

| | All PSE End Items Under This Contract Are Serially Managed and Require IUID. |

|

|   |  |

| (iii) Subassemblies, components, and parts embedded within delivered items as specified in Attachment Number ----.

(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).**

(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).

5252.247-9507 PACKAGING AND MARKING OF REPORTS (NAVAIR) (OCT 2005)

(a) All unclassified data shall be prepared for shipment in accordance with best commercial practice. Classified reports, data and documentation, if any, shall be prepared for shipment in accordance with the National Industry Security Program Operating Manual, DoD 5220.22-M.

(b) The contractor shall prominently display on the cover of each report the following information:

(1) Name and business address of contractor.

(2) Contract Number/Delivery/Task order number.

(3) Contract/Delivery/Task order dollar amount.

(4) Whether the contract was competitively or non-competitively awarded.

(5) Name of sponsoring individual.

(6) Name and address of requiring activity.

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.

5252.247-9517 PACKAGING REQUIREMENTS FOR SHIPMENTS CONTAINING NON-MANUFACTURED WOOD PACKING MATERIALS (NAVAIR) (FEB 2002)

All non-manufactured, wooden pallets, reels, or containers shipped or used for shipment under this contract shall be heat treated and marked in accordance with the American Lumber Standards Committee, Incorporated Non-Manufactured Wood Packing Policy and Non-Manufactured Wood Packing Enforcement Regulations, both dated 30 May 2001.

Section E - Inspection and Acceptance

INSPECTION AND ACCEPTANCE

CLINs 1001 through 1036, 2001 through 2036, 3001 through 3036, 4001 through 4036 and 5001 through 5036: The supplies to be furnished hereunder shall be inspected and accepted at the source by a Defense Contract Management Agency (DCMA) Quality Assurance Representative (QAR) with technical assistance from the US Navy V-22 Osprey Support Equipment Activity, NAWCAD, Lakehurst, NJ.:

DCMA QAR Name: Provided at time of Award

Phone:

Email:

Address:

CLINs 1037, 1038, 1039, 2037, 2038, 2039, 3037, 3038, 3039, 4037, 4038, 4039, 5037, 5038, 5039: The data items to be furnished hereunder shall be inspected and accepted at Destination by the US Navy V-22 Osprey Support Equipment Activity.

First Delivery Order Pre-Delivery Single Item Inspection

Prior to the delivery of the first production Delivery Order, the contractor shall provide the opportunity for the Government to select for inspection one each of each PSE end item (by Lot) as identified in Statement of Work paragraph 3.1, for compliance with the design, quality, workmanship, specifications, and meeting the requirements of the NAVAIR drawings in accordance with Section E of the contract.

Production Deliveries Inspection

From time to time, at the direction of the Government, the contractor shall make available for inspection a quantity of one item of each PSE end item (by Lot) listed in Statement of Work paragraph 3.1, from every production delivery order to ensure continued compliance with the drawings and requirements of the contract.

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

|CLIN |INSPECT AT |INSPECT BY |ACCEPT AT |ACCEPT BY |

|1001 |Origin |Government |Origin |Government |

|1002 |Origin |Government |Origin |Government |

|1003 |Origin |Government |Origin |Government |

|1004 |Origin |Government |Origin |Government |

|1005 |Origin |Government |Origin |Government |

|1006 |Origin |Government |Origin |Government |

|1007 |Origin |Government |Origin |Government |

|1008 |Origin |Government |Origin |Government |

|1009 |Origin |Government |Origin |Government |

|1010 |Origin |Government |Origin |Government |

|1011 |Origin |Government |Origin |Government |

|1012 |Origin |Government |Origin |Government |

|1013 |Origin |Government |Origin |Government |

|1014 |Origin |Government |Origin |Government |

|1015 |Origin |Government |Origin |Government |

|1016 |Origin |Government |Origin |Government |

|1017 |Origin |Government |Origin |Government |

|1018 |Origin |Government |Origin |Government |

|1019 |Origin |Government |Origin |Government |

|1020 |Origin |Government |Origin |Government |

|1021 |Origin |Government |Origin |Government |

|1022 |Origin |Government |Origin |Government |

|1023 |Origin |Government |Origin |Government |

|1024 |Origin |Government |Origin |Government |

|1025 |Origin |Government |Origin |Government |

|1026 |Origin |Government |Origin |Government |

|1027 |Origin |Government |Origin |Government |

|1028 |Origin |Government |Origin |Government |

|1029 |Origin |Government |Origin |Government |

|1030 |Origin |Government |Origin |Government |

|1031 |Origin |Government |Origin |Government |

|1032 |Origin |Government |Origin |Government |

|1033 |Origin |Government |Origin |Government |

|1034 |Origin |Government |Origin |Government |

|1035 |Origin |Government |Origin |Government |

|1036 |Origin |Government |Origin |Government |

|1037 |Destination |Government |Destination |Government |

|1038 |Destination |Government |Destination |Government |

|1039 |Destination |Government |Destination |Government |

|2001 |Origin |Government |Origin |Government |

|2002 |Origin |Government |Origin |Government |

|2003 |Origin |Government |Origin |Government |

|2004 |Origin |Government |Origin |Government |

|2005 |Origin |Government |Origin |Government |

|2006 |Origin |Government |Origin |Government |

|2007 |Origin |Government |Origin |Government |

|2008 |Origin |Government |Origin |Government |

|2009 |Origin |Government |Origin |Government |

|2010 |Origin |Government |Origin |Government |

|2011 |Origin |Government |Origin |Government |

|2012 |Origin |Government |Origin |Government |

|2013 |Origin |Government |Origin |Government |

|2014 |Origin |Government |Origin |Government |

|2015 |Origin |Government |Origin |Government |

|2016 |Origin |Government |Origin |Government |

|2017 |Origin |Government |Origin |Government |

|2018 |Origin |Government |Origin |Government |

|2019 |Origin |Government |Origin |Government |

|2020 |Origin |Government |Origin |Government |

|2021 |Origin |Government |Origin |Government |

|2022 |Origin |Government |Origin |Government |

|2023 |Origin |Government |Origin |Government |

|2024 |Origin |Government |Origin |Government |

|2025 |Origin |Government |Origin |Government |

|2026 |Origin |Government |Origin |Government |

|2027 |Origin |Government |Origin |Government |

|2028 |Origin |Government |Origin |Government |

|2029 |Origin |Government |Origin |Government |

|2030 |Origin |Government |Origin |Government |

|2031 |Origin |Government |Origin |Government |

|2032 |Origin |Government |Origin |Government |

|2033 |Origin |Government |Origin |Government |

|2034 |Origin |Government |Origin |Government |

|2035 |Origin |Government |Origin |Government |

|2036 |Origin |Government |Origin |Government |

|2037 |Destination |Government |Destination |Government |

|2038 |Destination |Government |Destination |Government |

|2039 |Destination |Government |Destination |Government |

|3001 |Origin |Government |Origin |Government |

|3002 |Origin |Government |Origin |Government |

|3003 |Origin |Government |Origin |Government |

|3004 |Origin |Government |Origin |Government |

|3005 |Origin |Government |Origin |Government |

|3006 |Origin |Government |Origin |Government |

|3007 |Origin |Government |Origin |Government |

|3008 |Origin |Government |Origin |Government |

|3009 |Origin |Government |Origin |Government |

|3010 |Origin |Government |Origin |Government |

|3011 |Origin |Government |Origin |Government |

|3012 |Origin |Government |Origin |Government |

|3013 |Origin |Government |Origin |Government |

|3014 |Origin |Government |Origin |Government |

|3015 |Origin |Government |Origin |Government |

|3016 |Origin |Government |Origin |Government |

|3017 |Origin |Government |Origin |Government |

|3018 |Origin |Government |Origin |Government |

|3019 |Origin |Government |Origin |Government |

|3020 |Origin |Government |Origin |Government |

|3021 |Origin |Government |Origin |Government |

|3022 |Origin |Government |Origin |Government |

|3023 |Origin |Government |Origin |Government |

|3024 |Origin |Government |Origin |Government |

|3025 |Origin |Government |Origin |Government |

|3026 |Origin |Government |Origin |Government |

|3027 |Origin |Government |Origin |Government |

|3028 |Origin |Government |Origin |Government |

|3029 |Origin |Government |Origin |Government |

|3030 |Origin |Government |Origin |Government |

|3031 |Origin |Government |Origin |Government |

|3032 |Origin |Government |Origin |Government |

|3033 |Origin |Government |Origin |Government |

|3034 |Origin |Government |Origin |Government |

|3035 |Origin |Government |Origin |Government |

|3036 |Origin |Government |Origin |Government |

|3037 |Destination |Government |Destination |Government |

|3038 |Destination |Government |Destination |Government |

|3039 |Destination |Government |Destination |Government |

|4001 |Origin |Government |Origin |Government |

|4002 |Origin |Government |Origin |Government |

|4003 |Origin |Government |Origin |Government |

|4004 |Origin |Government |Origin |Government |

|4005 |Origin |Government |Origin |Government |

|4006 |Origin |Government |Origin |Government |

|4007 |Origin |Government |Origin |Government |

|4008 |Origin |Government |Origin |Government |

|4009 |Origin |Government |Origin |Government |

|4010 |Origin |Government |Origin |Government |

|4011 |Origin |Government |Origin |Government |

|4012 |Origin |Government |Origin |Government |

|4013 |Origin |Government |Origin |Government |

|4014 |Origin |Government |Origin |Government |

|4015 |Origin |Government |Origin |Government |

|4016 |Origin |Government |Origin |Government |

|4017 |Origin |Government |Origin |Government |

|4018 |Origin |Government |Origin |Government |

|4019 |Origin |Government |Origin |Government |

|4020 |Origin |Government |Origin |Government |

|4021 |Origin |Government |Origin |Government |

|4022 |Origin |Government |Origin |Government |

|4023 |Origin |Government |Origin |Government |

|4024 |Origin |Government |Origin |Government |

|4025 |Origin |Government |Origin |Government |

|4026 |Origin |Government |Origin |Government |

|4027 |Origin |Government |Origin |Government |

|4028 |Origin |Government |Origin |Government |

|4029 |Origin |Government |Origin |Government |

|4030 |Origin |Government |Origin |Government |

|4031 |Origin |Government |Origin |Government |

|4032 |Origin |Government |Origin |Government |

|4033 |Origin |Government |Origin |Government |

|4034 |Origin |Government |Origin |Government |

|4035 |Origin |Government |Origin |Government |

|4036 |Origin |Government |Origin |Government |

|4037 |Destination |Government |Destination |Government |

|4038 |Destination |Government |Destination |Government |

|4039 |Destination |Government |Destination |Government |

|5001 |Origin |Government |Origin |Government |

|5002 |Origin |Government |Origin |Government |

|5003 |Origin |Government |Origin |Government |

|5004 |Origin |Government |Origin |Government |

|5005 |Origin |Government |Origin |Government |

|5006 |Origin |Government |Origin |Government |

|5007 |Origin |Government |Origin |Government |

|5008 |Origin |Government |Origin |Government |

|5009 |Origin |Government |Origin |Government |

|5010 |Origin |Government |Origin |Government |

|5011 |Origin |Government |Origin |Government |

|5012 |Origin |Government |Origin |Government |

|5013 |Origin |Government |Origin |Government |

|5014 |Origin |Government |Origin |Government |

|5015 |Origin |Government |Origin |Government |

|5016 |Origin |Government |Origin |Government |

|5017 |Origin |Government |Origin |Government |

|5018 |Origin |Government |Origin |Government |

|5019 |Origin |Government |Origin |Government |

|5020 |Origin |Government |Origin |Government |

|5021 |Origin |Government |Origin |Government |

|5022 |Origin |Government |Origin |Government |

|5023 |Origin |Government |Origin |Government |

|5024 |Origin |Government |Origin |Government |

|5025 |Origin |Government |Origin |Government |

|5026 |Origin |Government |Origin |Government |

|5027 |Origin |Government |Origin |Government |

|5028 |Origin |Government |Origin |Government |

|5029 |Origin |Government |Origin |Government |

|5030 |Origin |Government |Origin |Government |

|5031 |Origin |Government |Origin |Government |

|5032 |Origin |Government |Origin |Government |

|5033 |Origin |Government |Origin |Government |

|5034 |Origin |Government |Origin |Government |

|5035 |Origin |Government |Origin |Government |

|5036 |Origin |Government |Origin |Government |

|5037 |Destination |Government |Destination |Government |

|5038 |Destination |Government |Destination |Government |

|5039 |Destination |Government |Destination |Government |

CLAUSES INCORPORATED BY REFERENCE

|52.246-2 |Inspection Of Supplies--Fixed Price |AUG 1996 | |

|52.246-16 |Responsibility For Supplies |APR 1984 | |

|252.246-7000 |Material Inspection And Receiving Report |MAR 2008 | |

Section F - Deliveries or Performance

DELIVERY INFORMATION

CLINs 1001 through 1036, 2001 through 2036, 3001 through 3036, 4001 through 4036 and 5001 through 5036: The supplies to be furnished hereunder shall be delivered in accordance with the schedule set forth in each Delivery Order.

Early delivery is acceptable and encouraged. Partial shipments of an order shall be acceptable only when the entire order is received by the delivery date as set forth in each Delivery Order.

CLINs 1037, 1038, 1039, 2037, 2038, 2039, 3037, 3038, 3039, 4037, 4038, 4039, 5037, 5038, 5039: The data items to be furnished shall be provided on an as required basis and shall be delivered in accordance with Exhibit B, Contract Data Requirements List, DD Form 1423, Data Items B001 Engineering Change Proposal (ECP), B002 Request for Deviation and B003 Request for Waiver. The contractor is advised to consult MIL-HDBK-61 Configuration Management when contemplating submitting one of these configuration change requests.

CLIN Ordering Periods:

CLINs 1001 - 1036: From Date of Contract Award Through 365 Days.

CLINs 2001 - 2036: 366 Days After Contract Award Through 731 Days After Contract Award.

CLINS 3001 - 3036: 732 Days After Contract Award Through 1096 Days After Contract Award.

CLINS 4001 - 4036: 1097 Days After Contract Award Through 1461 Days After Contract Award.

CLINS 5001 - 5036: 1462 Days After Contract Award Through 1826 Days After Contract Award.

DELIVERY INFORMATION

|CLIN |DELIVERY DATE |QUANTITY |SHIP TO ADDRESS |UIC |

| | | | | |

|1001 |180 dys. After Date of Order | |MV-22/CV-22 |N68335 |

| | | |NAVAIR LAKEHURST SUPPORT EQUIPMENT | |

| | | |ROUTE 547 | |

| | | |SE STAGING BLDG 195, HANGER 6 | |

| | | |LAKEHURST NJ 08733 | |

| | | |FOB: Destination | |

| | | | | |

|1002 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1003 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1004 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1005 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1006 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1007 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1008 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1009 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1010 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1011 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1012 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1013 |210 dys. After Date of Order |1 - 3 |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| |240 dys. After Date of Order |4 - 10 | | |

| | | | | |

|1014 |210 dys. After Date of Order |1 - 8 |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| |240 dys. After Date of Order |9 - 10 | | |

| | | | | |

|1015 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1016 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1017 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1018 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1019 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1020 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1021 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1022 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1023 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1024 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1025 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1026 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1027 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1028 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1029 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1030 |180 dys. After Date of Order |1 - 2 |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| |210 dys. After Date of Order |3 – 5 | | |

| | | | | |

| |240 dys. After Date of Order |6 - 10 | | |

| | | | | |

|1031 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1032 |180 dys. After Date of Order |1 - 2 |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| |210 dys. After Date of Order |3 – 5 | | |

| | | | | |

| |240 dys. After Date of Order |6 - 10 | | |

| | | | | |

|1033 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1034 |180 dys. After Date of Order |1 - 3 |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| |210 dys. After Date of Order |4 – 6 | | |

| | | | | |

| |240 dys. After Date of Order |7 - 10 | | |

| | | | | |

|1035 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1036 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1037 |IAW DD FORM 1423 | |IAW DD FORM 1423 |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1038 |IAW DD FORM 1423 | |IAW DD FORM 1423 |N68335 |

| | | |FOB: Destination | |

| | | | | |

|1039 |IAW DD FORM 1423 | |IAW DD FORM 1423 |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2001 |180 dys. After Date of Order | |MV-22/CV-22 |N68335 |

| | | |NAVAIR LAKEHURST SUPPORT EQUIPMENT | |

| | | |ROUTE 547 | |

| | | |SE STAGING BLDG 195, HANGER 6 | |

| | | |LAKEHURST NJ 08733 | |

| | | |FOB: Destination | |

| | | | | |

| | | | | |

|2002 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2003 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2004 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2005 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2006 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2007 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2008 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2009 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2010 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2011 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2012 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2013 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2014 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2015 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2016 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2017 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2018 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2019 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2020 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2021 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2022 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2023 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2024 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2025 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2026 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2027 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2028 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2029 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2030 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2031 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2032 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2033 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2034 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2035 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2036 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2037 |IAW DD FORM 1423 | |IAW DD FORM 1423 |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2038 |IAW DD FORM 1423 | |IAW DD FORM 1423 |N68335 |

| | | |FOB: Destination | |

| | | | | |

|2039 |IAW DD FORM 1423 | |IAW DD FORM 1423 |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3001 |180 dys. After Date of Order | |MV-22/CV-22 |N68335 |

| | | |NAVAIR LAKEHURST SUPPORT EQUIPMENT | |

| | | |ROUTE 547 | |

| | | |SE STAGING BLDG 195, HANGER 6 | |

| | | |LAKEHURST NJ 08733 | |

| | | |FOB: Destination | |

| | | | | |

|3002 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3003 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3004 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3005 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3006 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3007 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3008 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3009 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3010 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3011 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3012 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3013 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3014 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3015 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3016 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3017 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3018 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3019 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3020 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3021 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3022 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3023 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3024 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3025 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3026 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3027 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3028 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3029 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3030 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3031 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3032 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3033 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3034 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3035 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3036 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3037 |IAW DD FORM 1423 | |IAW DD FORM 1423 |N68335 |

| | | |FOB: Destination | |

| | | | | |

|3038 |IAW DD FORM 1423 | |IAW DD FORM 1423 |N68335 |

| | | |FOB: Destination | |

|3039 |IAW DD FORM 1423 | |IAW DD FORM 1423 |N68335 |

| | | |FOB: Destination | |

|4001 |180 dys. After Date of Order | |MV-22/CV-22 |N68335 |

| | | |NAVAIR LAKEHURST SUPPORT EQUIPMENT | |

| | | |ROUTE 547 | |

| | | |SE STAGING BLDG 195, HANGER 6 | |

| | | |LAKEHURST NJ 08733 | |

| | | |FOB: Destination | |

| | | | | |

|4002 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4003 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4004 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4005 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4006 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4007 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4008 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4009 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4010 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4011 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4012 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4013 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4014 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4015 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4016 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4017 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4018 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4019 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4020 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4021 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4022 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4023 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4024 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4025 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4026 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4027 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4028 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4029 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4030 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4031 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4032 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4033 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4034 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4035 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4036 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4037 |IAW DD FORM 1423 | |IAW DD FORM 1423 |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4038 |IAW DD FORM 1423 | |IAW DD FORM 1423 |N68335 |

| | | |FOB: Destination | |

| | | | | |

|4039 |IAW DD FORM 1423 | |IAW DD FORM 1423 |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5001 |180 dys. After Date of Order | |MV-22/CV-22 |N68335 |

| | | |NAVAIR LAKEHURST SUPPORT EQUIPMENT | |

| | | |ROUTE 547 | |

| | | |SE STAGING BLDG 195, HANGER 6 | |

| | | |LAKEHURST NJ 08733 | |

| | | |FOB: Destination | |

| | | | | |

|5002 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5003 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5004 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5005 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5006 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5007 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5008 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5009 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5010 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5011 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5012 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5013 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5014 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5015 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5016 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5017 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5018 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5019 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5020 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5021 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5022 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5023 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5024 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5025 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5026 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5027 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5028 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5029 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5030 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5031 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5032 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5033 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5034 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5035 |180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5036 | 180 dys. After Date of Order | |(SAME AS PREVIOUS LOCATION) |N68335 |

| | | |FOB: Destination | |

| | | | | |

|5037 |IAW DD FORM 1423 | |IAW DD FORM 1423 |N68335 |

| | | |FOB: Destination | |

|5038 |IAW DD FORM 1423 | |IAW DD FORM 1423 |N68335 |

| | | |FOB: Destination | |

|5039 |IAW DD FORM 1423 | |IAW DD FORM 1423 |N68335 |

| | | |FOB: Destination | |

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 | |

|52.247-21 |Contractor Liability for Personal Injury and/or Property Damage |APR 1984 | |

|52.247-22 |Contractor Liability for Loss of and/or Damage to Freight Other Than |APR 1984 | |

| |Household Goods | | |

|52.247-48 |F.O.B. Destination--Evidence Of Shipment |FEB 1999 | |

CLAUSES INCORPORATED BY FULL TEXT

52.211-8 Time of Delivery.

As prescribed in 11.404(a)(2), insert the following clause:

Time of Delivery (June 1997)

(a) The Government requires delivery to be made according to the following schedule:

| |

|Required Delivery Schedule |

| | | |

|Item No. |Quantity |Within Days After Date of Order |

|CLINs 1001 – 1036, 2001 – 2036, |IAW Section B |IAW Section F |

|3001 – 3036, 4001 – 4036, 5001 | | |

|- 5036 | | |

| | | |

| | | |

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 |

| | | |

|Item No. |Quantity |Within Days After Date of Order |

| | | |

| | | |

| | | |

(b) 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 or notice of award not later than the day the 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. If the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected.

(End of clause)

52.247-34 F.O.B. DESTINATION (NOV 1991)

(a) The term "f.o.b. destination," as used in this clause, means-

(1) Free of expense to the Government, on board the carrier's conveyance, at a specified delivery point where the consignee's facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and

(2) Supplies shall be delivered to the destination consignee's wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or "constructive placement" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including "piggyback") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for "heavy or bulky freight." When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee.

(b) The Contractor shall-

(1)(i) Pack and mark the shipment to comply with contract specifications; or

(ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements;

(2) Prepare and distribute commercial bills of lading;

(3) Deliver the shipment in good order and condition to the point of delivery specified in the contract;

(4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract;

(5) Furnish a delivery schedule and designate the mode of delivering carrier; and

(6) Pay and bear all charges to the specified point of delivery.

52.247-48 F.O.B. DESTINATION--EVIDENCE OF SHIPMENT (FEB 1999)

(a) If this contract is awarded on a free on board (f.o.b.) destination basis, the Contractor--

(1) Shall not submit an invoice for payment until the supplies covered by the invoice have been shipped to the destination; and

(2) Shall retain, and make available to the Government for review as necessary, the following evidence of shipment documentation for a period of 3 years after final payment under the contract:

(i) If transportation is accomplished by common carrier, a signed copy of the commercial bill of lading for the supplies covered by the Contractor's invoice, indicating the carrier's intent to ship the supplies to the destination specified in the contract.

(ii) If transportation is accomplished by parcel post, a copy of the certificate of mailing.

(iii) If transportation is accomplished by other than common carrier or parcel post, a copy of the delivery document showing receipt at the destination specified in the contract.

(b) The Contractor is not required to submit evidence of shipment documentation with its invoice.

Section G - Contract Administration Data

CLAUSES INCORPORATED BY REFERENCE

|52.232-1 |Payments |APR 1984 | |

|52.232-16 Alt I |Progress Payments (Aug 2010) - Alternate I |MAR 2000 | |

|52.232-25 |Prompt Payment |OCT 2008 | |

|52.232-33 |Payment by Electronic Funds Transfer--Central Contractor Registration |OCT 2003 | |

|252.204-0005 |Line Item Specific: by Cancellation Date |SEP 2009 | |

|252.204-7006 |Billing Instructions |OCT 2005 | |

|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 | |

CLAUSES INCORPORATED BY FULL TEXT

252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008)

(a) Definitions. As used in this clause--

(1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation.

(2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer.

(3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract.

(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at .

(c) The Contractor may submit a payment request and receiving report using other than WAWF only when--

(1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF;

(2) DoD is unable to receive a payment request or provide acceptance in electronic form;

(3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; or

(4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System).

(d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract.

(e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests.

CLAUSES INCORPORATED BY FULL TEXT

5252.201-9500 GOVERNMENT POINTS OF CONTACT (NAVAIR)(JAN 2011)

(a) The Technical Point of Contact (TPOC) for this contract is To Be Provided at Time of Contract Award.

(b) The TPOC will provide technical direction and discussion, as relating, but not limited to the specification and/or statement of work.

(c) TheTPOC is not an Administrative Contracting Officer and does not have authority to take any action, either directly or indirectly, that would change the pricing, quantity, quality, place of performance, delivery schedule, or any other terms and conditions of the contract (or delivery/task order), or to direct the accomplishment of effort which goes beyond the scope of the statement of work in the contract (or delivery/task order). When, in the opinion of the contractor, the TPOC requests any of the aforementioned changes, the contractor shall promptly notify the Contracting Officer (or ordering officer, for delivery/task orders) in writing. If the contractor believes or interprets any action by the TPOC to be a change to the contract, the contractor will promptly notify the Contracting Officer in writing. No action shall be taken by the contractor under such direction until the Contracting Officer (or ordering officer) has issued a modification to the contract (or delivery/task order) concerning the subject change(s) or has otherwise resolved the issue. 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.

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): ___________________________________

PHONE (AFTER HOURS): _________________________

ALTERNATE:

NAME: _______________________________________

PHONE (BUS): ___________________________________

PHONE (AFTER HOURS): _________________________

(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)

(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.

FAR 52.232-9513 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 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 |

| |-Questions? Call 1-866-618-5988 |

|DoDAAC Description |Located in Block |

| |DD1155 |DD1155 |SF26 |SF33 |SF1449 |SF1449 |

| |(Destination |(Source/Origin | | | |(Destination |

| |Acceptance) |Acceptance) | | | |Acceptance) |

|Issuing Office DoDAAC |6 |6 |5 |7 |7 |9 |

|Administrating Office |7 |7 |6 |24 |26 |16 |

|DoDAAC | | | | | | |

|Inspector's DoDAAC |See |See |11 |See |See |See |

| |Schedule |Schedule | |Schedule |Schedule |Schedule |

|Service Acceptor DoDAAC |14 |See |11 |See |See |15 |

| | |Schedule | |Schedule |Schedule | |

|Pay Office DoDAAC |15 |16 |12 |25 |27 |18a |

(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 . 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 Contact or |

|5252.201-9501 | | |Contracting Officer's |

| | | |Representative |

| | | | |

| To be identified at time of award.| | | |

| | | | |

CLAUSES INCORPORATED BY FULL TEXT

5252.242-9511 CONTRACT ADMINISTRATION DATA (NAVAIR)(MAR 2008)

(a) Contract Administration Office.

(1) Contract administration functions (see FAR 42.302 and DFARS 242.302) are assigned to:

See the ADMINISTERED BY Block on the face page of the contract or modification.

(2) Contract administration functions withheld, additional contract administration functions assigned, or special instructions (see FAR 42.202) are: None

or as delineated by Procuring Contracting Officer (PCO) correspondence.

(b) Inquiries regarding payment should be referred to: MyInvoice at .

CLAUSES INCORPORATED BY FULL TEXT

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:

TO BE DETERMINED AT TIME OF AWARD

Section H - Special Contract Requirements

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 . To access these documents, select the Quick Search link on the site home page.

CLAUSES INCORPORATED BY FULL TEXT

5252.243-9505 ENGINEERING CHANGES (NAVAIR)(OCT 2005)

(a) After contract award, the Contracting Officer may solicit, and the contractor is encouraged to propose independently, engineering changes to the equipment, software specifications or other requirements of this contract. These changes may be proposed for reasons of economy, improved performance, or to resolve increased data processing requirements. If the proposed changes are acceptable to both parties, the contractor shall submit a price change proposal to the Government for evaluation. Those proposed engineering changes that are acceptable to the Government will be processed as modifications to the contract.

(b) This applies only to those proposed changes identified by the contractor, as a proposal submitted pursuant to the provisions of this clause. As a minimum, the following information shall be submitted by the contractor with each proposal:

(1) A description of the difference between the existing contract requirement and the proposed change, and the comparative advantages and disadvantages of each.

(2) Itemized requirements of the contract that must be changed if the proposal is adopted, and the proposed revision to the contract for each such change.

(3) An estimate of the changes in performance costs, if any, that will result from adoption of the proposal.

(4) An evaluation of the effects the proposed change would have on collateral costs to the Government such as Government-furnished property costs, costs of related items, and costs of maintenance and operation.

(5) A statement of the time by which the change order adopting the proposal must be issued so as to obtain the maximum benefits of the changes during the remainder of this contract. Also, any effect on the contract completion time or delivery schedule shall be identified.

(c) Engineering change proposals submitted to the Contracting Officer shall be processed expeditiously. The Government shall not be liable for proposal preparation costs or any delay in acting upon any proposal submitted pursuant to this clause. The contractor has the right to withdraw, in whole or in part, any engineering change proposal not accepted by the Government within the period specified in the engineering change proposal. The decision of the Contracting Officer as to the acceptance of any such proposal under this contract shall be final and shall not be subject to the “Disputes” clause of the contract.

(d) The Contracting Officer may accept any engineering change proposal submitted pursuant to this clause by giving the contractor written notice thereof. This written notice may be given by issuance of a modification to this contract. Unless and until a modification is executed to incorporate an engineering change proposal under this contract, the contractor shall remain obligated to perform in accordance with the terms of the existing contract.

(e) If an engineering change proposal pursuant to this clause is accepted and applied to this contract, an equitable adjustment in the contract price and in any other affected provisions of this contract shall be made in accordance with the “Changes” clause.

(f) The contractor is requested to identify specifically any information contained in its engineering change proposal which it considers confidential and/or proprietary and which it prefers not to be disclosed to the public. The identification of information as confidential and/or proprietary is for information purposes only and shall not be binding on the Government to prevent disclosure of such information. Offerors are advised that such information may be subject to release upon request pursuant to the Freedom of Information Act (5 U.S.C. 552).

5252.246-9526 PROVISIONAL ACCEPTANCE UNDER SPECIAL CONDITIONS (NAVAIR)(OCT 2005)

(a) Acceptance under Special Conditions. The Government may, at the discretion of the Contracting Officer, finally or provisionally accept any supply prior to completion of work on such supply in the following situations:

(1) When the contractor, despite the exercise of due diligence, encounters unavoidable delay in securing contractor-furnished property;

(2) When Government-furnished property suitable for installation in any supply to be furnished hereunder is not delivered to the contractor in sufficient time to permit installation by the contractor prior to the date the supply is scheduled for delivery; or,

(3) When defects or deficiencies are known to exist in the supply, but when correction of the defects or deficiencies is not practicable within the delivery schedule set forth in the contract.

(b) Pending completion of any supply provisionally accepted under this provision, the Contracting Officer shall withhold an amount as he determines to be appropriate from the contract price that represents the estimated value of the work remaining to be performed. The withhold will be released after final acceptance.

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 |OCT 2010 | |

|52.203-8 |Cancellation, Rescission, and Recovery of Funds for Illegal or Improper |JAN 1997 | |

| |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 Transactions |OCT 2010 | |

|52.204-4 |Printed or Copied Double-Sided on Recycled Paper |AUG 2000 | |

|52.204-10 |Reporting Executive Compensation and First-Tier Subcontract Awards |JUL 2010 | |

|52.211-5 |Material Requirements |AUG 2000 | |

|52.215-8 |Order of Precedence--Uniform Contract Format |OCT 1997 | |

|52.215-11 |Price Reduction for Defective Certified Cost or Pricing |OCT 2010 | |

| |Data--Modifications | | |

|52.215-13 |Subcontractor Certified Cost or Pricing Data--Modifications |OCT 2010 | |

|52.215-14 |Integrity of Unit Prices |OCT 2010 | |

|52.215-18 |Reversion or Adjustment of Plans for Postretirement Benefits (PRB) Other |JUL 2005 | |

| |than Pensions | | |

|52.215-21 |Requirements for Certified Cost or Pricing Data or Information Other Than |OCT 2010 | |

| |Certified Cost or Pricing Data--Modifications | | |

|52.222-1 |Notice To The Government Of Labor Disputes |FEB 1997 | |

|52.222-3 |Convict Labor |JUN 2003 | |

|52.222-11 |Subcontracts (Labor Standards) |JUL 2005 | |

|52.222-12 |Contract Termination-Debarment |FEB 1988 | |

|52.222-13 |Compliance with Davis-Bacon and Related Act Regulations. |FEB 1988 | |

|52.222-14 |Disputes Concerning Labor Standards |FEB 1988 | |

|52.222-19 |Child Labor -- Cooperation with Authorities and Remedies |JUL 2010 | |

|52.222-21 |Prohibition Of Segregated Facilities |FEB 1999 | |

|52.222-22 |Previous Contracts And Compliance Reports |FEB 1999 | |

|52.222-26 |Equal Opportunity |MAR 2007 | |

|52.222-35 |Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam |SEP 2010 | |

| |Era, and Other Eligible Veterans | | |

|52.222-36 |Affirmative Action For Workers With Disabilities |OCT 2010 | |

|52.222-37 |Employment Reports on Veterans |SEP 2010 | |

|52.222-50 |Combating Trafficking in Persons |FEB 2009 | |

|52.222-54 |Employment Eligibility Verification |JAN 2009 | |

|52.223-3 |Hazardous Material Identification And Material Safety Data |JAN 1997 | |

|52.223-6 |Drug-Free Workplace |MAY 2001 | |

|52.223-11 |Ozone-Depleting Substances |MAY 2001 | |

|52.223-14 |Toxic Chemical Release Reporting |AUG 2003 | |

|52.225-13 |Restrictions on Certain Foreign Purchases |JUN 2008 | |

|52.228-7 |Insurance--Liability To Third Persons |MAR 1996 | |

|52.229-3 |Federal, State And Local Taxes |APR 2003 | |

|52.232-17 |Interest |OCT 2010 | |

|52.232-23 |Assignment Of Claims |JAN 1986 | |

|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 | |

|52.246-23 |Limitation Of Liability |FEB 1997 | |

|52.249-8 |Default (Fixed-Price Supply & Service) |APR 1984 | |

|252.203-7000 |Requirements Relating to Compensation of Former DoD Officials |JAN 2009 | |

|252.203-7001 |Prohibition On Persons Convicted of Fraud or Other |DEC 2008 | |

| |Defense-Contract-Related Felonies | | |

|252.203-7002 |Requirement to Inform Employees of Whistleblower Rights |JAN 2009 | |

|252.204-7000 |Disclosure Of Information |DEC 1991 | |

|252.204-7003 |Control Of Government Personnel Work Product |APR 1992 | |

|252.215-7000 |Pricing Adjustments |DEC 1991 | |

|252.219-7011 |Notification to Delay Performance |JUN 1998 | |

|252.225-7001 |Buy American Act And Balance Of Payments Program |JAN 2009 | |

|252.225-7002 |Qualifying Country Sources As Subcontractors |APR 2003 | |

|252.225-7004 |Report of Intended Performance Outside the United States and |OCT 2010 | |

| |Canada--Submission after Award | | |

|252.225-7006 |Quarterly Reporting of Actual Contract Performance Outside the United |OCT 2010 | |

| |States | | |

|252.225-7008 |Restriction on Acquisition of Speciality Metals |JUL 2009 | |

|252.225-7012 |Preference For Certain Domestic Commodities |JUN 2010 | |

|252.225-7016 |Restriction On Acquisition Of Ball and Roller Bearings |DEC 2010 | |

|252.225-7021 |Trade Agreements |NOV 2009 | |

|252.225-7025 |Restriction on Acquisition of Forgings |DEC 2009 | |

|252.225-7031 |Secondary Arab Boycott Of Israel |JUN 2005 | |

|252.227-7013 |Rights in Technical Data--Noncommercial Items |NOV 1995 | |

|252.247-7023 |Transportation of Supplies by Sea |MAY 2002 | |

|252.247-7023 Alt III |Transportation of Supplies by Sea (May 2002) Alternate III |MAY 2002 | |

CLAUSES INCORPORATED BY FULL TEXT

52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (DEC 2010)

(a) Definition. Commercially available off-the-shelf (COTS) item, as used in this clause--

(1) Means any item of supply (including construction material) that is--

(i) A commercial item (as defined in paragraph (1) of the definition in FAR 2.101);

(ii) Sold in substantial quantities in the commercial marketplace; and

(iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and

(2) Does not include bulk cargo, as defined in section 3 of the Shipping Act of 1984 (46 U.S.C. App. 1702), such as agricultural products and petroleum products.

(b) The Government suspends or debars Contractors to protect the Government's interests. Other than a subcontract for a commercially available off-the-shelf item, the Contractor shall not enter into any subcontract, in excess of $30,000 with a Contractor that is debarred, suspended, or proposed for debarment by any executive agency unless there is a compelling reason to do so.

(c) The Contractor shall require each proposed subcontractor whose subcontract will exceed $30,000, other than a subcontractor providing a commercially available off-the-shelf item, to disclose to the Contractor, in writing, whether as of the time of award of the subcontract, the subcontractor, or its principals, is or is not debarred, suspended, or proposed for debarment by the Federal Government.

(d) A corporate officer or a designee of the Contractor shall notify the Contracting Officer, in writing, before entering into a subcontract with a party (other than a subcontractor providing a commercially available off-the-shelf item) that is debarred, suspended, or proposed for debarment (see FAR 9.404 for information on the Excluded Parties List System). The notice must include the following:

(1) The name of the subcontractor.

(2) The Contractor's knowledge of the reasons for the subcontractor being in the Excluded Party List System.

(3) The compelling reason(s) for doing business with the subcontractor notwithstanding its inclusion in the Excluded Party List System.

(4) The systems and procedures the Contractor has established to ensure that it is fully protecting the Government's interests when dealing with such subcontractor in view of the specific basis for the party's debarment, suspension, or proposed debarment.

(e) Subcontracts. Unless this is a contract for the acquisition of commercial items, the Contractor shall include the requirements of this clause, including this paragraph (e) (appropriately modified for the identification of the parties), in each subcontract that--

(1) Exceeds $30,000 in value; and

(2) Is not a subcontract for commercially available off-the-shelf items.

CLAUSES INCORPORATED BY FULL TEXT

52.215-19 NOTIFICATION OF OWNERSHIP CHANGES (OCT 1997)

(a) The Contractor shall make the following notifications in writing:

(1) When the Contractor becomes aware that a change in its ownership has occurred, or is certain to occur, that could result in changes in the valuation of its capitalized assets in the accounting records, the Contractor shall notify the Administrative Contracting Officer (ACO) within 30 days.

(2) The Contractor shall also notify the ACO within 30 days whenever changes to asset valuations or any other cost changes have occurred or are certain to occur as a result of a change in ownership.

(b) The Contractor shall--

(1) Maintain current, accurate, and complete inventory records of assets and their costs;

(2) Provide the ACO or designated representative ready access to the records upon request;

(3) Ensure that all individual and grouped assets, their capitalized values, accumulated depreciation or amortization, and remaining useful lives are identified accurately before and after each of the Contractor's ownership changes; and

(4) Retain and continue to maintain depreciation and amortization schedules based on the asset records maintained before each Contractor ownership change.

(c) The Contractor shall include the substance of this clause in all subcontracts under this contract that meet the applicability requirement of FAR 15.408(k).

CLAUSES INCORPORATED BY FULL TEXT

52.216-18 ORDERING (OCT 1995)

(a) Any supplies to be furnished under this contract shall be ordered by issuance of delivery orders by the individuals or activities designated in the Schedule. Such orders may be issued from  date of contract award through 1,825 days after contract award.

(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.

CLAUSES INCORPORATED BY FULL TEXT

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 a quantity of one (1) for a CLIN for the appropriate Lot awarded for the appropriate year, 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  the maximum range quantity for that CLIN for the appropriate Lot and year;

(2) Any order for a combination of items in excess of the individual CLIN’s maximum range quantity for the appropriate Lot and year; 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.

CLAUSES INCORPORATED BY FULL TEXT

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 180 days after the end of the five-year ordering period.

CLAUSES INCORPORATED BY FULL TEXT

52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUN 2003)

(a) Definition. "Small business concern," as used in this clause, 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 size standards in this solicitation.

(b) General.

(1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected.

(2) Any award resulting from this solicitation will be made to a small business concern.

(c) Agreement . A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts.

CLAUSES INCORPORATED BY FULL TEXT

52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (JAN 2011)

(a) It is the policy of the United States that small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concerns, and women-owned small business concerns shall have the maximum practicable opportunity to participate in performing contracts let by any Federal agency, including contracts and subcontracts for subsystems, assemblies, components, and related services for major systems. It is further the policy of the United States that its prime contractors establish procedures to ensure the timely payment of amounts due pursuant to the terms of their subcontracts with small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concerns, and women-owned small business concerns.

(b) The Contractor hereby agrees to carry out this policy in the awarding of subcontracts to the fullest extent consistent with efficient contract performance. The Contractor further agrees to cooperate in any studies or surveys as may be conducted by the United States Small Business Administration or the awarding agency of the United States as may be necessary to determine the extent of the Contractor's compliance with this clause.

(c) Definitions. As used in this contract--

"HUBZone small business concern" means a small business concern that appears on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration.

"Service-disabled veteran-owned small business concern"-

(1) Means a small business concern-

(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and

(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran.

(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).

"Small business concern" means a small business as defined pursuant to Section 3 of the Small Business Act and relevant regulations promulgated pursuant thereto.

"Small disadvantaged business concern" means a small business concern that represents, as part of its offer, that-

(1)(i) It has received certification as a small disadvantaged business concern consistent with 13 CFR 124, Subpart B;

(ii) No material change in disadvantaged ownership and control has occurred since its certification;

(iii) Where the concern is owned by one or more individuals, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and

(iv) It is identified, on the date of its representation, as a certified small disadvantaged business in the CCR Dynamic Small Business Search database maintained by the Small Business Administration, or

(2) It represents in writing that it qualifies as a small disadvantaged business (SDB) for any Federal subcontracting program, and believes in good faith that it is owned and controlled by one or more socially and economically disadvantaged individuals and meets the SDB eligibility criteria of 13 CFR 124.1002.

"Veteran-owned small business concern" means a small business concern-

(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and

(2) The management and daily business operations of which are controlled by one or more veterans.

"Women-owned small business concern" means a small business concern--

(1) That is at least 51 percent owned by one or more women, or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and

(2) Whose management and daily business operations are controlled by one or more women.

(d)(1) Contractors acting in good faith may rely on written representations by their subcontractors regarding their status as a small business concern, a veteran-owned small business concern, a service-disabled veteran-owned small business concern, a small disadvantaged business concern, or a women-owned small business concern.

(2) The Contractor shall confirm that a subcontractor representing itself as a HUBZone small business concern is certified by SBA as a HUBZone small business concern by accessing the Central Contractor Registration (CCR) database or by contacting the SBA. Options for contacting the SBA include--

(i) HUBZone small business database search application Web page at ; or ;

(ii) In writing to the Director/HUB, U.S. Small Business Administration, 409 3rd Street, SW., Washington DC 20416; or (iii) The SBA HUBZone Help Desk at hubzone@ .

CLAUSES INCORPORATED BY FULL TEXT

52.219-14 LIMITATIONS ON SUBCONTRACTING (DEC 1996)

(a) This clause does not apply to the unrestricted portion of a partial set-aside.

(b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for-

(1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.

(2) Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials.

(3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.

(4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees.

CLAUSES INCORPORATED BY FULL TEXT

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 .

(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.

(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 [336413] assigned to contract number [______________].

[Contractor to sign and date and insert authorized signer's name and title].

______________________________________________________________ ____________________________

Signature Date

________________________________________ __________________________________________________

Signer’s Printed Name Signer’s Title

CLAUSES INCORPORATED BY FULL TEXT

52.232-11 EXTRAS (APR 1984)

Except as otherwise provided in this contract, no payment for extras shall be made unless such extras and the price therefor have been authorized in writing by the Contracting Officer.

CLAUSES INCORPORATED BY FULL TEXT

52.243-1 CHANGES--FIXED-PRICE (AUG 1987)

(a) The Contracting Officer may at any time, by written order, and without notice to the sureties, if any, make changes within the general scope of this contract in any one or more of the following:

(1) Drawings, designs, or specifications when the supplies to be furnished are to be specially manufactured for the Government in accordance with the drawings, designs, or specifications.

(2) Method of shipment or packing.

(3) Place of delivery.

(b) If any such change causes an increase or decrease in the cost of, or the time required for, performance of any part of the work under this contract, whether or not changed by the order, the Contracting Officer shall make an equitable adjustment in the contract price, the delivery schedule, or both, and shall modify the contract.

(c) The Contractor must assert its right to an adjustment under this clause within 30 days from the date of receipt of the written order. However, if the Contracting Officer decides that the facts justify it, the Contracting Officer may receive and act upon a proposal submitted before final payment of the contract.

(d) If the Contractor's proposal includes the cost of property made obsolete or excess by the change, the Contracting Officer shall have the right to prescribe the manner of the disposition of the property.

(e) Failure to agree to any adjustment shall be a dispute under the Disputes clause. However, nothing in this clause shall excuse the Contractor from proceeding with the contract as changed.

CLAUSES INCORPORATED BY FULL TEXT

52.243-7 NOTIFICATION OF CHANGES (APR 1984)

(a) Definitions. "Contracting Officer," as used in this clause, does not include any representative of the Contracting Officer. "Specifically authorized representative (SAR)," as used in this clause, means any person the Contracting Officer has so designated by written notice (a copy of which shall be provided to the Contractor) which shall refer to this subparagraph and shall be issued to the designated representative before the SAR exercises such authority.

(b) Notice. The primary purpose of this clause is to obtain prompt reporting of Government conduct that the Contractor considers to constitute a change to this contract. Except for changes identified as such in writing and signed by the Contracting Officer, the Contractor shall notify the Administrative Contracting Officer in writing, within       calendar days from the date that the Contractor identifies any Government conduct (including actions, inactions, and written or oral communications) that the Contractor regards as a change to the contract terms and conditions. On the basis of the most accurate information available to the Contractor, the notice shall state--

(1) The date, nature, and circumstances of the conduct regarded as a change;

(2) The name, function, and activity of each Government individual and Contractor official or employee involved in or knowledgeable about such conduct;

(3) The identification of any documents and the substance of any oral communication involved in such conduct;

(4) In the instance of alleged acceleration of scheduled performance or delivery, the basis upon which it arose;

(5) The particular elements of contract performance for which the Contractor may seek an equitable adjustment under this clause, including--

(i) What contract line items have been or may be affected by the alleged change;

(ii) What labor or materials or both have been or may be added, deleted, or wasted by the alleged change;

(iii) To the extent practicable, what delay and disruption in the manner and sequence of performance and effect on continued performance have been or may be caused by the alleged change;

(iv) What adjustments to contract price, delivery schedule, and other provisions affected by the alleged change are estimated; and

(6) The Contractor's estimate of the time by which the Government must respond to the Contractor's notice to minimize cost, delay or disruption of performance.

(c) Continued performance. Following submission of the notice required by (b) above, the Contractor shall diligently continue performance of this contract to the maximum extent possible in accordance with its terms and conditions as construed by the Contractor, unless the notice reports a direction of the Contracting Officer or a communication from a SAR of the Contracting Officer, in either of which events the Contractor shall continue performance; provided, however, that if the Contractor regards the direction or communication as a change as described in (b) above, notice shall be given in the manner provided. All directions, communications, interpretations, orders and similar actions of the SAR shall be reduced to writing and copies furnished to the Contractor and to the Contracting Officer. The Contracting Officer shall countermand any action which exceeds the authority of the SAR.

(d) Government response. The Contracting Officer shall promptly, within        calendar days after receipt of notice, respond to the notice in writing. In responding, the Contracting Officer shall either--

(1) Confirm that the conduct of which the Contractor gave notice constitutes a change and when necessary direct the mode of further performance;

(2) Countermand any communication regarded as a change;

(3) Deny that the conduct of which the Contractor gave notice constitutes a change and when necessary direct the mode of further performance; or

(4) In the event the Contractor's notice information is inadequate to make a decision under (1), (2), or (3) above, advise the Contractor what additional information is required, and establish the date by which it should be furnished and the date thereafter by which the Government will respond.

(e) Equitable adjustments.

(1) If the Contracting Officer confirms that Government conduct effected a change as alleged by the Contractor, and the conduct causes an increase or decrease in the Contractor's cost of, or the time required for, performance of any part of the work under this contract, whether changed or not changed by such conduct, an equitable adjustment shall be made--

(i) In the contract price or delivery schedule or both; and

(ii) In such other provisions of the contract as may be affected.

(2) The contract shall be modified in writing accordingly. In the case of drawings, designs or specifications which are defective and for which the Government is responsible, the equitable adjustment shall include the cost and time extension for delay reasonably incurred by the Contractor in attempting to comply with the defective drawings, designs or specifications before the Contractor identified, or reasonably should have identified, such defect. When the cost of property made obsolete or excess as a result of a change confirmed by the Contracting Officer under this clause is included in the equitable adjustment, the Contracting Officer shall have the right to prescribe the manner of disposition of the property. The equitable adjustment shall not include increased costs or time extensions for delay resulting from the Contractor's failure to provide notice or to continue performance as provided, respectively, in (b) and (c) above.

NOTE: The phrases "contract price" and "cost" wherever they appear in the clause, may be appropriately modified to apply to cost- reimbursement or incentive contracts, or to combinations thereof.

CLAUSES INCORPORATED BY FULL TEXT

52.248-1 VALUE ENGINEERING (OCT 2010)

(a) General. The Contractor is encouraged to develop, prepare, and submit value engineering change proposals (VECP's) voluntarily. The Contractor shall share in any net acquisition savings realized from accepted VECP's, in accordance with the incentive sharing rates in paragraph (f) below.

(b) Definitions.

"Acquisition savings,'' as used in this clause, means savings resulting from the application of a VECP to contracts awarded by the same contracting office or its successor for essentially the same unit. Acquisition savings include--

(1) Instant contract savings, which are the net cost reductions on this, the instant contract, and which are equal to the instant unit cost reduction multiplied by the number of instant contract units affected by the VECP, less the Contractor's allowable development and implementation costs;

(2) Concurrent contract savings, which are net reductions in the prices of other contracts that are definitized and ongoing at the time the VECP is accepted; and

(3) Future contract savings, which are the product of the future unit cost reduction multiplied by the number of future contract units in the sharing base. On an instant contract, future contract savings include savings on increases in quantities after VECP acceptance that are due to contract modifications, exercise of options, additional orders, and funding of subsequent year requirements on a multiyear contract.

"Collateral savings," as used in this clause, means those measurable net reductions resulting from a VECP in the agency's overall projected collateral costs, exclusive of acquisition savings, whether or not the acquisition cost changes.

"Contracting office" includes any contracting office that the acquisition is transferred to, such as another branch of the agency or another agency's office that is performing a joint acquisition action.

"Contractor's development and implementation costs," as used in this clause, means those costs the Contractor incurs on a VECP specifically in developing, testing, preparing, and submitting the VECP, as well as those costs the Contractor incurs to make the contractual changes required by Government acceptance of a VECP.

"Future unit cost reduction," as used in this clause, means the instant unit cost reduction adjusted as the Contracting Officer considers necessary for projected learning or changes in quantity during the sharing period. It is calculated at the time the VECP is accepted and applies either--

(1) Throughout the sharing period, unless the Contracting Officer decides that recalculation is necessary because conditions are significantly different from those previously anticipated; or

(2) To the calculation of a lump-sum payment, which cannot later be revised.

"Government costs," as used in this clause, means those agency costs that result directly from developing and implementing the VECP, such as any net increases in the cost of testing, operations, maintenance, and logistics support. The term does not include the normal administrative costs of processing the VECP or any increase in this contract's cost or price resulting from negative instant contract savings.

"Instant contract," as used in this clause, means this contract, under which the VECP is submitted. It does not include increases in quantities after acceptance of the VECP that are due to contract modifications, exercise of options, or additional orders. If this is a multiyear contract, the term does not include quantities funded after VECP acceptance. If this contract is a fixed-price contract with prospective price redetermination, the term refers to the period for which firm prices have been established.

"Instant unit cost reduction" means the amount of the decrease in unit cost of performance (without deducting any Contractor's development or implementation costs) resulting from using the VECP on this, the instant contract. If this is a service contract, the instant unit cost reduction is normally equal to the number of hours per line-item task saved by using the VECP on this contract, multiplied by the appropriate contract labor rate.

"Negative instant contract savings" means the increase in the cost or price of this contract when the acceptance of a VECP results in an excess of the Contractor's allowable development and implementation costs over the product of the instant unit cost reduction multiplied by the number of instant contract units affected.

"Net acquisition savings" means total acquisition savings, including instant, concurrent, and future contract savings, less Government costs.

"Sharing base," as used in this clause, means the number of affected end items on contracts of the contracting office accepting the VECP.

"Sharing period," as used in this clause, means the period beginning with acceptance of the first unit incorporating the VECP and ending at a calendar date or event determined by the contracting officer for each VECP.

"Unit," as used in this clause, means the item or task to which the Contracting Officer and the Contractor agree the VECP applies.

"Value engineering change proposal (VECP)" means a proposal that--

(1) Requires a change to this, the instant contract, to implement; and

(2) Results in reducing the overall projected cost to the agency without impairing essential functions or characteristics; provided, that it does not involve a change--

(i) In deliverable end item quantities only;

(ii) In research and development (R&D) end items or R&D test quantities that is due solely to results of previous testing under this contract; or

(iii) To the contract type only.

(c) VECP preparation. As a minimum, the Contractor shall include in each VECP the information described in subparagraphs (c)(1) through (8) below. If the proposed change is affected by contractually required configuration management or similar procedures, the instructions in those procedures relating to format, identification, and priority assignment shall govern VECP preparation. The VECP shall include the following:

(1) A description of the difference between the existing contract requirement and the proposed requirement, the comparative advantages and disadvantages of each, a justification when an item's function or characteristics are being altered, the effect of the change on the end item's performance, and any pertinent objective test data.

(2) A list and analysis of the contract requirements that must be changed if the VECP is accepted, including any suggested specification revisions.

(3) Identification of the unit to which the VECP applies.

(4) A separate, detailed cost estimate for (i) the affected portions of the existing contract requirement and (ii) the VECP. The cost reduction associated with the VECP shall take into account the Contractor's allowable development and implementation costs, including any amount attributable to subcontracts under the Subcontracts paragraph of this clause, below.

(5) A description and estimate of costs the Government may incur in implementing the VECP, such as test and evaluation and operating and support costs.

(6) A prediction of any effects the proposed change would have on collateral costs to the agency.

(7) A statement of the time by which a contract modification accepting the VECP must be issued in order to achieve the maximum cost reduction, noting any effect on the contract completion time or delivery schedule.

(8) Identification of any previous submissions of the VECP, including the dates submitted, the agencies and contract numbers involved, and previous Government actions, if known.

(d) Submission. The Contractor shall submit VECP's to the Contracting Officer, unless this contract states otherwise. If this contract is administered by other than the contracting office, the Contractor shall submit a copy of the VECP simultaneously to the Contracting Officer and to the Administrative Contracting Officer.

(e) Government action. (1) The Contracting Officer will notify the Contractor of the status of the VECP within 45 calendar days after the contracting office receives it. If additional time is required, the Contracting Officer shall notify the Contractor within the 45-day period and provide the reason for the delay and the expected date of the decision. The Government will process VECP's expeditiously; however, it shall not be liable for any delay in acting upon a VECP.

(2) If the VECP is not accepted, the Contracting Officer will notify the Contractor in writing, explaining the reasons for rejection. The Contractor may withdraw any VECP, in whole or in part, at any time before it is accepted by the Government. The Contracting Officer may require that the Contractor provide written notification before undertaking significant expenditures for VECP effort.

(3) Any VECP may be accepted, in whole or in part, by the Contracting Officer's award of a modification to this contract citing this clause and made either before or within a reasonable time after contract performance is completed. Until such a contract modification applies a VECP to this contract, the Contractor shall perform in accordance with the existing contract. The decision to accept or reject all or part of any VECP is a unilateral decision made solely at the discretion of the Contracting Officer.

(f) Sharing rates. If a VECP is accepted, the Contractor shall share in net acquisition savings according to the percentages shown in the table below. The percentage paid the Contractor depends upon--

(1) This contract's type (fixed-price, incentive, or cost-reimbursement);

(2) The sharing arrangement specified in paragraph (a) above (incentive, program requirement, or a combination as delineated in the Schedule); and

(3) The source of the savings (the instant contract, or concurrent and future contracts), as follows:

CONTRACTOR'S SHARE OF NET ACQUISITION SAVINGS

(Figures in percent)

| |Incentive (Voluntary) |Program Requirement (Mandatory) |

|Contract Type |Instant Contract Rate |Concurrent and Future |Instant Contract Rate |Concurrent and Future |

| | |Contract Rate | |Contract Rate |

|Fixed-price (includes |(1) 50 |(1) 50 |25 |25 |

|fixed-price-award-fee; | | | | |

|excludes other fixed-price | | | | |

|incentive contracts) | | | | |

|Incentive (fixed-price or |(2) |(1) 50 |(2) |25 |

|cost)(other than award fee)| | | | |

| Cost-reimbursement |(3) 25 |(3) 25 |15 |15 |

|([includes | | | | |

|cost-plus-award-fee; | | | | |

|excludes other cost-type | | | | |

|incentive Contracts]) | | | | |

(1) The Contracting Officer may increase the Contractor's sharing rate to as high as 75 percent for each VECP.

(2) Same sharing arrangement as the contract's profit or fee adjustment formula.

(3) The Contracting Officer may increase the Contractor's sharing rate to as high as 50 percent for each VECP.

(g) Calculating net acquisition savings. (1) Acquisition savings are realized when (i) the cost or price is reduced on the instant contract, (ii) reductions are negotiated in concurrent contracts, (iii) future contracts are awarded, or (iv) agreement is reached on a lump-sum payment for future contract savings (see subparagraph (i)(4) below). Net acquisition savings are first realized, and the Contractor shall be paid a share, when Government costs and any negative instant contract savings have been fully offset against acquisition savings.

(2) Except in incentive contracts, Government costs and any price or cost increases resulting from negative instant contract savings shall be offset against acquisition savings each time such savings are realized until they are fully offset. Then, the Contractor's share is calculated by multiplying net acquisition savings by the appropriate Contractor's percentage sharing rate (see paragraph (f) of this clause). Additional Contractor shares of net acquisition savings shall be paid to the Contractor at the time realized.

(3) If this is an incentive contract, recovery of Government costs on the instant contract shall be deferred and offset against concurrent and future contract savings. The Contractor shall share through the contract incentive structure in savings on the instant contract items affected. Any negative instant contract savings shall be added to the target cost or to the target price and ceiling price, and the amount shall be offset against concurrent and future contract savings.

(4) If the Government does not receive and accept all items on which it paid the Contractor's share, the Contractor shall reimburse the Government for the proportionate share of these payments.

(h) Contract adjustment. The modification accepting the VECP (or a subsequent modification issued as soon as possible after any negotiations are completed) shall--

(1) Reduce the contract price or estimated cost by the amount of instant contract savings, unless this is an incentive contract;

(2) When the amount of instant contract savings is negative, increase the contract price, target price and ceiling price, target cost, or estimated cost by that amount;

(3) Specify the Contractor's dollar share per unit on future contracts, or provide the lump-sum payment;

(4) Specify the amount of any Government costs or negative instant contract savings to be offset in determining net acquisition savings realized from concurrent or future contract savings; and

(5) Provide the Contractor's share of any net acquisition savings under the instant contract in accordance with the following:

(i) Fixed-price contracts--add to contract price.

(ii) Cost-reimbursement contracts--add to contract fee.

(i) Concurrent and future contract savings.

(1) Payments of the Contractor's share of concurrent and future contract savings shall be made by a modification to the instant contract in accordance with subparagraph (h)(5) above. For incentive contracts, shares shall be added as a separate firm-fixed-price line item on the instant contract. The Contractor shall maintain records adequate to identify the first delivered unit for 3 years after final payment under this contract.

(2) The Contracting Officer shall calculate the Contractor's share of concurrent contract savings by--

(i) Subtracting from the reduction in price negotiated on the concurrent contract any Government costs or negative instant contract savings not yet offset; and

(ii) Multiplying the result by the Contractor's sharing rate.

(3) The Contracting Officer shall calculate the Contractor's share of future contract savings by--

(i) Multiplying the future unit cost reduction by the number of future contract units scheduled for delivery during the sharing period;

(ii) Subtracting any Government costs or negative instant contract savings not yet offset; and

(iii) Multiplying the result by the Contractor's sharing rate.

(4) When the Government wishes and the Contractor agrees, the Contractor's share of future contract savings may be paid in a single lump sum rather than in a series of payments over time as future contracts are awarded. Under this alternate procedure, the future contract savings may be calculated when the VECP is accepted, on the basis of the Contracting Officer's forecast of the number of units that will be delivered during the sharing period. The Contractor's share shall be included in a modification to this contract (see subparagraph (h)(3) above) and shall not be subject to subsequent adjustment.

(5) Alternate no-cost settlement method. When, in accordance with subsection 48.104-4 of the Federal Acquisition Regulation, the Government and the Contractor mutually agree to use the no-cost settlement method, the following applies:

(i) The Contractor will keep all the savings on the instant contract and on its concurrent contracts only.

(ii) The Government will keep all the savings resulting from concurrent contracts placed on other sources, savings from all future contracts, and all collateral savings.

(j) Collateral savings. If a VECP is accepted, the Contracting Officer will increase the instant contract amount, as specified in paragraph (h)(5) of this clause, by a rate from 20 to 100 percent, as determined by the Contracting Officer, of any projected collateral savings determined to be realized in a typical year of use after subtracting any Government costs not previously offset. However, the Contractor's share of collateral savings will not exceed the contract's firm-fixed-price, target price, target cost, or estimated cost, at the time the VECP is accepted, or $100,000, whichever is greater. The Contracting Officer will be the sole determiner of the amount of collateral savings.

(k) Relationship to other incentives. Only those benefits of an accepted VECP not rewardable under performance, design-to-cost (production unit cost, operating and support costs, reliability and maintainability), or similar incentives shall be rewarded under this clause. However, the targets of such incentives affected by the VECP shall not be adjusted because of VECP acceptance. If this contract specifies targets but provides no incentive to surpass them, the value engineering sharing shall apply only to the amount of achievement better than target.

(l) Subcontracts. The Contractor shall include an appropriate value engineering clause in any subcontract of $150,000 or more and may include one in subcontracts of lesser value. In calculating any adjustment in this contract's price for instant contract savings (or negative instant contract savings), the Contractor's allowable development and implementation costs shall include any subcontractor's allowable development and implementation costs, and any value engineering incentive payments to a subcontractor, clearly resulting from a VECP accepted by the Government under this contract. The Contractor may choose any arrangement for subcontractor value engineering incentive payments; provided, that the payments shall not reduce the Government's share of concurrent or future contract savings or collateral savings.

(m) Data. The Contractor may restrict the Government's right to use any part of a VECP or the supporting data by marking the following legend on the affected parts:

These data, furnished under the Value Engineering clause of contract ________, shall not be disclosed outside the Government or duplicated, used, or disclosed, in whole or in part, for any purpose other than to evaluate a value engineering change proposal submitted under the clause. This restriction does not limit the Government's right to use information contained in these data if it has been obtained or is otherwise available from the Contractor or from another source without limitations.

If a VECP is accepted, the Contractor hereby grants the Government unlimited rights in the VECP and supporting data, except that, with respect to data qualifying and submitted as limited rights technical data, the Government shall have the rights specified in the contract modification implementing the VECP and shall appropriately mark the data. (The terms "unlimited rights" and "limited rights" are defined in Part 27 of the Federal Acquisition Regulation.)

52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED PRICE) (MAY 2004)

(a) The Government may terminate performance of work under this contract in whole or, from time to time, in part if the Contracting Officer determines that a termination is in the Government's interest. The Contracting Officer shall terminate by delivering to the Contractor a Notice of Termination specifying the extent of termination and the effective date.

(b) After receipt of a Notice of Termination, and except as directed by the Contracting Officer, the Contractor shall immediately proceed with the following obligations, regardless of any delay in determining or adjusting any amounts due under this clause:

(1) Stop work as specified in the notice.

(2) Place no further subcontracts or orders (referred to as subcontracts in this clause) for materials, services, or facilities, except as necessary to complete the continued portion of the contract.

(3) Terminate all subcontracts to the extent they relate to the work terminated.

(4) Assign to the Government, as directed by the Contracting Officer, all right, title, and interest of the Contractor under the subcontracts terminated, in which case the Government shall have the right to settle or to pay any termination settlement proposal arising out of those terminations.

(5) With approval or ratification to the extent required by the Contracting Officer, settle all outstanding liabilities and termination settlement proposals arising from the termination of subcontracts; the approval or ratification will be final for purposes of this clause.

(6) As directed by the Contracting Officer, transfer title and deliver to the Government (i) the fabricated or unfabricated parts, work in process, completed work, supplies, and other material produced or acquired for the work terminated, and (ii) the completed or partially completed plans, drawings, information, and other property that, if the contract had been completed, would be required to be furnished to the Government.

(7) Complete performance of the work not terminated.

(8) Take any action that may be necessary, or that the Contracting Officer may direct, for the protection and preservation of the property related to this contract that is in the possession of the Contractor and in which the Government has or may acquire an interest.

(9) Use its best efforts to sell, as directed or authorized by the Contracting Officer, any property of the types referred to in subparagraph (b)(6) of this clause; provided, however, that the Contractor (i) is not required to extend credit to any purchaser and (ii) may acquire the property under the conditions prescribed by, and at prices approved by, the Contracting Officer. The proceeds of any transfer or disposition will be applied to reduce any payments to be made by the Government under this contract, credited to the price or cost of the work, or paid in any other manner directed by the Contracting Officer.

(c) The Contractor shall submit complete termination inventory schedules no later than 120 days from the effective date of termination, unless extended in writing by the Contracting Officer upon written request of the Contractor within this 120-day period.

(d) After expiration of the plant clearance period as defined in Subpart 49.001 of the Federal Acquisition

Regulation, the Contractor may submit to the Contracting Officer a list, certified as to quantity and quality, of termination inventory not previously disposed of, excluding items authorized for disposition by the Contracting Officer. The Contractor may request the Government to remove those items or enter into an agreement for their storage. Within 15 days, the Government will accept title to those items and remove them or enter into a storage agreement. The Contracting Officer may verify the list upon removal of the items, or if stored, within 45 days from submission of the list, and shall correct the list, as necessary, before final settlement.

(e) After termination, the Contractor shall submit a final termination settlement proposal to the Contracting Officer in the form and with the certification prescribed by the Contracting Officer. The Contractor shall submit the proposal promptly, but no later than 1 year from the effective date of termination, unless extended in writing by the Contracting Officer upon written request of the Contractor within this 1-year period. However, if the Contracting Officer determines that the facts justify it, a termination settlement proposal may be received and acted on after 1 year or any extension. If the Contractor fails to submit the proposal within the time allowed, the Contracting Officer may determine, on the basis of information available, the amount, if any, due the Contractor because of the termination and shall pay the amount determined.

(f) Subject to paragraph (e) of this clause, the Contractor and the Contracting Officer may agree upon the whole or any part of the amount to be paid or remaining to be paid because of the termination. The amount may include a reasonable allowance for profit on work done. However, the agreed amount, whether under this paragraph (f) or paragraph (g) of this clause, exclusive of costs shown in subparagraph (g)(3) of this clause, may not exceed the total contract price as reduced by (1) the amount of payments previously made and (2) the contract price of work not terminated. The contract shall be modified, and the Contractor paid the agreed amount. Paragraph (g) of this clause shall not limit, restrict, or affect the amount that may be agreed upon to be paid under this paragraph.

(g) If the Contractor and the Contracting Officer fail to agree on the whole amount to be paid because of the termination of work, the Contracting Officer shall pay the Contractor the amounts determined by the

Contracting Officer as follows, but without duplication of any amounts agreed on under paragraph (f) of this clause:

(1) The contract price for completed supplies or services accepted by the Government (or sold or acquired under subparagraph (b)(9) of this clause) not previously paid for, adjusted for any saving of freight and other charges.

(2) The total of--

(i) The costs incurred in the performance of the work terminated, including initial costs and preparatory expense allocable thereto, but excluding any costs attributable to supplies or services paid or to be paid under subparagraph (g)(1) of this clause;

(ii) The cost of settling and paying termination settlement proposals under terminated subcontracts that are properly chargeable to the terminated portion of the contract if not included in subdivision (g)(2)(i) of this clause; and

(iii) A sum, as profit on subdivision (g)(2)(i) of this clause, determined by the Contracting Officer under 49.202 of the Federal Acquisition Regulation, in effect on the date of this contract, to be fair and reasonable; however, if it appears that the Contractor would have sustained a loss on the entire contract had it been completed, the Contracting Officer shall allow no profit under this subdivision (iii) and shall reduce the settlement to reflect the indicated rate of loss. (3) The reasonable costs of settlement of the work terminated, including--

(i) Accounting, legal, clerical, and other expenses reasonably necessary for the preparation of termination settlement proposals and supporting data;

(ii) The termination and settlement of subcontracts (excluding the amounts of such settlements); and

(iii) Storage, transportation, and other costs incurred, reasonably necessary for the preservation, protection, or disposition of the termination inventory.

(h) Except for normal spoilage, and except to the extent that the Government expressly assumed the risk of loss, the Contracting Officer shall exclude from the amounts payable to the Contractor under paragraph (g) of this clause, the fair value, as determined by the Contracting Officer, of property that is destroyed, lost, stolen, or damaged so as to become undeliverable to the Government or to a buyer.

(i) The cost principles and procedures of Part 31 of the Federal Acquisition Regulation, in effect on the date of this contract, shall govern all costs claimed, agreed to, or determined under this clause.

(j) The Contractor shall have the right of appeal, under the Disputes clause, from any determination made by the Contracting Officer under paragraph (e), (g), or (l) of this clause, except that if the Contractor failed to submit the termination settlement proposal or request for equitable adjustment within the time provided in paragraph (e) or (l), respectively, and failed to request a time extension, there is no right of appeal.

(k) In arriving at the amount due the Contractor under this clause, there shall be deducted--

(1) All unliquidated advance or other payments to the Contractor under the terminated portion of this contract;

(2) Any claim which the Government has against the Contractor under this contract; and

(3) The agreed price for, or the proceeds of sale of, materials, supplies, or other things acquired by the

Contractor or sold under the provisions of this clause and not recovered by or credited to the Government.

(l) If the termination is partial, the Contractor may file a proposal with the Contracting Officer for an equitable adjustment of the price(s) of the continued portion of the contract. The Contracting Officer shall make any equitable adjustment agreed upon. Any proposal by the Contractor for an equitable adjustment under this clause shall be requested within 90 days from the effective date of termination unless extended in writing by the Contracting Officer.

(m)(1) The Government may, under the terms and conditions it prescribes, make partial payments and

payments against costs incurred by the Contractor for the terminated portion of the contract, if the Contracting Officer believes the total of these payments will not exceed the amount to which the Contractor will be entitled.

(2) If the total payments exceed the amount finally determined to be due, the Contractor shall repay the excess to the Government upon demand, together with interest computed at the rate established by the Secretary of the Treasury under 50 U.S.C. App. 1215(b)(2). Interest shall be computed for the period from the date the excess payment is received by the Contractor to the date the excess is repaid. Interest shall not be charged on any excess payment due to a reduction in the Contractor's termination settlement proposal because of retention or other disposition of termination inventory until 10 days after the date of the retention or disposition, or a later date determined by the Contracting Officer because of the circumstances.

(n) Unless otherwise provided in this contract or by statute, the Contractor shall maintain all records and documents relating to the terminated portion of this contract for 3 years after final settlement. This includes all books and other evidence bearing on the Contractor's costs and expenses under this contract. The Contractor shall make these records and documents available to the Government, at the Contractor's office, at all reasonable times, without any direct charge. If approved by the Contracting Officer, photographs, microphotographs, or other authentic reproductions may be maintained instead of original records and documents.

52.249-14 EXCUSABLE DELAYS (APR 1984)

(a) Except for defaults of subcontractors at any tier, the Contractor shall not be in default because of any failure to perform this contract under its terms if the failure arises from causes beyond the control and without the fault or negligence of the Contractor. Examples of these causes are (1) acts of God or of the public enemy, (2) acts of the Government in either its sovereign or contractual capacity, (3) fires, (4) floods, (5) epidemics, (6) quarantine restrictions, (7) strikes, (8) freight embargoes, and (9) unusually severe weather. In each instance, the failure to perform must be beyond the control and without the fault or negligence of the Contractor. "Default" includes failure to make progress in the work so as to endanger performance.

(b) If the failure to perform is caused by the failure of a subcontractor at any tier to perform or make progress, and if the cause of the failure was beyond the control of both the Contractor and subcontractor, and without the fault or negligence of either, the Contractor shall not be deemed to be in default, unless--

(1) The subcontracted supplies or services were obtainable from other sources;

(2) The Contracting Officer ordered the Contractor in writing to purchase these supplies or services from the other source; and

(3) The Contractor failed to comply reasonably with this order.

(c) Upon request of the Contractor, the Contracting Officer shall ascertain the facts and extent of the failure. If the Contracting Officer determines that any failure to perform results from one or more of the causes above, the delivery schedule shall be revised, subject to the rights of the Government under the termination clause of this contract.

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): or .

52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.

(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

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.

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:

LOT 1 - a quantity of one of each CLIN for a total LOT quantity of six (6)

LOT II - a quantity of one of each CLIN for a total LOT quantity of fifteen (15)

LOT III - a quantity of one of each CLIN for a total LOT quantity of fifteen (15);

the maximum quantity is the maximum range quantity for a CLIN in the appropriate Lot and year.

Section J - List of Documents, Exhibits and Other Attachments

LIST OF DOCUMENTS

TABLE OF CONTENTS

DOCUMENT TYPE DESCRIPTION PAGES DATE

Attachment 1 Past Performance Evaluation Data 1 1/25/2011

Attachment 2 Drawings O&I PSE 1 1/25/2011

Data Item Exhibit B001 Engineering Change Proposal 1 6/28/2010

Data Item Exhibit B002 Request for Deviation 1 6/28/2010

Data Item Exhibit B003 Request for Waiver 1 6/28/2010

Section K - Representations, Certifications and Other Statements of Offerors

CLAUSES INCORPORATED BY REFERENCE

|52.209-7 |Information Regarding Responsibility Matters |APR 2010 | |

|252.204-7004 Alt A |Central Contractor Registration (52.204-7) Alternate A |SEP 2007 | |

|252.209-7004 |Subcontracting With Firms That Are Owned or Controlled By The Government |DEC 2006 | |

| |of a Terrorist Country | | |

|252.225-7003 |Report of Intended Performance Outside the United States and |OCT 2010 | |

| |Canada--Submission with Offer | | |

CLAUSES INCORPORATED BY FULL TEXT

52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008)

(a) Definitions. As used in this clause--

“Central Contractor Registration (CCR) database” means the primary Government repository for Contractor information required for the conduct of business with the Government.

“Data Universal Numbering System (DUNS) number” means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities.

“Data Universal Numbering System +4 (DUNS+4) number” means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern.

“Registered in the CCR database” means that--

(1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; and

(2) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record “Active”. The Contractor will be required to provide consent for TIN validation to the Government as a part of the CCR registration process.

(b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.

(2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS +4” followed by the DUNS or DUNS +4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the CCR database.

(c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one.

(1) An offeror may obtain a DUNS number--

(i) Via the Internet at or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or

(ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office.

(2) The offeror should be prepared to provide the following information:

(i) Company legal business.

(ii) Tradestyle, doing business, or other name by which your entity is commonly recognized.

(iii) Company Physical Street Address, City, State, and Zip Code.

(iv) Company Mailing Address, City, State and Zip Code (if separate from physical).

(v) Company Telephone Number.

(vi) Date the company was started.

(vii) Number of employees at your location.

(viii) Chief executive officer/key manager.

(ix) Line of business (industry).

(x) Company Headquarters name and address (reporting relationship within your entity).

(d) If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.

(e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation.

(f) The Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.

(g)

(1)

(i) If a Contractor has legally changed its business name, “doing business as” name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of Subpart 42.12 of the FAR; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name.

(ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the “Suspension of Payment” paragraph of the electronic funds transfer (EFT) clause of this contract.

(2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the ``Suspension of payment'' paragraph of the EFT clause of this contract.

(h) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at or by calling 1-888-227-2423, or 269-961-5757.

52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2010)

(a)

(1) The North American Industry Classification System (NAICS) code for this acquisition is [336413].

(2) The small business size standard is [1000].

(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 $150,000.

(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.

(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. This provision applies to all solicitations.

(xix) 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. This provision applies to all solicitations.

(xx) 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).

[ ] (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 . 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 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.

52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (JAN 2011)

(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is [336413].

(2) The small business size standard is [1000].

(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) Representations. (1) The offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern.

(2) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, for general statistical purposes, that it [ ] is, [ ] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002.

(3) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a women-owned small business concern.

(4) Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision. The offeror represents as part of its offer that it [ ] is, [ ] is not a veteran-owned small business concern.

(5) Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(4) of this provision. The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern.

(6) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, as part of its offer, that--

(i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified in accordance with 13 CFR part 126; and

(ii) It [ ] is, [ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (b)(6)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________________________________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation.

(c) Definitions. As used in this provision--

“Service-disabled veteran-owned small business concern”--

(1) Means a small business concern--

(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and

(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran.

(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).

“Small business concern”, as used in this provision, 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 (a) of this provision.

“Veteran-owned small business concern” means a small business concern--

(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and

(2) The management and daily business operations of which are controlled by one or more veterans.

“Women-owned small business concern," as used in this provision, means a small business concern--

(1) That is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and

(2) Whose management and daily business operations are controlled by one or more women.

(d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished.

(2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a small, small disadvantaged, or women-owned small business concern in order to obtain a contract to be awarded under the preference programs established pursuant to section 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall--

(i) Be punished by imposition of fine, imprisonment, or both;

(ii) Be subject to administrative remedies, including suspension and debarment; and

(iii) Be ineligible for participation in programs conducted under the authority of the Act.

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.

252.209-7001 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (JAN 2009)

(a) Definitions. As used in this provision-

(1) "Government of a terrorist country" includes the state and the government of a terrorist country, as well as any political subdivision, agency, or instrumentality thereof.

(2) "Terrorist country" means a country determined by the Secretary of State, under section 6(j)(1)(A)) of the Export Administration Act of 1979 (50 U.S.C. App. 2405(j)(i)(A)), to be a country the government of which has repeatedly provided support for acts of international terrorism. As of the date of this provision, terrorist countries subject to this provision include: Cuba, Iran, Iraq, Sudan, and Syria.

(3) "Significant interest" means-

(i) Ownership of or beneficial interest in 5 percent or more of the firm's or subsidiary's securities. Beneficial interest includes holding 5 percent or more of any class of the firm's securities in "nominee shares," "street names," or some other method of holding securities that does not disclose the beneficial owner;

(ii) Holding a management position in the firm, such as a director or officer;

(iii) Ability to control or influence the election, appointment, or tenure of directors or officers in the firm;

(iv) Ownership of 10 percent or more of the assets of a firm such as equipment, buildings, real estate, or other tangible assets of the firm; or

(v) Holding 50 percent or more of the indebtedness of a firm.

(b) Prohibition on award. In accordance with 10 U.S.C. 2327, no contract may be awarded to a firm or a subsidiary of a firm if the government of a terrorist country has a significant interest in the firm or subsidiary or, in the case of a subsidiary, the firm that owns the subsidiary, unless a waiver is granted by the Secretary of Defense.

(c) Disclosure. The Offeror shall disclose any significant interest the government of each of the following countries has in the Offeror or a subsidiary of the Offeror. If the Offeror is a subsidiary, it shall also disclose any significant interest the government of a terrorist country has in any firm that owns or controls the subsidiary. The disclosure shall include--

(1) Identification of each government holding a significant interest; and

(2) A description of the significant interest held by each Government.

5252.222-9501 IDENTIFICATION OF FIRST-TIER SUBCONTRACTORS FOR PRE-AWARD CLEARANCE PURPOSES (NAVAIR) (FEB 1995)

(a) In order to comply with the pre-award clearance requirement of FAR 22.805(a), the bidder/offeror will identify any first-tier subcontractors proposed and estimated at $10,000,000 or more, including name, address, telephone number, place or places of performance, and the estimated amount of the subcontract (if known) in the space provided below:

______________________________________________________________________

______________________________________________________________________

______________________________________________________________________

______________________________________________________________________

______________________________________________________________________

(b) For the purpose of this clause, “subcontract” means any agreement or arrangement between a contractor and any person (in which the parties do not stand in the relationship of an employer and employee), (1) for furnishing of supplies or services or for use of real or personal property, including lease arrangements, that in whole or in part is necessary to the performance of any one or more Government contracts or (2) under which any portion of the contractor’s obligation under any one or more Government contracts is performed, undertaken, or assumed. “Subcontractor” means any person who holds, or has held a subcontract subject to EO 11246. The term “first-tier subcontractor” means a subcontractor holding a subcontract with a prime contractor.

Section L - Instructions, Conditions and Notices to Bidders

L-1 CONTENT OF PROPOSALS (SUPPLIES) 08 MARCH 2011

PART A. GENERAL INSTRUCTIONS

1. 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, associated risks and 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. With the exception of the Price volume, no cost or pricing information should appear in any other volume. Alternate proposals are not acceptable.

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 various work efforts, support, and management approaches, as well as price, to be meaningfully evaluated without discussions. 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/products that will be necessary to complete the contract. Statements 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. For the purpose of Past Performance, relevance is defined as something that has a logical connection with the matter under consideration. Such aspects of relevance include the type of effort (e.g. fabrication, 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 may 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 25% 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

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. When foldout pages are used they must not exceed 11 x 17 inches and will be counted as 1 page. Drawings may be provided separately and may be any size but should be folded to approximately 8.5 x 11 inch standard size and will count as 1 page. Graphs shall be presented in no smaller than a 10 pt font and should contain a grid, which allows values to be read directly from the graph to the same accuracy that a 10 x 10 to the ½ inch grid provides. Graphic resolution should be consistent with the purpose of the data presented.

The Offeror will provide one complete copy of the written proposal to the PCO as electronic files fully compatible with Microsoft Office 2000 and for information not supported by MS Office products, with the latest Adobe Acrobat reader on a CD-ROM. The Offeror will ensure that the Price Volume is provided on a separate CD-ROM. Each CD-ROM is to be labeled for content and the Offeror’s name. If a discrepancy exists between the original paper copy of the proposal and the disk copy, the paper copy will take precedence.

The Offeror must present its proposal information in a manner that facilitates a one to one comparison between the information presented and this Proposal Instruction. Proposal information must be structured such that its paragraph number/letter is identical to the Proposal Instructions paragraph number to which it is responding, although the Offeror may add lower tier subparagraphs. The Offeror must provide reasons it will not provide information for a particular paragraph. The proposal information instructions are structured by paragraph numbers where first, second, third and fourth parts correspond to the volume, book, section, and element, etc., in Offeror’s proposal.

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 in section 4.0. 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.

The thirty-six (36) Peculiar Support Equipment (PSE) end items of this procurement are divided into three (3) Lots: Lot 1 electrical items, Lot II critical machining items and Lot III mechanical/weldments items. Offerors must propose to a complete lot; partial lots are not acceptable. Offerors can propose to one Lot only or to any combination of Lots.

Offeror’s proposal(s) will be submitted in three (3) separate volumes; Volume I Technical, Volume II Past Performance and Volume III Price. Offerors who propose to more than one Lot shall divide the Technical Volume into a separate section for each proposed Lot, and shall divide the Past Performance volume into a separate section for each proposed Lot. (For example, an Offeror who proposes to Lot I and Lot II would divide Volume I Technical into a section for Lot I and a section for Lot II; Volume II Past Performance would be divided into a section for Lot I and a section for Lot II.) For Volume III Price, the Solicitation SF 33 document shall Not be broken into Lots because the complete solicitation document is to be included in the Price Volume; Section B of the solicitation will only contain the pricing for those Lots the Offeror is proposing to. (For example, if an Offeror only proposed to Lot 1, only the pricing for Lot 1 would be filled in for each of the Contract Line Item Numbers (CLIN) in Lot 1, for all five years of the contract. Lot 1 consists of six (6) CLINs that would contain pricing; CLINs 1001 through 1006 (Year 1), 2001 through 2006 (Year 2), 3001 through 3006 (Year 3), 4001 through 4006 (Year 4) and 5001 through 5006. No other CLINs in Section B of the solicitation would be filled in.)

The authorized volumes are summarized in the table below:

| Volume Number |Volume Title |Written Page Limit |Copies Required | |

|I |TECHNICAL |20 Lot I |1 Original/4 Copies/1 CD | |

| | |20 Lot II | | |

| | |20 Lot III | | |

|II |PAST PERFORMANCE |10 Lot I |1 Original/2 Copies/1 CD | |

| | |10 Lot II | | |

| | |10 Lot III | | |

|III |PRICE |Complete Signed |1 Original/1 Copy/1 CD | |

| | |Solicitation Document | | |

| | |Signed Amendments | | |

| | |10 Lot I | | |

| | |10 Lot II | | |

| | |10 Lot III | | |

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)

Identify Each Proposed Lot

Use tabs and dividers

The Offeror shall submit a Cross Reference Matrix (CRM) for the Technical Volume, similar to the example below, 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 below 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)

|Section L – |Government Drawing/SOW |Section M – Evaluation |Offeror’s Proposal Reference |Lot Reference |

|Proposal Instructions | |Factor | | |

|Manufacturing and Capability |SOW Para. 3.1 |Technical Factor |Volume I – Technical, page 3,|Lots I, II and III|

| | | |paragraph 3.2 | |

|Management |Drawings for Lot I |Technical Factor |Volume I – Technical, page 3,|Lot I |

| | | |paragraph 3.2 | |

NOTE: Each Lot will be evaluated separately and awarded separately.

4.0 PROPOSAL SUBMISSION:

Clearly mark all packages with the solicitation number. The submission date for all Volumes shall be no later than the date and time specified in Block 9 of Standard Form 33 of the RFP.

Proposals shall be submitted via United States Postal Service or through a commercial carrier using the address provided below. Proposals are not to be submitted by facsimile or electronically via email.

Naval Air Warfare Center AD (LKE)

Code: 2.5.2.2.2 (Suzanne Tilton)

Bldg 562-3

Hwy 547

Lakehurst, NJ 08733-5082

Solicitation Number: N68335-11-R-0031

Hand carried proposals may be delivered to B562-1, Room 134 of the address above, attention: Suzanne Tilton and/or Carl Ruzicka.

5.0 PROPOSAL PACKAGING:

The Offerors shall package the proposal volumes in cartons or equivalent packaging containers in the most efficient manner possible grouping like volumes to the maximum extent possible. Also each carton shall be single person portable. However, the Master Set, as described below, shall be packaged separately and marked as the Master Set. Each box should include a packing slip detailing the contents to include the volume number, title, and copy number. Also, each box should be stamped or marked “For Official Use Only” and “Source Selection Information -- See FAR-2.101 and 3.104”. The Master Set shall include all original proposal volumes including the original/signed documents submitted as part of Volume 1 Executive Summary.

6.0 CLASSIFIED DATA

All proposals must be UNCLASSIFIED

7.0 SOLICITATION CHANGES

For any changes and additional information for the solicitation please go to website:



Part B. SPECIFIC INSTRUCTIONS

Each Lot will be evaluated separately, therefore the Government could award up to three (3) contracts. However, the Government reserves the right to award one (1) contract for all three Lots. The factors and elements of this solicitation are:

1. Technical Factor

a. Manufacturing and Capability (element)

b. Management (element)

2. Past Performance Factor

a. Quality (element)

b. Timeliness (element)

c. Customer Satisfaction (element)

3. Price Factor

VOLUME 1 – TECHNICAL Factor

Note: This volume shall not contain any reference to cost or price aspects of the Offer.

The Offeror shall provide all information and data required to conduct a thorough and complete technical evaluation of each proposed LOT. The Offeror shall address the following in the proposal:

a. Manufacturing and Capability (element)

For each proposed lot, the manufacturing and capability section shall be prepared to demonstrate the Offeror’s manufacturing approach and how it will meet the requirements of the O&I Level V-22 PSE Statement of Work (SOW) (Section C of this solicitation) and drawings (Attachment 2). This section will discuss how the Offeror will provide sufficient resources, their expertise in providing this type of equipment and capability to meet the requirements. The Offeror shall provide a manufacturing strategy that covers all facets of planning, implementing and sustaining production through the life of the contract, including subcontractor and supplier management.

For each proposed Lot, the Offeror shall discuss their manufacturing approach for setting in place all the necessary resources personnel, equipment, facilities, materials, special processes, tooling, etc., to manufacture, produce, assemble and deliver technically compliant items, in accordance with the Delivery Schedule. The Government is particularly interested in how the manufacturing approach benefits the Government, in what way economies will be realized, the approach that will be used to meet urgent requirements and demonstrate how their approach has little or no potential to cause disruption of schedule, increase in cost or degradation of performance. The Government is particularly interested in (1) personnel skill, qualifications and certifications, and (2) the size and capacity of the production facility and the equipment that is identified and assigned to the effort. The Offeror shall provide information as to the basis of their make or buy decisions and items and processes to be subcontracted.

For each proposed Lot, the Offeror shall discuss and provide detailed information on its quality assurance approach and its application. The Offeror shall describe its internal inspection and testing plans and the ability to implement and conform to a recognized industry standard or process control system. The Offeror shall provide all relevant ISO 9001 registrations or letters of compliance. Furthermore, the narrative shall describe the quality assurance equipment (e.g. measurement and calibration equipment) to be used to ensure compliance with the drawing package.

For each proposed Lot, the proposal shall identify risks associated with the manufacturing approach and how the Offeror plans to mitigate these risks.

For each proposed Lot, the Offeror shall provide all the above for all principle subcontractors.

a. Management (element)

For each proposed Lot, the proposal shall clearly demonstrate the Offeror’s management approach for setting in place all the necessary personnel and staffing to meet the contractual requirements. The Offeror shall describe their ability to manage resources to meet delivery schedules, respond to urgent requirements, and accommodate changes such as an increase in the number of units to be delivered per CLIN or a change to a delivery date requesting an earlier delivery. There should be sufficient information to show how the Offeror’s management approach will be able to overcome difficulties and ensure successfully meeting the proposed price and schedule.

For each proposed Lot the Offeror will describe how their management processes ensure the timely delivery of quality products. The Offeror will describe how their management approach will effectively manage their supplier base with respect to quality, delivery, performance, discrepancy resolution and procurement planning.

For each proposed Lot the Offeror shall describe how their management approach effectively executes or supports their subcontracting management strategy. The Offeror shall also describe their subcontracting management approach for accommodating delivery changes such as changes to quantity or delivery date.

The Offeror shall identify risks associated with the management of each proposed Lot and how the Offeror plans to mitigate these risks.

VOLUME II - PAST PERFORMANCE

Past Performance will be provided separately for each proposed Lot.

The Offeror shall identify contracts whose performance is within three (3) years of this proposal submission and contains efforts similar to those efforts, e.g., type of equipment, tasks, contract type, location, contract dollar value, etc., required by this solicitation, for the Offeror, the principal subcontractors, and critical team members. 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 as required above for all critical personnel.

The Offeror shall submit a separate Past Performance Evaluation Data form (Attachment 1, Section J of this Solicitation) for their five most relevant contracts for the Prime Contractor, five of the most relevant contracts for each Critical Team Member, and five of the most relevant contracts for each principal subcontractor (as defined in Paragraph 1, General Instructions). If proposing as joint venture/single legal entity (JV/SLE), the Offeror should provide the 5 past performance references for the JV/SLE. If less than the 5 past performance references are available for the JV/SLE, each member of the JV/SLE should individually submit the 5 references in addition to their JV/SLE references. List the contracts from the most relevant to the least relevant. In general, recent performance will be considered more relevant than older performance.

All the information identified in the Past Performance Evaluation Data form is to be provided. The Offeror shall use the “Contract Work Description” block in the Past Performance Evaluation Data form to identify in specific detail why or how the effort in the referenced contract is relevant or similar to the effort required by this solicitation. The following elements should also be addressed in this block:

a. Quality

Compliance with contract requirements, accuracy of reports, appropriateness of personnel, technical excellence, Quality Awards.

b. Timeliness

Meeting interim milestones, reliability, responsiveness to technical direction, on time completion including wrap-up and contract administration, and not having any liquidated damages assessed.

c. Customer Satisfaction

Satisfaction of customers with the Offeror’s products and/or service and their willingness to do business again.

The Offeror shall use the “Remarks” block of the Past Performance Evaluation Data form to provide information on problems (quality issues, lates deliveries, show cause, cure notice, termination for delinquency, defective pricing issues, etc.) encountered on these contracts and corrective action taken to resolve those problems. For each past performance problem identified, describe the status of the systemic improvement efforts and, where applicable, how these techniques, elements and tools will be used during this contract.

Offerors shall provide written consent from their principal subcontractors and critical team members that will allow the Government to coordinate their Past Performance issue(s) with you as the Prime Offeror. If Offerors do not submit such written consent, then the Government will address any past performance issues directly with the principal subcontractor or critical team member and the Offeror will forfeit the opportunity to participate in any related discussions. Consequently, for any principal subcontractors and critical team members that do not provide such written consent, provide a point of contact (name, address, phone number, and email address) with which the Government may coordinate these issues and obtain any responses as needed.

Offerors are reminded that the Government may use information other than that provided by the Offerors in their proposals to evaluate past performance. The Government’s Past Performance Information Reporting system (PPIRs) will be the primary method used to evaluate Past Performance. It is incumbent upon the Offeror to explain the relevance of the data provided. The Government does not assume the duty to search for data to cure the problems it finds in the information provided by the Offeror. The burden of providing thorough and complete past performance information remains with the Offeror.

VOLUME III– PRICE PROPOSAL

The Price Volume shall contain:

a) A signed Standard Form 33 for the basic solicitation and each amendment

b) The signed Representations, Certifications and Acknowledgements or Online Representations and Certifications Application (ORCA) reference. The Offeror shall ensure that all certifications and representations within Section K of the solicitation have been accurately completed.

c) Pricing in Section B of the solicitation will be filled out:

For each proposed Lot, the Offeror will identify the prices for each CLIN within the Lot as specified in Section B of this solicitation. Specifically the Offeror will fill in a Unit Price for each range quantity. For example, CLIN 1002 has three (3) range quantities:

Quantity Unit Price

1 – 5 $10.00

6 – 10 $9.00

11 – 15 $8.00

The Unit Price for each range quantity under a CLIN is the only pricing information that should be entered.

d) Offeror Summary Table: The Offeror shall complete the table below. The Offeror should include all subcontractors and team members who will be involved with the performance or management of the program work and should list all sites where the work will be performed. If a teaming or subcontracting arrangement is proposed, identify the work share, distribution elements, and ratios that each contractor will perform using the table below. Also provide a definition of the legal relationship between the entities if it is other than a Prime/subcontractor relationship.

|Contractor Name |Place of Performance/DUNs #, if |Brief Work Description and/or |% of Total Proposed Price |

|(Indicate Prime, Team Member or Sub) |applicable |Program Responsibility | |

| | | | |

| | | | |

| | | | |

All price and price supporting information shall be contained in the Price Volume. No price or pricing information shall be included in any other volume including cover letters. Offerors are responsible for submitting sufficient information to enable the Government to fully evaluate their price proposal.

Ground Rules and Assumptions:

a) As this is a competitive acquisition with adequate price competition anticipated, the price documentation requested is not considered cost or pricing data and shall not be certified in accordance with FAR 15.406-2. However, in the event that adequate price competition does not exist after receipt of proposals, the PCO will need to obtain cost or pricing data pursuant to FAR Part 15.

b) The cost of general purpose items required to conduct normal business operations will not be considered allowable Other Direct Charges in the performance of this contract. The following types of general purpose costs required to conduct normal business operations are not directly reimbursable: the cost and associated costs for telephones and telephone charges (except for project-related telephone charges for performance of this contract which, per contractor’s DCAA-approved accounting systems, may be directly reimbursed under communication expenses), modems, typewriters, reproduction machines, word processing equipment, personal computers, computer software, Internet access charges, facsimile machines, commercial carrier charges, pagers, and other general purpose office equipment and office supplies.

(c) The Offeror shall provide sufficient information to support its price as well as an explanation of all ground rules and assumptions that affect the price estimates. Any apparent imbalances in the pricing, high or low proposed prices as compared to historical data, or any other anomalies should be fully explained.

CLAUSES INCORPORATED BY REFERENCE

|52.222-24 |Preaward On-Site Equal Opportunity Compliance Evaluation |FEB 1999 | |

|52.232-8 |Discounts For Prompt Payment |FEB 2002 | |

|52.252-5 |Authorized Deviations In Provisions |APR 1984 | |

|252.204-7008 | Export-Controlled Items |APR 2010 | |

CLAUSES INCORPORATED BY FULL TEXT

52.215-1 INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (JAN 2004)

(a) Definitions. As used in this provision --

Discussions are negotiations that occur after establishment of the competitive range that may, at the Contracting Officer's discretion, result in the offeror being allowed to revise its proposal.

In writing, writing, or written means any worded or numbered expression that can be read, reproduced, and later communicated, and includes electronically transmitted and stored information.

Proposal modification is a change made to a proposal before the solicitation's closing date and time, or made in response to an amendment, or made to correct a mistake at any time before award.

Proposal revision is a change to a proposal made after the solicitation closing date, at the request of or as allowed by a Contracting Officer as the result of negotiations.

Time, if stated as a number of days, is calculated using calendar days, unless otherwise specified, and will include Saturdays, Sundays, and legal holidays. However, if the last day falls on a Saturday, Sunday, or legal holiday, then the period shall include the next working day.

(b) Amendments to solicitations. If this solicitation is amended, all terms and conditions that are not amended remain unchanged. Offerors shall acknowledge receipt of any amendment to this solicitation by the date and time specified in the amendment(s).

(c) Submission, modification, revision, and withdrawal of proposals.

(1) Unless other methods (e.g., electronic commerce or facsimile) are permitted in the solicitation, proposals and modifications to proposals shall be submitted in paper media in sealed envelopes or packages

(i) addressed to the office specified in the solicitation, and

(ii) showing the time and date specified for receipt, the solicitation number, and the name and address of the offeror. Offerors using commercial carriers should ensure that the proposal is marked on the outermost wrapper with the information in paragraphs (c)(1)(i) and (c)(1)(ii) of this provision.

(2) The first page of the proposal must show --

(i) The solicitation number;

(ii) The name, address, and telephone and facsimile numbers of the offeror (and electronic address if available);

(iii) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish any or all items upon which prices are offered at the price set opposite each item;

(iv) Names, titles, and telephone and facsimile numbers (and electronic addresses if available) of persons authorized to negotiate on the offeror's behalf with the Government in connection with this solicitation; and

(v) Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the issuing office.

(3) Submission, modification, revision, and withdrawal of proposals.

(i) Offerors are responsible for submitting proposals, and any modification, or revisions, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that proposal or revision is due.

(ii)(A) Any proposal, modification, or revision, received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and --

(1) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals; or

(2) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or

(3) It is the only proposal received.

(B) However, a late modification of an otherwise successful proposal that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.

(iii) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the proposal wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.

(iv) If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the office designated for receipt of proposals by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.

(v) Proposals may be withdrawn by written notice received at any time before award. Oral proposals in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile proposals, proposals may be withdrawn via facsimile received at any time before award, subject to the conditions specified in the provision at 52.215-5, Facsimile Proposals. Proposals may be withdrawn in person by an offeror or an authorized representative, if the identity of the person requesting withdrawal is established and the person signs a receipt for the proposal before award.

(4) Unless otherwise specified in the solicitation, the offeror may propose to provide any item or combination of items.

(5) Offerors shall submit proposals in response to this solicitation in English, unless otherwise permitted by the solicitation, and in U.S. dollars, unless the provision at FAR 52.225-17, Evaluation of Foreign Currency Offers, is included in the solicitation.

(6) Offerors may submit modifications to their proposals at any time before the solicitation closing date and time, and may submit modifications in response to an amendment, or to correct a mistake at any time before award.

(7) Offerors may submit revised proposals only if requested or allowed by the Contracting Officer.

(8) Proposals may be withdrawn at any time before award. Withdrawals are effective upon receipt of notice by the Contracting Officer.

(d) Offer expiration date. Proposals in response to this solicitation will be valid for the number of days specified on the solicitation cover sheet (unless a different period is proposed by the offeror).

(e) Restriction on disclosure and use of data. Offerors that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall --

(1) Mark the title page with the following legend:

This proposal includes data that shall not be disclosed outside the Government and shall not be

duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate

this proposal. If, however, a contract is awarded to this offeror as a result of -- or in connection

with -- the submission of this data, the Government shall have the right to duplicate, use, or

disclose the data to the extent provided in the resulting contract. This restriction does not limit

the Government's right to use information contained in this data if it is obtained from another

source without restriction. The data subject to this restriction are contained in sheets insert

numbers or other identification of sheets; and

(2) Mark each sheet of data it wishes to restrict with the following legend:

Use or disclosure of data contained on this sheet is subject to the restriction on the title page of

this proposal.

(f) Contract award.

(1) The Government intends to award a contract or contracts resulting from this solicitation to the responsible offeror(s) whose proposal(s) represents the best value after evaluation in accordance with the factors and subfactors in the solicitation.

(2) The Government may reject any or all proposals if such action is in the Government's interest.

(3) The Government may waive informalities and minor irregularities in proposals received.

(4) The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals.

(5) The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit cost or prices offered, unless the offeror specifies otherwise in the proposal.

(6) The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so.

(7) Exchanges with offerors after receipt of a proposal do not constitute a rejection or counteroffer by the Government.

(8) The Government may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or subline items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government.

(9) If a cost realism analysis is performed, cost realism may be considered by the source selection authority in evaluating performance or schedule risk.

(10) A written award or acceptance of proposal mailed or otherwise furnished to the successful offeror within the time specified in the proposal shall result in a binding contract without further action by either party.

(11) If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:

(i) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer.

(ii) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.

(iii) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.

(iv) A summary of the rationale for award.

(v) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.

(vi) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.

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

Mr. Carl Ruzicka

Naval Air Warfare Center – Aircraft Division

Highway 547, Bldg 562-3

Lakehurst, NJ 08733

Phone Number: 732-323-2741

Email: carl.ruzicka@navy.mil

(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):

or .

5252.227-9507 NOTICE REGARDING THE DISSEMINATION OF EXPORT-CONTROLLED TECHNICAL DATA (NAVAIR) (OCT 2005)

(a) Export of information contained herein, which includes release to foreign nationals within the United States, without first obtaining approval or license from the Department of State for items controlled by the International Traffic in Arms Regulations (ITARS), or the Department of Commerce for items controlled by the Export Administration Regulations (EAR), may constitute a violation of law.

(b) For violation of export laws, the contractor, its employees, officials or agents are subject to:

(1) Imprisonment and/or imposition of criminal fines; and

(2) Suspension or debarment from future Government contracting actions.

(c) The Government shall not be liable for any unauthorized use or release of export-controlled information, technical data or specifications in this contract.

(d) The contractor shall include the provisions or paragraphs (a) through (c) above in any subcontracts awarded under this contract.

5252.227-9508 QUALIFIED U.S. CONTRACTORS FOR EXPORT-CONTROLLED TECHNICAL DATA (NAVAIR)(APR 1998)

(a) By Department of Defense (DoD) Directive 5230.25 (hereinafter referred to as “the Directive”), a program was established to allow Qualified U.S. Contractors to obtain export-controlled technical data under certain conditions. A “Qualified U.S. Contractor” is a private individual or enterprise (hereinafter described as a “U.S. Contractor”) that, in accordance with procedures established by the Under Secretary of Defense for Research and Engineering, certifies as a condition of obtaining export-controlled technical data subject to the Directive from the Department of Defense, that:

(1) The individual who will act as recipient of the export-controlled technical data on behalf of the U.S. contractor is a U.S. citizen, or a person admitted lawfully into the United States for permanent residence and is located in the United States;

(2) Such data are needed to bid or perform on a contract with the Department of Defense, or other U.S. Government agency, or for other legitimate business purposes in which the U.S. Contractor is engaged, or plans to engage. The purpose for which the data are needed shall be described sufficiently in such certification to permit an evaluation of whether subsequent requests for data are related properly to such business purpose.

(3) The U.S. Contractor acknowledges its responsibilities under U.S. export control laws and regulations (including the obligation, under certain circumstances to obtain an export license prior to the release of technical data within the United States) and agrees that it will not disseminate any export-controlled technical data subject to the Directive in a manner that would violate applicable export control laws and regulations.

(4) The U.S. Contractor also agrees that, unless dissemination is permitted by the Directive, it will not provide access to export-controlled technical data subject to the Directive to persons other than its employees or persons acting on its behalf, without the permission of the DoD component that provided the technical data.

(5) To the best of its knowledge and belief, the U.S. Contractor knows or no person employed by it, or acting on its behalf, who will have access to such data, who is debarred, suspended or otherwise ineligible to perform under U.S. Government contracts; or has violated U.S. export control laws or a certification previously made to the Department of Defense under the provisions of the Directive.

(6) The U.S. contractor itself is not debarred, suspended, or otherwise determined ineligible by any agency of the U.S. Government to perform on U.S. Government contracts, has not been convicted of export control law violations, and has not been disqualified under the provisions of this Directive.

(b) Private individuals or enterprises are certified as Qualified U.S. Contractors by submitting a DD Form 2345 (attached hereto) to Commander, Defense Logistics Information Services (DLIS), Federal Center, Battle Creek, Michigan 49017-3084.

(c) Canadian contractors may be qualified in accordance with the Directive for technical data that do not require a license for export to Canada under section 125.12 of the International Traffic in Arms Regulations and section 379.4(d) and 379.5(e) of the Export Administration Regulations, by submitting an equivalent certification to the DLIS.

5252.233-9500 PROTEST/APPEAL FILED WITH THE NAVAL AIR SYSTEMS COMMAND (NAVAIR) (MAR 1999)

(a) Agency protests/appeals will be processed in accordance with the procedures established at FAR 33.103. A protest to the Naval Air Systems Command shall be filed with the Contracting Officer whose name and address are shown in FAR Clause 52.233-2, “Service of Protest” of this solicitation.

(b) The protester may request an independent review of the Contracting Officer’s decision on the protest by filing a written appeal with:

The Chief of the Contracting Office (AIR- 2.5.2)

Thomas Hill

Naval Air Warfare Center – Aircraft Division

Highway 547, Bldg 562-2

Lakehurst, NJ 08733

(c) The appeal must be received by the Chief of the Contracting Office within 10 calendar days after the Contracting Officer’s protest decision was issued. The appeal shall include (1) the name, address, and fax and telephone numbers of the appellant; (2) the solicitation or contract number; (3) a detailed statement of the factual grounds for the appeal, to include a description of resulting prejudice to the appellant; (4) copies of relevant documents; (5) a request for an independent review by the Chief of the Contracting Office; (6) a statement as to the form of relief requested; and, (7) all information establishing the timeliness of the appeal.

M.1 BEST VALUE EVALUATION

Part A. GENERAL INFORMATION

1. GENERAL

The Government expects to select one Offeror for each Lot on the basis of its proposal providing the “best value” to the Government, all factors considered. "Best value" means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. Offerors are advised that the proposals meeting the solicitation requirements with the lowest price may not be selected for an award if award to a higher priced Offeror is determined to be more beneficial to the Government. However, the perceived benefits of the higher priced proposal must merit the additional price.

The Government reserves the right to award a single contract for all three Lots or to separately award each Lot based on the Best Value to the Government for award of up to three separate contracts. It is important to note that each prime Offeror must meet the 50% non-manufacturer rule limitation of FAR clause 52.219-14, as outlined in Section I of the Solicitation.

2.0 EVALUATION PROCESS

The Government intends to evaluate each proposal and award a contract without discussions to responsible Offeror(s) whose offer, conforming to the solicitation, provides the greatest overall benefit to the Government, all factors considered. Therefore, Offerors are cautioned that their initial offer should contain the Offeror’s best terms from a technical, past performance, and price standpoint. However, the Government reserves the right to conduct discussions and request proposal revisions if it is determined to be in the best interest of the Government. If a competitive range is established, the Government may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. All proposals will be evaluated for compliance with the terms, conditions, and requirements set forth in the solicitation. Failure to address each of the areas identified in Section L, Part B, Specific Instructions will impact the resulting evaluation ratings and risk assessment.

3.0 EVALUATION FACTORS FOR AWARD

Proposals shall be evaluated using the factors, which are listed in descending order of importance.

I TECHNICAL FACTOR

Manufacturing and Capability (element)

Management (element)

II PAST PERFORMANCE FACTOR

Quality (element)

Timeliness (element)

Customer Satisfaction (element)

III PRICE FACTOR

All evaluation factors other than price, 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.

For the Technical factor, a proposal rating and proposal risk will be assigned. The proposal rating is an assessment of the Offeror's approach in meeting the solicitation requirements. The proposal risk will address the potential impacts of the proposed approach on performance, schedule, and price in achieving solicitation requirements.

A deficiency resulting in an “Unsatisfactory” technical proposal rating may result in the entire proposal being found unacceptable and eliminated from competition. A proposal risk assessment of “High” in any factor may also result in the entire proposal being found unacceptable and eliminated from the competition.

For the Past Performance factor, a past performance risk will be assigned. The past performance risk will address the probability that the Offeror will successfully accomplish the contract requirements based on the Offeror’s (including subcontractors’ and/or team members’) relevant past performance. In the case of an Offeror without a record of past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably on past performance and the Offeror will receive a rating of “Unknown.” Under Past Performance, the Government will evaluate how well an Offeror has performed similar work before. When proposals are received from contractor entities (e.g. teams, joint ventures) specifically formed to propose on a particular acquisition, the past performance evaluation will consider each individual team member.

Offerors must propose to each Lot chosen in whole, no partial Lot proposals will be evaluated. Each Lot will be evaluated separately. Offerors will be advised that for the technical factor they will receive one proposal rating and one proposal risk rating for each proposed Lot and one past performance evaluation rating for each proposed Lot. For the Price Factor, a total evaluated price will be calculated separately for each proposed Lot; there will be no combined Lot price analysis. The Government will select the Best Value award to the Government on a per Lot basis. For example, an Offeror may propose against Lot I, Lot II or Lot III or any combination thereof. If they propose against Lots I, II and III, they will receive under the technical factor one proposal rating and one proposal risk rating for each proposed Lot, one past performance evaluation rating for each proposed Lot and a separate price evaluation for each Lot proposed. Another Offeror who proposes against fewer lots will receive under the technical factor one proposal rating and one proposal risk rating for each proposed Lot, one past performance evaluation rating for each proposed Lot and a separate price evaluation for each proposed Lot.

Part B. SPECIFIC INFORMATION

I. TECHNICAL FACTOR

The Government will evaluate the Offeror’s proposal to determine its capability to meet the requirements of the Statement of Work, PSE Drawing Package, and all other requirement of this solicitation.

The elements under Technical; Manufacturing and Capability and Management, are not separately weighted or separately rated. However, all the elements must be addressed and will be evaluated as part of Technical.

A. Manufacturing and Capability (element of Technical)

The evaluation of the Offeror’s Manufacturing and Capability will be based on the information presented in the Offeror’s written proposal and how it addresses their understanding and ability to meet the solicitation requirements in accordance with Section L, Part B. The proposals will be evaluated to assess whether the Offeror’s Manufacturing and Capability methods and approach in meeting the requirements provide the Government with a high level of confidence to ensure successful performance. The Government will evaluate whether the proposal demonstrates a feasible plan to balance the O&I Level V-22 PSE production requirement within current production capability. In addition, the Government will evaluate if the proposal’s plan and processes effectively manages the supplier base with respect to quality, delivery, performance, discrepancy resolution, procurement processing. The Government will evaluate the Offeror’s plan for effectiveness in maintaining the required levels of quality and reliability.

The Government will evaluate all the above for all principle subcontractors.

B. Management (element of Technical)

Proposals will be evaluated to determine whether the Offeror’s methods and approach meet the solicitation requirements, mitigate risks and demonstrate the Offeror’s capability to effectively manage the proposed program. The Government will evaluate the Offeror’s ability to meet delivery schedules, handle changes to the delivery schedule, manage subcontractor quality and delivery schedule, material management, provide personnel with the correct skills, qualifications and certifications, and provide quality end items. The proposals will be evaluated to assess whether the Offeror’s Management methods and approach in meeting the requirements provide the Government with a high level of confidence to ensure successful performance.

The Government will evaluate all the above for all principle subcontractors. The Government will evaluate the Offeror’s management approach for effectively executing and supporting their subcontracting management strategy.

II. PAST PERFORMANCE FACTOR

The Government will evaluate the Offeror’s, and (if applicable) its principal subcontractors’ and critical team members’ demonstrated past performance, with regard to the elements of quality, timeliness and customer satisfaction, in meeting technical, cost/price, and schedule requirements on relevant contracts. The Government will not separately weight or separately rate the elements of quality, timeliness and customer satisfaction. The Past Performance risk will assess the probability of the Offeror successfully accomplishing the contract requirements based on relevant past performance. The currency and relevance of the information, source of the information, context of the data, and general trends in the contractor’s/principal subcontractor’s performance will be considered. Problems not addressed by the Offeror will be considered to still exist. The degree to which the Offeror/principal subcontractor can demonstrate that it has successfully applied continuous systemic improvement to resolve past performance problems will be evaluated. In the case of an Offeror/principal subcontractor without any relevant past performance or for whom the information on past performance is not available or is unknown, the Offeror will not be evaluated favorably or unfavorably and will be assigned a neutral rating of “unknown.”

The elements under Past Performance; Quality, Timeliness, and Customer Satisfaction are not separately weighted or separately rated. However, all the elements must be addressed and will be evaluated as part of Past Performance.

II. PRICE

Each Offeror’s price proposal shall be evaluated to determine if it is complete, consistent and reasonable with the Offeror’s technical approach, reflects a clear understanding of the solicitation requirements and contains any material imbalances. Unreasonably low prices or inconsistencies between the Technical and Price proposals may be assessed as proposal risk under the Technical factor. In its evaluation, the Government may use commercial published data, same or similar DoD contracts, Government estimates, industry standards, DCAA audit information, or other information as deemed appropriate by the Government. In addition, adjustments to the total evaluated price will be made to include Government costs required to accomplish the Offeror’s proposed approach with the exception of those costs to the Government that are equal to all Offerors (e.g. additional Government-Furnished Equipment/Government-Furnished Information required by the Offeror to implement its approach).

The Government may determine that an offer is rejected if the prices proposed are materially unbalanced between the line items or sub line items. An offer is materially unbalanced when it is based on prices significantly understated for some items and overstated in relation to the prices for other items.

For evaluation purposes, a total evaluated price for all five years will be determined for each Lot; there will be a total evaluated price for all five years for Lot I, a total evaluated price for all five years for Lot II and a total evaluated price for all five years for Lot III. The total evaluated price of each Lot will be based on the Most Probable Quantity (MPQ) as listed in the table below and the range unit prices the Offer identifies in Section B. The Government will use the MPQ and the range unit pricing to develop the MAX AMOUNT of each CLIN in a Lot for year one, the MAX AMOUNT of each CLIN in a Lot for year two, the MAX AMOUNT of each CLIN in a Lot for year three, the MAX AMOUNT of each CLIN in a Lot for year four and the MAX AMOUNT of each CLIN in a Lot for year five, to determine the five year total evaluated price for that CLIN. The Government will add together the MAX AMOUNT for each CLIN across the five years to obtain the five year total evaluated price for the CLIN. The five year total evaluated price of all CLINs within a Lot will be added together to determine the five year total evaluated price for the Lot. The evaluation will not bind the government to purchase any of the CLINs.

Each production CLIN in the Solicitation is identified by Lot (Lot 1, Lot II or Lot III) and is identified by its numbering system and outlined below in the Most Probable Quantity (MPQ) table.

For evaluation purposes, the total evaluated price for a Lot will be derived as follows:

1. Determine the total evaluated price of a support equipment end item for each of the five years of the contract:

a) The evaluated price for a support equipment end item will be determined for each CLIN by multiplying the MPQ of the CLIN by the range price of the MPQ. Range quantities for each CLIN are listed in Section B of the Solicitation

Example of Evaluated Price for a CLIN under Year 1, Lot II:

CLIN 1013 Hub Build-Up Stand, Part Number 901-220-943-101

MPQ Year 1: 6

Pricing: Quantity 1 - 5 $ 100.00

6 - 10 $ 90.00

Evaluated Price CLIN 1013: 6 X $90.00 = $540.00

b) Add together the evaluated price for each of the five years for a support equipment end item. This provides the total evaluated price for that support equipment end item.

Example of total evaluated price for Hub Build-Up Stand, Part Number 901-220-943-101, CLINS 1013, 2013, 3013, 4013, 5013:

Evaluated Price CLIN 1013: $540.00

Evaluated Price CLIN 2013: $570.00

Evaluated Price CLIN 3013: $580.00

Evaluated Price CLIN 4013: $320.00

Evaluated Price CLIN 5013: $330.00

Total evaluated price for Hub Build-Up Stand = $2,340.00

2. Determine the total evaluated price for a Lot for all five years.

Add together the total evaluated price of each support equipment end item in a Lot.

Example of LOT 1:

Lot 1 consists of six (6) support equipment end items:

P/N 901-205-810-101, CLINS 1001, 2001, 3001, 4001, 5001, Total Evaluated Price $1,000

P/N 901-200-970-101, CLINS 1002, 2002, 3002, 4002, 5002, Total Evaluated Price $2,000

P/N 901-320-001-101, CLINS 1003, 2003, 3003, 4003, 5003, Total Evaluated Price $3,500

P/N 901-232-006-101, CLINS 1004, 2004, 3004, 4004, 5004, Total Evaluated Price $5,000

P/N 901-275-903-103, CLINS 1005, 2005, 3005, 4005, 5005, Total Evaluated Price $3,700

P/N 901-275-904-101, CLINS 1006, 2006, 3006, 4006, 5006, Total Evaluated Price $4,300

Total evaluated price for LOT 1 = $19,500.00

Most Probable Quantity (MPQ) Per Production CLIN by Lot:

| | | |Most Probable Quantity |

|Lot |Clin |Part # |Year 1 |Year 2 |Year 3 |Year 4 |Year 5 |

|1 |1001, 2001, 3001, 4001, 5001 |901-205-810-101 |27 |10 |8 |6 |5 |

|1 |1002, 2002, 3002, 4002, 5002 |901-20-970-101 |12 |3 |3 |1 |1 |

|1 |1003, 2003, 3003, 4003, 5003 |901-32-001-101 |5 |4 |5 |0 |3 |

|1 |1004, 2004, 3004, 4004, 5004 |901-232-006-101 |14 |8 |7 |3 |5 |

|1 |1005, 2005, 3005, 4005, 5005 |901-275-903-103 |18 |7 |8 |3 |4 |

|1 |1006, 2006, 3006, 4006, 5006 |901-275-904-101 |17 |8 |6 |6 |0 |

|2 |1007, 2007, 3007, 4007, 5007 |901-201-007-101 |29 |11 |8 |9 |0 |

|2 |1008, 2008, 3008, 4008, 5008 |901-210-008-101 |6 |2 |3 |0 |2 |

|2 |1009, 2009, 3009, 4009, 5009 |901-210-041-101 |17 |5 |4 |3 |0 |

|2 |1010, 2010, 3010, 4010, 5010 |901-215-039-101 |24 |9 |7 |6 |0 |

|2 |1011, 2011, 3011, 4011, 5011 |901-220-902-103 |14 |8 |8 |6 |0 |

|2 |1012, 2012, 3012, 4012, 5012 |901-220-935-101 | 40 | 16 | 14 | 12 | 0 |

|2 |1013, 2013, 3013, 4013, 5013 |901-220-943-101 |6 |5 |5 |3 |3 |

|2 |1014, 2014, 3014, 4014, 5014 |901-220-951-101 |17 |8 |8 |6 |0 |

|2 |1015, 2015, 3015, 4015, 5015 |901-232-017-101 |23 |8 |8 |0 |4 |

|2 |1016, 2016, 3016, 4016, 5016 |901-232-102-101 |13 |8 |8 |6 |2 |

|2 |1017, 2017, 3017, 4017, 5017 |901-236-009-125 |12 |6 |5 |4 |3 |

|2 |1018, 2018, 3018, 4018, 5018 |901-240-103-101 |8 |5 |4 |3 |0 |

|2 |1019, 2019, 3019, 4019, 5019 |901-244-081-101 |8 |2 |2 |0 |0 |

|2 |1020, 2020, 3020, 4020, 5020 |901-247-001-101 |11 |4 |5 |0 |2 |

|2 |1021, 2021, 3021, 4021, 5021 |901-266-008-101 |8 |8 |6 |6 |4 |

|3 |1022, 2022, 3022, 4022, 5022 |901-210-009-101 |14 |4 |4 |2 |2 |

|3 |1023, 2023, 3023, 4023, 5023 |901-215-057-101 |30 |6 |6 |4 |4 |

|3 |1024, 2024, 3024, 4024, 5024 |901-220-909-103 |15 |8 |8 |8 |0 |

|3 |1025, 2025, 3025, 4025, 5025 |901-220-916-103 |14 |8 |6 |6 |0 |

|3 |1026, 2026, 3026, 4026, 5025 |901-220-924-103 |18 |8 |8 |8 |0 |

|3 |1027, 2027, 3027, 4027, 5027 |901-220-925-105 |26 |14 |12 |12 |4 |

|3 |1028, 2028, 3028, 4028, 5028 |901-220-926-103 |1 |2 |4 |0 |0 |

|3 |1029, 2029, 3029, 4029, 5029 |901-220-929-103 |22 |6 |4 |4 |0 |

|3 |1030, 2030, 3030, 4030, 5030 |901-220-933-103 |10 |8 |4 |0 |0 |

|3 |1031, 2031, 3031, 4031, 5031 |901-220-934-101 |22 |7 |6 |3 |4 |

|3 |1032, 2032, 3032, 4032, 5032 |901-220-941-103 |7 |13 |7 |2 |0 |

|3 |1033, 2033, 3033, 4033, 5033 |901-220-958-103 |13 |8 |8 |6 |4 |

|3 |1034, 2034, 3034, 4034, 5034 |901-236-010-201 |10 |2 |2 |0 |0 |

|3 |1035, 2035, 3035, 4035, 5035 |901-266-553-101 |56 |14 |10 |12 |2 |

|3 |1036, 2036, 3036, 4036, 5036 |901-270-073-101 |4 |2 |2 |0 |0 |

Price Reasonableness:

Price analysis will be conducted to determine price reasonableness in accordance with FAR 15.404-1. One of more of the following techniques may be used:

I. Comparison of proposed prices received in response to the solicitation.

II. Comparison of prior contract prices with current proposed prices for the same or similar items

III. Comparison of proposed prices with independent Government price estimates.

Part C. RATING STANDARDS AND RISK DEFINITIONS

The definitions below reflect the Government assessment of solicitation compliance and the expected results on the Offeror's proposed approach.

1.0 PROPOSAL RATING DEFINITIONS

Outstanding: The proposal significantly exceeds requirements in a way that benefits the Government, or meets requirements and contains at least one exceptional enhancing feature, which benefits the Government. Any weakness is minor.

Highly Satisfactory: The proposal exceeds requirements in a way that benefits the Government, or meets requirements with enhancing features, which benefit the Government. Any weakness is minor.

Satisfactory: Proposal meets requirements. Any weaknesses are minor and will have little to no impact on contract performance.

Marginal: Proposal contains weaknesses or minor deficiencies, which could have some impact if accepted.

Unsatisfactory: The proposal does not comply substantially with RFP requirements.

2.0 PROPOSAL RISK DEFINITIONS (Technical Only)

Low: Has little or no potential to cause disruption of schedule, increase in cost or degradation of performance. Normal contractor effort will probably be able to overcome difficulties.

Medium: Can potentially cause some disruption of schedule, increase in cost or degradation of performance. However, special contractor emphasis will probably be able to overcome difficulties.

High: Likely to cause some disruption of schedule, increase in cost or degradation of performance even with special contractor emphasis.

3.0 PAST PERFORMANCE RISK DEFINITIONS

Very Low: Based on the Offeror’s experience or past performance, essentially no doubt exists that the Offeror will successfully perform the required effort.

Low: Based on the Offeror’s experience or past performance, little doubt exists that the Offeror will successfully perform the required effort.

Moderate: Based on the Offeror’s experience or past performance, some doubt exists that the Offeror will successfully perform the required effort.

High: Based on the Offeror’s experience or past performance, substantial doubt exists that the Offeror will successfully perform the required effort.

Very High: Based on Offeror's experience or past performance, extreme doubt exists that the Offeror will successfully perform the required effort.

Unknown: No performance record identifiable. This applies only to Past Performance.

4.0 OTHER DEFINITIONS

Strengths: Characteristic of a proposal that would enhance the probability of success of performance for the resulting contract or an approach which exceeds minimum solicitation requirements with benefit to the Government.

Significant Strength: A characteristic of a proposal that would appreciably enhance the probability of success of performance for the resulting contract or an approach which exceeds the minimum RFP requirements with appreciable benefit to the Government.

Weakness: A flaw in the proposal that increases the risk of unsuccessful contract performance.

Significant Weakness: A flaw that appreciably increases the risk of unsuccessful contract performance.

Deficiency: a material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increase the risk of unsuccessful contract performance to an unacceptable level.

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download