Exhibit 10.14 PAGE 2 SOL#N00140-98-C-H189 This award document constitutes acceptance of your offer dated 18 Sep 97, as supplemented by your letters of 1 Dec 97 and 30 Dec 97, submitted in response to Solicitation N00140-97-R-3135 dated 10 Jul 97 for IT-21 Program at the CINCLANTFLT Norfolk, VA as amended by Amendments 0001 dated 6 Aug 97, 0002 dated 22 Aug 97, 0003 dated 5 Sep 97, 0004 dated 8 Sep 97, 0005 dated 12 Sep 97 and 0006 dated 12 Sep 97. Representations, Certifications, Other Statements, Instructions, Conditions and Notices to Offerors Sections on pages 30 through 43 of the solicitation are incorporated by reference. Page 3 SOL# N00140-98-C-H189 SCHEDULE OF SUPPLIES/SERVICES AND PRICES (continuation of Block 20, Page 1, hereto) CLIN DESCRIPTION QTY U/I UNIT PRICE TOTAL AMT - ---- ---------------- ---- --- ----------- --------- 0001 Lease of Desktops I/A/W IT-21 Specification and SOW contained in Section C, for the period from the date of shipment I/A/W delivery schedule through 30 Sep 1998 0001AA I/A/W Delivery Schedule 170 EA 7.86 MO $20,910.00 $164,352.60 of CLIN 0001 by 5 Feb 1998 0001AB I/A/W Delivery Schedule 170 EA 7.61 MO $20,910.00 $159,125.10 of CLIN 0001 by 12 Feb 1998 0001AC I/A/W Delivery Schedule 170 EA 7.36 MO $20,910.00 $153,897.60 of CLIN 0001 by 19 Feb 1998 0001AD I/A/W Delivery Schedule 170 EA 7.11 MO $20,910.00 $148,670.10 of CLIN 0001 by 26 Feb 1998 0001AE I/A/W Delivery Schedule 170 EA 6.87 MO $20,910.00 $143,651.70 of CLIN 0001 by 5 Mar 1998 TOTAL CLIN 0001 $769,697.10 0002 Lease of Servers 7.86 MO $28,675.00 $225,385.50 I/A/W IT-21 Specification and SOW contained in Section C for the period from the date of shipment (5 Feb 1998) I/A/W delivery schedule through 30 Sep 1998 0003 Lease of Switching & Hubbing 7.86 MO $63,021.00 $495,345.06 Modules I/A/W IT-21 Specification and SOW contained in Section C, for the period from the date of shipment (5 Feb 1998) I/A/W delivery schedule through 30 Sep 1998 0004 Lease of Black & White Laser Printers I/A/W IT-21 Specification and SOW contained in Section C, for the period from the date of shipment I/A/W delivery schedule through 30 Sep 1998 0004AA I/A/W Delivery Schedule 200 EA 7.86 MO $4,880.00 $38,356.80 of CLIN 0004 by 5 Feb 1998 0004AB I/A/W Delivery Schedule 200 EA 7.61 MO $4,880.00 $37,136.80 of CLIN 0004 by 12 Feb 1998 0004AC I/A/W Delivery Schedule 200 EA 7.36 MO $4,880.00 $35,916.80 Page 4 SOL# N00140-98-C-H189 of CLIN 0004 by 19 Feb 1998 0004AD I/A/W Delivery Schedule 200 EA 7.11 MO $4,880.00 $34,696.80 of CLIN 0004 by 26 Feb 1998 0004AE I/A/W Delivery Schedule 200 EA 6.87 MO $4,880.00 $33,525.60 of CLIN 0004 by 5 Mar 1998 TOTAL CLIN 0004 $179,632.80 0005 Lease of Entry-Level Thermal Inkjet Color Printers, I/A/W IT-21 Specification and SOW contained in Section C, for the period from the date of shipment I/A/W delivery schedule through 30 Sep 1998 0005AA I/A/W Delivery Schedule 200 EA 7.86 MO $2,520.00 $19,807.20 of CLIN 0005 by 5 Feb 1998 0005AB I/A/W Delivery Schedule 200 EA 7.61 MO $2,520.00 $19,177.20 of CLIN 0005 by 12 Feb 1998 0005AC I/A/W Delivery Schedule 200 EA 7.36 MO $2,520.00 $18,547.20 of CLIN 0005 by 19 Feb 1998 0005AD I/A/W Delivery Schedule 200 EA 7.11 MO $2,520.00 $17,917.20 of CLIN 0005 by 26 Feb 1998 0005AE I/A/W Delivery Schedule 200 EA 6.87 MO $2,520.00 $17,312.40 of CLIN 0005 by 5 Mar 1998 TOTAL CLIN 0005 $92,761.20 0006 Lease of High-End Color Laser Printers, I/A/W IT-21 Specification and SOW contained in Section C, for the period from the date of shipment I/A/W delivery schedule through 30 Sep 1998 0006AA I/A/W Delivery Schedule 200 EA 7.86 MO $895.00 $7,034.70 of CLIN 0006 by 5 Feb 1998 0006AB I/A/W Delivery Schedule 200 EA 7.61 MO $895.00 $6,810.95 of CLIN 0006 by 12 Feb 1998 006AC I/A/W Delivery Schedule 200 EA 7.36 MO $895.00 $6,587.20 of CLIN 0006 by 19 Feb 1998 0006AD I/A/W Delivery Schedule 200 EA 7.11 MO $895.00 $6,363.45 of CLIN 0006 by 26 Feb 1998 0006AE I/A/W Delivery Schedule 200 EA 6.87 MO $895.00 $6,148.65 of CLIN 0006 by 5 Mar 1998 TOTAL CLIN 0006 $32,944.95 OPTION 1: - --------- 0007 Lease of Laptops 7.86 MO $29,4000.00 $231,084.00 I/A/W IT-21 Specification and SOW Page 5 SOL #N00140-98-C-H189 contained in Section C, for the period from the date of shipment (5 Feb 1998) I/A/W delivery schedule through 30 Sep 1998 0008 Lease of Docking Stations 7.86 MO $2,300.00 $18,078.00 I/A/W IT-21 Specification and SOW contained in Section C, for the period from the date of shipment (5 Feb 1998) I/A/W delivery schedule through 30 Sep 1998 Total CLINs 0001 through 0006 $1,795,766.61 Total CLINs 0001 through 0008 $2,044,928.61 FIRST OPTION YEAR OPTION 2: 0009 Lease of Desktops 12 MO $84,150.00 $1,0009,800.00 I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 1998 through 20 Sep 1999 0010 Lease of Severs 12 MO $28,675.00 $344,100.10 I/A/W IT-21 Specification and SOW contained in Section C, for the period from Oct 1998 though 30 Sep 1999 0011 Lease of Switching & Hubbing 12 MO $63,021.00 $756,252.00 Modules I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 1998 through 30 Sep 1999 0012 Lease of Black & White 12 MO $24,400.00 $292,800.00 Laser Printers I/A/W IT-21 Specification and SOW contained in Section C for the period from 1 Oct 1998 through 30 Sep 1999 0013 Lease of Entry-Level Thermal Inkjet 12 MO $12,600.00 $151,200.00 Color Printers, I/A/W IT-21 Specification and SOW Page 6 SOL# NOO140-98-C-H189 contained in Section C, for the period from 1 Oct 1998 through 30 Sep 1999 0014 Lease of High-End Color Laser 12 MO $4,475.00 $53,700.00 Printers, I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 1998 through 30 Sep 1999 OPTION 3 0015 Lease of Laptops 12 MO $24,00.00 $288,000.00 I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 1998 through 30 Sep 1999 0016 Lease of Docking Stations 12 MO $2,300.00 $27,600.00 I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 1998 through 30 Sep 1999 Total CLINs 0009 through 0014 $2,607,852.00 Total CLINs 0009 through 0016 $2,923,452.00 SECTION OPTION YEAR OPTION 4 0017 Lease of Desktops 12 MO $73,100.00 $877,200.00 I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 1999 through 30 Sep 2000 0018 Lease of Servers 12 MO $28,675.00 $344,100.00 I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 1999 through 30 Sep 2000 0019 Lease of Switching & Hubbing 12 MO $63,021.00 $756,252.00 Modules I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 1999 through 30 Sep 2000 Page 7 SOL# N00140-98-C-H189 0020 Lease of Black & White 12 MO $24,400.00 $292,800.00 Laser Printers I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 1999 through 30 Sep 2000 0021 Lease of Entry-Level Thermal 12 MO $12,600.00 $151,200.00 Inkjet Color Printers, I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 1999 through 30 Sep 2000 0022 Lease of High-End Color Laser 12 MO $4,475.00 $53,700.00 Printers, I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 1999 through 30 Sep 2000 OPTION 5: 0023 Lease of Laptops 12 MO $21,800.00 $261,600.00 I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 1999 through 30 Sep 2000 0024 Lease of Docking Stations 12 MO $2,300.00 $27,600.00 I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 1999 through 30 Sep 2000 Total CLINs 0015 through 0022 $2,475,252.00 Total CLINs 0015 through 0024 $2,764,452.00 THIRD OPTION YEAR OPTION 6: 0025 Lease of Desktops 12 MO $73,100.00 $877,200.00 I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 2000 through 30 Sep 2001 Page 8 SOL# N00140-98-C-H189 0026 Lease of Servers 12 MO $28,675.00 $344,100.00 I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 2000 through 30 Sep 2001 0027 Lease of Switching & Hubbing 12 MO $63,021.00 $756,252.00 Modules I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 2000 through 30 Sep 2001 0028 Lease of Black & White 12 MO $24,400.00 $292,800.00 Laser Printers I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 2000 through 30 Sep 2001 0029 Lease of Entry-Level Thermal 12 MO $12,600.00 $151,200.00 Inkjet Color Printers, I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 2000 through 30 Sep 2001 0030 Lease of High-End Color Laser 12 MO $4,475.00 $53,700.00 Printers, I/A/W It-21 Specification and SOW contained in Section C, for the period from 1 Oct 2000 through 30 Sep 2001 OPTION 7 - -------- 0031 Lease of Laptops 12 MO $21,800.00 $261,600.00 I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 2000 through 30 Sep 2001 0032 Lease of Docking Stations 12 MO $2,300.00 $27,600.00 I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 2000 through 30 Sep 2001 Page 9 SOL# N00140-98-C-H189 Total CLINs 0025 through 0030 $2,475,252.00 Total CLINs 0025 through 0032 $2,764,452.00 FOURTH OPTION YEAR OPTION 6: 0033 Lease of Desktops 12 MO $73,100.00 $877,200.00 I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 2001 through 30 Sep 2002 0034 Lease of Servers 12 MO $28,675.00 $344,100.00 I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 2001 through 30 Sep 2002 0035 Lease of Switching & Hubbing 12 MO $63,021.00 $756,252.00 Modules I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 2001 through 30 Sep 2002 0036 Lease of Black & White 12 MO $24,400.00 $292,800.00 Laser Printers I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 2001 through 30 Sep 2002 0037 Lease of Entry-Level Thermal 12 MO $12,600.00 $151,200.00 Inkjet Color Printers, I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 2001 through 30 Sep 2002 00038 Lease of High-End Color Laser 12 MO $4,475.00 $53,700.00 Printers, I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 2001 through 30 Sep 2002 Page 10 SOL# N00140-98-CH189 OPTION 9: 0039 Lease of Laptops 12 MO $21,800.00 $261,600.00 I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 2001 through 30 Sep 2002 0040 Lease of Docking Stations 12 MO $2,300.00 $27,600.00 I/A/W IT-21 Specification and SOW contained in Section C, for the period from 1 Oct 2001 through 30 Sep 2002 Total CLINs 0033 through 0038 $2,475,252.00 Total CLINs 0033 through 0040 $2,764,452.00 Page 11 SOL# N00140-98-C-H189 COMPONENT MONTHLY UNIT LEASE PRICE Monthly U/P Total CLIN Description Quantity Each Monthly U/P 0001 Desktops 850 $123.00 $104,550.00 0002 Servers 25 $1,147.00 $28,675.00 0003 Switching/Hubbing (to include the following): -ATM Uplink Module w/APIM to FNB and INB 9 $2,326.00 $20,934.00 -Fast Ethernet Switch Module w/11 RJ45 ports and 1 FEPIM 9 $723.00 $6,507.00 -ATM Port Interface Modules 18 $39.00 $702.00 -Multimode fiber User Configurable Fast Ethernet Port Interface Module 9 $14.00 $126.00 -MMAC Plus Smart Switch 10/100 Module 24 Port RJ71; two RJ45 ports; one SC Multimode port; one EPIM 48 $724.00 $34,752.00 0004 Black and White Laser Printers 400 $61.00 $24,400.00 0005 Entry-Level Thermal Inkjet Color Printers 200 $63.00 $12,600.00 0006 High-End Color Laser Printers 25 $179.00 $4,475.00 OPTION 1: 007 Laptops 200 $147.00 $29,400.00 008 Docking Stations 100 $23.00 $2,300.00 OPTION 2 0009 Desktops 850 $99.00 $84,150.00 0010 Servers 25 $1,147.00 $28,675.00 0011 Switching/Hubbing (to include the following): -ATM Uplink Module w/ APDM to FNB 9 $2,326.00 $20,934.00 -Fast Ethernet Switch Module w/11 RJ45 porte and 1 FE PIM 9 $723.00 $6,507.00 -ATM Port Module 18 $39.00 $702.00 -Multimode User Configurable Fast Ethernet Port Interface Module 9 $14.00 $126.00 -MMAC Plus Smart Switch 10/100 Module 24 Port RJ71; two RJ45 ports; one SC Multimode port; one EPIM 48 $724.00 $34,752.00 0012 Black and White Laser Printers 400 $61.00 $24,400.00 0013 Entry-Level Thermal Inkjet Color Printers 200 $63.00 $12,600.00 0014 High-End Color Laser Printers 25 $179.00 $4,475.00 OPTION 3: 0015 Laptops 200 $120.00 $24,000.00 0016 Decking Stations 100 $23.00 $2,300.00 Page 12 SOL#N00140-98-C-H189 COMPONENT MONTHLY UNIT LEASE PRICE Monthly U/P Total CLIN Description Quantity Each Monthly U/P OPTION 4: 0017 Desktops 850 $ 86.00 $ 73,100.00 0018 Servers 25 $1,147.00 $ 28,675.00 0019 Switching/Hubbing (to include the following): -ATM Uplink Module w/ APDM to FNB 9 $2,326.00 $ 20,934.00 -Fast Ethernet Switch Module w/11 RJ45 porte and 1 FE PIM 9 $ 723.00 $ 6,507.00 -ATM Port Module 18 $ 39.00 $ 702.00 -Multimode User Configurable Fast Ethernet Port Interface Module 9 $ 14.00 $ 126.00 -MMAC Plus Smart Switch 10/100 Module 24 Port RJ71; two RJ45 ports; one SC Multimode port; one EPIM 48 $ 724.00 $ 34,752.00 0020 Black and White Laser Printers 400 $ 61.00 $ 24,400.00 0021 Entry-Level Thermal Inkjet Color Printers 200 $ 63.00 $ 12,600.00 0022 High-End Color Laser Printers 25 $ 179.00 $ 4,475.00 OPTION 5: 0023 Laptops 200 $ 109.00 $ 21,800.00 0024 Docking Stations 100 $ 23.00 $ 2,300.00 OPTION 6 0025 Desktops 850 $ 86.00 $ 73,100.00 0026 Servers 25 $1,147.00 $ 28,675.00 0027 Switching/Hubbing (to include the following): -ATM Uplink Module w/ APDM to FNB 9 $2,326.00 $ 20,934.00 -Fast Ethernet Switch Module w/11 RJ45 porte and 1 FE PIM 9 $ 723.00 $ 6,507.00 -ATM Port Module 18 $ 39.00 $ 702.00 -Multimode User Configurable Fast Ethernet Port Interface Module 9 $ 14.00 $ 126.00 -MMAC Plus Smart Switch 10/100 Module 24 Port RJ71; two RJ45 ports; one SC Multimode port; one EPIM 48 $ 724.00 $ 34,752.00 0028 Black and White Laser Printers 400 $ 61.00 $ 24,400.00 0029 Entry-Level Thermal Inkjet Color Printers 200 $ 63.00 $ 12,600.00 0030 High-End Color Laser Printers 25 $ 179.00 $ 4,475.00 OPTION7: 0031 Laptops 200 $ 109.00 $ 21,800.00 0032 Docking Stations 100 $ 23.00 $ 2,300.00 Page 13 SOL#N00140-98-C-H189 Monthly U/P Total CLIN Description Quantity Each Monthly U/P OPTION 8 0033 Desktops 850 $ 86.00 $ 73,100.00 0034 Servers 25 $1,147.00 $ 28,675.00 0035 Switching/Hubbing (to include the following): -ATM Uplink Module w/APTM to FNB and INB 9 $2,326.00 $ 20,934.00 -Fast Ethernet Switch Module W/11 R45 ports 9 $ 723.00 $ 6,507.00 - and 1 FEPIM -ATM Port Interface Modules 18 $ 39.00 $ 702.00 -Multimode fiber User Configurable Fast Ethernet 9 $ 14.00 $ 126.00 Port Interface Module MMAC Plus Smart Switch; - 10/100 Module, 24 Port RJ71; two RJ45 ports; one - SC Multimode port; one EPIM 48 $ 724.00 $ 34,752.00 0036 Black and White Laser Printers 400 $ 61.00 $ 24,400.00 0037 Entry-Level Thermal Inkjet Color Printers 200 $ 63.00 $ 12,600.00 0038 High-End Color Laser Printers 25 $ 179.00 $ 4,475.00 OPTION 9 0039 Laptops 200 $ 109.00 $ 21,800.00 0040 Docking Stations 100 $ 23.00 $ 2,300.00 Page 14 SOL # N00140-98-C-H189 DELIVERIES AND PERFORMANCE PERIODS OF PERFORMANCE Base Period: 6 Jan 1998 through 30 Sep 1998 Option 1: 6 Jan 1998 through 30 Sep 1998 Option 2: 1 Oct 1998 through 30 Sep 1999 Option 3: 1 Oct 1998 through 30 Sep 1999 Option 4: 1 Oct 1999 through 30 Sep 2000 Option 5: 1 Oct 1999 through 30 Sep 2000 Option 6: 1 Oct 2000 through 30 Sep 2001 Option 7: 1 Oct 2000 through 30 Sep 2001 Option 8: 1 Oct 2001 through 30 Sep 2002 Option 9: 1 Oct 2001 through 30 Sep 2002 APPOINTMENT OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (FISC DET PHILA) (OCT 1992) (a) The Contracting Officer hereby designates the following individual as Contracting Officer's Technical Representative(s) (COTR) for this contract: NAME: Ms. Dorothy Hennigan CODE: N62 MAIL ADDRESS: Chief, U.S. Atlantic Fleet (N6) (CINCLANTFLT) 1562 Mitscher Ave; Suite 250 Norfolk, VA 23551-2487 TELEPHONE NUMBER: (757) 322-3998 (b) In the absence of the COTR named above, responsibilities and functions assigned to the COTR shall be the responsibility of the alternate COTR acting on behalf of COTR. The Contracting Officer hereby appoints the following individual as the alter COTR: N/A (c) The COTR will act as the Contracting Officer's representative for technical matters, providing technical direction and discussion as necessary with respect to the specification or statement of work, and monitoring the progress and quality of contractor performance. The COTR 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 order), or to direct the accomplishment of effort which goes beyond the scope of the statement of work in the contract (or delivery order). AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT PAGES 2. Amendment/Modification no. P0003 3. Effective Date 20 Jan 98 4. Requisition/Purchase Req. No. N00060-97RC-OIT21 5. Project No N/A (if applicable) 6. Issued By FISC Norfolk Detachment Philadelphia 700 Robinns Avenue; Bldg. 2B Philadelphia, PA 19111-5083 02P22A KKB POC Ms. K Brown (215)697-9635 7. Administered by (if other than Item 6 CODE S2101A DCMC BALTIMORE 200 TOWSONTOWN BLVD., WEST TOWSON, MD 21204-5299 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) IDP 20 Firstfield Road Gathersburg, MD 20878 CODE 45815 FACILITY CODE 9A AMENDMENT OF SOLICITIATION 9B DATED (SEE ITEM 11) 10A MODIFICATION OF NOO140-98-C-11189 10B DATED (SEE ITEM 13) 6 JAN 96 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS / / The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers is extended is not extended Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing items *8 and 15, and returning 3 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT OT BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by birture of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) N/A 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. / / A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify Authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN THE ITEN 10A /X/ B. THE ABOVE NUMBER CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in payment office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(s) / / C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED IN TO PURSUAN TO AUTHORITY OF: / / D. OTHER(Specify type of modification and authority) E. IMPORTANT: Contractor /X/ is not / / is required to sign this document and return one copy to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF headings, including solicitation/contract subject matter where feasible.) 1. The Contract Administration Plan for the contract is hereby incorporated and provided as Attachment 1 Except as provided herein, all terms and conditions of the document referenced in item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A NAME AND TITLE OF THE SIGNER (Type of Print) 15B CONTRACTOR/OFFEROR 15C DATE SIGNED 16A NAME AND TITLE OF CONTRACING OFFICER (Type or Print) J. J. SWIZEWSKI, CONTRACTING OFFICER 16B UNITED STATES OF AMERICA By:/s/------------------ (Signature of person authorized to sign) 16C DATE SIGNED 1/20/98 STANDARD FORM 30 (REV 10-83) Prescribed by GSA FAR (48CFR)52.243 N00140-98-C-H189/P00003 NAVREGCONTCENINST 4330.1B CONTRACT ADMINISTRATION PLAN (CAP) FOR FIXED PRICE CONTRACTS In order to expedite the administration of this contract, the following delineation of duties is provided. The names, addresses and phone numbers for these officers or individuals are included elsewhere in the contract award document. The office or individual designated as having responsibility should be contacted for any questions, clarifications, or information regarding the administration function assigned. 1. The Procuring Contract Office (PCO) is responsible for: a. All pre-award duties such as solicitation, negotiation and award of contracts b. Any information or questions during the pre-award stage of the procurement c. Freedom of Information inquires. d. Changes in contract terms and/or conditions e. Post award conference 2. The Contract Administration Office (CAO) is responsible for matters specified in the FAR 42.302 and DFARS 42.302 except those areas otherwise designated as the responsibility of the Contracting Officer's Representative (COR) or someone else herein. 3. The paying office is responsible for making payment of proper invoices after acceptance is documented. 4. The Contracting Officer's Representative (COR) is responsible for the interface with the contractor and performance of duties such as those set forth below. it is emphasized that only the PCO/CAO has the authority to modify the terms of the contract. In no event will any understanding, agreement, modification, change order, or other matter deviating from the terms of the basic contract between the contractor and any other person be effective or binding on the Government. If in the opinion of the contractor an effort outside the scope of the contract is requested, the contractor shall promptly notify the PCO in writing. The contractor may take no action unless the PCO or CAO has issued a contractual change. The COR duties are as follows: Attachment I NAVREGCONTCENINST 4330.13 NOO140-98-C-H189/P00003 a. Technical Interface (1) The Cor is responsible for all Government technical interface concerning the contractor and furnishing technical instructions to the contractor. These instructions may include: technical advice/recommendations/clarifications or specific details relating to technical aspects of contract requirement; milestones to be met within the general terms of the contract or specific subtasks of the contract; or, any other interface of a technical nature necessary for the contractor to perform the work specified in the contract or order. The COR is the point of contact through whom the contractor can relay questions and problems or a technical nature to the PCO. (2) The COR is prohibited from issuing any instruction which would constitute a contractual change. The COR shall not instruct the contractor how to perform. If there is any doubt whether technical instructions contemplated fall within the scope of work, contact the PCO for guidance before transmitting the instructions to the contractor. b. Contract Surveillance (1) The COR shall monitor the contractor's performance and progress under the contract. in performing contract surveillance duties, the COR should exercise extreme care to ensure that he/she does not cross the line of personal services. The COR must be able to distinguish between surveillance (which is proper and necessary) and supervision (which is not permitted). Surveillance becomes supervision when you go beyond enforcing the terms of the contract. If the contractor is directed to perform the contract services in the specific manner, the line is being crossed. In such a situation, the COR's actions would be equivalent to using the contractor's personnel as if they were government employees and would constitute transforming the contract in to one for personal services (2) The COR shall monitor contractor performance to see that inefficient or wasteful methods are not being used. If such practices are observed, the COR is responsible for taking reasonable and timely action to alert the contractor and the PCO to the situation. (3) The COR will take timely action to alert the PCO to any potential performance problems. If performance schedule slippage is detected, the COR should determine the factors causing the delay and report them to the PCO, along with the contractor's proposed actions to eliminate or overcome these factors and recover the slippage. Once a recover plan has been put in place, the COR is responsible for monitoring the recovery and keeping the PCO advised of progress. 2 NAVREGIOTCENTINST 4330.13 NOO140-98-C-H189-P00003 c. Invoice Review and Approval/Inspection and Acceptance (1) The COR is responsible for quality assurance of services performed and acceptance of the services or deliverables. The COR shall expeditiously review copies of the contractor's invoices or vouchers, certified of performance and all other supporting documentation to determine the reasonableness of the billing. In making this determination, the COR must take into consideration all documentary information available and any information developed from personal observations. (2) The COR must indicate either complete or partial concurrence with the contractor's invoice/voucher by executing the applicable certificate of performance furnished by the contractor. The COR must be cognizant of the invoicing procedures and prompt payment due dates detailed elsewhere in the contract. (3) The COR will provide the PCO and the CAO with copies of acceptance documents such as Certificates of Performance. d. Contract Modifications. The COR is responsible for developing the statement of work for change orders or modifications and for preparing an independent government cost estimate of the effort described in the proposed statement of work. e. Administrative Duties (1) The COR shall take appropriate action on technical correspondence pertaining to the contract and for maintaining files on each contract. This includes all modifications, government cost estimates, contractor involves/vouchers, certificates of performance, DD 250 forms and contractor's status repots. (2) The COR shall maintain files on all correspondence relation to contractor performance, whether satisfactory or unsatisfactory, and on trip reports for all government personnel visiting the contractors place of business for the purpose of discussing the contract. (3) The COR must take prompt action to provide the PCO with any contract or technical code request for change, deviation or waiver, along with the supporting analysis or other required documentation. 3 NAVREGCONTCENINST 4330.13 NOO140-98-C H189-P00003 f. Government Furnished Property When government property is to be furnished to the contractor, the COR will take the necessary steps to insure that it is furnished in a timely fashion and in proper condition for use. The COR will maintain adequate records to ensure that property furnished is returned and/or that material has been consumed in the performance or work. g. Security. The COR is responsible for ensuring that any applicable security requirements are strictly adhered to. h. Standards of Conduct. The COR is responsible for reading and complying with all applicable agency standards of conduct and conflict of interest instructions. i. Written Report/Contract Completion Statement. (1) The COR is responsible for the timely preparation and submission to the PCO, of a written, annual evaluation of the contractors performance. The report shall be submitted with 30 days prior to the exercise of any contract option and 60 days after contract completion. The report shall include a written statement as to the use made of any deliverables furnished by the contractor. (2) For contracts where delivery orders are issued, one consolidated report which addresses all actions under the contract may be submitted. 5. The Technical Assistant (TA), if appointed, is responsible for providing routine administration and monitoring assistance to the COR. The TA does not have the authority to provide any technical direction or clarification to the contract. Duties that may be performed by the TA are as follows: a. Identify contractor deficiencies to the COR. b. Review contract/deliver order deliverables, recommend acceptance/rejection, and provide the COR with documentation to support the recommendation. c. Assist in preparing the final report on contractor performance for the applicable contract/delivery order in accordance with the format and procedures prescribed by the COR. d. Identify contract noncompliance with reporting requirements to the COR e. Evaluate the contractor's proposals for the specific delivery orders and identify, for the COR, any potential problems, areas of concern, or issues to be discussed during negotiations. 4 N00140-98-C=H189/P00003 NAVAREGCONTCENINST 4330.13 f. Review contractor status and progress reports, identify deficiencies to the COR, and provide the COR with recommendations regarding acceptance, rejection, and/or Government technical clarification requests. g. Review invoices for the appropriate mix of types and quantities of labor, materials, and other direct costs, and provide the COR with recommendations to facilitate COR certification of the invoice. h. Provide the COR with timely input regarding technical clarifications for the statement of work, possible technical direction to provide the contractor, and recommend corrective actions. i. Provide detailed written reports of any trip, meeting, or conversation to the COR subsequent to any interface between the TA and contractor 5 CONTRACTOR INVOICE REVIEW FORM From: (Applicable COR) To: (Applicable PCO/ACO and DCAA) Subj: INVOICE REVIEW OF CONTRACT NO. ____________ (also identify delivery order number(s) as applicable) Encl: (1) Invoice No.___________ Check Appropriate Statement: 1. _______ Enclosure (1) submitted under the subject contract (deliver order has been reviewed and the labor hours, labor mix, material (if any), travel, and other direct costs identified therein appear consistent and reasonable for the effort performed during the period covered by the invoice. 2. _____ Enclosure (1) submitted under the subject contract (delivery order) has been reviewed and the following discrepancies/deficiencies are noted: ----------------------------- Contracting Officer's Representative (signature and date) 6 N00140-98-C-H189/P00003 SAMPLE REPORT OF CONTRACTOR'S PERFORMANCE MEMORANDUM From: (Applicable COR) To: (Applicable PCO or Ordering Officer) Subj: CONTRACTING OFFICER'S REPRESENTATIVE (COR) REPORT OF CONTRACTOR'S PERFORMANCE ON CONTRACT NUMBER _______ (OR DELIVERY ORDER _________ ISSUED UNDER CONTRACT NUMBER ________________) Ref: (a) navregcontcen 4205.1A 1. A performance report on (Name of Contractor) for subject contract for the period ______________ to _________ is provided per reference (a). 2. Type of contract: _________________ (COST REMIBURSTMENT, INDEFINITE DELIVERY/INDEFINITE QUANTITY, ETC.) 3. Were all deliverable reports received in a timely manner? Yes _____ No______ Were they acceptable? Yes _____ No _____. If no, to either question, explain. 4. Were all the proposed Key Personnel used? Yes _____ No______ If no, explain. 5. Were all tasks completed in a timely manner? Yes _____ No ______ If no, explain. 6. Comment on the quality of the contractor's performance (be specific). For Cost Reimbursement, Firm Fixed-Price Level of Effort, or Indefinite Delivery/Indefinite Quantity type contracts, address the following questions: 7. For each contract line item, list the hours proposed and the hours used in each labor category as follows; CLIN _________ Labor Category Hours Proposed Hours Actually Used 7 NOO140-98C-H189/P00003 Subj: CONTRACTING OFFICER'S REPRESENTATIVE (COR) REPORT OF CONTRACTOR'S PERFORMANCE ON CONTRACT NUMBER ______________ (OR DELIVERY ORDER ____________ISSUED UNDER CONTRACT NUMBER ______________) 8. Were the hours and mix of labor categories actually used consistent with efficient and cost effective performance? Yes ___________ No____________ If no, explain. 9. Were travel, material and other direct charges required for performance? Yes _______ No ________ Were the costs reasonable for the effort received? Yes ________ No _________ If no, explain. --------------------------------- Signature of COR 8