Special Terms and Conditions USS Spruance
N00024-16-D-4418

Rev 0 July 28, 2022

This document is also available in word format. Click here to access it.

TABLE OF CONTENTS

PRIME CONTRACT CLAUSES – N00024-16-D-4418

The FAR and DFARS clauses referenced herein are incorporated by reference and are applicable to Seller as though fully expressed in the text of this document. Incorporation of these clauses grant no rights to Seller against the Government, and reference to a “Dispute” clause shall mean the Dispute provision of Seller’s agreement with Buyer.

Seller agrees that upon Buyer’s request, Seller will negotiate in good faith any amendments to, or additions or deletion of, the provisions set forth in this Prime Contract Flow Downs document.

DEFINITIONS

The following terms will have the meanings indicated in each of the following clauses as modified. Note that some of the terms may not be consistently capitalized within this Contract. While every effort was made to keep the capitalization consistent for the terms, the inconsistent capitalization should not affect the meaning intended for the terms, whether the terms are capitalized or appears in lower case form. The defined terms in the MILGEN terms apply to this document. Seller is also referred to as the Contractor in these provisions.

Section A – Solicitation/Contract Form – This Contract is rated with a DPAS DO rating.

Section B – Supplies or Services and Prices

PLACE OF PERFORMANCE [Modified by Buyer]

All Contract Work under this Contract is to be performed as follows: CNO scheduled availability Contract Work will be performed at Buyer’s Facility at the assigned homeport in San Diego, CA unless otherwise stipulated in the Contract Work package. For continuous maintenance periods including emergent type Contract Work and interim availabilities, Contract Work may be performed OCONUS, at Buyer’s or its customer’s Facility, Seller’s facility (only if so specified in the specifications or task order) or the Government’s Facility within the ship’s homeport in San Diego, CA, or as determined by the Government’s ACO. Administrative and Engineering Support Services (AESS) functions may be performed at Buyer’s Facility, at various Government activities, or onboard vessels, in accordance with Contract Work items delineated in the specifications. For Planned Maintenance (PM), Facilities Maintenance (FM) including Corrosion Control, In-Service Engineering Agent (ISEA) and Ship Assessments, Contract Work may be performed at either Buyer’s Facility or the Government’s Facility within the ship’s homeport in San Diego, CA, or as determined by the Government’s ACO or Buyer. Travel will include CONUS and OCONUS for Fly-Away Teams.

TRAVEL COSTS [Modified by Buyer].

Travel costs are non-fee bearing. Seller must obtain prior written approval from Buyer before traveling because Buyer is obligated under the Prime Contract to receive ACO approval per trip occurrence and the requirement applies to Buyer as well as to all subcontractors. All estimated and incurred travel costs shall be in accordance with FAR 31.205-46.

WORKSITE TRAVEL COSTS (NAVSEA) (OCT 2018) [Modified by Buyer]

  1. Seller shall not charge, and Buyer shall not pay, as an allowable cost under this Contract, any man-hour costs (whether straight-time or overtime) for Seller personnel or subcontractor personnel traveling to or from worksites, including travel to worksites other than the Facility designated in the SOW for performance of the Contract Work.
  2. Workers being paid under this Contract will complete a full shift at the worksite, and no compensation will be paid for travel time before or after the shift.
  3. This requirement pertains only to payments for travel time before or after these workers' regular shifts, and does not apply to legitimate travel costs incurred during normal working hours, provided that those costs are otherwise reasonable, allocable and allowable. This requirement does not apply to manufacturer's representatives or Original Equipment Manufacturer (OEM) representatives when specifically required by the Government provided requirements or as specified by Buyer.
  4. Additionally, Seller shall not charge, and Buyer shall not pay, any transportation costs under this Contract associated with transporting Seller’s personnel between the Facility designated in the SOW and any other worksite to perform ship repair, maintenance or modernization. Transportation costs include, but are not limited to, bus fare, car fare, train fare, or boat fare, paid by the work force, or paid by Seller on behalf of the work force.

LIMITATION OF COST/LIMITATION OF FUNDS (NAVSEA) (SEP 1990)

The clause entitled “LIMITATION OF COST” (FAR 52.232-20) or “LIMITATION OF FUNDS” (FAR 52.232-22), as appropriate, shall apply separately and independently to each separately identified estimated cost.

Section C – Descriptions and Specifications

IDENTIFICATION OF CONDITION FOUND, GROWTH OR NEW WORK [Modified by Buyer]

Seller shall identify needed repairs and recommend corrective action during contract performance for work/deficiencies discovered which are not covered by the existing Contract Work. For conditions to impact the critical path(s) /controlling item(s), Seller shall notify Buyer’s Procurement Representative via electronic media within 24-hours of discovery. This initial notification need not include all content required for a Condition Found Report (CFR), but must include a description of the condition/deficiency and an estimated timeframe for Seller’s professional recommendation for resolution, which shall not exceed three (3) calendar days as specified below. Recommended repairs and corrective actions shall be submitted to Buyer in the form of a CFR (intended to represent the "Work Request" described in DFARS 252.217-7028 “Over and Above Work”) and per CDRL A002 (or other applicable data item). Buyer will not negotiate modifications to increase the contract price to address errors or omissions to the contract package which were reasonably discoverable or apparent to the Seller prior to proposal submission.

DELAYS / DISRUPTIONS

Seller shall coordinate the work effort with the Buyer on a daily basis to prevent changing situations from causing delays and disruptions. Disruption due to minor delays in obtaining access to spaces and operation of equipment are to be expected. A minor delay is defined as eight (8) hours or less. These disruptions are considered normal rather than unusual occurrences during the performance of tasks ordered under this contract. If, during contract performance, delays greater than those indicated above are encountered, the Contractor shall immediately verbally notify the Buyer’s Procurement Representative, followed by a written statement within 8 hours after occurrence of delay, stating time of impact, reason for delay, duration of impact, number of people affected, action taken to properly schedule the work, action taken to minimize impact, and the names of the Buyer personnel contacted.

ACCESS TO DATA OR COMPUTER SOFTWARE WITH RESTRICTIVE MARKINGS (NAVSEA) (JAN 2019) [Modified by Buyer]

  1. Performance under this contract may require that Seller have access to technical data, computer software, or other sensitive data of another party that contains restrictive markings. If access to such data or software is required or to be provided, Seller shall enter into a written agreement with such party prior to gaining access to such data or software. The agreement shall address, at a minimum, (1) access to, and use of, the restrictively marked data or software exclusively for the purposes of performance of the work required by this contract, and (2) safeguards to protect such data or software from unauthorized use or disclosure for so long as the data or software remains properly restrictively marked. In addition, the agreement shall not impose any limitation upon the Government or its employees with respect to such data or software. A copy of the executed agreement shall be provided to Buyer so that Buyer can provide a copy to the Government’s Contracting Officer. The Government may unilaterally modify the prime contract to list those third parties with which the Buyer or Seller has agreement(s).
  2. Buyer agrees to: (1) indoctrinate its personnel who will have access to the data or software as to the restrictions under which access is granted; (2) not disclose the data or software to another party or other Seller personnel except as authorized by Buyer or the Government’s Contracting Officer; (3) not engage in any other action, venture, or employment wherein this information will be used, other than under this contract, in any manner inconsistent with this requirement; (4) not disclose the data or software to any other party, including, but not limited to, joint venturer, affiliate, successor, or assign of Seller; and (5) reproduce the restrictive stamp, marking, or legend on each use of the data or software whether in whole or in part.
  3. These restrictions on use and disclosure of the data and software also apply to information received from Buyer or the Government through any means to which the Seller has access in the performance of this contract that contains restrictive markings.
  4. Seller agrees that it will promptly notify Buyer of any attempt to gain access to any information with restrictive markings. Such notification shall include the name and organization of the individual, company, or Buyer representative seeking access to such information.
  5. Seller shall include this requirement in subcontracts of any tier which involve access to information covered by paragraph (a), substituting "subcontractor" for "Seller" where appropriate.
  6. Compliance with this requirement is a material requirement of this contract.

DOCUMENTATION OF REQUESTS FOR EQUITABLE ADJUSTMENT--ALTERNATE I (NAVSEA) (JUL 2019)

  1. For the purposes of this requirement, the term “change” includes not only a change that is made pursuant to a written order designated as a “change order” but also (i) an engineering change proposed by the Government or by Buyer or Seller and (ii) any act or omission to act on the part of the Government or Buyer in respect of which a request is made for equitable adjustment under the “Changes” clause or any other article or requirement of this contract.
  2. Whenever Seller requests or proposes an equitable adjustment with respect to a change made pursuant to a written order designated as a “change order” or in respect of a proposed engineering change, or whenever Seller requests an equitable adjustment in any amount in respect of any other act or omission to act on the part of the Government or Buyer, the proposal supporting such request shall include the following information for each individual item or element of the request:
    1. A description (i) of the work required by the contract before the change, which has been deleted by the change, and (ii) of the work deleted by the change which already has been completed. The description is to include a list of identifiable components, equipment, and other identifiable property involved. Also, the status of manufacture, procurement, or installation of such property is to be indicated. Separate description is to be furnished for design and production work. Items of identifiable raw material, purchased parts, components and other identifiable hardware, which are made excess by the change and which are not to be retained by the Seller, are to be listed for later disposition;
    2. Description of work necessary to undo work already completed which has been deleted by the change;
    3. Description of work which is substituted or added by the change. A list of identifiable components and equipment (not bulk materials or items) involved, should be included. Separate descriptions are to be furnished for design work and production work;
    4. Description of interference and inefficiencies in performing the change;
    5. Description of disruption attributable solely to the change; which description shall include the following information:
      1. Description of each identifiable element of disruption and how work has been, or may be, disrupted;
      2. The calendar period of time during which disruption occurred, or may occur;
      3. Area(s) of the Seller’s operations where disruption occurred, or may occur;
      4. Trade(s) or functions disrupted, with a breakdown of manhours and material for each trade or function;
      5. Scheduling of trades before, during, and after period of disruption insofar as such scheduling may relate to or be affected by the estimated disruption;
      6. Description of any measures taken to lessen the disruptive effect of the change;
    6. Delay in delivery attributable solely to the change;
    7. Other work or increased costs attributable to the change;
    8. Supplementing the foregoing, a narrative statement of the nature of the alleged Buyer or Government act or omission, when the alleged Buyer or Government act or omission occurred, and the “causal” relationship between the alleged act or omission and the claimed consequences thereof, cross-referenced to the detailed information provided as required above.
  3. Each proposal submitted in accordance with this requirement shall include a copy of the Seller’s ship's labor budget at the cost level in effect as of the date the event began, the cost incurred at the cost level as of the same date, and the proposed effect of the change at the cost class level.
  4. It is recognized that individual claims for equitable adjustment may not include all of the factors listed in subparagraphs (b)(1) through (b)(8) above. Accordingly, the Seller is required to set forth in its request for equitable adjustment information with respect to those factors which are relevant to the individual request for equitable adjustment. In any event, the information furnished hereunder shall be in sufficient detail to permit Buyer and the Contracting Officer to cross-reference the claimed increased costs, or delay in delivery, or both, as appropriate, submitted pursuant to paragraph (c) of this requirement, with the information submitted pursuant to subparagraphs (b)(1) through (b)(8) hereof.

ACCESS TO THE VESSEL(S) (NAVSEA) (OCT 2018) [Modified by Buyer]

Officers, employees and associates of other prime contractors with the Government and their subcontractors, shall, as authorized by Buyer or the Government’s Supervisor, have, at all reasonable times, admission to the applicable plant, access to the vessel(s) where and as required, and be permitted, within the Facility specified in the SOW or locations determined by the Government’s ACO and on the Vessel(s) required, to perform and fulfill their respective obligations to the Government. Buyer and Seller shall make reasonable arrangements with the Government or contractors of the Government, as shall have been identified and authorized by the Government’s Supervisor to be given admission to the applicable location and access to the Vessel(s) for office space, work areas, storage or shop areas, or other facilities and services necessary for the performance of the respective responsibilities involved, and reasonable to their performance.

ACCESS TO VESSELS BY NON U.S. CITIZENS (NAVSEA) (APR 2019) [Modified by Buyer]

  1. No person not known to be a U.S. citizen shall be eligible for access to naval vessels, work sites and adjacent areas when said vessels are under construction, conversion, overhaul, or repair, except upon a finding by COMNAVSEA or his designated representative that such access should be permitted in the best interest of the United States. The Seller shall establish procedures to comply with this requirement and NAVSEAINST 5510.2D.
  2. If the Seller desires to employ non-U.S. citizens in the performance of work under this contract or agreement that requires access as specified in paragraph (a) of this requirement, approval must be obtained prior to access for each contract or agreement where such access is required. To request such approval for non-U.S. citizens of friendly countries, the Contractor shall submit to the Buyer Procurement Representative, an Access Control Plan (ACP) which shall contain as a minimum, the following information:
    1. Badge or Pass oriented identification, access, and movement control system for non-U.S. citizen employees with the badge or pass to be worn or displayed on outer garments at all times while on the Contractor's facilities and when performing work aboard ship.
      1. Badges must be of such design and appearance that permits easy recognition to facilitate quick and positive identification.
      2. Access authorization and limitations for the bearer must be clearly established and in accordance with applicable security regulations and instructions.
      3. A control system, which provides rigid accountability procedures for handling lost, damaged, forgotten or no longer required badges, must be established.
      4. A badge or pass check must be performed at all points of entry to the Seller’s facilities or by a site supervisor for work performed on vessels outside the Seller’s plant.
    2. Seller’s plan for ascertaining citizenship and for screening employees for security risk.
    3. Data reflecting the number, nationality, and positions held by non-U.S. citizen employees, including procedures to update data as non-U.S. citizen employee data changes, and pass to the Buyer Procurement Representative.
    4. Seller’s plan for ensuring subcontractor compliance with the provisions of the Seller’s ACP.
    5. These conditions and controls are intended to serve as guidelines representing the minimum requirements of an acceptable ACP. They are not meant to restrict the Seller in any way from imposing additional controls necessary to tailor these requirements to a specific facility.
  3. To request approval for non-U.S. citizens of hostile and/or communist-controlled countries (listed in Department of Defense Industrial Security Manual, DOD 5220.22-M, Seller shall include in the ACP the following employee data: name, place of birth, citizenship (if different from place of birth), date of entry to U.S., extenuating circumstances (if any) concerning immigration to U.S., number of years employed by Seller, position, and stated intent concerning U.S. citizenship. COMNAVSEA or his designated representative will make individual determinations for desirability of access for the above group. Approval of ACP's for access of non-U.S. citizens of friendly countries will not be delayed for approval of non-U.S. citizens of hostile communist-controlled countries. Until approval is received from Buyer, Seller must deny access to vessels for employees who are non-U.S. citizens of hostile and/or communist-controlled countries. Such approval is subject to approval by the Government.
  4. The Seller shall fully comply with approved ACPs. Noncompliance by the Seller or subcontractor serves to cancel any authorization previously granted, in which case the Seller shall be precluded from the continued use of non-U.S. citizens on this contract or agreement until such time as the compliance with an approved ACP is demonstrated and upon a determination by the Buyer Procurement Representative that the Government's interests are protected. Further, the Buyer and the Government reserve the right to cancel previously granted authority when such cancellation is determined to be in the Government's best interest. Use of non-U.S. citizens, without an approved ACP or when a previous authorization has been canceled, will be considered a violation of security regulations. Upon confirmation by the Buyer Procurement Representative of such violation, this contract, agreement or any job order issued under this agreement may be terminated or default in accordance with the clause entitled "Default (Fixed-Price Supply and Service)" (FAR 52.249-8), "Default (Fixed-Price Research and Development)" (FAR 52.249-9) or "Termination (Cost Reimbursement)" (FAR 52.249¬6), as applicable.
  5. In the event the Contractor does not intend to employ non-U.S. citizens in the performance of the work under this contract, but has non-U.S. citizen employees, such employees must be precluded from access to the vessel and its work site and those shops where work on the vessel's equipment is being performed. The ACP must spell out how non-U.S. citizens are excluded from access to contract work areas.
  6. The same restriction as in paragraph (e) above applies to other non-U.S. citizens who have access to the Seller’s facilities (e.g., for accomplishing facility improvements, from foreign crewed vessels within its facility, etc.) except that, with respect to access to the vessel and worksite, the restrictions shall not apply to uniformed U.S. Navy personnel who are non-U.S. citizens and who are either assigned to the ship or require access to the ship to perform their duties.

QUALIFICATION OF CONTRACTOR NON-DESTRUCTIVE TESTING (NDT) PERSONNEL (NAVSEA) (OCT 2018) [Modified by Buyer]

Seller shall utilize for the performance of required NDT, only Level I, II and III personnel currently certified in accordance with NAVSEA Technical Publication T9074-AS-GIB-010/271, Revision 1 of 11 September 2014. Documentation pertaining to the qualification and certification of NDT personnel shall be made available to Buyer or the Contracting Officer for review upon request.

SAFETY, HEALTH AND FIRE REQUIREMENTS FOR SHIP REPAIR (NAVSEA) (JAN 2019) [Modified by Buyer]

Attention of the Contractor is directed to the Occupational Safety and Health Act of 1970 (29 USC 651-678), and to the Safety and Health Regulations for Ship Repairing (29 CFR 1915), promulgated under Public Law 85-742, amending Section 41 of the Longshoremen's and Harbor Workers' Compensation Act (33 USC 941), and adopted by the Department of Labor as occupational safety or health standards under Section 6(a) of the Occupational Safety and Health Act of 1970 (See 29 CFR 1910.13). These regulations apply to all ship repair and related work, as defined in the regulations performed under this contract on the navigable waters of the United States including any dry dock and marine railway. Nothing contained in this contract shall be construed as relieving the Contractor from any obligations which it may have for compliance with the aforesaid regulations.

EXCLUSION OF MERCURY (NAVSEA) (MAR 2019) [Modified by Buyer]

  1. Definitions. As used in this text:

    Article means a manufactured item other than a fluid or particle: (i) which is formed to a specific shape or design during manufacture; (ii) which has end use function(s) dependent in whole or in part upon its shape or design during end use; and (iii) which under normal conditions of use does not release more than very small quantities, e.g., minute or trace amounts of a hazardous chemical, and does not pose a physical hazard or health risk to employees.

    Boundary of containment means a continuous tight seal (barrier) to prevent the release of functional mercury during normal operation and maintenance. Examples include the exterior of a fluorescent lamp, glass capsule of a mercury switch, and container for mercury reagents. A double boundary of containment consists of two independent seals.

    Functional mercury means mercury or mercury compound(s) contained in equipment that is required for the equipment to operate properly, such as that found in mercury switches, fluorescent lamps, flat-panel monitors, thermostats, thermostat probes, small coin type batteries, barometers, and dental amalgams.

    Hardware means any article, container, piece of material, individual part, subassembly, assembly, component, or system to which mercury control requirements apply.

    Mercury-free means hardware that does not contain functional mercury and is not contaminated by mercury or mercury compounds.

    Portable means items that are frequently transported during normal operation. Desk lamps, shop lights, and hand-held instruments are considered portable, while bulbs in stationary light fixtures are not. In general, items that require transport only during maintenance, installation, and removal of the items are not considered portable.

  2. Seller, and all subcontractors and vendors, shall ensure that mercury or mercury containing compounds are not intentionally added to, or come in direct contact with, hardware or supplies furnished under this contract.
    1. The Seller shall ensure that mercury and mercury compounds are not taken onboard naval vessels by Seller, subcontractor, or vendor personnel except for functional mercury used in batteries, dental amalgams, fluorescent lamps, flat-panel monitors, required instruments, sensors or controls, weapon systems, and chemical analysis reagents specified by the Naval Sea Systems Command (NAVSEA).
    2. Portable fluorescent lamps and portable instruments containing elemental mercury must be shock-proof in accordance with MIL-DTL-901E entitled Requirements for Shock Tests, H.I. (High Impact) Shipboard Machinery, Equipment, and Systems and have mercury enclosed by a double boundary of containment. Some devices with liquid crystal display (LCD) screens utilize a fluorescent bulb backlight to illuminate the LCD screen. No additional restrictions or controls apply to devices with LCD screens; however, the Contractor shall remove the LCD screen and seal it in plastic following any evidence that the backlight failed.
    3. For Submarines, any use of mercury containing items must be approved as required by the Nuclear Powered Submarine Atmosphere Control Manual (S9510-AB-ATM-010/U) Volume 1.
    4. Seller shall ensure that mercury and mercury compounds do not contact hardware surfaces in systems covered by NAVSEA Manual NAVSEA 0989-064-3000 entitled Cleanliness Requirements for Nuclear Propulsion Plant Maintenance and Construction, submarine air systems, level I systems per NAVSEA Publication 0948-LP-045-7010, NAVSEA Material Control Standard, or the submarine safety program (SUBSAFE) surfaces during maintenance or repair. Such hardware is designated as mercury-free. Seller shall ensure that all other hardware that could be structurally degraded by contamination with elemental mercury or reactive mercury compounds is separated from it by sufficient distance, or boundaries of containment that effectively prevents contact in all but the most extreme circumstances.
    5. Seller shall check any hardware surfaces in the above systems which are known or suspected to have come in contact with mercury or mercury compounds for evidence of structural degradation and external mercury contamination. The existence of external mercury contamination can be determined following MIL-STD-2041D entitled Control of Detrimental Materials.
    6. The presence of mercury in a product may be determined by checking product labeling on material safety data sheets or safety data sheets. Chemical analysis is not required.
    7. The Seller shall dispose of any mercury and mercury compounds in accordance with OPNAV Manual (OPNAV M- 5090.1) entitled Environmental Readiness Program Manual of 10 January 2014.
    8. If the use of mercury or mercury compounds cannot be avoided, a risk assessment and waiver request, if required, must be performed and submitted per the NAVSEA Hazardous Material Avoidance Process (T9070-AL-DPC-020/077-2). For systems covered by the NAVSEA Manual NAVSEA 0989-064-3000 entitled Cleanliness Requirements for Nuclear Propulsion Plant Maintenance and Construction, submit the risk assessment and waiver request, if required to Nuclear Propulsion (NAVSEA 08)..
  3. In all cases where mercury or a mercury compound has contacted hardware surfaces required to be mercury-free the Contractor shall immediately provide a report to the NAVSEA Dry Environmental Systems and Hazardous Materials (NAVSEA 05P5) via the cognizant contract administration safety office, and to Buyer. Reports concerning systems covered by NAVSEA Manual 0989-064-3000 must include NAVSEA Nuclear Propulsion Directorate (SEA 08) in the distribution. Reports must be in letter form and include the date and details of the contact, the surfaces contacted, the recovery actions taken, and the status of the affected surfaces.

MANAGEMENT AND DISPOSAL OF HAZARDOUS WASTE (NAVSEA) (MAR 2019) [Modified by Buyer]

  1. General
    1. Seller shall comply with the Resource Conservation and Recovery Act (RCRA), the Comprehensive Environmental Response, Compensation, and Liability Act of 1980 (CERCLA), 10 U.S.C. 7311 and all other applicable Federal, State and local laws, codes, ordinances and regulations for the management and disposal of hazardous waste.
    2. Nothing contained in this special contract requirement shall relieve Seller from complying with applicable Federal, State, and local Laws, codes, ordinances, and regulations, including obtaining licenses and permits, giving notices and submitting reports, in connection with hazardous waste management and disposal in the performance of this contract. Nothing contained herein shall serve to alter either party's liability or responsibility under CERCLA.
    3. Materials contained in ship systems are not waste until after removal from the system.
  2. Identification of Hazardous Wastes – The specifications of this contract identifies the types and amounts of hazardous wastes that are required to be removed by Seller, or that are expected to be generated, during the performance of work under this contract.
  3. Generator Identification Numbers
    1. Documentation related to hazardous waste generated solely by the physical actions of ship's force or Navy employees on board the vessel shall only bear a generator identification number issued to the Navy pursuant to applicable law.
    2. Documentation related to hazardous waste generated solely by the physical actions of Seller personnel shall only bear a generator identification number issued to Seller pursuant to applicable law. Regardless of the presence of other materials in or on the shipboard systems or structures which may have qualified a waste stream as hazardous, where Seller performs work on a system or structure using materials (whether or not the use of such materials was specified by the Navy) which by themselves would cause the waste from such work to be a hazardous waste, documentation related to such waste shall only bear a generator identification number issued to Seller.
    3. Documentation related to hazardous waste generated by the combined physical actions of Navy and
    4. Seller personnel shall bear a generator identification number issued to Seller pursuant to applicable law and shall also cite in the remarks block a generator identification number issued to the Navy pursuant to applicable law.
    5. Notwithstanding paragraphs (c)(1) - (c)(3) above, hazardous wastes are considered to be co-generated in cases where: (a) Seller merely drains a system and such drainage creates hazardous waste or (b) Seller performs work on a system or structure using materials which by themselves would not cause the waste from such work to be hazardous waste but such work nonetheless creates a hazardous waste. Documentation related to such co-generated waste shall bear a generator identification number in accordance with the provisions of paragraph (c)(3) above.
    6. In the event of a failure by the parties to agree to the assignment of a generator identification number to any hazardous waste as set forth in paragraphs (c)(1) through (c)(4) above, Buyer may direct which party or parties shall provide generator identification numbers for the waste and such number(s) shall be used on all required documentation. Any disagreement with this direction shall be a dispute within the meaning of clause of this contract entitled "Disputes" (FAR 52.233-1). However, Seller shall not stop any work but shall continue with performance of all work under this contract as specified in the "DISPUTES" clause.
    7. Hazardous Waste Manifests - For wastes described in (c)(2), (c)(3), and (c)(4) above (and (c)(5) as applicable), Seller shall sign the generator certification on the Uniform Hazardous Waste Manifest whenever use of the Manifest is required for disposal. Seller shall obtain obtain concurrence with the categorization of wastes under paragraphs (c)(3) and (c)(4) above before completion of the manifest. Manifests prepared pursuant to paragraph (c)(1) above shall be presented to the NSA for completion after the hazardous waste has been identified.
    8. For purposes of paragraphs (c)(2) and (3) herein, if Seller, while performing work at a Government facility, cannot obtain a separate generator identification number from the State in which the availability will be performed, Seller shall notify Buyer within 2 business days of receipt of written notification by the State.

RESTRICTIONS ON USE OF YELLOW MATERIAL (OCT 2018) [Modified by Buyer]

Yellow colored items are of special significance within the Shipyard and are subject to strict controls. Accordingly, Seller shall not use yellow or orange-yellow colored materials for the following purposes: protective clothing, hoods, sheeting, tarpaulins, polyethylene bottles or other containers, tapes, bags, banding, identification marks on tools, boundary markers, ribbons, vent ducts, etc. Seller generated yellow colored waste shall be disposed of by the Seller off-yard. Shipyard refuse containers shall not be used for disposal of yellow colored waste materials. Yellow colored contract generated debris shall be bagged in non-translucent containers, and promptly removed from the Shipyard.

GOVERNMENT-INDUSTRY DATA EXCHANGE PROGRAM (DEC 2018) [Modified by Buyer]

  1. Seller shall participate in the appropriate interchange of the Government-Industry Data Exchange Program (GIDEP) in accordance with NAVSEA S0300-BT-PRO-010. Seller shall submit information concerning critical or major nonconformances, as defined in FAR 46.407/DFARS 246.407, to the GIDEP information system.
  2. Seller agrees to insert paragraph (a) of this requirement in any subcontract. When so inserted, the word “Seller” shall be changed to “Subcontractor”.
  3. The Seller shall, whether it elects to insert paragraph (a) in a subcontract or not, verify that the subcontractor utilizes and provides feedback on any GIDEP data that may be pertinent to items of its manufacture.
  4. GIDEP materials, software and information are available without charge from:

    GIDEP Operations Center
    P.O. Box 8000
    Corona, CA 92878-8000
    Phone: (951) 898-3207
    FAX: (951) 898-3250
    Internet: http://www.gidep.org

ACCIDENT REPORTING (OCT 2018) [Modified by Buyer]

Seller shall immediately notify the Buyer’s Procurement Representative and Buyer’s Safety Department following an accident or incident. Also, the Seller shall provide a written report within (insert number of days) days of the accident or incident containing, at a minimum, the following:

  1. Location, date and local time of the occurrence;
  2. Category of accident (fire, explosion, natural disaster, etc.);
  3. Identification of equipment, material and type of activity involved;
  4. Purchase Order number;
  5. Project name;
  6. Narrative of occurrence, including cause(s), if known;
  7. Personnel involved and degree of injury, if any. Specify whether Buyer, Seller aand/or Government personnel;
  8. Assessment of damage. Estimate in dollars for contractor and/or government owned material, property, equipment;
  9. Was a news release made? If so, by whom? If not, will a news release be made?
  10. Was a request made for any assistance?
  11. Will there be any effect on production? If so, explain in detail.
  12. Corrective action taken, if any.
  13. Name and title of person submitting this report.

EXTENSION OF COMMERCIAL WARRANTY (NAVSEA) (OCT 2018) [Modified by Buyer]

Seller shall extend to Buyer so that Buyer can extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided that such warranty is available at no additional cost. Seller shall provide a copy of the standard commercial warranty with the item. The standard commercial warranty period shall begin upon the final acceptance of the applicable material or software. Acceptance of the standard commercial warranty does not waive Buyer’s or the Government’s rights under the “Inspection” clause, nor does it limit Buyer’s or the Government’s rights with regard to other terms and conditions of the Contract. In the event of a conflict, the terms and conditions of the Contract shall take precedence over the standard commercial warranty.

HEAVY WEATHER PLAN (NAVSEA) (OCT 2018) [Modified by Buyer]

  1. In order to ensure that Naval vessel(s), material and Government property are protected during destructive weather such as gales, storms, hurricanes, high winds, heavy snow, ice and high water, the Seller shall support Buyer’s preparation of a written Heavy Weather Plan (HWP) which assigns responsibilities and prescribes actions to be taken on the approach of and during heavy weather conditions as delineated in NAVSEA Standard Item (SI) 009-69 dated 18 November 2016. A copy of Standard Item (SI) 009-69 can be obtained from via the internet by going to: http://www.navsea.navy.mil/Home/RMC/CNRMC/OurPrograms/SSRAC/NSI/
    and selecting the NAVSEA Standard Items (NSI) tab then select the applicable FY standard item link and then select SI 009-69.
  2. In the event the Regional Maintenance Center (RMC) directs the Buyer to implement the HWP pursuant to SI 009-69 the Seller may submit to the Buyer a request for reimbursement for costs resulting from such actions together with any documentation that the Buyer may reasonably require.

INFORMATION AND DATA FURNISHED BY THE GOVERNMENT--BASIC (NAVSEA) (MAY 2019) [Modified by Buyer]

  1. Contract Specifications. Buyer will furnish the Buyer-generated purchase specifications applicable to the Contract Work; however, Seller is responsible for obtaining MILSPEC documents and other documentation as described in paragraph (e) below.
  2. Contract Drawings and Data. Buyer will furnish contract drawings, design agent drawings, ship construction drawings, and/or other design or alteration data cited in the Buyer-generated specification as mandatory for use or for performance.
  3. Government Furnished Information (GFI). GFI is defined as that information essential for the installation, test, operation, and interface support of all Government Furnished Material enumerated in the Buyer-generated purchase specifications. Buyer shall furnish only the GFI identified in Buyer-generated purchase specifications. The GFI furnished to Buyer, who in turn may furnish the GFI to Seller, need not be in any particular format. Further, the Government reserves the right to revise the listing of GFI. If any action taken by the Government’s Contracting Officer pursuant to subparagraph such revision causes an increase or decrease in the costs of, or the time required for, performance of any part of the Contract Work under this Contract, Seller may be entitled to an equitable adjustment in the Contract Price and delivery schedule in accordance with the procedures provided for in the clause of this Contract entitled “CHANGES--FIXED-PRICE” (FAR 52.243-1).
  4. Except for the information and data specified by paragraphs (a), (b), and (c) above, the Buyer and Government will not be obligated to furnish Seller with any specification, standard, drawing, technical documentation, or other publication, notwithstanding anything to the contrary in the specifications, the GFI listed the Buyer-generated purchase specification, the clause of this Contract entitled “GOVERNMENT PROPERTY” (FAR 52.245-1) or “GOVERNMENT PROPERTY INSTALLATION OPERATION SERVICES” (FAR 52.245-2), as applicable, or any other term or condition of this Contract.
  5. Referenced Documentation. The Government will not be obligated to furnish Government specifications and standards, including Navy standard and type drawings and other technical documentation, which are referenced directly or indirectly in the specifications. Such referenced documentation may be obtained:

    1. From the ASSIST database via the internet at https://assist.dla.mil/online/start/ or

    2. By submitting a request to the

      Department of Defense Single Stock Point (DoDSSP) Building 4, Section D
      700 Robbins Avenue
      Philadelphia, Pennsylvania 19111-5094
      Telephone (215) 697-6396
      Facsimile (215) 697-9398

      Commercial specifications and standards, which may be referenced in the specification or any sub-tier specification or standard, are not available from Government sources and should be obtained from the publishers.

RESTRICTIONS ON K–MONEL MATERIAL (NAVSEA) (OCT 2018) [modified by Buyer]

  1. All K-Monel material (components or end items) furnished under this order must be manufactured from K-monel material meeting the requirements of QQ-N-286 Revision G. Seller is responsible for compliance with this provision and the compliance of vendors providing material. Vendors must request written approval to submit any Special Metals Corporation, formerly known as Huntington Alloys Corporation material provided from the heat numbers listed below to an earlier Revision, i.e. Revision F. The vendor of any such material must also retest material to the test methods listed below. The vendor shall not use any material from the suspect heats, unless it has received written approval from the Buyer to do so. Buyer rejection of such material shall not be cause for any form of contract adjustment. Seller and vendor must document the hardness results (e.g. HRC) being taken and when specified in paragraph (b)(2)(ii), shall perform a quantitative chemistry sample to determine aluminum concentration and record those results on the Certificate of Conformance and submit them in accordance with the CDRL for evaluation and final retention.


    List of Suspect Special Metals Corporation K-Monel Heat Numbers
    M00J6KG M00J7KG M01J1KG M02J8KG
    M02J9KG M03J8KG M04J2KG M04J6KG
    M04J7KG M06J5KG M06J8KG M11J2KG
    M11J3KG M11J4KG M11J5KG M15J6KG
    M17J2KG M17J3KG M17J4KG M18J7KG
    M19J7KG M21J2KG M22J7KG M22J8KG
    M23J2KG M24J5KG M26J8KG M26J9KG
    M27J9KG M28J4KG M30J9KG M31J9KG
    M33J7KG M34H4KG M35H0KG M35J0KG
    M35J7KG M35H8KG M36H7KG M36J2KG
    M36J3KG M37J4KG M39J3KG M41J1KG
    M41J2KG M41H3KG M41J3KG M41J7KG
    M41J8KG M44J4KG M44J6KG M45J2KG
    M45J8KG M45J9KG M46J7KG M52H9KG
    M61J8KG M61J9KG M62J5KG M64J4KG
    M64J5KG M64J6KG M67H2KG M67J4KG
    M69J1KG M70J6KG M73J4KG M76H6KG
    M80H2KG M80H3KG M84H9KG M85H0KG
    M88H6KG M88H7KG M89H5KG M89H6KG
    M92H0KG M95H7KG M97H8KG M99H3KG


  2. Test Methods for Evaluating Suspect Special Metals Corporation K-Monel Heat Numbers. Acceptability of any K-Monel material manufactured from the 80 suspect heats listed in paragraph (a) may be demonstrated as follows:
    1. For Bar Stock, Forgings, Finished Parts and Fasteners: Determine product hardness of annealed and age hardened material using a calibrated portable or bench hardness tester. Testing shall be conducted on each end of bar stock and larger items. The average of three (3) hardness tests per end is required, if space permits.
      1. If average hardness (per end) > HRC 25 the material is satisfactory as is. No further testing is required.
      2. If hardness testing cannot be obtained or is determined to be less than or equal to HRC 25 (but not less than HRC 24), obtain a quantitative chemistry sample and determine aluminum concentration.
        1. If aluminum concentration is >2.7%, material is compliant with the mechanical requirements of QQ-N-286 and is acceptable.
        2. If aluminum concentration is <2.7%, submit results in accordance with the CDRL for evaluation of acceptability.
      3. Rejected material shall not be provided under this or any other DoD contract.
        Note (1): For unaged bar, the aluminum content shall be determined in accordance with paragraph (b)(1)(ii) above. Hardness tests are not applicable.
        Note (2): Finished parts and Fasteners need not be retested when parts are machined, with no further heat treatment, from annealed and age hardened parent bar stock that was previously proven acceptable per above.
        Caution: When hardness testing is performed on a finish machined surface, it is important not to disturb a working or sealing surface.
    2. For Assemblies: Determine product hardness of annealed and age hardened material using a calibrated portable or bench hardness tester. Testing shall be conducted on any exposed/accessible surface. The average of three (3) hardness tests per end is required, if space permits.
      1. If average hardness > HRC 25 the material is satisfactory as is. No further testing is required.
      2. If hardness testing cannot be obtained or is determined to be less than or equal to HRC 25 (but not less than HRC 24) obtain a quantitative chemistry sample and determine aluminum concentration.
        1. If aluminum concentration is >2.7%, material is considered compliant with the mechanical requirements of QQ-N-286 and is acceptable.
        2. If aluminum concentration is <2.7%, submit results in accordance with the CDRL for evaluation of and acceptability
      3. Rejected material cannot be provided under this or any other DoD contract.
        Note: Suspect K-Monel material within an assembled component that is inaccessible and cannot be tested shall be addressed separately. Information including the Special Metals heat and lot number along with any available heat treatment information and chemical and mechanical test results for the lot shall also be provided and will attempt to disposition the material based on the information provided and other data available for the lots or heats in question.
        Caution: When hardness testing is performed on a finish machined surface, it is important not to disturb a working or sealing surface.


Additional Notes:

  1. Material can be determined acceptable when existing product data includes testing of 100% of the material and the results demonstrate hardness greater than 25 and less than 35 Rockwell C. Sample inspection of the material is not acceptable.
  2. If the above testing is performed in a scale other than HRC (e.g. Brinell), the results shall be converted to an equivalent HRC. Where hardness readings are taken in a scale other than Rockwell C, the base hardness reading shall be provided along with the Rockwell C equivalent.
  3. Where testing is required, products less than 100 lbs. need only be tested at one end. Products 100 lbs. or greater must be tested on both ends.
  4. In the event that K-Monel material does not meet the above hardness or chemistry requirements, the material shall be put on hold as non-conforming. The Government will provide those results to NSLC/NAVICP for further evaluation as part of the ongoing K-Monel investigation.

WELDING PROCEDURE(S) AND PROCEDURE QUALIFICATION DATA (NAVSEA) (OCT 2018) [modified by Buyer]

The Seller shall submit welding procedure(s), together with the procedure qualification data, for approval by Buyer per CDRL A009 (DI-MICS-80508B). The procedure qualification data shall be in accordance with the controlling fabrication document. A certificate of prior submission may be submitted in lieu of procedure test data for applications which do not exceed the controlling parameters of the prior approval.

PERMITS AND RESPONSIBILITIES (DEC 2018) [modified by Buyer]

The Seller shall, without additional expense to the Buyer, be responsible for obtaining any necessary licenses and permits for complying with any applicable Federal, State, and Municipal laws, codes, and regulations for shipping and transportation including, but not limited to, any movement over public highways of overweight/over dimensional materials.

ADDITIONAL REQUIREMENTS RELATING TO GOVERNMENT PROPERTY (NAVSEA) (OCT 2018)

  1. For purposes of paragraph (h) of the clause entitled "Government Property" (FAR 52.245-1 or an alternate thereof) in addition to those items of property defined in that clause as Government Property, the following shall also be included within the definition of Government Property:
    1. the vessel;
    2. the equipment on the vessel;
    3. movable stores;
    4. cargo; and
    5. other material on the vessel.
  2. For purposes of paragraph (b) of the clause entitled "Government Property", notwithstanding any other requirement of this contract, the following shall not be considered Government Property:
    1. the vessel;
    2. the equipment on the vessel;
    3. movable stores; and
    4. other material on the vessel.

DISPOSAL OF SCRAP (NAVSEA) (JAN 2019) [Modified by Buyer]

All Government scrap resulting from accomplishment of any Contract Work is the property of Buyer to be disposed of as it sees fit. Scrap is defined as property that has no reasonable prospect of being sold except for recovery value of its basic material content. The determination as to which materials are considered scrap and which materials are salvage, will be made, or concurred in, by the duly appointed Government Property Administrator for the cognizant SUPSHIP or RMC Office. As consideration for retaining the Government’s scrap, Buyer’s price and Seller’s price for the performance of the Contract Work required herein shall be a net price reflecting the value of the Government scrap. This requirement is not intended to conflict in any way with the clauses if this Contract entitled “PERFORMANCE” (DFARS 252.217-7010) or “GOVERNMENT PROPERTY” (FAR 52.245-1), nor does it relieve Seller of any other requirement under such clauses.

GOVERNMENT SURPLUS PROPERTY (NAVSEA) (JAN 2019) [Modified by Buyer]

No former Government surplus property or residual inventory resulting from terminated Government contracts shall be furnished under this Contract unless such property is approved in writing by Buyer or the Government’s Contracting Officer. Seller agrees that all such property shall comply with the specifications contained herein.

SPECIFICATIONS AND STANDARDS (NAVSEA) (OCT 2018)

  1. Definitions.
    1. A “zero-tier reference” is a specification, standard, or drawing that is cited in the Contract (including its attachments).
    2. A “first-tier reference” is either: (1) a specification, standard, or drawing cited in a zero-tier reference, or (2) a specification cited in a first-tier drawing.
  2. Requirements. All zero-tier and first-tier references, as defined above, are mandatory for use. All lower tier references shall be used for guidance only unless specifically identified below.
    None.

UPDATING SPECIFICATIONS AND STANDARDS (NAVSEA) (DEC 2018) [Modified by Buyer]

Seller may request that this contract be updated to include the current version of the applicable specification or standard if the update does not affect the form, fit or function of any deliverable item or increase the cost/price of the item to the Government. The contractor should submit update requests to the Buyer Procurement Representative for approval. The Seller shall perform the contract in accordance with the existing specifications and standards until notified of approval/disapproval of its request to update by the Buyer Procurement Representative. Any approved alternate specifications or standards will be incorporated into the contract.

APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019) [Modified by Buyer]

Approval by the Buyer as required under this contract and applicable specifications shall not relieve the Seller of its obligation to comply with the specifications and with all other requirements of the contract, nor shall it impose upon the Buyer any liability it would not have had in the absence of such approval.

PROTECTION OF THE VESSEL (NAVSEA) (MAR 2019) [Modified by Buyer]

  1. Seller shall exercise reasonable care, as agreed upon with the Buyer, to protect the vessel from fire, and shall maintain a system of inspection over the activities of its welders, burners, riveters, painters, pipe fitters, and similar workers, and of its subcontractors, particularly where such activities are undertaken in the vicinity of the vessel's magazines, fuel oil tanks, or store rooms containing inflammable materials. All ammunition, fuel oil, motor fuels, and cleaning fluids shall have been off-loaded and the tanks cleaned, except as may be mutually agreed upon between the Buyer and the Seller prior to work on the vessel by the Seller.
  2. The work shall, whenever practicable, be performed in such manner as not to interfere with the work performed by military personnel attached to the vessel, and provisions shall be made so that personnel assigned shall have access to the vessel at all times, it being understood that such personnel will not unduly interfere with the work of the Seller’s workmen.
  3. The Seller shall at all times keep the site of the work on the vessel free from accumulation of waste material or rubbish caused by its employees, or the work performed by Seller in accordance with this contract, and at the completion of such work shall remove all rubbish from and about the site of the work, and shall leave the work in its immediate vicinity "broom clean", unless more exactly specified by the Buyer

NON SMOKING POLICY

For bidding purposes, Seller is advised that in light of the Navy's policy regarding smoke-free facilities, the entire Vessel, topside and below decks, is to be considered a “No Smoking Area” unless otherwise indicated by shipboard policy.

USE OF BLACK OXIDE COATED BRASS THREADED FASTENERS (BOCBTFs)

Due to safety concerns, use of BOCBTFs is not authorized when installing or replacing threaded fasteners in the accomplishment of any Contract Work required by this Contract.

POST-AWARD SUBMISSION [Modified by Buyer]

After receipt of award and prior to starting work aboard the Vessel, Seller must submit a list of employees who will work aboard the ship to Buyer, so that Buyer can provide a comprehensive list to the Government as Buyer is required to under the terms of its Prime Contract. The list should be on company letterhead, include each employee’s name, social security number, and security clearance when required, and bear the signature of a company official.

USE/POSSESSION OF PERSONAL ELECTRONIC DEVICES (PEDS) [Modified by Buyer]

The possession and use of portable electronic devices (PEDs) within the confines of any Vessel, or in Buyer’s Facility, Government Facility or Seller's facility where equipment removed from the Vessel is being worked, is strictly controlled. PEDs include: mobile computing devices such as personal digital assistants (PDAs); hand-held or laptop computers; mobile telephone devices such as data-enabled cellular telephones; two-way pagers, including those with e-mail capability; analog and digital sound recorders; and digital cameras, including cellular phones with digital imaging capabilities. Cellular phones with digital imaging capabilities are strictly prohibited. PEDs may not be connected to any Navy-owned or controlled network. PEDs may not be used to store or process any digital information associated with the conduct of the Contract without written authorization from Buyer.

Section D - Packaging and Marking

Data to be delivered by Integrated Digital Environment (IDE) or other electronic media shall be as specified in the Contract. All classified data to be shipped shall be prepared for shipment in accordance with best commercial practice. Classified reports, data, and documentation shall be prepared for shipment in accordance with the National Industrial Security Program Operating Manual (NISPM), DOD 5220.22-M dated 28 February 2006.

The supplies furnished hereunder shall be cleaned, preserved, packaged, packed and marked in accordance with the instructions provided by Buyer. When not otherwise specified, spare and repair parts shall be packaged to ensure protection against corrosion, deterioration, physical, and electrical damage during shipment from Seller to the point of delivery.

WARRANTY NOTIFICATION FOR ITEM(S)* ALTERNATE I (NAVSEA) (MAY 2019) [Modified by Buyer]

Seller shall apply a permanent warranty notification stamping or marking on each warranted deliverable end item and its container in accordance with MIL-STD-129R with Change 1 dated 24 May 2018 and MIL-STD-130N(1) dated 16 November 2012. The notification shall be placed in close proximity to other required stamping or markings so as to be easily readable by personnel. The warranty notification shall read: *

THIS ITEM WARRANTED UNDER CONTRACT N00024-16-D-4418 AND TO CONFORM TO DESIGN, MANUFACTURING, AND PERFORMANCE REQUIREMENTS AND BE FREE FROM DEFECTS IN MATERIAL AND WORKMANSHIP FOR USS SPRUANCE (DDG 111) FY23 SRA FROM DATE OF ACCEPTANCE. IF ITEM IS DEFECTIVE NOTIFY PROJECT MANAGER (TBD, WILL BE ASSIGNED AFTER AWARD), CONTRACTING OFFICER (TBD, WILL BE ASSIGNED AFTER AWARD, AND CONTRACT SPECIALIST (TBD, WILL BE ASSIGNED AFTER AWARD).

* Information to be completed in each Delivery Order, as applicable.

MARKING AND PACKING LIST(S) - ALTERNATE I (NAVSEA) (OCT 2018)

  1. Marking. Shipments, shipping containers and palletized unit loads shall be marked in accordance with MIL-STD-129R with Change 1 dated 24 May 2018.
  2. Packing List(s). A packing list (DD Form 250 Material Inspection and Receiving Report may be used) identifying the contents of each shipment, shipping container or palletized unit load shall be provided by the Contractor with each shipment in accordance with the above cited MIL-STD. When a contract line item identified under a single stock number includes an assortment of related items such as kit or set components, detached parts or accessories, installation hardware or material, the packing list(s) shall identify the assorted items.
    Where DD Form 1348-1 or DD Form 1348-1A is applicable and an assortment of related items is included in the shipping container, a packing list identifying the contents shall be furnished.
  3. Master Packing List. In addition to the requirements in paragraph (b) above, a master packing list shall be prepared where more than one shipment, shipping container or palletized unit load comprise the contract line item being shipped. The master packing list shall be attached to the number one container and so identified.
  4. Part Identification. All items within the kit, set, installation hardware or material shall be suitably segregated and identified within the unit pack(s) or shipping container by part number and/or national stock number. Refer to the above cited MIL-STD for marking of assorted (related-unrelated) items.

MARKING OF REPORTS (NAVSEA) (OCT 2018) [Modified by Buyer]

All reports delivered by Seller to Buyer for delivery to the Government under this contract shall prominently show on the cover of the report:

  1. name and business address of the Contractor
  2. contract number
  3. sponsor: TBD after award, Program Manager
    (Name of Individual Sponsor)
    Southwest Regional Maintenance Center (SWRMC)
    (Name of Requiring Activity)
    San Diego, CA
    (City and State)

PACKAGING OF DATA (FEB 2022)

Data to be delivered by Integrated Digital Environment (IDE) or other electronic media shall be as specified in the contract.

All unclassified data to be shipped shall be prepared for shipment in accordance with best commercial practice.

Classified reports, data, and documentation shall be prepared for shipment in accordance with National Industrial Security Program Operating Manual (NISPOM), 32 CFR Part 117.

EXPLOSIVE OR HAZARDOUS MATERIALS--PACKAGING & LABELING (OCT 2018)

  1. Packaging, Packing, Marking and Labeling of Explosive materials to be shipped by any mode or combination of transportation modes shall be prepared (properly classed, described, packaged, marked, labeled, placarded, etc.) for shipment in accordance with all applicable Department of Transportation/Department of Defense regulations in effect at time of shipment.
  2. In the event of a conflict between specific requirements in the contract or order and existing applicable regulations, the regulations take precedence. Under no circumstance shall the contractor knowingly use materials, markings or procedures that are not in accordance with law and regulations applicable to the mode of transportation employed.

    Mode of Transportation/Applicable Regulation

    1. Domestic Highway/A
    2. Domestic Commercial Air/A, B
    3. Export Surface/A, C, E
    4. Export Commercial Air/A, B, E
    5. Export Military Air/D, E

      List of Regulations
      1. Code of Federal Regulations Title 49
      2. International Air Transport Association (IATA) Dangerous Goods Regulation
      3. International Maritime Organization (IMO) Dangerous Goods Regulation
      4. Air Force Joint Manual (AFJAM) Preparation of Hazardous Materials for Military Air Shipment
      5. Export shipments are also subject to the domestic regulations indicated to transport the material to the port of embarkation (POE).
  3. Markings listed below are a minimum for acceptance of the material:
    1. Proper Shipping Name
    2. UN Number
    3. Name and Address of Shipper and Consignee
  4. Additional Required Markings for EXPLOSIVE Material:
    1. National Stock Number or Local Stock Number
    2. Material Item Nomenclature
    3. Lot # / Quantity contained in this package
    4. Net Explosive Weight / Gross Weight of Package
  5. A packing list must be placed on the outside of the package with the shipping papers (i.e. DD 250, DD 1149, etc.) enclosed. The shipping papers must include the technical point of contact at Destination for Delivery. All other documentation should be placed in a separate packing list.

PROHIBITED PACKING MATERIALS (NAVSEA) (OCT 2018)

The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral material) is prohibited. In addition, the use of yellow wrapping or packaging material is prohibited except where used for the containment of radioactive material. Loose fill polystyrene is prohibited for shipboard use.

UNPACKING INSTRUCTIONS (NAVSEA) (OCT 2018)

  1. Location on Container. When practical, one set of the unpacking instructions will be placed in a heavy water-proof envelope prominently marked "UNPACKING INFORMATION" and firmly affixed to the outside of the shipping container in a protected location, preferably between the cleats on the end of the container adjacent to the identification marking. If the instructions cover a set of equipment packed in multiple containers, the instructions will be affixed to the number one container of the set. When the unpacking instructions are too voluminous to be affixed to the exterior of the container, they will be placed inside and directions for locating them will be provided in the envelope marked "UNPACKING INFORMATION".
  2. Marking Containers. When unpacking instructions are provided, shipping containers will be stenciled "CAUTION-THIS EQUIPMENT MAY BE SERIOUSLY DAMAGED UNLESS UNPACKING INSTRUCTIONS ARE CAREFULLY FOLLOWED. UNPACKING INSTRUCTIONS ARE LOCATED [insert location]." When practical, this marking will be applied adjacent to the identification marking on the side of the container.

Section E - Inspection and Acceptance

CLAUSES INCORPORATED BY REFERENCE

52.246-2

INSPECTION OF SUPPLIES - FIXED PRICE (AUG 1996) (Notes 1 & 2 below in Section I apply.)

52.246-4

INSPECTION OF SERVICES – FIXED PRICE (AUG 1996) (Note 1 below in Section I applies.)

QUALITY MANAGEMENT SYSTEM REQUIREMENTS (NAVSEA) (OCT 2018) [Modified by Buyer]

Seller shall provide and maintain a quality management system that, as a minimum, adheres to the requirements of ANSI/ISO/ASQ 9001-2015 Quality Management Systems—Requirements and supplemental requirements imposed by this Contract. The quality management system procedures, planning, and all other documentation and data that comprise the quality management system shall be made available to Buyer and the Government for review. Existing quality documents that meet the requirements of this Contract may continue to be used. Buyer and/or the Government may perform any necessary inspections, verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementing procedures. Seller shall require its lower-tier subcontractors to have a quality management system achieving control of the quality of the Contract Work provided. Buyer and/or the Government together reserve the right to disapprove the quality management system or portions thereof when it fails to meet the contractual requirements.

INSPECTION AND TEST RECORDS (NAVSEA) (JAN 2019) [Modified by Buyer]

Inspection and test records shall, as a minimum, indicate the nature and the observations, number of observations made, and the number and type of deficiencies found. Data included in section and test records shall be completed and accurate, and shall be used for trend analysis and to assess corrective action and effectiveness. The data shall, on request, be identified and made available for on-site review by the Buyer, contracting Officer or designated Government representative.

INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018)

Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423.

INSPECTION AND ACCEPTANCE OF PROVISIONING TECHNICAL DOCUMENTATION (NAVSEA) (OCT 2018) [modified by Buyer]

Item(s) 0013, 0015 - The Buyer or Government may accept, conditionally accept, or reject the Provisioning Technical Documentation (PTD) within sixty days after its delivery, or as specified on the applicable CDRL(s). A notice of conditional acceptance shall state any corrective action required by the Seller. If PTD is rejected, the Seller may be required, at the option of the Buyer, to correct any or all of the PTD. The Seller shall at no additional cost to the Buyer make any necessary changes, modifications, or corrections to the PTD. The Buyer or Government shall take action on the corrected PTD within the time limit specified above. Buyer action under this requirement shall not affect or limit any other rights it may have under this contract.

TESTS AND TRIALS--BASIC (NAVSEA) (OCT 2018) [Modified by Buyer]

During the conduct of required tests and trials, the vessel shall be under the control of the vessel's Commander and crew with representatives of Buyer, Seller and the Government on board to determine whether or not the work done by Seller has been satisfactorily performed. Seller shall provide and install all fittings and appliances which may be necessary for dock and sea trials to enable the representatives of the Government to determine whether the requirements of the contract have been met, and Seller shall install and remove instruments and apparatus furnished by the Government for such trials, as required by the specifications.

CERTIFICATE OF COMPLIANCE (NAVSEA) (OCT 2018) [modified by Buyer]

  1. A certification of material shall be provided by the Seller, one (1) copy to accompany the shipment (in the packing list envelope) and (l) copy mailed to arrive at time of receipt of the shipment. Mark all certificates to the attention of Code 00Q.
  2. The certificate shall state compliance of material with drawing specification and contract/order requirements. The certificate shall as a minimum state the company name, contract/order number, drawing or specification number, and date. The certificate shall state, above the signature of a legally authorized representative of the company, the following:
    This certification concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001.
  3. Failure to provide certification at the time of shipment may result in material being rejected and returned at the contractor's expense.
  4. The certificate shall read as follows:
    I certify that on ______ [insert date], the ____ [insert Seller’s name] furnished the supplies called for by the Order/Contract No._____ via ____ [Carrier] on [identify the bill of lading or shipping document] in accordance with all applicable requirements. I further certify that the supplies or services are of the quality specified and conform in all respects with the contract requirements, including specifications, drawings, preservation, packaging, packing, marking requirements, and physical item identification (part number), and are in the quantity shown on this document.

    Date of Execution:
    Signature:
    Typed Name:
    Title:

Section F - Deliveries or Performance

PLACE OF PERFORMANCE

Work on all Vessels under this Contract shall be performed in the ships’ homeport, visiting San Diego, CA, at the Facility identified below, to include CONUS and OCONUS, or as NASSCO or the Government’s ACO shall direct:

National Steel and Shipbuilding Company (NASSCO)
2798 East Harbor Drive.
San Diego, CA 92113-3650

CLAUSES INCORPORATED BY REFERENCE

52.242-15

STOP-WORK ORDER (AUG 1989) (Applicable only if Stop Work order initiated by the Government) (Notes 1 & 2 below in Section I apply.)

52.242-15
Alt I
STOP-WORK ORDER (AUG 1989) – Alternate I (APR 1984) (Applicable only if Stop Work order initiated by the Government)

52.242-17

GOVERNMENT DELAY OF WORK (APR 1984) (Note 2 below in Section I applies.)

 

Section G - Contract Administration Data

HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (OCT 2018) [Modified by Buyer]

  1. Delayed Opening, Early Dismissal and Closure of Government Facilities or Vessel. When a Government facility or Vessel has a delayed opening, is closed or Federal employees are dismissed early (due to severe weather, security threat, security exercise, or a facility related problem) that prevents personnel from working, onsite contractor personnel regularly assigned to work at that facility shall follow the same reporting and/or departure directions given to Government personnel. Seller shall not direct charge to the contract for such time off, but shall follow parent company policies regarding taking leave (administrative or other). Non-essential Seller personnel, who are not required to remain at or report to the facility, shall follow their parent company policy regarding whether they should go/stay home or report to another company facility. Subsequent to an early dismissal, delayed opening, or during periods of inclement weather, onsite contractors should monitor the OPM website as well as radio and television announcements before departing for work to determine if the facility is closed or operating on a delayed arrival basis.
  2. When Federal employees are excused from work due to a holiday or a special event (that is unrelated to severe weather, a security threat, or a facility related problem), on site contractors shall continue working established work hours or take leave in accordance with parent company policy. Those contractor employees who take leave shall not direct charge the non-working hours to the contract. Seller is responsible for predetermining and disclosing to Buyer’s Procurement Representative the Seller’s charging practices for early dismissal, delayed openings, or closings in accordance with the FAR, applicable cost accounting standards, and the company’s established policy and procedures. Contractors shall follow their disclosed charging practices during the contract period of performance, and shall not follow any verbal directions to the contrary. The Buyer will make the determination of cost allowability for time lost due to facility closure in accordance with FAR, applicable Cost Accounting Standards, and Seller's established accounting policy and procedures.

Section H - Special Requirements

INDEMNIFICATION FOR ACCESS TO VESSEL (MAY 1989)

Notwithstanding any provision in the “ACCESS TO VESSEL” clause (DFARS 252.217-7011), or any other clause of the Contract, Seller agrees to allow officers, employees, and associates of the Government, or other prime contractors with the Government and their subcontractors, and officers, employees, and associates of offerors on other contemplated work, admission to Seller’s facilities and access to the Vessel without any further request for indemnification from any party, which has not been previously included in the Contract Price.

EQUITABLE ADJUSTMENTS: WAIVER AND RELEASE OF CLAIMS (OCT 2018) [Modified by Buyer]

  1. Whenever Seller, after receipt of a change made pursuant to the clause of this Contract entitled “CHANGES” or after affirmation of a constructive change under the “NOTIFICATION OF CHANGES”, submits any claim for equitable adjustment under the foregoing, such claim shall include all types of adjustments in the total amounts to which the foregoing entitle Seller, including but not limited to adjustments arising out of delays or disruptions or both caused by such change.
  2. Further, Seller agrees (except as the parties may otherwise agree) that, if required by Buyer and/or the Government’s Contracting Officer, it will execute a release, in form and substance satisfactory to Buyer and/or the Government’s Contracting Officer, as part of the supplemental agreement setting forth the aforesaid equitable adjustment, and that such release shall discharge Buyer and the Government, its officers, agents and employees, from any further claims including but not limited to further claims arising out of delays or disruptions or both, caused by the aforesaid change.

INFORMATION ON EXPOSURE TO HAZARDOUS MATERIAL (NAVSEA) (JAN 2019)

Per 29 CFR 1910.1200, Hazard Communication, you, as a contractor employer with employees working at a Government facility, are hereby informed of the hazardous materials used at the Government facility which your employees may be exposed to while working here and also to suggest appropriate protective measures. Your own responsibilities as an employer, if any, are given in 29 CFR 1910.1200.

  1. Hazardous materials your employees may be exposed to. Hazardous materials are materials which are cancer causing agents, toxic or highly toxic agents, reproductive toxins, irritants, corrosives, sensitizers, liver toxins, kidney toxins, agents which act on the blood forming system, and agents which damage the lungs, skins, eyes or mucous membranes. There are many potentially hazardous chemicals present at the Government facility which, unless controlled properly, could present a safety and health problem. The presence of many potentially hazardous materials may be apparent from the manufacturer’s warning label on the hazardous material containers. The presence of many potentially hazardous materials may also be apparent due to their physical characteristics, such as the visual appearance of abrasive blasting dust or the distinctive smell of many solvents. These hazardous materials range in type and quantity. Typical hazardous materials include, but are not limited to:
    1. Metals, e.g., mercury, lead, chromium
    2. Paints and adhesives, e.g., varnishes and related products, sealing compounds, asphalt, deck and floor coverings, deck compounds
    3. Corrosives, e.g., acids, alkalis
    4. Compressed and liquefied gas, e.g., nitrogen, argon, oxygen, acetylene
    5. Lubricants and oils, e.g., greases, cutting oils, hydraulic oils, miscellaneous waxes and fats
    6. Fuels, e.g., liquid propellants, fuel oils, oxidizers, solid fuels
    7. Particulates, e.g., asbestos fiberglass, dust, fumes, mist

      Depending on the material involved, materials such as these can present physical hazards and or health hazards.

  2. Labeling of Hazardous Material. Containers of potentially hazardous chemicals bear manufacturer’s labeling, which identifies the chemical and it manufacturer, and provides appropriate hazard warnings. In addition, some materials may be labeled with the National Protection Association (NFPA) 704 label. This label uses a system of color coded symbols and numbers to convey the potential hazard of the material. The contractor should obtain information from NFPA concerning the interpretation of the 704 label.
  3. Material Safety Data Sheets (MSDS). The Safety Office maintains copies of manufacturers’ MSDS for potentially hazardous chemicals/materials that are known to be present in the Government facility. The contractor may, upon request to the Safety Office, review MSDS for any specific materials to which contractor employees may be exposed while performing work in the Government facility. This information may be reviewed in the Safety Office.
  4. Appropriate Protective Measures. Exposure to potentially hazardous material may occur from inhalation, ingestion or skin contact with the material: therefore, the following precautions should be taken:
    1. Obey signs, directions and warning labels;
    2. Do not use unknown or labeled materials;
    3. Only operate equipment that you are authorized to operate, familiar with, and qualified to operate;
    4. If any health effects (skin rash, trouble breathing, etc.) occur, which you feel are caused by exposure to hazardous material, contact the Safety Office.
  5. The Safety Office points of contact are as follows: (insert applicable name and code).
    Name: Andres Quinones, Environmental Safety Program, Code 106
    Phone: (619) 556-1056
    Email: andres.quinones@navy.mil

Section I - Contract Clauses

In interpreting the requirements of these clauses, “Contracting Officer” should be considered to be Buyer’s Purchasing Representative and “Government” should be considered to be Buyer, unless the context indicates otherwise. Reasonable efforts have been used to convert the terminology used in the Government’s solicitation clauses to the terms used in Buyer’s MILGEN terms; however, there may some instances where those conversions were not made for clauses were full text was not given. Accordingly, please apply the following term conversions. “Contractor” shall mean Seller. The terms “Government” or “Contracting Officer” do not change: (i) when a right, act authorization or obligation can be granted or performed only by the Government, (ii) when access to proprietary financial information or other proprietary data is required, (iii) when title to property or rights in technical data and/or computer software are to be transferred directly to Government, (iv) with regards to a disputes or changes clause, or (v) with regards to a clause permitting audit(s) of Seller. Some clauses are included in full text, and others of the FAR and DFARS are hereby incorporated into this Contract by reference as if given in full text, subject to the following definitions, and subject to the particular limitations and modifications indicated. The full text of FAR and DFARS clauses may be accessed electronically at the following internet websites:

https://www.acquisition.gov/far/

I.1 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) (FAR 52.252-2)

This Contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The term “Contractor” means the “Seller” unless noted otherwise. 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(s): http://acquisition.gov/browse/index/far or https://www.acq.osd.mil/dpap/dars/

The following notes apply to the clauses incorporated by reference below.
Note 1 – Substitute “Buyer” for “the Government” or “the United States” throughout this clause.
Note 2 – Substitute “Buyer Procurement Representative” for “Contracting Officer”, “Administrative Contracting Officer”, and “ACO” throughout this clause.
Note 3 – Insert “and Buyer” after “Government” throughout the clause.
Note 4 – Insert “or Buyer” after “Government throughout this clause.
Note 5 – Communication/notification required under this clause from/to the Contractor and to/from the Contracting Officer shall be through Buyer.
Note 6 – Insert “and Buyer” after “Contracting Officer”, throughout the clause.
Note 7 – Insert “or Buyer Procurement Representative” after “Contracting officer”, throughout the clause.

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES

NUMBER TITLE DATE & NOTE
52.202-1 DEFINITIONS JUN 2020
 
52.203-3 GRATUITIES APR 1984
Note 3 applies in (c) and (d).
52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT JUN 2020
Applies if the Contract value exceeds $150,000. No Note applies.
52.203-7 ANTI-KICKBACK PROCEDURES MAY 2014
Applies if the Contract value exceeds $150,000. Note 2 applies for (b)(4) when the Government exercises its rights and remedies against Buyer as a result of any kickback given by Seller.
52.203-8 CANCELLATION, RECISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY MAY 2014
Note 4 applies for (a), (b) and (c).
52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY MAY 2014
Note 2 applies for (b) and Note 1 applies for (c) when the Government exercises its rights and remedies against Buyer as a result of any kickback given by Seller.
52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS JUN 2020
Applies if the Contract value exceeds $150,000. Note 5 applies. Seller is to make disclosure to Buyer so that Buyer can fulfill the obligations under the Prime Contract.
52.203-13 CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT NOV 2021
Applies if this Contract exceeds $5,000,000 and the period of performance is more than 120 days. Disclosures made under this clause shall be made directly to the Government entities identified in the clause.
52.204-2 SECURITY REQUIREMENTS MAR 2021
Applies if the Contract Work requires access to classified information.
52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER MAY 2011
Note 3 applies to (b).
52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACTOR AWARDS JUN 2020
Applies if Seller meets the first tier subcontract thresholds specified in the clause. SELLER shall report required executive compensation by posting the information to the Government's System for Award Management (SAM) database. All information posted will be available to the general public.).
52.204-12 UNIQUE ENTITY IDENTIFIER MAINTENANCE OCT 2016
 
52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018
 
52.204-19 INCORPORATION BY REFERENCE REPRESENTATIONS AND CERTIFICATIONS DEC 2014
Applies if the Contract Work requires access to classified information.
52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS JUN 2016
 
52.204-23 PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES JUN 2016
 
52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT AUG 2020
 
52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT NOV 2021
(Applies if this Contract exceeds the threshold specified in FAR 9.405-2(b) on the date of award of this Contract except does not apply if this Contract is for commercial off the shelf items. Copies of notices provided by SELLER to the Contracting Officer shall be provided to Buyer.
52.211-15 DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS APR 2008
 
52.215-2 AUDIT AND RECORDS—NEGOTIATION JUN 2020
Applies if the Contract value exceeds $150,000; applicable if: (1) Seller is required to furnish cost or pricing data, or (2) the Contract requires Seller to furnish cost, funding or performance reports, or (3) this is an incentive or re-determinable type contract.
52.215-8 ORDER OF PRECEDENCE—UNIFORM CONTRACT FORMAT OCT 1997
 
52.215-10 PRICE REDUCTION FOR DEFECTIVE CERTIFIED COST OR PRICING DATA AUG 2011
Notes 2 and 4 apply except the first time "Contracting Officer" appears in paragraph (c)(1). "Government" means "Buyer" in paragraph (d)(1).
52.215-11 PRICE REDUCTION FOR DEFECTIVE CERTIFIED COST OR PRICING DATA—MODIFICATIONS JUN 2020
Applies if submission of certified cost or pricing data is required for modifications. Note 4 applies. “Government” means “Buyer” in paragraph (e)(1). Rights and obligations under this clause shall survive completion of the work and final payment under this Contract.
52.215-12 SUBCONTRACTOR CERTIFIED COST OR PRICING DATA JUN 2020
Applies if this Contract exceeds $700,000 and is not otherwise exempt under FAR 15.403. No Note applies.
52.215-13 SUBCONTRACTOR CERTIFIED COST OR PRICING DATA—MODIFICATIONS JUN 2020
Applies if this Contract exceeds $700,000 and is not otherwise exempt under FAR 15.403. No Note applies.
52.215-14 INTEGRITY OF UNIT PRICING NOV 2021
Applies if this Contract meets the applicability requirements of FAR 15.408(f). Note 5 applies.
52.215-15 PENSION ADJUSTMENTS AND ASSET REVERSIONS OCT 2010
Applies if this Contract meets the applicability requirements of FAR 15.408(g). Note 5 applies.
52.215-19 NOTIFICATIONS OF OWNERSHIP CHANGES OCT 1997
Applies if this Contract meets the requirements of FAR 15.408(K). Note 5 applies.
52.215-21 REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA—MODIFICATIONS NOV 2021
Note 5 applies.
52.216-7 ALLOWABLE COST AND PAYMENT AUG 2018
Note 1 applies except in (a)(3) and (b)(2)(F) where NOTE 3 applies. Note 2 applies except in (g) where Note 7 applies. The blank in (a)(3) is completed with the “the 30th” unless otherwise specified in this Contract. Paragraphs (a)(2), (b)(4), and (d)(4) are deleted. In paragraph (h) “six years” is changed to “5 years”. The references to government entities in (d) are unchanged.
52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS OCT 2018
Does not apply to small businesses. Note 5 applies.
52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN
NOV 2021
Applies if value of Contract equals or exceeds $650,000 except the clause does not apply if Seller is a small business concern. Seller is to provide its subcontracting plan to Buyer so that Buyer can incorporate it as part of Buyer’s own reporting obligations with respect to this clause. Note 5 applies.
52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES FEB 1997
Note 5 applies.
52.222-3 CONVICT LABOR JUN 2003
Note 5 applies.
52.222-4 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT—OVERTIME COMPENSATION MAY 2018
Applies if the Contract requires or involves employment of laborers or mechanics. Note 7 applies.
52.222-19 CHILD LABOR—COOPERATION WITH AUTHORITIES AND REMEDIES JAN 2022
Note 2 applies for (c) and Note 2 when the Government exercises its rights and remedies against Buyer for Seller’s violations.
52.222-20 CONTRACTS FOR MATERIALS, SUPPLIES, ARTICLES, AND EQUIPMENT EXCEEDING $15,000 JUN 2020
Applies when Contract exceeds or may exceed $15,000. No Note applies.
52.222-21 PROHIBITION OF SEGREGATED FACILITIES APR 2015
 
52.222-26 EQUAL OPPORTUNITY SEP 2016
Applies to Contract with value in excess of $10,000. Note 7 applies to (c)(3) and (c)(5).
52.222-35 EQUAL OPPORTUNITY FOR VETERANS JUN 2020
Applies if Contract value is $100,000 or more. Note 5 applies.
52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES JUN 2020
Applies if Contract value equals or exceeds $15,000. No Note applies.
52.222-37 EMPLOYMENT REPORTS ON VETERANS JUN 2020
Applies if Contract value equals or exceeds $100,000. Seller is to provide its report to Buyer so that Buyer can incorporate it as part of Buyer’s own reporting obligations with respect to this clause. Note 5 applies.
52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT DEC 2010
Applies if Contract value that exceeds $10,000.
52.222-50 COMBATING TRAFFICKING IN PERSONS NOV 2021
Note 5 applies except in (e) where Note 4 applies.
52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION NOV 2021
Applies if this Contract exceeds $3,000. No Note applies.
52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA JAN 1997
Applies if this Contract involves hazardous material. Note 5 applies in (e) and Note 4 applies in (f).
52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION MAY 2011
 
52.223-6 DRUG-FREE WORKPLACE MAY 2001
Note 5 applies. Except Note 4 applies in (d).
52.223-11 OZONE-DEPLETING SUBSTANCES JUN 2016
Applies if the Contract Work was manufactured with or contains ozone-depleting substances. No Note applies.
52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING JUN 2020
Applies if Contract value exceeds $3,000. Note 5 applies.
52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES FEB 2021
 
52.227-2 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT JUN 2020
Applies if Contract value exceeds $150,000; Note 5 applies to (a) and (b).
52.228-5 INSURANCE – WORK ON A GOVERNMENT INSTALLATION JAN 1997
Note 2 applies.
52.229-3 FEDERAL, STATE AND LOCAL TAXES FEB 2013
Note 2 applies to (g).
52.229-4 FEDERAL, STATE, AND LOCAL TAXES (STATE AND LOCAL ADJUSTMENTS) FEB 2013
Note 2 applies to (g).
52.230-2 COST ACCOUNTING STANDARDS JUN 2020
Subparagraph (b) does not apply. Provision applies only when referenced in the Contract that full CAS coverage applies. No Note applies.
52.230-6 ADMINISTRATION OF COST ACCOUNTING STANDARDS JUL 2010
Applies if FAR 52.230-2 or FAR 52.230-3 applies. No Note applies.
52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM OCT 2004
 
52.243-1 CHANGES—FIXED PRICE AUG 1987
Note 2 applies. See also, DFARS Changes provision.
52.243-6 CHANGE ORDER ACCOUNTING APR 1984
Note 2 applies if the Prime Contract requires change order accounting.
52.244-2 SUBCONTRACTS JUN 2020
Notes 1 and 2 apply.
52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS NOV 2020
 
52.245-1 GOVERNMENT PROPERTY—ALT I APR 2012
Note 5 applies.
52.248-1 VALUE ENGINEERING JUN 2020
Applies if the Contract value exceeds $150,000; Note 5 applies.
52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) APR 2012
Clause is applicable when the Government terminates the Prime Contract.
52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) APR 1984
Clause is applicable when the Government terminates the Prime Contract.
52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998
 
52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES APR 1984
 
252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS SEPT 2011
 
252.203-7001 PROHIBITION ON PERSONS CONVICTED OF FRAUD OR OTHER DEFENSE CONTRACT-RELATED FELONIES DEC 2008
Applies if this Contract exceeds $150,000. The terms “contract,” “contractor,” and “subcontract” shall not change in the meaning for paragraphs (a) and (d). Delete paragraph (g). Note 5 applies.
252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS SEP 2013
 
252.203-7003 AGENCY OFFICE OF THE INSPECTOR GENERAL AUG 2019
Applies when FAR 2-3-13 applies to this Contract. No Note applies.
252.203-7004 DISPLAY OF FRAUD HOTLINE POSTER(S) AUG 2019
Applies in lieu of FAR 52.203-14.
252.204-7009 LIMITATION OF THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR REPORTED CYBER INCIDENT INFORMATION OCT 2016
 
252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION DEC 2019
Note 7 applies.
252.204-7018 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES JAN 2021
Copies of reports submitted by Seller under this clause will be provided to Buyer.
252.205-7000 PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS DEC 1991
 
252.209-7004 SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A TERRORIST COUNTRY MAY 2019
Note 5 applies for (b).
252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION MAR 2016
 
252.211-7006 PASSIVE RADIO FREQUENCY IDENTIFICATION DEC 2019
 
252.211-7007 REPORTING OF GOVERNMENT-FURNISHED PROPERTY AUG 2012
Applies if this Contract requires Government property in Seller’s possession to contain unique item identification.
252.215-7002 COST ESTIMATING SYSTEM REQUIREMENTS DEC 2012
Note 5 applies.
252.217-7003 CHANGES DEC 1991
Note 2 applies.
252.217-7006 TITLE DEC 1991
Note 2 applies.
252.217-7011 ACCESS TO VESSEL DEC 1991
Notes 2 and 3 apply.
252.217-7014 DISCHARGE OF LIENS DEC 1991
Note 1 applies.
252.222-7006 RESTRICTIONS ON USE OF MANDATORY ARBITRATION AGREEMENTS DEC 2010
 
252.223-7001 HAZARD WARNING LABELS DEC 1991
Note 1 applies.
252.223-7004 DRUG FREE WORK FORCE SEP 1988
 
252.223-7006 PROHIBITION ON STORAGE AND DISPOSAL OF TOXIC AND HAZARDOUS MATERIALS SEP 2014
 
252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM JUN 2013
Note 2 applies.
252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM DEC 2017
Applies if the Contract Work contains other than domestic components. Applies in lieu of FAR 52.225-1. No Note applies.
252.225-7002 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS DEC 2017
 
252.225-7004 REPORT OF INTENDED PERFORMANCE OUTSIDE THE UNITED STATES AND CANADA--SUBMISSION AFTER AWARD MAY 2019
Note 5 applies.
252.225-7007 PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES DEC 2019
 
252.225-7009 RESTRICTION ON ACQUISITION OF CERTAIN ARTICLES CONTAINING SPECIALTY METALS DEC 2019
Applies if the Contract Work to be furnished contains specialty metals. Note 5 applies to (d)(i).
252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES DEC 2017
 
252.225-7013 DUTY-FREE ENTRY MAR 2022
Notes 1 and 2 apply in subparagraph (c).
252.225-7015 RESTRICTION ON ACQUISITION OF HAND OR MEASURING TOOLS JUN 2005
 
252.225-7016 RESTRICTION ON ACQUISITION OF BALL AND ROLLER BEARINGS JUN 2011
 
252.225-7019 RESTRICTION ON ACQUISITION OF ANCHOR AND MOORING CHAIN DEC 2009
 
252.225-7021 TRADE AGREEMENTS—BASIC MAR 2022
 
252.225-7025 RESTRICTION ON ACQUISITION OF FORGINGS DEC 2009
Note 5 applies for (d).
252.225-7030 RESTRICTION ON ACQUISITION OF CARBON, ALLOY, AND ARMOR STEEL PLATE DEC 2006
 
252.225-7036 BUY AMERICAN—FREE TRADE AGREEMENT — BALANCE OF PAYMENTS PROGRAM--BASIC MAR 2022
 
252.225-7038 RESTRICTIONS ON ACQUISITION OF AIR CIRCUIT BREAKERS DEC 2018
 
252.225-7048 EXPORT CONTROLLED ITEMS JUN 2013
 
252.225-7052 RESTRICTION ON THE ACQUISITION OF CERTAIN MAGNETS, TANTALUM, AND TUNGSTEN-- (DEVIATION 2020-O0006) OCT 2020
 
252.226-7001 UTILIZATION OF INDIAN ORGANIZATIONS AND INDIAN-OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS APR 2019
Applies if this Contract exceeds $500,000. Note 5 applies.
252.227-7013 RIGHTS IN TECHNICAL DATA—NONCOMMERCIAL ITEMS FEB 2014
Note 5 applies.
252.227-7014 RIGHTS IN NONCOMMERCIAL COMPUTER SOFTWARE AND NONCOMMERCIAL COMPUTER SOFTWARE DOCUMENTATION FEB 2014
Note 5 applies.
252.227-7015 TECHNICAL DATA—COMMERCIAL ITEMS FEB 2014
Note 5 applies.
252.227-7016 RIGHTS IN BID OR PROPOSAL INFORMATION JAN 2011
 
252.227-7025 LIMITATION ON THE USE OF OR DISCLOSURE OF GOVERNMENT-FURNISHED INFORMATION MARKED WITH RESTRICTIVE LEGENDS MAY 2013
Note 5 applies.
252.227-7027 DEFERRED ORDERING OF TECHNICAL DATA OR COMPUTER SOFTWARE APR 1988
 
252.227-7037 VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA SEP 2016
Note 5 applies.
252.243-7001 PRICING OF CONTRACT MODIFICATIONS DEC 1991
 
252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT DEC 2012
Note 5 applies.
252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS JAN 2021
 
252.245-7001 TAGGING, LABELING, AND MARKING OF GOVERNMENT-FURNISHED PROPERTY APR 2012
 
252.245-7002 REPORTING LOSS OF GOVERNMENT PROPERTY DEC 2017
Note: (b)(1) does not apply to Seller.
252.246-7003 NOTIFICATION OF POTENTIAL SAFETY ISSUES JUN 2013
Note 5 applies.
252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA FEB 2019
Note 5 applies.
252.252-7002 NOTIFICATION OF ANTICIPATED CONTRACT TERMINATION OR REDUCTION JUN 2020
Note 2 applies. Delete paragraph (d)(1) and the first five words of paragraph (d)(2).

I.2 CLAUSES INCORPORATED THROUGH FULL TEXT

252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020)

  1. Definitions.
    Basic Assessment means a contractor's self-assessment of the contractor's implementation of NIST SP 800-171 that -
    1. Is based on the Contractor's review of their system security plan(s) associated with covered contractor information system(s);
    2. Is conducted in accordance with the NIST SP 800-171 DoD Assessment Methodology; and
    3. Results in a confidence level of “Low” in the resulting score, because it is a self-generated score.

Covered contractor information system has the meaning given in the clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, of this contract.

High Assessment means an assessment that is conducted by Government personnel using NIST SP 800-171A, Assessing Security Requirements for Controlled Unclassified Information that -

    1. Consists of -
      1. A review of a contractor's Basic Assessment;
      2. A thorough document review;
      3. Verification, examination, and demonstration of a Contractor's system security plan to validate that NIST SP 800-171 security requirements have been implemented as described in the contractor's system security plan; and
      4. Discussions with the contractor to obtain additional information or clarification, as needed; and
    2. Results in a confidence level of “High” in the resulting score.

Medium Assessment means an assessment conducted by the Government that -

  1. Consists of -
    1. A review of a contractor's Basic Assessment;
    2. A thorough document review; and
    3. Discussions with the contractor to obtain additional information or clarification, as needed; and
  2. Results in a confidence level of “Medium” in the resulting score.
  1. Applicability. This clause applies to covered contractor information systems that are required to comply with the National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, in accordance with Defense Federal Acquisition Regulation System (DFARS) clause at 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, of this contract.
  2. Requirements. The Contractor shall provide access to its facilities, systems, and personnel necessary for the Government to conduct a Medium or High NIST SP 800-171 DoD Assessment, as described in NIST SP 800-171 DoD Assessment Methodology at https://www.acq.osd.mil/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_SP_800-171.html, if necessary.
  3. Procedures. Summary level scores for all assessments will be posted in the Supplier Performance Risk System (SPRS) (https://www.sprs.csd.disa.mil/) to provide DoD Components visibility into the summary level scores of strategic assessments.
    1. Basic Assessments. A contractor may submit, via encrypted email, summary level scores of Basic Assessments conducted in accordance with the NIST SP 800-171 DoD Assessment Methodology to webptsmh@navy.mil for posting to SPRS.
      1. The email shall include the following information:
        1. Version of NIST SP 800-171 against which the assessment was conducted.
        2. Organization conducting the assessment (e.g., Contractor self-assessment).
        3. For each system security plan (security requirement 3.12.4) supporting the performance of a DoD contract -
          1. All industry Commercial and Government Entity (CAGE) code(s) associated with the information system(s) addressed by the system security plan; and
          2. A brief description of the system security plan architecture, if more than one plan exists.
        4. Date the assessment was completed.
        5. Summary level score (e.g., 95 out of 110, NOT the individual value for each requirement).
        6. Date that all requirements are expected to be implemented (i.e., a score of 110 is expected to be achieved) based on information gathered from associated plan(s) of action developed in accordance with NIST SP 800-171.
      2. If multiple system security plans are addressed in the email described at paragraph (b)(1)(i) of this section, the Contractor shall use the following format for the report:

        System security plan CAGE codes supported by this plan Brief description of the plan architecture Date of
        assessment
        Total score Date score of 110 will achieved
                   
                   
                   
    2. Medium and High Assessments. DoD will post the following Medium and/or High Assessment summary level scores to SPRS for each system security plan assessed:
      1. The standard assessed (e.g., NIST SP 800-171 Rev 1).
      2. Organization conducting the assessment, e.g., DCMA, or a specific organization (identified by Department of Defense Activity Address Code (DoDAAC)).
      3. All industry CAGE code(s) associated with the information system(s) addressed by the system security plan.
      4. A brief description of the system security plan architecture, if more than one system security plan exists.
      5. Date and level of the assessment, i.e., medium or high.
      6. Summary level score (e.g., 105 out of 110, not the individual value assigned for each requirement).
      7. Date that all requirements are expected to be implemented (i.e., a score of 110 is expected to be achieved) based on information gathered from associated plan(s) of action developed in accordance with NIST SP 800-171.
  4. Rebuttals.
    1. DoD will provide Medium and High Assessment summary level scores to the Contractor and offer the opportunity for rebuttal and adjudication of assessment summary level scores prior to posting the summary level scores to SPRS (see SPRS User's Guide https://www.sprs.csd.disa.mil/pdf/SPRS_Awardee.pdf).
    2. Upon completion of each assessment, the contractor has 14 business days to provide additional information to demonstrate that they meet any security requirements not observed by the assessment team or to rebut the findings that may be of question.
  5. Accessibility.
    1. Assessment summary level scores posted in SPRS are available to DoD personnel, and are protected, in accordance with the standards set forth in DoD Instruction 5000.79, Defense-wide Sharing and Use of Supplier and Product Performance Information (PI).
    2. Authorized representatives of the Contractor for which the assessment was conducted may access SPRS to view their own summary level scores, in accordance with the SPRS Software User's Guide for Awardees/Contractors available at https://www.sprs.csd.disa.mil/pdf/SPRS_Awardee.pdf.
    3. A High NIST SP 800-171 DoD Assessment may result in documentation in addition to that listed in this clause. DoD will retain and protect any such documentation as “Controlled Unclassified Information (CUI)” and intended for internal DoD use only. The information will be protected against unauthorized use and release, including through the exercise of applicable exemptions under the Freedom of Information Act (e.g., Exemption 4 covers trade secrets and commercial or financial information obtained from a contractor that is privileged or confidential).
  6. Subcontracts.
    1. The Contractor shall insert the substance of this clause, including this paragraph (g), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of commercial items (excluding COTS items).
    2. The Contractor shall not award a subcontract or other contractual instrument, that is subject to the implementation of NIST SP 800-171 security requirements, in accordance with DFARS clause 252.204-7012 of this contract, unless the subcontractor has completed, within the last 3 years, at least a Basic NIST SP 800-171 DoD Assessment, as described in https://www.acq.osd.mil/dpap/pdi/cyber/ strategically_assessing_contractor_implementation_of_NIST_SP_800-171.html, for all covered contractor information systems relevant to its offer that are not part of an information technology service or system operated on behalf of the Government.
    3. If a subcontractor does not have summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) posted in SPRS, the subcontractor may conduct and submit a Basic Assessment, in accordance with the NIST SP 800-171 DoD Assessment Methodology, to webptsmh@navy.mil for posting to SPRS along with the information required by paragraph (d) of this clause.