OMB Approval No. 2700-0042
amendment of solicitation/ / 1. CONTRACT ID CODE / PAGE OF PAGES
MODIFICATION OF CONTRACT / 1 / 9
2. AMENDMENT/MODIFICATION NO. / 3. EFFECTIVE DATE / 4. REQUISITION/PURCHASE REQ. NO. / 5. PROJECT NO. (If applicable)
(S/A) 1 / October 1, 2006 / N/A
6. ISSUED BY / CODE / BV / 7. ADMINISTERED BY (If other than Item 6) / CODE
NASA/Johnson Space Center
Space Shuttle Acquisition Management Office
Attn: Richard Bennett
Houston, TX 77058
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and ZIP Code)
Andrew Thomson
Manager, Contracts Management
United Space Alliance
1150 Gemini
Houston, Texas 77058-2708
CODE / FACILITY CODE
9A. AMENDMENT OF SOLICITATION NO. / 9B. DATED (SEE ITEM 11)
10A. MODIFICATION OF CONTRACT/ORDER NO. / 10B. DATED (SEE ITEM 13)
X / NNJ06VA01C / 10/1/06
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers / is extended, / is not extended.
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:
(a) By completing Items 8 and 15, and returning / copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offor
submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO
BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF
YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram
or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
12. ACCOUNTING AND APPROPRIATION DATA (If required)
N/A
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.(x)
A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE
CONTRACT/ORDER NO. IN ITEM 10A.
B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office,
appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
X / Article H.35, Provisioning Procedures
d. OTHER (Specify type of modification and authority)
E. IMPORTANT: Contractor / is not, / X / is required to sign this document and return / 3 / copies to the issuing office.
14. description of amendment/modification (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
The purpose of this modification is to authorize and definitize the Provisioning Task List (PTL) for GFY ’07, as defined in Change Partnering Agreement 06USA0161, 06USA0194 and 06USA0224. As a result of this modification, the contractor is required to create the GFY ’07 Provisioning Task Book (PTB) to incorporate the partnered requirements.
CONTINUED ON THE NEXT PAGE
Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.
15A. NAME AND TITLE OF SIGNER (Type or print) / 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
Jean T. Galleher, Contracts Management / Richard W. Bennett, Contracting Officer
15B. CONTRACTOR/OFFEROR / 15C. DATE SIGNED / 16B. UNITED STATES OF AMERICA / 16C. DATE SIGNED
Jean T. Galleher / 09/29/2006 / BY / Richard W. Bennett / 10/01/2006
(Signature of person authorized to sign) / (Signature of Contracting Officer)
NSN 7540-01-152-8070
PREVIOUS EDITION UNUSABLE / 30-105
JSC MS Word (Aug 95) / STANDARD FORM 30 (Rev. 10-83)
Prescribed by GSA
FAR (48 CFR) 53.243

NNJ06VA01C

MOD NO. 1

PAGE 2 OF 9

I. The contract value in Article B.2, ESTIMATED COST AND FEE, is revised to include the following additions to contract value:

(a) / Estimated Cost: / N/C
(b) / Estimated Program Provisioning Cost: / $5,598,819
(c) / Estimated Transition Provisioning Cost: / $1,070,193
(d) / Estimated Constellation Provisioning Cost: / $1,836,224
(e) / Estimated Facilities Cost: / N/C
(f) / Total Estimated Cost: / $8,505,236
(g) / Estimated Available Award Fee: / $640,435
(h) / Program Plus Fee: / N/C
(i) / Total Estimated Fee: / $640,435
(j) / Total Contract Value / $9,145,671

II. The funding profile in Article B.7, TOTAL ANNUAL FUNDING PROFILE, is revised to include the following additions:

YEAR / AMOUNT / VECP Savings
GFY 07 / $9,145,671 / N/C
TOTAL BASIC / $9,145,671

III. Attachment J-8, Fee Plan, TABLE A - OPERATIONS, is amended to include the following:

ATTACHMENT I

Table A – Operations
EVALUATION PERIOD / START DATE / END DATE / FISCAL YEAR / TOTAL AVAILABLE AWARD FEE & PERFORMANCE INCENTIVE FEE DOLLARS / AVAILABLE AWARD FEE DOLLARS ONLY / AWARD FEE DOLLARS EARNED / PERFORMANCE INCENTIVE FEE DOLLARS EARNED / TOTAL AWARD FEE DOLLARS NOT EARNED
1 / 10/01/06 / 03/31/07 / 07 / $320,217 / $320,217 / N/C / N/C / N/C
2 / 04/01/07 / 09/30/07 / 07 / $320,218 / $320,218 / N/C / N/C / N/C
Total / $640,435 / $640,435

IV. Exhibits A-P, B-P, C-P, D-P, E-P, F-P, G-P, H-P, I-P, J-P, A-T, B-T, C-T, D-T, E-T, F-T, G-T, H-T, I-T, J-T and A-C, B-C, C-C, D-C, E-C, F-C, G-C, H-C, I-C, J-C of Attachment J-19, PROVISIONING MANAGEMENT PLAN, are deleted in their entirety and replaced as follows:

PROGRAM PROVISIONING TASK LIST

Exhibit A-P, Orbiter

·  Authority: SOW Paragraphs 1.4.1.2, Orbiter Logistics; 1.4.1.5, Orbiter Hardware Production and Support Tasks; and 1.4.9, Flight Crew Equipment

·  Cognizant TMR for Orbiter

Exhibit B-P, Integrated Launch & Landing

·  Authority: SOW Paragraph 1.7.1.1, KSC Shuttle Development Activities and 1.7.1.2, KSC Construction of Facility Activities

·  Cognizant TMR for Launch Site Equipment

Exhibit C-P, Integration

·  Authority: SOW Paragraph 1.7.1, Special Studies and Development Projects

·  Cognizant TMRs for Integration and Space Shuttle Special Studies

Exhibit D-P, Program Reimbursables

·  Authority: SOW Paragraph 1.7.4, Program Reimbursables

·  Cognizant COTR

Exhibit E-P, SRB Program Provisioning

·  Authority: SOW Paragraph 1.7.5, Solid Rocket Booster Development Activities

·  Cognizant TMR for SRB Effort

Exhibit F-P, Flight Operations Development

·  Authority: SOW Paragraph 1.6.5.4, Flight Operations Development

·  Cognizant TMR for Flight Operations Development

Exhibit G-P, RESERVED

Exhibit H-P, RESERVED

Exhibit I-P, RESERVED

Exhibit J-P, Program Provisioning Universal Pool

·  Authority: SOW Paragraphs 1.4.1.2; 1.4.1.5; 1.4.9; 1.6.5.4; 1.7.1, 1.7.1.1; 1.7.1.2; 1.7.3; 1.7.4; and 1.7.5

·  Cognizant TMRs: As identified under Exhibits A - I

·  Annual Program Provisioning Threshold:

·  FY 07 - $1,000,000*

The Contractor shall perform Program provisioning changes in FY07 that are not specifically identifiable at the beginning of the fiscal year that are individually estimated to cost less than $1M at price. Examples include: Orbiter Hardware changes and Program Integration (PI) Systems Design Analysis and Hardware tasks, not elsewhere authorized in PPTL. This pool may be used for other tasks with mutual agreement of the parties.

*The initial value of the pool is set is set at $4M at USA price. In the event the value of the work authorized by the end of Government fiscal year 2007 is greater or less than that amount by more than $1M, an adjustment in contract value will be made. This adjustment shall not include any added/deleted fee for the bandwidth itself; for amounts beyond the bandwidth, an adjustment shall be made in both cost and fee. The pool value will not include any value for the continuation of tasks started before FY 07, and the value of any authorized work for purposes of determining a contract value adjustment will be determined by the value shown on the authorizing document at the time of issuance.

TRANSITION PROVISIONING TASK LIST

Exhibit A-T, Orbiter

·  Authority: SOW Paragraph 1.9, Program Transition

·  Cognizant TMR for Orbiter

Exhibit B-T, Integrated Launch & Landing

·  Authority: SOW Paragraph 1.9, Program Transition

·  Cognizant TMR for Launch Site Equipment

Exhibit C-T, Integration

·  Authority: SOW Paragraph 1.9, Program Transition

·  Cognizant TMRs for Integration and Space Shuttle Special Studies

Exhibit D-T, Program Reimbursables

·  Authority: SOW Paragraph 1.9, Program Transition

·  Cognizant COTR

Exhibit E-T, SRB Program Provisioning

·  Authority: SOW Paragraph 1.9, Program Transition

·  Cognizant TMR for SRB Effort

Exhibit F-T, Flight Operations Development

·  Authority: SOW Paragraph 1.9, Program Transition

·  Cognizant TMR for Flight Operations Development

Exhibit G-T, RESERVED

Exhibit H-T, Space Shuttle Strategic Sustainment

·  Authority: SOW Paragraph 1.9, Program Transition

·  Cognizant COTR

Exhibit I-T, RESERVED

Exhibit J-T, Transition Provisioning Universal Pool

·  Authority: SOW Paragraph 1.9

·  Cognizant TMRs: As identified under Exhibits A - I

·  Annual Transition Provisioning Threshold:

·  FY 07 - $1,000,000*

The Contractor shall perform Transition provisioning changes in FY07 that are not specifically identifiable at the beginning of the fiscal year that are individually estimated to cost less than $1M at price. Examples include: Detailed Transition Implementation Planning and Implementation tasks, not elsewhere identified in TPTL.

*The initial value of the pool is set is set at $4.0M at USA price. In the event the value of the work authorized by the end of Government fiscal year 2007 is greater or less than that amount by more than $1M, an adjustment in contract value will be made. This adjustment shall not include any added/deleted fee for the bandwidth itself; for amounts beyond the bandwidth, an adjustment shall be made in both cost and fee. The pool value will not include any value for the continuation of tasks started before FY 07, and the value of any authorized work for purposes of determining a contract value adjustment will be determined by the value shown on the authorizing document at the time of issuance.

CONSTELLATION PROVISIONING TASK LIST

Exhibit A-C, Orbiter

·  Authority: SOW Paragraph 1.10, Constellation Bridge Support

·  Cognizant TMR for Orbiter

·  Annual Constellation Provisioning Threshold:

·  FY 07 $0

Exhibit B-C, Integrated Launch & Landing

·  Authority: SOW Paragraph 1.10, Constellation Bridge Support

·  Cognizant TMR for Launch Site Equipment

·  Annual Constellation Provisioning Threshold:

·  FY 07 $1,000,000*

The Contractor shall perform Constellation provisioning changes in FY07 that are not specifically identifiable at the beginning of the fiscal year that are individually estimated to cost less than $1M at price. Examples include: ground systems operations, maintenance, and modification; vehicle processing, test, and recovery operations; and assembly and physical integration of Constellation test flight elements, not elsewhere identified in CPTL.

*The initial value of the pool is set is set at $2.1M at USA price. In the event the value of the work authorized by the end of Government fiscal year 2007 is greater or less than that amount by more than $1M, an adjustment in contract value will be made. This adjustment shall not include any added/deleted fee for the bandwidth itself; for amounts beyond the bandwidth, an adjustment shall be made in both cost and fee. The pool value will not include any value for the continuation of tasks started before FY 07, and the value of any authorized work for purposes of determining a contract value adjustment will be determined by the value shown on the authorizing document at the time of issuance.

Exhibit C-C, Integration

·  Authority: SOW Paragraph 1.10, Constellation Bridge Support

·  Cognizant TMRs for Integration and Space Shuttle Special Studies

·  Annual Constellation Provisioning Threshold:

·  FY 07 $0

Exhibit D-C, RESERVED

Exhibit E-C, SRB Program Provisioning

·  Authority: SOW Paragraph 1.10, Constellation Bridge Support

·  Cognizant TMR for SRB Effort

·  Annual Constellation Provisioning Threshold:

·  FY 07 $0

Exhibit F-C, Flight Operations Development

·  Authority: SOW Paragraph 1.10, Constellation Bridge Support

·  Cognizant TMR for Flight Operations Development

·  Annual Constellation Provisioning Threshold:

·  FY 07 $1,000,000*

The Contractor shall perform Constellation provisioning changes in FY07 that are not specifically identifiable at the beginning of the fiscal year that are individually estimated to cost less than $1M at price. Examples include: concept development and trade analyses for flight operations trajectory planning, mission planning, development, integration and execution, not elsewhere identified in CPTL.

*The initial value of the pool is set is set at $8.4M at USA price. In the event the value of the work authorized by the end of Government fiscal year 2007 is greater or less than that amount by more than $1M, an adjustment in contract value will be made. This adjustment shall not include any added/deleted fee for the bandwidth itself; for amounts beyond the bandwidth, an adjustment shall be made in both cost and fee. The pool value will not include any value for the continuation of tasks started before FY 07, and the value of any authorized work for purposes of determining a contract value adjustment will be determined by the value shown on the authorizing document at the time of issuance.

Exhibit G-C, RESERVED

Exhibit H-C, Space Shuttle Strategic Sustainment

·  Authority: SOW Paragraph 1.10, Constellation Bridge Support

·  Cognizant COTR

·  Annual Constellation Provisioning Threshold:

·  FY 07 $0

Exhibit I-C, RESERVED

V. Except as further stated herein, this modification constitutes full and complete equitable adjustment for the effort set forth in Change Partnering Agreement (CPA) 06USA0161, 06USA0194 and 06USA0224. In consideration of this agreed to modification, the contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to such facts or circumstances giving rise to the effort set forth herein. The parties agree that the fee rate negotiated for this modification is 9%, which does not reflect a final negotiated fee rate. In the event the parties subsequently negotiate a different fee rate, the amount of fee for this modification will be adjusted either upwards or downwards. Any such adjustment will be based upon the cost negotiated for this modification.