EX-10.3: CONTRACT NO. N000014-02-C-0053

EX-10.3 6 y25790exv10w3.txt EX-10.3: CONTRACT NO. N000014-02-C-0053 . . . Exhibit 10.3 Confidential Materials omitted and filed separately with the Securities and Exchange Commission. Asterisks denote omissions. - ------------------------------------------------------------------------------------------------------------------------------------ AWARD/CONTRACT 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 350) RATING PAGE OF PAGES DO 1 17 - ------------------------------------------------------------------------------------------------------------------------------------ 2. CONTRACT (Proc. Inst. Ident.) NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQUEST/PROJECT NO. [see block 20c.] 02PR02408-00 - ------------------------------------------------------------------------------------------------------------------------------------ 6. ISSUED BY CODE N00014 7. ADMINISTERED BY (If other than Item 5) CODE S3915A OFFICE OF NAVAL RESEARCH DCM PHILADELPHIA ONR 254, Cheryl De Lisle ###-###-#### PO BOX 11427 BALLSTON TOWER ONE 700 ROBBINS AVENUE, DLDG 4A 800 NORTH QUINCY STREET PHILADELPHIA, PA 19111-0427 ARLINGTON, VA ###-###-#### - ------------------------------------------------------------------------------------------------------------------------------------ 7. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) 8. DELIVERY OCEAN POWER TECHNOLOGIES INC. SEE SECTION F OF SCHEDULE 1590 REED ROAD [ ] FOB ORIGIN [ ] OTHER (See below) PENNINGTON, NJ 08534 ------------------------------------------------- 9. DISCOUNT FOR PROMPT PAYMENT N.A. ------------------------------------------------- 10. SUBMIT INVOICES (4 copies ITEM - -------------------------------------------------------------------------------- unless otherwise specified) TO THE CODE 04EP7 FACILITY CODE ADDRESS SHOWN IN (see Section G) - ------------------------------------------------------------------------------------------------------------------------------------ 11. SHIP TO/MARK FOR CODE N00014 12. PAYMENT WILL BE MADE BY CODE SC1018 OFFICE OF NAVAL RESEARCH DFAS Columbus Center/CO Dominion Division ONR 334, PAULA FURMAN ###-###-#### PO Box 182041 800 NORTH QUINCY ST., BCT 1 Columbus, OH ###-###-#### ARLINGTON, VA 22217 - ------------------------------------------------------------------------------------------------------------------------------------ 13. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION 14. ACCOUNTING AND APPROPRIATION DATA [ ] 10 U.S.C. 2304(c) ( ) [ ] 41 U.S.C. 253(c) ( ) See Attached Financial Accounting Data Sheet(s) - ------------------------------------------------------------------------------------------------------------------------------------ 15A. ITEM NO. 15B. SUPPLIES/SERVICES 15C. QUANTITY 15D. UNIT 15E. UNIT PRICE 15F. AMOUNT SEE SECTION B OF SCHEDULE - ------------------------------------------------------------------------------------------------------------------------------------ 15. G TOTAL AMOUNT OF CONTRACT $ SEE SECTION B OF SCHEDULE - ------------------------------------------------------------------------------------------------------------------------------------ 16. TABLE OF CONTENTS - ------------------------------------------------------------------------------------------------------------------------------------ ([X]) SEC. DESCRIPTION PAGE(S) ([X]) SEC. DESCRIPTION PAGE(S) - ----- ---- ------------------------------------- ------- ----- ---- ------------------------------------------ ------- PART I - THE SCHEDULE PART II - CONTRACT CLAUSES [X] A SOLICITATION/CONTRACT FORM 1 [X] I CONTRACT CLAUSES 7 [X] B SUPPLIES OR SERVICES AND PRICES/COSTS 2 PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH. [X] C DESCRIPTION/SPECS./WORK STATEMENT 2 [X] J LIST OF ATTACHMENTS 4 [X] D PACKAGING AND MARKING 2 PART IV - REPRESENTATIONS AND INSTRUCTIONS [X] E INSPECTION AND ACCEPTANCE 2 [X] K REPRESENTATIONS, CERTIFICATIONS AND OTHER 17 STATEMENTS OF OFFERORS [X] F DELIVERIES OR PERFORMANCE 3 L INSTRS., CONDS., AND NOTICES TO OFFERORS Deleted [X] G CONTRACT ADMINISTRATION DATA 3 M EVALUATION FACTORS FOR AWARD Deleted [X] H SPECIAL CONTRACT REQUIREMENTS 5
Contract Number: N00014-02-C-0053 1 CONTRACTING OFFICER WILL COMPLETE ITEM 17 OR 18 AS APPLICABLE - ------------------------------------------------------------------------------------------------------------------------------------ 17. [X] CONTRACTOR'S NEGOTIATED AGREEMENT (Contractor is 18. [X] AWARD (Contractor is not required to sign this document.) required to sign this document Your offer on Solicitation. and return 2 copies to issuing office.) Contractor agrees to ----------------------------------------------------------------- furnish and deliver all items or perform all the services set Number ________, including the additions or changes made by you forth or otherwise identified above and on any continuation which additions or changes are set forth in full above, is hereby sheets for the consideration stated herein. The rights and accepted as to the items listed above and on any continuation obligations of the parties to this contract shall be subject to sheets. This award consummates the contract which consists of the and governed by the following documents: (a) this following documents: (a) the Government's solicitation and your award/contract, (b) the solicitation, if any, and (c) such offer, and (b) this award/contract. No further contractual provisions, representations, certifications, and specifications, document is necessary. as are attached or incorporated by reference herein. (Attachments are listed herein.) - ------------------------------------------------------------------------------------------------------------------------------------ 19A. NAME AND TITLE OF SIGNER (Type or print) 20A. NAME OF CONTRACTING OFFICER /s/ Charles F. Dunleavy, CFO - ------------------------------------- - ------------------------------------------------------------------------------------------------------------------------------------ 19B. NAME OF CONTRACTOR 19C. DATE SIGNED 20B. UNITED STATES OF AMERICA 20C. DATE SIGNED Ocean Power Technologies, Inc. 2/8/2002 2/11/02 By: /s/ Charles F. Dunleavy By: /s/ illegible -------------------------- ---------------------------------- (Signature of person (Signature of Contracting Officer) authorized to sign) - ------------------------------------------------------------------------------------------------------------------------------------ NSN 7540-01-152-8069 STANDARD FORM 26 (Rev. 4-85) PREVIOUS EDITION UNUSABLE Prescribed by GSA NAVONR OVERPRINT (4-85) FAR (48 CFR) 53.214(a)
Contract Number: N00014-02-C-0053 2 SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS
ESTIMATED FIXED TOTAL ESTIMATED ITEM NO. SUPPLIES/SERVICES COST FEE COST & FIXED FEE - -------- ----------------- --------- ----- ---------------- 0001 The Contractor shall furnish the necessary $[**] $[**] $2,399,893.00 personnel and facilities to conduct fee research effort as described in Section C. 0002 Reports and Data in accordance with Exhibit [**] A (DD Form 1423) 0003 Option 1, Wave Tank Test 2; Validate $[**] [**] $ [**] Numerical Models 0004 Option 2, On-Going Ocean Test-Continue $[**] [**] $ [**] Monitoring 0005 Option 3, Complete System Removal $[**] [**] $ [**] ---- ---- ------------- TOTAL ESTIMATED CONTRACT CONSIDERATION: $[**] $[**] $2,399,893.00 ==== ==== =============
SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT 1. The Contractor shall conduct research in accordance with the proposal described below which was submitted by the Contractor in response to the Department of Defense Program Solicitation Number, Phase III Small Business Innovation (SBIR) Program. Topic Number: N95-074 Title Proposed by Firm: Ocean Power Technology Date: 19 Oct 01 2. The Statement of Work is provided as attachment 1. SECTION D - PACKAGING AND MARKING Preservation, packaging, packing and marking of all deliverable contract line items shall conform to normal commercial packing standards to assure safe delivery at destination. Contract Number: N00014-02-C-0053 3 SECTION E - INSPECTION AND ACCEPTANCE Inspection and acceptance of the final delivery under this contract will be accomplished by the Program Officer designated in Section F of this contract, who shall have at least thirty (30) days after contractual delivery for acceptance. SECTION F - DELIVERIES OR PERFORMANCE 1. The research effort performed under this contract shall be conducted during the period from the effective date of award through 27 months thereafter. A final report will be prepared, submitted, reproduced and distributed by sixty days thereafter unless the contract is extended, in which case, the final report will be prepared in accordance with the terms of such extension. a. Item No. 0002 of Section B (Reports and Data) shall be delivered within the time periods stated in Exhibit A, F.O.B. Destination. 2. Distribution, consignment and marking instructions for all contract line items shall be in accordance with Attachment Number 1 and the following: Program Officer Office of Naval Research Ballston Tower One 800 North Quincy Street Arlington, Virginia ###-###-#### Attn: Paula Furman, Code 334, Telephone ###-###-#### Ref: Contract N00014-02-C-0053 SECTION G - CONTRACT ADMINISTRATION DATA 1. NAPS ###-###-#### SUBMISSION OF INVOICES (COST REIMBURSEMENT, TIME-AND-MATERIALS, LABOR-HOUR, OR FIXED PRICE INCENTIVE) (JUL 1992) (a) "Invoice" as used in this clause includes contractor requests for interim payments using public vouchers (SF 1034) but does not include contractor requests for progress payments under fixed price incentive contracts. (b) The Contractor shall submit invoices and any necessary supporting documentation, in an original and 4 copies, to the contract auditor* at the following address: Audit Agency Name: Defense Contract Audit Agency Address: Southern New Jersey Branch Office 10 Melrose Avenue, Suite 200 Cherry Hill, NJ Contract Number: N00014-02-C-0053 4 Telephone: (609) 520-8850 unless delivery orders are applicable, in which case invoices will be segregated by individual order and submitted to the address specified in the order. In addition, an information copy shall be submitted to the Program Officer identified in Section F.2a of this contract. Following verification, the contract auditor* will forward the invoice to the designated payment office for payment in the amount determined to be owing, in accordance with the applicable payment (and fee) clause(s) of this contract. (c) Invoices requesting interim payments shall be submitted no more than once every two weeks, unless another time period is specified in the Payments clause of this contract. For indefinite delivery type contracts, interim payment invoices shall be submitted no more than once every two weeks for each delivery order. There shall be a lapse of no more than 30 calendar days between performance and submission of an interim payment invoice. (d) In addition to the information identified in the Prompt Payment clause herein, each invoice shall contain the following information, as applicable: (1) Contract line item number (CLIN) (2) Subline item number (SLIN) (3) Accounting Classification Reference Number (ACRN) (4) Payment terms (5) Procuring activity (6) Date supplies provided or services performed (7) Costs incurred and allowable under the contract (8) Vessel (e.g., ship, submarine or other craft) or system for which supply/service is provided. (e) A DD Form 250, "Material Inspection and Receiving Report", [ ] is required with each invoice submittal. [X] is required only with the final Invoice. [ ] is not required. (f) A Certificate of Performance [X] shall be provided with each invoice submittal. [ ] is not required (g) The Contractor's final invoice shall be identified as such, and shall list all other invoices (if any) previously tendered under this contract. (h) Costs of performance shall be segregated, accumulated and invoiced to the appropriate ACRN categories to the extent possible. When such segregation of costs by ACRN is not possible for invoices submitted with CLINS/SLINS with more than one ACRN, an allocation ratio shall be established in the same ratio as the obligations cited in the accounting data so that costs are allocated on a proportional basis. Contract Number: N00014-02-C-0053 5 "[X]" In contracts with the Canadian Commercial Corporation, substitute "Administrative Contracting Officer" for "contract auditor". "[X]" Check appropriate requirements. 2. Submission of Invoices Direct to Payment Office a. Pursuant to DFARS 242.803(b)I)(C), if the cognizant Government auditor has notified the contractor of its authorization to do so, the contractor may submit interim vouchers under this contract direct to the payment office shown in Block 12 of SF-26 instead of to the address shown in subparagraph (b) of section G.1 above. b. Such authorization does not extend to the first and final vouchers. The contractor shall continue to submit first vouchers to the cognizant auditor shown in subparagraph (b) of section G.1. above. The final voucher shall be submitted to the Administrative Contracting Officer (SF-26 block 6) with a copy to the cognizant auditor. 3. Method of Payment As consideration for the proper performance of the work and services required under this contract, the Contractor shall be paid as follows: a. Costs, as provided for under the contract clause entitled "Allowable Cost and Payment," not to exceed the amount set forth as "Estimated Cost" in Section B, subject to the contract clause entitled "Limitation of Cost" or "Limitation of Funds" whichever is applicable. b. A fixed fee in the amount set forth as "Fixed Fee" in Section B, in accordance with the contract clause entitled "Fixed Fee", which shall be paid upon completion of the work and services required under this contract and upon final acceptance by the Contracting Officer; however, the Contractor may bill on each voucher the amount of the fee bearing the same percentage to the total fixed fee as the amount of cost billed bears to the total estimated cost. 4. Procuring Office Representatives a. In order to expedite administration of this contract, the Administrative Contracting Officer should direct inquiries to the appropriate office listed below. Please do not direct routine inquiries to the person listed in Item 20A on Standard Form 26. Contract Negotiator - Ms. Cheryl J. De Lisle, ONR 254, (703) 696-2571 -, DSN ###-###-####, E-mail Address: ***@*** Inspection and Acceptance - Ms. Paula Furman,, ONR334, (703) 588-1077-, DSN ###-###-####, E-mail Address: ***@*** Security Matters - Ms. Jennifer Ramsey, ONR 43, (703) 696-4618, DSN ###-###-#### Patent Matters - Mr. Tom McDonnell, ONR 00CC, (703) 696-4000, DSN ###-###-####. b. The Administrative Contracting Officer will forward invention disclosures and reports directly to Corporate Counsel (Code 00CC), Office of Naval Research, Department of the Navy, Contract Number: N00014-02-C-0053 6 Arlington, Virginia ###-###-####. The Corporate Counsel will return the reports along with a recommendation to the Administrative Contracting Officer. The Corporate Counsel will represent the Contracting Officer with regard to invention reporting matters arising under this contract. 5. Type of Contract This is a cost-plus-fixed-fee completion contract. SECTION H - SPECIAL CONTRACT REQUIREMENTS 1. ONR ###-###-#### REPORT PREPARATION (DEC 1988) Scientific or technical reports prepared by the Contractor and deliverable under the terms of this contract will be prepared in accordance with format requirements contained in ANSI Z39.18, Scientific and Technical Reports: Organization, Preparation and Production. [NOTE: ANSI Z39.18 may be obtained from NISO Press Fulfillment Center, P.O. Box 451, Annapolis Junction, MD 20701-0451. Telephone Toll-Free: 1 ###-###-####, access via the web: www.niso.org] 2. INVENTION DISCLOSURES AND REPORTS The Contractor shall submit all invention disclosures and reports required by the Patent Rights clause of this contract to the Administrative Contracting Officer. 3. ONR ###-###-#### METRICATION REQUIREMENTS (DEC 1988) (a) All scientific and technical reports delivered pursuant to the terms of this contract shall identify units of measurement in accordance with the International System of Units (SI) commonly referred to as the "Metric System". Conversion to U.S. customary units may also be given where additional clarity is deemed necessary. Guidance for application of the metric system is contained in the American Society of Testing Materials document entitled "Standard Practice for Use of the International System of Units (The Modernized Metric System)" (ASTM Designation E380-89A). (b) This provision also applies to journal article preprints, reprints, commercially published books or chapters of books, theses or dissertations submitted in lieu of a scientific and/or technical report. 4. ONR ###-###-#### TECHNICAL DIRECTION (DEC 1988) (a) Performance of the work hereunder is subject to the technical direction of the Program Officer/COTR designated in this contract, or duly authorized representative. For the purposes of this clause, technical direction includes the following: (1) Direction to the Contractor which shifts work emphasis between work areas or tasks, requires pursuit of certain lines of inquiry, fills in details or otherwise serves to accomplish the objectives described in the statement of work; Contract Number: N00014-02-C-0053 7 (2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications or technical portions of the work description. (b) Technical direction must be within the general scope of work stated in the contract. Technical direction may not be used to: (1) Assign additional work under the contract; (2) Direct a change as defined in the contract clause entitled "Changes"; (3) Increase or decrease the estimated contract cost, the fixed fee, or the time required for contract performance; (4) Change any of the terms, conditions or specifications of the contract. (c) The only individual authorized to in any way amend or modify any of the terms of this contract shall be the Contracting Officer. When, in the opinion of the Contractor, any technical direction calls for effort outside the scope of the contract or inconsistent with this special provision, the Contractor shall notify the Contracting Officer in writing within ten working days after its receipt. The Contractor shall not proceed with the work affected by the technical direction until the Contractor is notified by the Contracting Officer that the technical direction is within the scope of the contract. (d) Nothing in the foregoing paragraphs may be construed to excuse the Contractor from performing that portion of the work statement which is not affected by the disputed technical direction. 5. ONR ###-###-#### KEY PERSONNEL (DEC 88) (a) The Contractor agrees to assign to the contract tasks those persons whose resumes were submitted with its proposal and who are necessary to fulfill the requirements of the contract as "key personnel". No substitutions may be made except in accordance with this clause. (b) The Contractor understands that during the first ninety (90) days of the contract performance period, no personnel substitutions will be permitted unless these substitutions are unavoidable because of the incumbent's sudden illness, death or termination of employment. In any of these events, the Contractor shall promptly notify the Contracting Officer and provide the information described in paragraph (c) below. After the initial ninety (90) day period the Contractor must submit to the Contracting Officer all proposed substitutions, in writing, at least days in advance ( days if security clearance must be obtained) of any proposed substitution and provide the information required by paragraph (c) below. (c) Any request for substitution must include a detailed explanation of the circumstances necessitating the proposed substitution, a resume for the proposed substitute, and any other information requested by the Contracting Officer. Any proposed substitute must have qualifications equal to or superior to the qualifications of the incumbent. The Contracting Officer or his/her authorized representative will evaluate such requests and promptly notify the Contractor in writing of his/her approval or disapproval thereof. (d) In the event that any of the identified key personnel cease to perform under the contract and the substitute is disapproved, the contract may be immediately terminated in accordance with the Termination clause of the contract. Introduction: Section I Contract Number: N00014-02-C-0053 8 Attention: Prime Contractors. If a subaward is made to an educational institution, Prime Contractors are directed to please refer to the ONR Model Award for appropriate flow-down clauses to universities. See http://www.onr.navy.mil, click Contracts & Grants Icon. Click Model Awards Link. Click Section I clauses that flow-down to University subcontractors. SECTION I - CONTRACT CLAUSES Cost Plus Fixed Fee Research and Development (SBIR) (DEC 2001) (1) * Applies when contract action exceeds $10,000 ** Applies when contract action exceeds $100,000 + Applies when contract action exceeds $500,000 ++ Applies when contract action exceeds $500,000 and subcontracting possibilities exist. Small Business Exempt. x (DD 250) (A) FAR 52.252-02 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http ://www. arnet. gov/far/ http://web1.deskbook.osd.mil/htmlfiles/DBY_far.asp http://web2.deskbook.osd.mil/htmlfiles/DBY_dfars.asp http://farsite.hill.af.mil/farsite_script-html I. FEDERAL ACQUISITION REGULATION (FAR) (48 CFR CHAPTER 1) CLAUSES: ** FAR 52.202-1 Definitions (DEC 2001) ** FAR 52.203-3 Gratuities (APR 1984) ** FAR 52.203-5 Covenant Against Contingent Fees (APR 1984) ** FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995) ** FAR 52.203-7 Anti-Kickback Procedures (JUL 1995) ** FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (JAN 1997) ** FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (JAN 1997) ** FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (JUN 1997) ** FAR 52.204-4 Printing/Copying Double-Sided on Recycled Paper (AUG 2000) FAR 52.211-15 Defense Priority and Allocation Requirements (SEP 1990) ** FAR 52.215-2 Audit and Records - Negotiation (JUN 1999) and Alternate II (APR 1998) (Alternate II is only applicable with cost reimbursement contracts with State and local Governments, educational institutions, and other non-profit organizations.) FAR 52.215-8 Order of Precedence - Uniform Contract Format (OCT 1997) + FAR 52.215-10 Price Reduction for the Defective Cost or Pricing Data (OCT 1997) (The clause is applicable to subcontracts over $550,000.)
Contract Number: N00014-02-C-0053 9 + FAR 52.215-12 Subcontractor Cost or Pricing Data (OCT 1997) (Applicable to subcontracts over $550,000 only) ** FAR 52.215-14 Integrity of Unit Prices (OCT 1997) and Alternate I (OCT 1997) (Alternate I is applicable if the action is contracted under Other Than Full and Open Competition) + FAR 52.215-15 Pension Adjustments and Asset Reversions (DEC 1998) + FAR 52.215-18 Reversion or Adjustment of Plans for Postretirement Benefits (PRB) Other than Pensions (OCT 1997) + FAR 52.215-19 Notification of Ownership Changes (OCT 1997) (Applicable when Cost or Pricing Data is required) FAR 52.216-7 Allowable Cost and Payment (MAR 2000) FAR 52.216-8 Fixed Fee (MAR 1997) ** FAR 52.219-4 Notice of Price Evaluation Preference for HUBzone Small Business Concerns (JAN 1999) ** FAR 52.219-8 Utilization of Small Business Concerns (OCT 2000) ++ FAR 52.219-9 Small Business Subcontracting Plan (OCT 2001) ++ FAR 52.219-16 Liquidated Damages - Subcontracting Plan (JAN 1999) FAR 52.222-1 Notice to the Government of Labor Disputes (FEB 1997) ** FAR 52.222-2 Payment for Overtime Premiums (JUL 1990) (Note: The word "zero" is inserted in the blank space indicated by an asterisk) FAR 52.222-3 Convict Labor (AUG 1996) (Reserved when FAR 52.222-20 Walsh Healy Public Contracts Act is applicable) ** FAR 52.222-4 Contract Work Hours and Safety Standards Act - Overtime Compensation (SEP 2000) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (FEB 1999) * FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001 1998) * FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) * FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) ** FAR 52.223-14 Toxic Chemical Release Reporting (OCT 2000) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUL 2000) ** FAR 52.227-1 Authorization and Consent (JUL 1995) ** FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996) FAR 52.228-7 Insurance Liability to Third Persons (MAR 1996) (Further to paragraph (a)(3), unless otherwise stated in this contract, types and limits of insurance required are as stated in FAR 28.307-2) FAR 52.232-9 Limitation on Withholding of Payments (APR 1984) ** FAR 52.232-17 Interest (JUN 1996) FAR 52.232-23 Assignment of Claims (JAN 1986) and Alternate I (APR 1984) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (MAY 1999) FAR 52.233-1 Disputes (DEC 1998) FAR 52.233-3 Protest After Award (AUG 1996) and Alternate I (JUN 1985) FAR 52.242-1 Notice of Intent to Disallow Costs (APR 1984)
Contract Number: N00014-02-C-0053 10 + FAR 52.242-3 Penalties for Unallowable Costs (MAY 2001) FAR 52.242-4 Certification of Final Indirect Costs (JAN 1997) ** FAR 52.242-13 Bankruptcy (JUL 1995) FAR 52.242-15 Stop Work Order (AUG 1989) and Alternate I (APR 1984) FAR 52.244-2 Subcontracts (AUG 1998) and Alternate I (AUG 1998) [INSERT IN COST-REIMBURSEMENT CONTRACTS, AND LETTER, TIME-AND-MATERIAL, AND LABOR-HOUR CONTRACTS EXCEEDING SAP, AND FIXED PRICE CONTRACTS EXCEEDING SAP WHERE UNPRICED ACTIONS ARE ANTICIPATED. USE ALTERNATE I FOR COST-REMBURSEMENT CONTRACTS] ** FAR 52.244-5 Competition in Subcontracting (DEC 1996) FAR 52.244-6 Subcontracts for Commercial Items and Commercial Components (DEC 2001) FAR 52.245-5 Government Property (Cost-Reimbursement, Time-and-Materials, or Labor-Hour Contracts) (JAN 1986) and ALT I (JUL 1985) (As modified by DoD Class Deviation 99-00008 dated 13 July 1999) (ALT I is applicable if the contractor is a nonprofit organization whose primary purpose is the conduct of scientific research) ** FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels (JUN 2000) FAR 52.249-6 Termination (Cost-Reimbursement) (SEP 1996) FAR 52.249-14 Excusable Delays (APR 1984) FAR 52.251-1 Government Supply Sources (APR 1984) FAR 52.253-1 Computer Generated Forms (JAN 1991)
II. DEPARTMENT OF DEFENSE FAR SUPPLEMENTAL (DFARS) (48 CFR CHAPTER 2) CLAUSES: ** DFARS ###-###-#### Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies (MAR 1999) DFARS ###-###-#### Control of Government Work Product (APR 1992) DFARS ###-###-#### Required Central Contractor Registration (NOV 2001) ** DFARS ###-###-#### Acquisition from Subcontractors subject to On-Site Inspection under the Intermediate Range Nuclear Forces (INF) Treaty (NOV 1995) ** DFARS ###-###-#### Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (MAR 1998) + DFARS ###-###-#### Pricing Adjustments (DEC 1991) ++ DFARS ###-###-#### Small, Small Disadvantaged and Women-owned Small Business Subcontracting Plan (DoD Contracts) (APR 1996) ** DFARS ###-###-#### Preference for Certain Domestic Commodities (AUG 2000) DFARS ###-###-#### Secondary Arab Boycott of Israel (JUN 1992) DFARS ###-###-#### Rights in Bid or Proposal Information (JUN 1995)
Contract Number: N00014-02-C-0053 11 DFARS ###-###-#### Validation of Asserted Restrictions - Computer Software (JUN 1995) DFARS ###-###-#### Limitations on the Use or Disclosure of Government-Furnished Information Marked with Restrictive Legends (JUN 1995) DFARS ###-###-#### Technical Data or Computer Software Previously Delivered to the Government (JUN 1995) DFARS ###-###-#### Technical Data - Withholding of Payment (MAR 2000) DFARS ###-###-#### Declaration of Technical Data Conformity (JAN 1997) DFARS ###-###-#### Validation of Restrictive Markings on Technical Data (SEP 1999) DFARS ###-###-#### Supplemental Cost Principles (DEC 1991) DFARS ###-###-#### Post-Award Conference (DEC 1991) ** DFARS ###-###-#### Requests for Equitable Adjustment (MAR 1998) DFARS ###-###-#### Reports of Government Property (MAY 1994) DFARS ###-###-#### Material Inspection and Receiving Report (DEC 1991) DFARS ###-###-#### Ordering from Government Supply Sources (MAY 1995) ** DFARS ###-###-#### Transportation of Supplies by Sea (MAR 2000) ** DFARS ###-###-#### Notification Of Transportation Of Supplies By Sea (MAR 2000) (Applicable when the Contractor has made a negative response to the inquiry in the representation at DFARS ###-###-####.) DFARS ###-###-#### Ordering from Government Supply Sources (MAY 1995)
(B) ADDITIONAL FAR AND DFARS CLAUSES This contract incorporates one or more clauses by reference as indicated by the mark of (X), with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far/ FAR 52.204-2 Security Requirements (AUG 1996) (Applicable if contract will generate or require access to classified information and DD Form 254, Contract Security Classification Specification, is issued to the contractor) X FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUL 1995) (Applicable to contracts exceeding $25,000 in value.) X FAR 52.215-17 Waiver of Facilities Capital Cost of Money (OCT 1997) (Applicable if the Contractor did not propose facilities capital cost of money in the offer) X FAR 52.215-20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (OCT 1997) (Applicable if cost or pricing data or information other than cost or pricing data are required) FAR 52.215-21 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data - Modifications (OCT 1997) (Applicable if cost or pricing data or information other than cost or pricing data will be required for modifications) X FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (In
Contract Number: N00014-02-C-0053 12 paragraph (a), insert "any time before the contract expires", and in paragraph (c), insert "27 months") FAR 52.219-3 Notice of Total HUBZone Set-Aside (JAN 1999) FAR 52.219-5 Very Small Business Set-Aside (MAR 1999) (For actions between $2,500 and $50,000) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUL 1996), and Alternate I (OCT 1995) (Applicable to total small business set-asides, including SBIR) FAR 52.219-7 Notice of Partial Small Business Set-Aside (JUL 1996) and Alternate I (OCT 1995) FAR 52.219-10 Incentive Subcontracting Program (OCT 2001) (Applicable at the PCO's discretion to contract actions exceeding $500,000 and when subcontracting possibilities exist. The clause is small business exempt) (In paragraph (b), insert the appropriate number between 0 and 10 - "XX") (Complete the space in the parentheses) FAR 52.219-25 Small Disadvantaged Business Participation Program - Disadvantaged Status and Reporting (OCT 1999) (Applicable if contract includes FAR 52.219-24) FAR 52.219-26 Small Disadvantaged Business Participation Program - Incentive Subcontracting Program (OCT 2000) (Applicable at the PCO's discretion to contract actions exceeding $500,000 and when subcontracting possibilities exist. The clause is small business exempt) (In paragraph (b), insert the appropriate number between 0 and 10 - "XX") (Complete the space in the parentheses) FAR 52.222-20 Walsh Healy Public Contracts Act (DEC 1996) (Applicable if the contract includes deliverable materials, supplies, articles or equipment in an amount that exceeds or may exceed $10,000) FAR 52.223-5 Pollution Prevention and Right-to-Know Information (APR 1998) (Applicable if contract provides for performance, in whole or in part, on a Federal facility) X FAR 52.223-6 Drug-Free Workplace (MAY 2001) (Applies when contract action exceeds $100,000 or at any value when the contract is awarded to an individual) X FAR 52.227-20 Rights in Data - SBIR Program (Mar 1994) FAR 52.230-2 Cost Accounting Standards (APR 1998) (Applicable when contract amount is over $500,000, if contractor is subject to full CAS coverage, as set forth in 48 CFR Chapter 99, Subpart 9903.201-2(a) (FAR Appendix B) FAR 52.230-3 Disclosure and Consistency of Cost Accounting Practices (APR 1998) (Applicable when contract amount is over $500,000 but less than $25 million, and the offerer certifies it is eligible for and elects to use modified CAS coverage as set forth in 48 CFR Chapter 99, Subpart 9903.201-2 (FAR Appendix B) FAR 52.230-6 Administration of Cost Accounting Standards (NOV 1999) (Applicable if contract is subject to either clause at FAR 52.230-2 or the clause at FAR 52.230-3 and FAR 52.230-5) X FAR 52.232-20 Limitation of Cost (APR 1984) (Applicable only when contract action is fully funded)
Contract Number: N00014-02-C-0053 13 X FAR 52.232-22 Limitation of Funds (APR 1984) (Applicable only when contract action is incrementally funded) X FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (MAY 1999) FAR 52.239-1 Privacy or Security Safeguards (AUG 1996) (Applicable to contracts for information technology which require security of information technology, and/or are for the design, development, or operation of a system of records using commercial information technology services or support services.) FAR 52.245-18 Special Test Equipment (FEB 1993) Applicable when it is anticipated that the contractor will acquire or fabricate special test equipment but the exact identification of the equipment is not known) DFARS ###-###-#### Display of DoD Hotline Poster (DEC 1991) (Applicable only when contract action exceeds $5 million or when any modification increases contract amount to more than $5 million) DFARS ###-###-#### Disclosure of Information (DEC 1991) (Applies when Contractor will have access to or generate unclassified information that may be sensitive and inappropriate for release to the public) DFARS ###-###-#### Oral Attestation of Security Responsibilities (NOV 2001) (Applicable if FAR 52.204-2, Security Requirements Applies) X DFARS ###-###-#### Provision of Information to Cooperative Agreement Holders (DEC 1991) (Applicable only when contract action exceeds $500,000 or when any modification increases total contract amount to more than $500,000) X DFARS ###-###-#### Cost Estimating System requirements (Oct 1998) (Applicable only to contract actions awarded on the basis of certified cost or pricing data) DFARS ###-###-#### Drug-Free Work Force (SEP 1988) (Applicable (a) if contract involves access to classified information: or (b) when the Contracting Officer determines that the clause is necessary for reasons of national security or for the purpose of protecting the health or safety of performance of the contract. DFARS ###-###-#### Prohibition on Storage and Disposal of Toxic and Hazardous Materials (APR 1993) (Applicable if work requires, may require, or permits contractor performance on a DoD installation) DFARS ###-###-#### Buy American Act and Balance of Payments Program (MAR 1998) (Applicable if the contract includes deliverable supplies) (This clause does not apply if an exception to the Buy American Act or Balance of Payments Program is known or if using the clause at ###-###-####, 252 ###-###-####, or ###-###-####.) DFARS ###-###-#### Qualifying Country Sources as Subcontractors (DEC 1991)
Contract Number: N00014-02-C-0053 14 (Applicable when clause at DFARS ###-###-####, 252 ###-###-####, 252 ###-###-####, or ###-###-#### applies) DFARS ###-###-#### Buy American Act - Trade Agreements - Balance of Payments Program (SEP 2001) (Use instead of FAR 52.225-5, Trade Agreements (Include in contracts valued at $186,000 or more, if the Trade Agreements Act applies (see 25.401 and 25.403) and the agency has determined that the restrictions of the Buy American Act or Balance of Payments Program are not applicable to U.S.- made end products, unless the acquisition is to be awarded and performed outside the United States in support of a contingency operation or a humanitarian or peacekeeping operation and does not exceed the increase simplified acquisition threshold of $200,000.) The clause need not be used where purchase from foreign sources is restricted (see 225.401 (b)(ii)). The clause may be used where the contracting officer anticipates a waiver of the restriction.) DFARS ###-###-#### Supplies to be Accorded Duty-Free Entry (MAR 1998) (Applicable when the contract provides for duty-free entry and includes FAR 52.225-8 - Duty-Free Entry) DFARS ###-###-#### Duty-Free Entry- Qualifying Country Supplies (End Products and Components) (AUG 2000) (Applicable if contract includes deliverable supplies) DFARS ###-###-#### Duty-Free Entry - Additional Provisions (AUG 2000) (Applicable when FAR 52.225-8 - Duty-Free Entry is included in the contract.) DFARS ###-###-#### Restriction On Acquisition Of Ball And Roller Bearings (DEC 2000) (Applicable if contract includes deliverable supplies, unless Contracting Officer knows that items being acquired do not contain ball or roller bearings) X DFARS ###-###-#### Reporting of Contract Performance Outside the United States (JUN 2000) (Applicable only when contract value exceeds $500,000 or when any modification increases contract value to more than $500,000) DFARS ###-###-#### Utilization of Indian Organizations and Indian-Owned Economic Enterprises (SEP 2001) [(Applicable if contract is subject to FAR 52.219-9 Small Business Subcontracting Plan) (This Interim Rule replaces FAR 52.226-1 (JUN 2000) via DFARS Chg Ntc 200110911] X DFARS ###-###-#### Rights in Noncommercial Technical Data and Computer Software - Small Business Innovation Research (SBIR) Program (JUN 1995) (Applicable when technical data or computer software will be generated during performance of contracts under the SBIR Program) DFARS ###-###-#### Material Management and Accounting System (DEC 2000) (Applicable to contract actions exceeding $100,000) (Not
Contract Number: N00014-02-C-0053 15 applicable to contracts set aside for exclusive participation by small business and small disadvantaged business concerns)
D. COST-PLUS-FIXED-FEE-RESEARCH AND DEVELOPMENT CLAUSES The following FAR and DFARS clauses apply to Cost-Plus-Fixed-Fee Research and Development Contracts and are either required by regulation or are required when the circumstances of the contract warrant that they apply: (** - applies to contract actions exceeding $100,000) FAR 52.225-16 Sanctioned European Union Country Services (FEB 2000) ** FAR 52227-1 Authorization and Consent (JUL 1995) and Alternate I (APR 1984) FAR 52.243-2 Changes - Cost Reimbursement (AUG 1987) and Alternate V(APR 1984) FAR 52.246-9 Inspection of Research and Development (Short Form) (APR 1984) FAR 52.246-23 Limitation of Liability (FEB 1997) DFARS ###-###-#### Animal Welfare (DEC 1991) DFARS ###-###-#### Final Scientific or Technical Report (SEP 1999)
The following FAR and DFARS clauses for Cost-Plus-Fixed-Fee Research and Development Contracts only apply when specifically marked with a check (x): FAR 52.227-10 Filing of Patent Applications - Classified Subject Matter (APR 1984) (Applicable if contract is subject to FAR clause 52.204-02 and either 52.227-11 or 52.227-12) X FAR 52.227-11 Patent Rights - Retention by the Contractor (Short Form) (JUN 1997) (Applicable if contractor is a small business or non profit organization) OR FAR 52.227-12 Patent Rights - Retention by the Contractor (Long Form) (JAN 1997) (Applicable if contractor is a large business) X DFARS ###-###-#### Patents - Subcontracts (APR 1984) (Applicable when FAR 52.227-11 applies) X DFARS ###-###-#### Patents - Reporting of Subject Inventions (APR 1990) (Applied when FAR 52.227-11 applies)
SECTION J - LIST OF ATTACHMENTS 1. EXHIBIT A, entitled "Contract Data Requirements List" (DD Form 1423) - 13 pages with Enclosure Number 1, entitled "Contract Data Requirements List - Instructions for Distribution." 2. Attachment Number 1, entitled, "Statement of Work," 6 pages. 3. Attachment Number 2, entitled "Financial Accounting Data Sheet." Contract Number: N00014-02-C-0053 16 SECTION K - REPRESENTATION, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS 1. The Contractor's Representations and Certifications, dated 2001-06-07 are hereby incorporated into this contract by reference. Contract Number: N00014-02-C-0053 17 CONTRACT DATA REQUIREMENTS LIST INSTRUCTIONS FOR DISTRIBUTION DISTRIBUTION OF TECHNICAL REPORTS AND FINAL REPORT
NUMBER OF COPIES ----------------------------- UNCLASSIFIED/ DODAAD UNCLASSIFIED/ LIMITED AND ADDRESSEE CODE UNLIMITED CLASSIFIED --------- ------ ------------- ------------- Program Officer E-mail: ***@*** N00014 1 1 Administrative Contracting Officer* S3915A 1 1 SBIR Program Coordinator N00014 1 1 ATTN: Doug Harry Office of Naval Research 800 North Quincy Street Arlington, VA ###-###-#### Director, Naval Research Laboratory ATTN: Code 5227 N00173 1 1 Washington, D. C. 20375-5326 Defense Technical Information Center S47031 2 2 8725 John J. Kingman Road STE 0944 Ft. Belvoir, VA 22060-6218 ATTN: Pat Mawby E-mail: ***@***
Enclosure Number 1 Contract Number: N00014-02-C-0053 18 - ------------------------------------------------------------------------------------------------------------------------------------ REPORT DOCUMENTATION PAGE FORM APPROVED OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 1 hour per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing the reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Washington Headquarters Services, Directorate for Information Operations and Reports, 1214 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget. Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ 1. AGENCY USE ONLY 2. REPORT DATE 3. REPORT TYPE AND DATES COVERED (Leave Blank) - ------------------------------------------------------------------------------------------------------------------------------------ 4. TITLE AND SUBTITLE 5. FUNDING NUMBERS - ------------------------------------------------------------------------------------------------------------------------------------ 6. AUTHOR(S) - ------------------------------------------------------------------------------------------------------------------------------------ 7. PERFORMING ORGANIZATION NAME(S) AND ADDRESS(ES) 8. PERFORMING ORGANIZATION REPORT NUMBER - ------------------------------------------------------------------------------------------------------------------------------------ 9. SPONSORING/MONITORING ABENCY NAME(S) AND ADDRESS(ES) 10. SPONSORING / MONITORING ABENCY REPORT NUMBER - ------------------------------------------------------------------------------------------------------------------------------------ 11. SUPPLEMENTARY NOTES - ------------------------------------------------------------------------------------------------------------------------------------ 12A. DISTRIBUTION / AVAILABILITY STATEMENT 12B. DISTRIBUTION CODE Distribution authorized to U.S. Government Agencies only; report contains proprietary data produced under SBIR (or STTR) contract (whichever applies). Other requests shall be referred to the performing organization in Block 7 of this form. - ------------------------------------------------------------------------------------------------------------------------------------ 13. ABSTRACT (MAXIMUM 200 WORDS) - ------------------------------------------------------------------------------------------------------------------------------------ 14. SUBJECT TERMS 15. NUMBER OF PAGES - ------------------------------------------------------------------------------------------------------------------------------------ 16. PRICE CODE - ------------------------------------------------------------------------------------------------------------------------------------ 17. SECURITY CLASSIFICATION OF 18. SECURITY CLASSIFICATION OF 19. SECURITY CLASSIFICATION OF 20. LIMITATION OF ABSTRACT REPORT THIS PAGE ABSTRACT - ------------------------------------------------------------------------------------------------------------------------------------
NSN 7540 ###-###-#### Standard Form 298 (Rev 2-89) Prescribed By ANSI std. Z39-18 298-102 Enclosure Number 1 - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this ________ or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: N00014-02-C-0053 A TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A001 Progress Report Administrative Progress Report - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE Contractor Format SOW Task 5 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION LT REQUIRED MTHLY 28 DAC. See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final 15th of each month. See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT The first Administrative Progress Report shall be delivered 28 days after award of the contract. Subsequent monthly submittals shall be delivered on the 15th of each ONR 334 1 1 month for the previous months activities. The first page shall indicate: NFESC 52 1 1 - the title, ----------------------------------- - the contractor's name and address, 15. TOTAL 0 2 2 - the contract number and CDRL number, =================================== - the date of the report, and the period covered by the report. Progress payment vouchers shall be coordinated with the costs given in these reports. _______ report shall summarize the following information for the previous months reporting period: - Actual versus planned resource - Actual versus planned deliverables, showing due and completion dates. - Resolution of previous problem areas reported on the previous report. - Any technical, schedule, or cost problems encountered or expected. If any problems are reported, then the report shall also include the following information: - Description of problem(s) - Recommend action(s) - Resulting impact on contract (if any) - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 28 Nov. 2001 P. Furman 28 Nov. 2001 - ------------------------------------------------------------------------------------------------------------------------------------
Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ NAVOCNR OVERPRINT (1-91) - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: N00014-02-C-0053 A TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A002 Meeting Agenda - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE Contractor Format SOW Task 5 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION LT REQUIRED ASREQ See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT The Contractor shall prepare and deliver a Draft Meeting Agenda to the Government at least 10 working days prior to each Review Meeting. The agenda shall be prepared in ONR 334 1 1 1 Contractor format and shall indicate each topic proposed for discussion as well as the time allocated for each topic. Government comments will be returned to the NFESC 52 1 1 1 contractor 5 working days prior to the meeting. The contractor shall incorporate the ----------------------------------- government comments and present a Final Agenda at the beginning of each meeting. 15. TOTAL 2 2 2 =================================== - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 28 Nov. 2001 P. Furman 28 Nov. 2001 - ------------------------------------------------------------------------------------------------------------------------------------
Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ NAVOCNR OVERPRINT (1-91) - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: N00014-02-C-0053 A TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A003 Meeting Minutes - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE Contractor Format SOW Task 5 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION LT REQUIRED ASREQ 7 days after meeting ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT Meeting Minutes shall be submitted in Contractor format within 7 days after each Review Meeting. ONR 334 1 1 The first page shall indicate: NFESC 52 1 1 - the title, ----------------------------------- - the contractor's name and address, 15. TOTAL 0 2 2 - the contract number and CDRL number, =================================== - the date of the meeting, and the location. Meeting Minutes shall summarize all topics discussed and shall include resolution of any technical issues. The Minutes shall include an appendix presenting a list of Action Items, person or organization responsible for completing the task as well as the agreed completion date. The Minutes shall include a list of attendees by name, rank or position, activity, and phone number. - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 28 Nov. 2001 P. Furman 28 Nov. 2001 - ------------------------------------------------------------------------------------------------------------------------------------
Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ NAVOCNR OVERPRINT (1-91) - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: N00014-02-C-053 A TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A004 Presentation material - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOW Task 5 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION LT REQUIRED ASREQ See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT The Contractor shall provide a set of all audio/visual material used during each Review Meeting at the conclusion of the presentation. Video presentation material ONR 334 1 1 shall be prepared in NTSC standard and recorded on VHS format videotape. Hard copies of presentation View Graphs shall be prepared on 8 1/2 by 11 inch white bond paper. NFESC 52 1 1 Electronic (reproducible) copies shall be compatible with Microsoft PowerPoint 2000. ----------------------------------- 15. TOTAL 0 2 2 =================================== - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 28 Nov. 2001 P. Furman 28 Nov. 2001 - ------------------------------------------------------------------------------------------------------------------------------------
Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ NAVOCNR OVERPRINT (1-91) - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: N00014-02-C-0053 A TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A005 Technical Report Hydrodynamic Model Upgrade & Validation - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOW Task 2.6.1 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION DD REQUIRED ONE/R 83 DAC - See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final 103 DAC - See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT DD BLK 12: The first submission of the report shall be a draft of the Technical Report. Government comments on the draft report will be returned to the Contractor 14 days prior ONR 334 1 1 1 to the required submission of the Final Technical Report (see BLK 13) BLK 13: The second submission of the Technical Report shall be a final version that NFESC 52 1 1 1 incorporates comments from the Government review of the draft report. ----------------------------------- 15. TOTAL 2 2 2 =================================== The Final Report shall compile all of the design criteria, assumptions, calculations performed, issues, and resolutions addressed during performance of the contract. All calculations shall be presented in a clear and logical order. The calculation sheets shall be fully annotated in such a manner that the government design quality assurance engineers can independently review the assumptions, method and calculations. Each calculation sheet shall include: project title, task title, date, engineer's name, and page number. With each submittal, calculations covering the work performed shall be included. The contractor shall also deliver electronic data file(s) of any simulation model calculations or results. The first page shall indicate: - the title, - the contractor's name and address, - the contract number and CDRL number, - the date of the report, and the period covered by the report. All copies of this Contract Deliverable shall be provided in electronic format. Electronic copies of reports shall be submitted in one of the following formats: (a) Portable Document Format (.pdf), or (b) Microsoft Word, 2000. All embedded figures and tables in these reports must be compatible with MS-Windows95. All electronic files shall be delivered preferably on a medium compatible with a 100MB Iomega(R) zip(TM) drive or CD ROM. Electronic copies of small items, (less than 1 Megabyte), may be delivered by E-mail or on 3.5" floppy discs, as mutually agreed to by the Contractor and the Government. - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 28 Nov. 2001 P. Furman 28 Nov. 2001 - ------------------------------------------------------------------------------------------------------------------------------------
Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ NAVOCNR OVERPRINT (1-91) - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: N00014-02-C-0053 A TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A006 Technical Report Operational Availability Model - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOW Task 2.2 & 2.6.2 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION DD REQUIRED ONE/R 137 DAC - See BLK 16 ------------------------------ b. COPIES ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final 168 DAC - See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT DD BLK 12: The first submission of the report shall be a draft of the Technical Report. Government comments on the draft report will be returned to the Contractor 14 days ONR 334 1 1 1 prior to the required submission of the Final Technical Report (See BLK 13) BLK 13: The second submission of the Technical Report shall be a final version that NFESC 52 1 1 1 incorporates comments from the Government review of the draft report. ----------------------------------- 15. TOTAL 2 2 2 =================================== Technical Report shall compile all of the design criteria, assumptions, calculations performed, issues and resolutions addressed during performance of the contract. All calculations shall be presented in a clear and logical order. The calculation sheets shall be fully annotated in such a manner that government design quality assurance engineers can independently review the assumptions, method and calculations. Each calculation sheet shall include: project title, task title, date, engineer's name, and page number. With each submittal, calculations covering the work performed shall be included. The contractor shall also deliver electronic data file(s) of any simulation model calculations or results. The first page shall indicate: - the title, - the contractor's name and address, - the contract number and CDRL number, - the date of the report, and the period covered by the report. All copes of this Contract Deliverable shall be provided in electronic format. Electronic copies of reports shall be submitted in one of the following formats: (a) Portable Document Format (.pdf), or (b) Microsoft word, 2000. All embedded figures and tables in these reports must be compatible with MS-Windows95. All electronic files shall be delivered preferably on a medium compatible with a 100 MB Iomega(R) zip (TM) drive or CD ROM. Electronic copies of small items (less than 1 Megabyte), may be deliverable by E-mail or on 3.5" floppy discs, as mutually agreed to by the Contractor and the Government. - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 28 Nov. 2001 P. Furman 28 Nov. 2001 - ------------------------------------------------------------------------------------------------------------------------------------
Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ NAVOCNR OVERPRINT (1-91) - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: N00014-02-C-0053 A TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A007 Technical Report Multi-Buoy Simulation Model - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOW Task 2.3 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION DD REQUIRED ONE/R 109 DAC - See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final 144 DAC - See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT DD BLK 12: The first submission of the report shall be a draft of the Technical Report. Government comments on the draft report will be returned to the Contractor 14 days ONR 334 1 1 1 prior to the required submission of the Final Technical Report (see BLK 13) BLK 13: The second submission of the Technical Report shall be a final version that NFESC 52 1 1 1 incorporates comments from the Government review of the draft report. ----------------------------------- 15. TOTAL 2 2 2 =================================== Technical Report shall compile all of the design criteria, assumptions, calculations performed, issues and resolutions addressed during performance of the contract. All calculations shall be presented in a clear and logical order. The calculation sheets shall be fully annotated in such a manner that government design quality assurance engineers can independently review the assumptions, method and calculations. Each calculation sheet shall include: project title, task title, date, engineer's name, and page number. With each submittal, calculations covering the work performed shall be included. The contractor shall also deliver electronic data file(s) of any simulation model calculations or results. The first page shall indicate: - the title, - the contractor's name and address, - the contract number and CDRL number, - the date of the report, and the period covered by the report. All copes of this Contract Deliverable shall be provided in electronic format. Electronic copies of reports shall be submitted in one of the following formats: (a) Portable Document Format (.pdf), or (b) Microsoft word, 2000. All embedded figures and tables in these reports must be compatible with MS-Windows95. All electronic files shall be delivered preferably on a medium compatible with a 100 MB Iomega(R) zip (TM) drive or CD ROM. Electronic copies of small items (less than 1 Megabyte), may be deliverable by E-mail or on 3.5" floppy discs, as mutually agreed to by the Contractor and the Government. - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 28 Nov. 2001 P. Furman 28 Nov. 2001 - ------------------------------------------------------------------------------------------------------------------------------------
Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ NAVOCNR OVERPRINT (1-91) - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: N00014-02-C-0053 A TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A008 Technical Report Ocean Test Requirements - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOW Task 2 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION DD REQUIRED ONE/R 125 DAC - See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final 139 DAC - See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT DD BLK 12: The first submission of the report shall be a draft of the Technical Report. Government comments on the draft report will be returned to the Contractor 7 days prior to ONR 334 1 1 1 the required submission of the Final Technical Report (See BLK 13) BLK 13: The second submission of the Technical Report shall be a final version that NFESC 52 1 1 1 incorporates comments from the Government review of the draft report. ----------------------------------- 15. TOTAL 2 2 2 =================================== Technical Report shall compile all of the design criteria, assumptions, calculations performed, issues and resolutions addressed during performance of the contract. All calculations shall be presented in a clear and logical order. The calculation sheets shall be fully annotated in such a manner that government design quality assurance engineers can independently review the assumptions, method and calculations. Each calculation sheet shall include: project title, task title, date, engineer's name, and page number. With each submittal, calculations covering the work performed shall be included. The contractor shall also deliver electronic data file(s) of any simulation model calculations or results. The first page shall indicate: - the title, - the contractor's name and address, - the contract number and CDRL number, - the date of the report, and the period covered by the report. All copes of this Contract Deliverable shall be provided in electronic format. Electronic copies of reports shall be submitted in one of the following formats: (a) Portable Document Format (.pdf), or (b) Microsoft word, 2000. All embedded figures and tables in these reports must be compatible with MS-Windows95. All electronic files shall be delivered preferably on a medium compatible with a 100 MB Iomega(R) zip (TM) drive or CD ROM. Electronic copies of small items (less than 1 Megabyte), may be deliverable by E-mail or on 3.5" floppy discs, as mutually agreed to by the Contractor and the Government. - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 28 Nov. 2001 P. Furman 28 Nov. 2001 - ------------------------------------------------------------------------------------------------------------------------------------
Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ NAVOCNR OVERPRINT (1-91) - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: N00014-02-C-0053 A TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A009 Technical Report Design Requirements Report - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOW Task 2.7 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION DD REQUIRED ONE/R 125 DAC - See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final 139 DAC - See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT DD BLK 12: The first submission of the report shall be a draft of the Technical Report. Government comments on the draft report will be returned to the Contractor 7 days ONR 334 1 1 1 prior to the required submission of the Final Technical Report (see BLK 13) BLK 13: The second submission of the Technical Report shall be a final version that NFESC 52 1 1 1 incorporates comments from the Government review of the draft report. ----------------------------------- 15. TOTAL 2 2 2 =================================== Technical Report shall compile all of the design criteria, assumptions, calculations performed, issues and resolutions addressed during performance of the contract. All calculations shall be presented in a clear and logical order. The calculation sheets shall be fully annotated in such a manner that government design quality assurance engineers can independently review the assumptions, method and calculations. Each calculation sheet shall include: project title, task title, date, engineer's name, and page number. With each submittal, calculations covering the work performed shall be included. The contractor shall also deliver electronic data file(s) of any simulation model calculations or results. The first page shall indicate: - the title, - the contractor's name and address, - the contract number and CDRL number, - the date of the report, and the period covered by the report. All copes of this Contract Deliverable shall be provided in electronic format. Electronic copies of reports shall be submitted in one of the following formats: (a) Portable Document Format (.pdf), or (b) Microsoft word, 2000. All embedded figures and tables in these reports must be compatible with MS-Windows95. All electronic files shall be delivered preferably on a medium compatible with a 100 MB Iomega(R) zip (TM) drive or CD ROM. Electronic copies of small items (less than 1 Megabyte), may be deliverable by E-mail or on 3.5" floppy discs, as mutually agreed to by the Contractor and the Government. - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 28 Nov. 2001 P. Furman 28 Nov. 2001 - ------------------------------------------------------------------------------------------------------------------------------------
Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ NAVOCNR OVERPRINT (1-91) - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: N00014-02-C-0053 A TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A010 Technical Report Wave Tank Tests - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOW Task 2.5 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION DD REQUIRED ONE/R 111 DAC - See BLK 16 b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final 153 DAC - See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT DD BLK 12: The first submission of the report shall be a draft of the Technical Report. Government comments on the draft report will be returned to the Contractor 14 days prior to ONR 334 1 1 1 the required submission of the Final Technical Report (see BLK 13) BLK 13: The second submission of the Technical Report shall be a final version that NFESC 52 1 1 1 incorporates comments from the Government review of the draft report. ----------------------------------- 15. TOTAL 2 2 2 =================================== Technical Report shall compile all of the design criteria, assumptions, calculations performed, issues and resolutions addressed during performance of the contract. All calculations shall be presented in a clear and logical order. The calculation sheets shall be fully annotated in such a manner that government design quality assurance engineers can independently review the assumptions, method and calculations. Each calculation sheet shall include: project title, task title, date, engineer's name, and page number. With each submittal, calculations covering the work performed shall be included. The contractor shall also deliver electronic data file(s) of any simulation model calculations or results. The first page shall indicate: - the title, - the contractor's name and address, - the contract number and CDRL number, - the date of the report, and the period covered by the report. All copes of this Contract Deliverable shall be provided in electronic format. Electronic copies of reports shall be submitted in one of the following formats: (a) Portable Document Format (.pdf), or (b) Microsoft word, 2000. All embedded figures and tables in these reports must be compatible with MS-Windows95. All electronic files shall be delivered preferably on a medium compatible with a 100 MB Iomega(R) zip (TM) drive or CD ROM. Electronic copies of small items (less than 1 Megabyte), may be deliverable by E-mail or on 3.5" floppy discs, as mutually agreed to by the Contractor and the Government. - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 28 Nov. 2001 P. Furman 28 Nov. 2001 - ------------------------------------------------------------------------------------------------------------------------------------
Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ NAVOCNR OVERPRINT (1-91) - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: N00014-02-C-0053 A TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO.) F. CONTRACTOR Ocean Power Technology Program Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A011 Design Drawings Multi-Buoy Wave Energy Converter Design - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOW Task 2.9 & 2.10 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION DD REQUIRED ONE/R 214 DAC - See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final 241 DAC - See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT DD BLK 12: The first submission of the Design Drawings shall be a draft of the drawings. Government comments on the draft drawings will be returned to the ONR 334 1 1 1 Contractor 14 days prior to the required submission of the Final Design Drawings (see BLK 13) NFESC 52 1 1 1 BLK 13: The second submission of the Design Drawings shall be a final version that ----------------------------------- incorporates comments from the Government review of the draft report. 15. TOTAL 2 2 2 =================================== Final Drawings shall be prepared in sufficient detail and presented in such a form that they could be used by an independent reviewer to support the conclusions and assessment of feasibility presented in the Final Design Report. Drawings and specifications shall be coordinated. The terminology used in specifications and drawings shall be identical. All drawing shall be delivered in electronic form and shall be compatible with either .dxf or .pdf file formats. Electronic files shall be delivered on a medium compatible with a 100 MB Iomega(R) zip (TM) drive or CD ROM. The electronic drawing files shall be scaled such that when printed they produce size F, 28 x 40 inch full size design drawings. - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 28 Nov. 2001 P. Furman 28 Nov. 2001 - ------------------------------------------------------------------------------------------------------------------------------------
Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ NAVOCNR OVERPRINT (1-91) - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: N00014-02-C-0053 A TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A012 Technical Report Installation and Test Plan - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOW Task 3.22.5 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION DD REQUIRED ONE/R 214 DAC - See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final 326 DAC - See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT DD BLK 12: The first submission of the report shall be a draft of the Technical Report. Government comments on the draft report will be returned to the Contractor 14 days ONR 334 1 1 1 prior to the required submission of the Final Technical Report (see BLK 13) BLK 13: The second submission of the Technical Report shall be a final version that NFESC 52 1 1 1 incorporates comments from the Government review of the draft report. ----------------------------------- 15. TOTAL 2 2 2 =================================== Technical Report shall compile all of the design criteria, assumptions, calculations performed, issues and resolutions addressed during performance of the contract. All calculations shall be presented in a clear and logical order. The calculation sheets shall be fully annotated in such a manner that government design quality assurance engineers can independently review the assumptions, method and calculations. Each calculation sheet shall include: project title, task title, date, engineer's name, and page number. With each submittal, calculations covering the work performed shall be included. The contractor shall also deliver electronic data file(s) of any simulation model calculations or results. The first page shall indicate: - the title, - the contractor's name and address, - the contract number and CDRL number, - the date of the report, and the period covered by the report. All copes of this Contract Deliverable shall be provided in electronic format. Electronic copies of reports shall be submitted in one of the following formats: (a) Portable Document Format (.pdf), or (b) Microsoft word, 2000. All embedded figures and tables in these reports must be compatible with MS-Windows95. All electronic files shall be delivered preferably on a medium compatible with a 100 MB Iomega(R) zip (TM) drive or CD ROM. Electronic copies of small items (less than 1 Megabyte), may be deliverable by E-mail or on 3.5" floppy discs, as mutually agreed to by the Contractor and the Government. - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 28 Nov. 2001 P. Furman 28 Nov. 2001 - ------------------------------------------------------------------------------------------------------------------------------------
Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ NAVOCNR OVERPRINT (1-91) - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: N00014-02-C-0053 A TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A013 Technical Report Multi-Buoy In-Ocean Physical Test - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOW Task 4 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION DD REQUIRED 3TIME 573 DAC - See BLK 16 b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final 624 DAC - See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT DD BLK 12: The first submission of the report shall be a draft of the Technical Report. Government comments on the draft report will be returned to the Contractor 14 days prior ONR 334 1 1 1 to the required submission of the Final Technical Report (see BLK 13) BLK 13: The second submission of the Technical Report shall be a final version that NFESC 52 1 1 1 incorporates comments from the Government review of the draft report. ----------------------------------- 15. TOTAL 2 2 2 =================================== Technical Report shall compile all of the design criteria, assumptions, calculations performed, issues and resolutions addressed during performance of the contract. All calculations shall be presented in a clear and logical order. The calculation sheets shall be fully annotated in such a manner that government design quality assurance engineers can independently review the assumptions, method and calculations. Each calculation sheet shall include: project title, task title, date, engineer's name, and page number. With each submittal, calculations covering the work performed shall be included. The contractor shall also deliver electronic data file(s) of any simulation model calculations or results. The first page shall indicate: - the title, - the contractor's name and address, - the contract number and CDRL number, - the date of the report, and the period covered by the report. All copes of this Contract Deliverable shall be provided in electronic format. Electronic copies of reports shall be submitted in one of the following formats: (a) Portable Document Format (.pdf), or (b) Microsoft word, 2000. All embedded figures and tables in these reports must be compatible with MS-Windows95. All electronic files shall be delivered preferably on a medium compatible with a 100 MB Iomega(R) zip (TM) drive or CD ROM. Electronic copies of small items (less than 1 Megabyte), may be deliverable by E-mail or on 3.5" floppy discs, as mutually agreed to by the Contractor and the Government. - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 28 Nov. 2001 P. Furman 28 Nov. 2001 - ------------------------------------------------------------------------------------------------------------------------------------
Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ NAVOCNR OVERPRINT (1-91) Ocean Power Technology Program SOW N00014-02-C-0053 Attachment 1 STATEMENT OF WORK TASK DESCRIPTIONS TASK GROUP 1.0: OCEAN TEST SITE PLANNING AND PREPARATION TASK 1.1: OPT CONTRACT AWARD (MILESTONE) TASK 1.2: OPT KICK-OFF AND PHEPS UPDATE (MEETING) The project team will conduct a kick-off meeting to review the OPT program plan and any information pertinent to the [**] test. Important inputs and factors learned thus far on the PHEPS effort will be reviewed to determine their relevance to the OPT effort. TASK GROUP 2.0 MEDELING SYSTEM DESIGN Key mathematical models in three design areas will be developed during the design phase: Hydrodynamic, Operational Availability, and Multiple Buoy Power Combination. The upgrade of OPT's existing Hydrodynamic model was performed on the PHEPS contract; however, subsequent wave tank testing and further model validation and simulation will occur during the OPT system design phase. The models will be developed around OPT's baseline WEC design, using actual data retrieved from past and present buoy testing for validation. Inputs to the model will consist of agreed upon met-ocean parameters such as wave climate and baseline WEC configuration. TASK 2.1: RETRIEVE DATA FROM WEC OPERATIONS OPT will assemble pertinent data from past wave tank and ocean experiments and make available to modeling teams. TASK 2.2: CREATE AO MODEL With the assistance of NFESC technical personnel, OPT will select an outside contractor to develop a basic and reasonable Ao model of the WEC system. NFESC's experience with the MPAT Model will be reviewed for applicability to this program. OPT will provide information to the contractor about the baseline WEC design and the input met-ocean conditions. The contractor will develop and code a model that will estimate system availability, and also identify key risk areas. Due to NFESC's experience in this modeling, NFESC will provide consultation in guiding model development. The model will be reviewed with OPT and NFESC for quality and system completeness. Ocean Power Technologies, Inc. 1 October 19, 2001 Ocean Power Technology Program SOW N00014-02-C-0053 Attachment 1 TASK 2.3: CREATE MULTI-BUOY POWER COMBINATION MODEL Using various simulation and software packages, such as Simulink or Sabe, OPT will model a multi-unit WEC system to determine the most efficient method of combining power from two separate WEC units. Work will focus on hydraulic and electrical subsystem configuration to find an optimal arrangement. The model will yield a block diagram (with identified equipment) with major equipment parameters from which a system can be designed. Code will be primarily developed in-house with sub-contractors providing recommended practical system configurations in hydraulics and electrical power conversion for basis of the modeling. Varying input data on buoy motion will be input into the models for a preliminary validation, checking for reasonability. TASK 2.4: MODELS REVIEW Members of the project team involved with the modeling efforts (NFESC, OPT and contractors/consultants) will review the models and assumptions for accuracy, relevance, quality and completeness versus their intended design. TASK 2.5: WAVE TANK TESTING Wave tank testing will encompass a small-scale buoy and mooring design based on the baseline design OPT, consultants, and NFESC technical personnel will identify the necessary parameters and expected results from a wave tank test. The purpose of the test is to provide validation of the hydrodynamic model and Ao model. A wave tank test plan will be devised. A scale model of the proposed WEC system design will be fabricated. The model will be appropriately sized and instrumented to yield useful results. Data will be collected, results tabulated and analyzed. The test can occur at the University of Delaware, US Naval Academy, NSWC Carderock, or other suitable facility, depending upon scaling needs and tank capabilities. TASK 2.6: MODEL VALIDATION AND SIMULATIONS TASK 2.6.1: HYDRODYNAMIC MODEL Wave tank test data will be used to update and validate the model. Then full-scale simulations using input met-ocean data will be conducted to determine system response and loads on the structure. TASK 2.6.2: AO MODEL Pertinent wave tank test data will be used to validate the model. Then full-scale simulations using input met-ocean data will be conducted to evaluate the preliminary system design. TASK 2.7: IDENTIFY RISKS AND SYSTEM DESIGN REQUIREMENTS Results from the hydrodynamic and Ao simulations, and multi-buoy studies, site-specific data, and test requirements will be documented. This step is important in defining the detailed requirements that hardware and systems must be designed to. This document will lead up to a review of the design requirements and test system expectations. A general system specification Ocean Power Technologies, Inc. 2 October 19, 2001 Ocean Power Technology Program SOW N00014-02-C-0053 Attachment 1 requirements document will be prepared. Risks and System Design Requirements previously documented for the PHEPS project will be amended. TASK 2.8: IDENTIFY OCEAN TEST REQUIREMENTS OPT will solicit from members of the project team opinions and recommendations as to desired and necessary types of data associated with the full-scale system test. Data that will help support Ao and hydrodynamic analyses are important. Based on these inputs, OPT's engineering staff will amend the system test requirements document, previously prepared on the PHEPS project, circulate it to the project team and solicit further inputs and recommendations. The amended document will identify what is to be tested, how it is to be tested, who will mange the data, and the sampling rate. The team will identify how the data will be analyzed. The document will state the success criteria for the test. TASK 2.9: DESIGN TASK 2.9.1: DESIGN REQUIREMENTS REVIEW The project team will conduct a review of the design requirements developed under the PHEPS contract that will incorporate changes suggested by the Operational Availability analysis, wave tank tests and hydrodynamic analysis and address the system design with regard to the site to include system design requirements, ocean test requirements and issues relating to the deployment site such as environmental, cable, shore-based facilities, buoy and anchor/mooring installation and removal implications. TASK 2.9.2: BUOY DESIGN OPT engineering staff and contractors will modify the existing buoy design to meet the design requirements. These changes will be done using CAD packages such as ProE, Solidworks or Autocad. FEA's will be conducted on critical structural members under high loads. TASK 2.93: ANCHOR/MOORING DESIGN An experienced contractor (such as Makai Ocean Engineering) will design an anchoring and mooring system that meets the holding power and damping requirements for the buoy based on the local oceanographic conditions, Ao model inputs and the force calculations from the hydrodynamic modeling. TASK 2.9.4: ELECTRICAL AND HYDRAULIC SUBSYSTEMS DESIGN A contractor experienced in ocean cable systems (such as Makai Ocean Engineering) plus OPT's electrical engineering staff will specify electrical transmission cable and mode. The remainder of the electrical and hydraulic subsystems will be designed by OPT and its contractors in accordance with the Design Requirements for a [**]. TASK 2.9.5: SENSORS, DATA ACQUISITION AND CONTROL DESIGN Under the PHEPS contract, the work content in the area of sensors and data acquisition design focused on accommodating enhanced data and instrumentation requirements to support needs for Ocean Power Technologies, Inc. 3 October 19, 2001 Ocean Power Technology Program SOW N00014-02-C-0053 Attachment 1 comprehensive test data. In this task, the work will utilize the enhanced sensor and data capability already developed but will focus on the control algorithm and user interface for sea-based and shore-based equipment for a [**]. TASK 2.9.6: DESIGN REVIEW The project team including NFESC, OPT, ONR, design consultants, and fabrication contractors as required, will review the system design. Additional wave tank testing will be performed, if necessary under Program Option 1, for additional validation. TASK 2.10: DESIGN- MODIFICATIONS Based on the results of the Preliminary Design Review, the system design may need to be modified. A final system design will be compiled, and then assessed relative to the wave tank test results and context of the Ao, Hydrodynamic models and matched against the System Design Requirements to check on design conformity to the requirements. TASK GROUP 3.0: OCEAN TEST PREPARATION TASK 3.1: SYSTEM PROCUREMENT AND FABRICATION This task will include the conversion of the WEC system design to detailed fabrication drawings, the selection of suppliers, and the activities involved in procurement, fabrication and supplier and QA management. It is important that long-lead time items be identified and ordered early on in the project so they may follow a staged deployment within the plan to allow the final installation timing goals to be met. TASK 3.2: INSTALLATION AND TEST PLANS Detailed installation and test plans, previously developed for the PHEPS contract, will be amended by OPT to include the additional installation and test requirements necessary to support the two-buoy system. These plans will be circulated to the project team for feedback, leading up to a review of such plans. TASK 3.3: INSTALLATION AND TEST PLANS REVIEW The project team will review the installation and test plan. Involved site and contractor personnel or their representatives will be involved in the review. TASK 3.4 SITE PREPARATIONS Any required permits or coordinating with local facilities will have been obtained by the government under an earlier task. Local Navy personnel previously worked with OPT's electrical engineering and project staff to specify on shore electrical interface and equipment facilities requirements. The land based electrical and communications equipment facility will be either constructed or arranged for within existing infrastructure. Any remaining final diving surveys to map cable routes and anchor site and hydrographic surveys will be conducted. OPT will be responsible for this effort, working through contractors, or seeking US Navy/NFESC Ocean Power Technologies, Inc. 4 October 19, 2001 Ocean Power Technology Program SOW N00014-02-C-0053 Attachment 1 diving resources and other resources if cost effective and available. This proposal assumes that OPT's contractor will perform these tasks. TASK 3.5 PRE-INSTALLATION REVIEW Prior to system installation, a final review of the installation plan will be held with the project team. TASK 3.8: SYSTEM INSTALLATION (1 BUOY AND ELECTRICAL HOOK-UP) The installation of the [**] will be carried out in accordance with the installation and test plans. The organizational structure for the installation activity will be established with clear lines of communication protocol and decision making authority. An experienced contractor (such as Sea Engineering, Inc. and Makai Ocean Engineering and their subcontractors) will carry out the installation of the cable, anchors/mooring, buoy, and additional infrastructure necessary to support the [**]. The installation may be carried out in separate phases due to its relative sensitivity to weather. The land-based equipment previously specified and documented in the cost proposal will be installed in the equipment facility. Based on local infrastructure, resource scheduling, weather and logistical issues, the installation schedule must remain somewhat flexible. TASK GROUP 4.0: OCEAN TEST TASK 4.1: MONITORING, DATA COLLECTION AND ANALYSIS Data from the WEC system operation will be collected and entered into the operational database. Data will be collected in several different ways. Some parameters will be monitored electronically from sensors through a data acquisition system. Other parameters may be monitored by direct human interaction, such as daily observations of an electric meter or counter at a land-based facility. Other parameters may require divers to make routine visual inspections of the buoy and anchor components to check for corrosion, marine growth, and wear. Data from other sensing devices such as independent wave characteristic monitoring devices (wave rider buoys, acoustic Doppler units, etc.) must be collected and integrated. Analysis of the data collected will identify trends, anomalies and key operational points. Some of this analysis will be conducted by statistical and event mapping of data from spreadsheet or other database format. The data will be presented in a time-based format to allow correlation with varying events with system responses. Data will be analyzed by OPT personnel with assistance from contractors and NFESC personnel as required. TASK 4.2: MID-TEST REVIEW Members of the project team will review the results of the ocean test mid-way through the test period. Recommendations for changes in the test plan can be made at that time. Ocean Power Technologies, Inc. 5 October 19, 2001 Ocean Power Technology Program SOW N00014-02-C-0053 Attachment 1 TASK 4.3: MODEL UPDATE AND DESIGN VALIDATION On-going actual data collected will be "fed" back into the key models for purposes of model validation. Variations in actual results vs. model predictions will be studied. Models will be updated once resolutions to the variances have been solved or researched. TASK 4.4: CONCLUSIONS AND RECOMMENDATIONS Comparison of the models to actual performance will be made to form the results. Conclusions and recommendations can them be formulated. TASK 4.5: FINAL REVIEW All project team members will met to present the key findings from the tests and review the conclusions and recommendations. TASK GROUP 5.0: PROGRAM MANAGEMENT PROGRAM PLANNING AND TRACKING - The OPT Program Manager will be responsible for resource assignment, task direction and schedule management. OPT will notify the government when the project reaches 75% completion in terms of cost. PROGRAM MEETINGS - Program meetings will be established to coincide with key technical milestones. PROGRESS REPORTS - OPT will prepare and distribute the minutes from Review Meetings, Monthly Progress Reports, and Major Technical Reports in accordance with the Contract Data Requirements List (CDRL) Items. TASK GROUP 6.0: PROGRAM OPTIONS: TASK 6.1 WAVE TANK TEST AND MODEL VALIDATION - OPTION 1 TASK 6.1.1 WAVE TANK TESTS (SECOND PASS) Second pass wave tank testing will encompass a small-scale buoy and mooring design based on the preliminary design. OPT, consultants, and NFESC technical personnel will identify the necessary parameters and expected results from a wave tank test. The purpose of the test is to provide validation of the hydrodynamic model. A wave tank test plan will be devised. A scale model of the proposed WEC system design will be fabricated. The model will be appropriately sized to yield useful results. TASK 6.1.2: VALIDATE NUMERICAL MODELS Based on the results of the wave tank studies, the data will be input back into the hydrodynamic and Ao models for validation. TASK 6.2: ON-GOING OCEAN TEST - CONTINUE TO MONITOR [**] - OPTION 2 The WEC system deployed in the ocean [**] project [**] will continue to be to be monitored. Data will be retrieved and entered into the operational availability database. Ocean Power Technologies, Inc. 6 October 19, 2001 Ocean Power Technology Program SOW N00014-02-C-0053 Attachment 1 Data will be gathered from electronic monitoring of sensors as well as routine visual observations and inspections of the unit. TASK 6.3: SYSTEM REMOVAL - OPTION 3 This option will allow for removal [**], canister, wave data buoy, sub sea cable, land-based cable, and shore-based electronics. [**]. Ocean Power Technologies, Inc. 7 October 19, 2001 FINANCIAL ACCOUNTING DATA SHEET - NAVY - ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) 2. SPIIN (CRITICAL) 3. MOD (CRITICAL) 4. PR NUMBER PAGE 1OF 1 N0001405C0384 05PR09436-00 - ------------------------------------------------------------------------------------------------------------------------------------ 6. LINE OF ACCOUNTING ---------------------------------------------------------------------------------------- K. COST CODE A. B. C. D. H. --------------- 7. NAVY INTERNAL ACRN APPROPRIATION SUBHEAD OBJ E. F. G. AAA I. J. PROJ PDLI AMOUNT USE ONLY CLIN/SLIN (Critical) (CRITICAL) (CRITICAL) CLA PARM RFM SA (CRITICAL) IT PAA UNIT MCC & SUF (CRITICAL) REF DOC/ACRN - --------- ---------- ------------- ---------- --- ---- --- --- ---------- --- ------ ----- --- ----- ------------- --------------- AA 1711319 W3FA 255 RA 333 0 068342 2D 000000 02839 000 4KT0 $2,400,000.00 PR#02PR02408-00 FRC: 34KT ------------- PAGE TOTAL $2,400,000.00 GRAND TOTAL $2,400,000.00 - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: COMPTROLLER APPROVAL: FOR FISCAL DATA AND SIGNATURE - ----------------------- BY for COMPTROLLER, ONR CONTRACT REVIEWED -------------------------------- DATE: DATE: ----------------- ------------------ - ------------------------------------------------------------------------------------------------------------------------------------
ONR AWARD FORM (2/00) - version 1.1 (SEAL) DEPARTMENT OF THE NAVY IN REPLY REFER TO OFFICE OF NAVAL RESEARCH 15 April 2002 800 NORTH QUINCY STREET ARLINGTON, VA ###-###-#### OCEAN POWER TECHNOLOGIES, INC. Attn: Ms. Debbie Montagna 1590 Reed Road Pennington, NJ 08534 Dear GSA Supplier: Office of Naval Research (ONR) has awarded a contract to the contractor referenced above. Ocean Power Technologies (OPT) is currently conducting research for the ONR under contract N00014-01-C-0368 through 15 March 2003 and N00014-01 -C-0053 through 10 May 2004. Please allow OPT to purchase under the GSA schedule to obtain pricing as if ONR was purchasing the item. The materials purchased are for ONR under the contracts referenced above. The Office of Naval Research appreciates your cooperation for this acquisition. For further information, please contact Cheryl De Lisle at ###-###-####. Sincerely, /s/ Todd Hanson ---------------------------------------- Todd Hanson Contracting Officer - ------------------------------------------------------------------------------------------------------------------------------------ AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT CONTRACT ID CODE PAGE OF PAGES D0-C9(U) 1 11 - ------------------------------------------------------------------------------------------------------------------------------------ 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REG. NO. 5. PROJECT NO. (If applicable) - ------------------------------------------------------------------------------------------------------------------------------------ P00001 SEE BLOCK 16C 02PR02408-01 N.A. - ------------------------------------------------------------------------------------------------------------------------------------ 6. ISSUED BY CODE N00014 7. ADMINISTERED BY (If other than Item 6) CODE S3915A SCD-C ----------------------------------------------------------------------------- OFFICE OF NAVAL RESEARCH DCM PHILADELPHIA ONR 254 Cheryl De Lisle ###-###-#### E-mail PO BOX 11427 ***@*** 700 ROBBINS AVE., BLDG 4A BALLSTON CENTRE TOWER ONE PHILADELPHIA, PA 19111-0427 800 NORTH QUINCY STREET ARLINGTON, VA ###-###-#### - ------------------------------------------------------------------------------------------------------------------------------------ 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and Zip Code) (3) 9A. AMENDMENT OF SOLICITATION NO. N.A. OCEAN POWER TECHNOLOGIES INC. [ ] 9B. DATED (SEE ITEM 11) 1590 REED ROAD ------------------------------------------------------ PENNINGTON, NJ 08534 [X] 10A. MODIFICATION OF CONTRACT/ORDER NO N00014-02-C-0053 ------------------------------------------------------ 10B. DATED (SEE ITEM 13) - --------------------------------------------------------------------------- 11-FEB-02 CODE FACILITY CODE 04EP7 - ------------------------------------------------------------------------------------------------------------------------------------ 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS - ------------------------------------------------------------------------------------------------------------------------------------ [ ] The above numbered solicitation is amended as set forth in Item 14. The hour and data specified for receipt of Offers [ ] is extended [ ] is not extended. - ------------------------------------------------------------------------------------------------------------------------------------ Offers must acknowledge receipt of this amendment prior to the hour and data specified in the solicitation or as amended, by on 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 offer 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 data specified. - ------------------------------------------------------------------------------------------------------------------------------------ 12. ACCOUNTING AND APPROPRIATION DATA (if required) SEE THAT ATTACHED FINANCIAL ACCOUNTING DATA (FAD) SHEET(S) - ------------------------------------------------------------------------------------------------------------------------------------ 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRTACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. - ------------------------------------------------------------------------------------------------------------------------------------ (3) 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 data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). - ------------------------------------------------------------------------------------------------------------------------------------ [ ] C. SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: AUTHORITY FOR OTHER THAN FULL AND OPEN COMPETITION: - ------------------------------------------------------------------------------------------------------------------------------------ [X] D. OTHER (Specify type of modification and authority) MUTUAL AGREEMENT OF BOTH PARTIES AND KTR PROPOSAL DATED 1 JULY 2002 - ------------------------------------------------------------------------------------------------------------------------------------ E. IMPORTANT: Contractor [ ] is not, [X] is required to sign this document and return ____ 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 exercise and expand the effort under Option 3 (CLIN 0005) of contract N00014-02-C-0053, add the Allotment of Funds clause, incorporate the latest terms and conditions, and incrementally fund Option 3. 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) Charles F. Dunleavy Lee Ann Boyer Chief Financial Officer Contracting Officer - ------------------------------------------------------------------------------------------------------------------------------------ 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/ Charles F. Dunleavy 3 Sept. 2002 BY /s/ Lee Ann Boyer 9/9/02 - --------------------------------------------- ------------------------------------------- (Signature of person authorized to sign) (Signature of Contracting Officer) - ------------------------------------------------------------------------------------------------------------------------------------ NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (Rev. 10-83) PREVIOUS EDITION UNUSABLE Prescribed by GSA NAVONR OVERPRINT (3-88) FAR (48 CFR) 53.243
This modification results in the expansion of Option 3 of Section B as stated below: 1. Option 3 of Section B - Supplies or Services and Prices/Costs is hereby exercised and expanded as follows
ESTIMATED TOTAL ESTIMATED ITEM NO. SUPPLIES/SERVICES COST FIXED FEE COST & FIXED FEE - -------- ----------------- --------- --------- ---------------- 0001 The Contractor shall furnish the necessary personnel and $2,399,893.00 facilities to conduct the research effort as described in Section C. $[**] $[**] 0002 Reports and Data in accordance with Exhibit A (DD Form 1423) [**] 0003 Option 1, Wave Tank Test 2; Validate Numerical Models $[**] [**] $ [**] 0004 Option 2, On-Going Ocean Test-Continue Monitoring $[**] [**] $ [**] 0005 Option 3, Complete System Removal as stated in section C. $[**] [**] $ [**]
SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT 1. The Contractor shall conduct research in accordance with the original contract with the exception of Option 3 revised as stated below: OPTION 3: WES System Removal This option will allow for removal of [**] and the associated system components including the canister, wave date device, Sub Sea, and land-based cables, and shore-based electronics. At the end of the test period, a suitable subcontractor such as Sea Engineering Inc. will remove [**] from the water and move them to a temporary government storage location. Storage costs, if applicable will be at the Government's expense. From this storage point, at the Government's discretion, the equipment can either be made available for use at some other Government test site, scrapped at the Government's expense or offered to Ocean Power Technologies, Inc. for its own use. 2. Add to SECTION G, the Allotment of Funds clause, paragraph 6 below, and increase the total amount of the contract by $[**] for the expansion to Option 3. 6. ALLOTMENT OF FUNDS It is hereby understood and agreed that this contract will not exceed a total amount of $[**] including an estimated cost of $[**] and a fixed fee of $[**]. CLIN 0001 is fully funded. Contract Number: N00014-02-C-0053 Modification P00001 2 CLIN 0005 is incrementally funded in the amount of $[**] including an estimated cost of $[**] and a fixed fee of $[**] 3. In Section I, delete all the clauses and insert the following Section I clauses: Introduction: Section I Attention: Prime Contractors. If a subaward is made to an educational institution, Prime Contractors are directed to please refer to the ONR Model Award for appropriate flow-down clauses to universities. See http://www.onr.navy.mil. click Contracts & Grants Icon. Click Model Awards Link. Click Section I clauses that flow-down to University subcontractors. SECTION I - CONTRACT CLAUSES Cost-Plus-Fixed Fee (JUNE 2002) (1) (A) FAR 52.252-02 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://www.arnet.gov/far/ http://web1.deskbook.osd.mil/htmlfiles/DBY_far.asp http://web2.deskbook.osd.mil/htmlfiles/DBY_dfars.asp http://farsite.hill.af.mil/farsite_script.html For instance, a dollar threshold may trigger the applicability of the clause or a certain condition of the research may trigger the applicability of the clause. In order to provide some assistance, as to when a dollar threshold triggers a clause, we have associated certain symbols with dollar thresholds. The symbols and their appropriate dollar thresholds are as follows: * Applies when contract action exceeds $10,000 ** Applies when contract action exceeds $100,000 + Applies when contract action exceeds $500,000 ++ Applies when contract action exceeds $500,000 and subcontracting possibilities exist. Small Business Exempt. x (DD 250) xx Not applicable Contract Number: N00014-02-C-0053 Modification P00001 3 I. FEDERAL ACQUISITION REGULATION (FAR) (48 CFR CHAPTER 1) CLAUSES: ** FAR 52.202-1 Definitions (DEC 2001) ** FAR 52.203-3 Gratuities (APR 1984) ** FAR 52.203-5 Covenant Against Contingent Fees (APR 1984) ** FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995) ** FAR 52.203-7 Anti-Kickback Procedures (JUL 1995) ** FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (JAN 1997) ** FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (JAN 1997) ** FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (JUN 1997) ** FAR 52.204-4 Printing/Copying Double-Sided on Recycled Paper (AUG 2000) FAR 52.211-15 Defense Priority and Allocation Requirements (SEP 1990) ** FAR 52.215-2 Audit and Records - Negotiation (JUN 1999) and Alternate II (APR 1998) (Alternate II is only applicable with cost reimbursement contracts with State and local Governments, educational institutions, and other non-profit organizations.) FAR 52.215-8 Order of Precedence - Uniform Contract Format (OCT 1997) + FAR 52.215-10 Price Reduction for the Defective Cost or Pricing Data (OCT 1997) (The clause is applicable to subcontracts over $550,000.) + FAR 52.215-12 Subcontractor Cost or Pricing Data (OCT 1997) (Applicable to subcontracts over $550,000 only) ** FAR 52.215-14 Integrity of Unit Prices (OCT 1997) and Alternate I (OCT 1997) (Alternate I is applicable if the action is contracted under Other Than Full and Open Competition) + FAR 52.215-15 Pension Adjustments and Asset Reversions (DEC 1998) + FAR 52.215-18 Reversion or Adjustment of Plans for Postretirement Benefits (PRB) Other than Pensions (OCT 1997) + FAR 52.215-19 Notification of Ownership Changes (OCT 1997) (Applicable when Cost or Pricing Data is required) FAR 52.216-7 Allowable Cost and Payment (FEB 2002) FAR 52.216-8 Fixed Fee (MAR 1997) ** FAR 52.219-4 Notice of Price Evaluation Preference for HUBzone Small Business Concerns (JAN 1999) ** FAR 52.219-8 Utilization of Small Business Concerns (OCT 2000) ++ FAR 52.219-9 Small Business Subcontracting Plan (JAN 2002)
Award Number: N00014-02-C-0053 Modification Number: P00001 2 ++ FAR 52.219-16 Liquidated Damages - Subcontracting Plan (JAN 1999) FAR 52.222-1 Notice to the Government of Labor Disputes (FEB 1997) ** FAR 52.222-2 Payment for Overtime Premiums (JUL 1990) (Note: The word "zero" is inserted in the blank space indicated by an asterisk) FAR 52.222-3 Convict Labor (AUG 1996) (Reserved when FAR 52.222-20 Walsh Healy Public Contracts Act is applicable) ** FAR 52.222-4 Contract Work Hours and Safety Standards Act -Overtime Compensation (SEP 2000) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (APR 2002) * FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001 1998) * FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) * FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) ** FAR 52.223-14 Toxic Chemical Release Reporting (OCT 2000) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUL 2000) ** FAR 52.227-1 Authorization and Consent (JUL 1995) and Alternate I (APR 1984) ** FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996) FAR 52.228-7 Insurance Liability to Third Persons (MAR 1996) (Further to paragraph (a)(3), unless otherwise stated in this contract, types and limits of insurance required are as stated in FAR 28.307-2) FAR 52.232-9 Limitation on Withholding of Payments (APR 1984) ** FAR 52.232-17 Interest (JUN 1996) FAR 52.232-23 Assignment of Claims (JAN 1986) and Alternate I (APR 1984) FAR 52.232-25 Prompt Payment (FEB 2002) and Alternate I (FEB 2002) (The words "the 30th day" are inserted in lieu of "the 7th day" at (a)(5)(i). [When Alternate I is applicable (a)(5)(i) does do not apply] [ALTERNATE I APPLIES WHEN AWARDING A COST REIMBURSEMENT CONTRACT FOR SERVICES] FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (MAY 1999) FAR 52.233-1 Disputes (JULY 2002) FAR 52.233-3 Protest After Award (AUG 1996) and Alternate I (JUN 1985) FAR 52.242-1 Notice of Intent to Disallow Costs (APR 1984)
Award Number: N00014-02-C-0053 Modification Number: P00001 3 + FAR 52.242-3 Penalties for Unallowable Costs (MAY 2001) FAR 52.242-4 Certification of Final Indirect Costs (JAN 1997) ** FAR 52.242-13 Bankruptcy (JUL 1995) FAR 52.242-15 Stop Work Order (AUG 1989) and Alternate I (APR 1984) FAR 52.244-2 Subcontracts (AUG 1998) and Alternate I (AUG 1998) [INSERT IN COST-REIMBURSEMENT CONTRACTS, AND LETTER, TIME-AND-MATERIAL, AND LABOR-HOUR CONTRACTS EXCEEDING SAP, AND FIXED PRICE CONTRACTS EXCEEDING SAP WHERE UNPRICED ACTIONS ARE ANTICIPATED. USE ALTERNATE I FOR COST-REMBNRSEMENT CONTRACTS] ** FAR 52.244-5 Competition in Subcontracting (DEC 1996) FAR 52.244-6 Subcontracts for Commercial Items and Commercial Components (APR 2002) FAR 52.245-5 Government Property (Cost-Reimbursement, Time-and-Materials, or Labor-Hour Contracts) (JAN 1986) and ALT I (JUL 1985) (As modified by DoD Class Deviation 99-00008 dated 13 July 1999) (ALT I is applicable if the contractor is a nonprofit organization whose primary purpose is the conduct of scientific research) ** FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels (JUN 2000) FAR 52.249-6 Termination (Cost-Reimbursement) (SEP 1996) FAR 52.249-14 Excusable Delays (APR 1984) FAR 52.251-1 Government Supply Sources (APR 1984) FAR 52.253-1 Computer Generated Forms (JAN 1991)
II. DEPARTMENT OF DEFENSE FAR SUPPLEMENTAL (DFARS) (48 CFR CHAPTER 2) CLAUSES: ** DFARS ###-###-#### Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies (MAR 1999) DFARS ###-###-#### Control of Government Work Product (APR 1992) DFARS ###-###-#### Required Central Contractor Registration (NOV 2001) ** DFARS ###-###-#### Acquisition from Subcontractors subject to On-Site Inspection under the Intennediate Range Nuclear Forces (INF) Treaty (NOV 1995) ** DFARS ###-###-#### Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (MAR 1998) + DFARS ###-###-#### Pricing Adjustments (DEC 1991) ++ DFARS ###-###-#### Small, Small Disadvantaged and Women-owned Small Business Subcontracting Plan (DoD Contracts) (APR
Award Number: N00014-02-C-0053 Modification Number: P00001 4 1996) ** DFARS ###-###-#### Preference for Certain Domestic Commodities (APRIL 2002) DFARS ###-###-#### Secondary Arab Boycott of Israel (JUN 1992) XX DFARS ###-###-#### Rights in Technical Data - Noncommercial Items (NOV 1995), and Alternate I (JUN 1995) XX DFARS ###-###-#### Rights In Noncommercial Computer Software and Noncommercial Computer Software Documentation (JUN 1995) DFARS ###-###-#### Rights in Bid or Proposal Information (JUN 1995) DFARS ###-###-#### Validation of Asserted Restrictions - Computer Software (JUN 1995) DFARS ###-###-#### Limitations on the Use or Disclosure of Government-Furnished Information Marked with Restrictive Legends (JUN 1995) DFARS ###-###-#### Technical Data or Computer Software Previously Delivered to the Government (JUN 1995) DFARS ###-###-#### Technical Data - Withholding of Payment (MAR 2000) DFARS ###-###-#### Declaration of Technical Data Conformity (JAN 1997) DFARS ###-###-#### Validation of Restrictive Markings on Technical Data (SEP 1999) DFARS ###-###-#### Supplemental Cost Principles (DEC 1991) DFARS ###-###-#### Post-Award Conference (DEC 1991) ** DFARS ###-###-#### Requests for Equitable Adjustment (MAR 1998) DFARS ###-###-#### Reports of Government Property (MAY 1994) X DFARS ###-###-#### Material Inspection and Receiving Report (DEC 1991) DFARS ###-###-#### Ordering from Government Supply Sources (MAY 1995) ** DFARS ###-###-#### Transportation of Supplies by Sea (MAY 2000) ** DFARS ###-###-#### Notification Of Transportation Of Supplies By Sea (MAR 2000) (Applicable when the Contractor has made a negative response to the inquiry in the representation at DFARS ###-###-####.) DFARS ###-###-#### Ordering from Government Supply Sources (MAY 1995)
(B) ADDITIONAL FAR AND DFARS CLAUSES This contract incorporates one or more clauses by reference as indicated by the mark of (X), with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far/ FAR 52.204-2 Security Requirements (AUG 1996) (Applicable if contract will generate or require access to classified information and DD Form 254, Contract Security
Award Number: N00014-02-C-0053 Modification Number: P00001 5 Classification Specification, is issued to the contractor) X FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUL 1995) (Applicable to contracts exceeding $25,000 in value.) X FAR 52.215-17 Waiver of Facilities Capital Cost of Money (OCT 1997) (Applicable if the Contractor did not propose facilities capital cost of money in the offer) FAR 52.215-20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (OCT 1997) X (Applicable if cost or pricing data or information other than cost or pricing data are required) FAR 52.215-21 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data - Modifications (OCT 1997) (Applicable if cost or pricing data or information other than cost or pricing data will be required for modifications) X FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (In paragraph (a), insert "any time before the contract expires", and in paragraph (c), insert "27 months") FAR 52.219-3 Notice of Total HUBZone Set-Aside (JAN 1999) FAR 52.219-5 Very Small Business Set-Aside (MAR 1999) (For actions between $2,500 and $50,000) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUL 1996), and Alternate I (OCT 1995) (Applicable to total small business set-asides, including SBIR) FAR 52.219-7 Notice of Partial Small Business Set-Aside (JUL 1996) and Alternate I (OCT 1995) FAR 52.219-10 Incentive Subcontracting Program (OCT 2001) (Applicable at the PCO's discretion to contract actions exceeding $500,000 and when subcontracting possibilities exist. The clause is small business exempt) (In paragraph (b), insert the appropriate number between 0 and 10 - "XX") (Complete the space in the parentheses) FAR 52.219-25 Small Disadvantaged Business Participation Program -Disadvantaged Status and Reporting (OCT 1999) (Applicable if contract includes FAR 52.219-24) FAR 52.219-26 Small Disadvantaged Business Participation Program -Incentive Subcontracting Program (OCT 2000) (Applicable at the PCO's discretion to contract actions exceeding $500,000 and when subcontracting possibilities exist. The clause is small business exempt) (In paragraph (b), insert the appropriate number between 0 and 10 - "XX") (Complete the space in the parentheses) FAR 52.222-20 Walsh Healy Public Contracts Act (DEC 1996)
Award Number: N00014-02-C-0053 Modification Number: P00001 6 (Applicable if the contract includes deliverable materials, supplies, articles or equipment in an amount that exceeds or may exceed $10,000) FAR 52.223-5 Pollution Prevention and Right-to-Know Information (APR 1998) (Applicable if contract provides for performance, in whole or in part, on a Federal facility) X FAR 52.223-6 Drug-Free Workplace (MAY 2001) (Applies when contract action exceeds $100,000 or at any value when the contract is awarded to an individual) X FAR 52.227-20 Rights in Data - SBIR Program (Mar 1994) FAR 52.230-2 Cost Accounting Standards (APR 1998) (Applicable when contract amount is over $500,000, if contractor is subject to full CAS coverage, as set forth in 48 CFR Chapter 99, Subpart 9903.201-2(a) (FAR Appendix B) FAR 52.230-3 Disclosure and Consistency of Cost Accounting Practices (APR 1998) (Applicable when contract amount is over $500,000 but less than $25 million, and the offeror certifies it is eligible for and elects to use modified CAS coverage as set forth in 48 CFR Chapter 99, Subpart 9903.201-2 (FAR Appendix B) FAR 52.230-6 Administration of Cost Accounting Standards (NOV 1999) (Applicable if contract is subject to either clause at FAR 52.230-2, FAR 52.230-3 or FAR 52.230-5) X FAR 52.232-20 Limitation of Cost (APR 1984) (Applicable only when contract action is fully funded) X FAR 52.232-22 Limitation of Funds (APR 1984) (Applicable only when contract action is incrementally funded) X FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (MAY 1999) FAR 52.239-1 Privacy or Security Safeguards (AUG 1996) (Applicable to contracts for information technology which require security of information technology, and/or are for the design, development, or operation of a system of records using commercial information technology services or support services.) FAR 52.245-18 Special Test Equipment (FEB 1993) Applicable when it is anticipated that the contractor will acquire or fabricate special test equipment but the exact identification of the equipment is not known) DFARS ###-###-#### Display of DoD Hotline Poster (DEC 1991) (Applicable only when contract action exceeds $5 million or when any modification increases contract amount to more than $5 million) DFARS ###-###-#### Disclosure of Information (DEC 1991) (Applies when Contractor will have access to or generate unclassified information that may be sensitive and inappropriate for release to the public)
Award Number: N00014-02-C-0053 Modification Number: P00001 7 DFARS ###-###-#### Oral Attestation of Security Responsibilities (NOV 2001) (Applicable if FAR 52.204-2, Security Requirements Applies) X DFARS ###-###-#### Provision of Information to Cooperative Agreement Holders (DEC 1991) (Applicable only when contract action exceeds $500,000 or when any modification increases total contract amount to more than $500,000) X DFARS ###-###-#### Cost Estimating System requirements (Oct 1998) (Applicable only to contract actions awarded on the basis of certified cost or pricing data) DFARS ###-###-#### Drug-Free Work Force (SEP 1988) (Applicable (a) if contract involves access to classified information: or (b) when the Contracting Officer determines that the clause is necessary for reasons of national security or for the purpose of protecting the health or safety of performance of the contract. DFARS ###-###-#### Prohibition on Storage and Disposal of Toxic and Hazardous Materials (APR 1993) (Applicable if work requires, may require, or permits contractor performance on a DoD installation) DFARS ###-###-#### Buy American Act and Balance of Payments Program (MAR 1998) (Applicable if the contract includes deliverable supplies) (This clause does not apply if an exception to the Buy American Act or Balance of Payments Program is known or if using the clause at ###-###-####, 252 ###-###-####, or ###-###-####.) DFARS ###-###-#### Qualifying Country Sources as Subcontractors (DEC 1991) (Applicable when clause at DFARS ###-###-####, 252 ###-###-####, 252 ###-###-####, or ###-###-#### applies) DFARS ###-###-#### Supplies to be Accorded Duty-Free Entry (MAR 1998) (Applicable when the contract provides for duty-free entry and includes FAR 52.225-8 - Duty-Free Entry) DFARS ###-###-#### Duty-Free Entry - Qualifying Country Supplies (End Products and Components) (AUG 2000) (Applicable if contract includes deliverable supplies) DFARS ###-###-#### Duty-Free Entry - Additional Provisions (AUG 2000) (Applicable when FAR 52.225-8 - Duty-Free Entry is included in the contract.) DFARS ###-###-#### Restriction On Acquisition Of Ball And Roller Bearings (DEC 2000) (Applicable if contract includes deliverable supplies, unless Contracting Officer knows that items being acquired do not contain ball or roller bearings) X DFARS ###-###-#### Reporting of Contract Performance Outside the United States (JUN 2000) (Applicable only when contract value exceeds $500,000 or when any modification increases contract value to more than $500,000) DFARS ###-###-#### Utilization of Indian Organizations and Indian-Owned
Award Number: N00014-02-C-0053 Modification Number: P00001 8 Economic Enterprises (SEP 2001) [(Applicable if FAR Part 12 is not used, and for supplies and services (but not R&D) expected to exceed SAP thresholds) (This Final Rule replaces FAR 52.226-1 (JUN 2000) via DFARS Chg Ntc 20020531] X DFARS ###-###-#### Rights in Noncommercial Technical Data and Computer Software - Small Business Innovation Research (SBIR) Program (JUN 1995) (Applicable when technical data or computer software will be generated during performance of contracts under the SBIR Program) DFARS ###-###-#### Material Management and Accounting System (DEC 2000) (Applicable to contract actions exceeding $100,000) (Not applicable to contracts set aside for exclusive participation by small business and small disadvantaged business concerns)
C. COST-PLUS-FIXED-FEE-RESEARCH AND DEVELOPMENT CLAUSES The following FAR and DFARS clauses apply to Cost-Plus-Fixed-Fee Research and Development Contracts and are either required by regulation or are required when the circumstances of the contract warrant that they apply: (** - applies to contract actions exceeding $100,000) FAR 52.225-16 Sanctioned European Union Country Services (FEB 2000) ** FAR 52.227-1 Authorization and Consent (JUL 1995) and Alternate I (APR 1984) FAR 52.243-2 Changes - Cost Reimbursement (AUG 1987) and Alternate V(APR 1984) FAR 52.246-9 Inspection of Research and Development (Short Form) (APR 1984) FAR 52.246-23 Limitation of Liability (FEB 1997) DFARS ###-###-#### Animal Welfare (DEC 1991) DFARS ###-###-#### Final Scientific or Technical Report (SEP 1999)
The following FAR and DFARS clauses for Cost-Plus-Fixed-Fee Research and Development Contracts only apply when specifically marked with a check (x): FAR 52.227-10 Filing of Patent Applications -Classified Subject Matter (APR 1984) (Applicable if contract is subject to FAR clause 52.204-02 and either 52.227-11 or 52.227-12) X FAR 52.227-11 Patent Rights - Retention by the Contractor (Short Form) (JUN 1997) (Applicable if contractor is a small business or non profit organization)
Award Number: N00014-02-C-0053 Modification Number: P00001 9 OR FAR 52.227-12 Patent Rights - Retention by the Contractor (Long Form) (JAN 1997) (Applicable if contractor is a large business) X DFARS ###-###-#### Patents - Subcontracts (APR 1984) (Applicable when FAR 52.227-11 applies) X DFARS ###-###-#### Patents - Reporting of Subject Inventions (APR 1990) (Applied when FAR 52.227-11 applies)
4. Revise sentence number 1 of Section K - Representations, Certifications and other statements of offeror as follows: 1. The Contractor's Representations and Certifications, dated 21 June 2002 is hereby incorporated in to this contract by reference. Award Number: N00014-02-C-0053 Modification Number: P00001 10 FINANCIAL ACCOUNTING DATA SHEET - NAVY - ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) 2. SPIIN (CRITICAL) 3. MOD (CRITICAL) 4. PR NUMBER PAGE 1 OF 1 N0001402C0053 P00001 02PR02408-01 - ------------------------------------------------------------------------------------------------------------------------------------ 6. LINE OF ACCOUNTING ---------------------------------------------------------------------------------------- K. COST CODE A. B. C. D. H. --------------- 7. NAVY INTERNAL ACRN APPROPRIATION SUBHEAD OBJ E. F. G. AAA I. J. PROJ PDLI AMOUNT USE ONLY CLIN/SLN (Critical) (CRITICAL) (CRITICAL) CLA PARM RFM SA (CRITICAL) IT PAA UNIT MCC & SUF (CRITICAL) REF DOC/ACRN - -------- ---------- ------------- ---------- --- ---- --- -- ---------- -- ------ ----- --- ----- ----------- --------------- AA 1711319 W3FA 255 RA 333 0 068342 2D 000000 02839 000 4KT0 [**] PR#02PR02408-01 FRC: 34KT AB 1711319 W3EK 255 RA 333 0 068342 2D 000000 02830 000 4KP0 [**] PR#02PR02408-01 FRC: 34KP ----------- PAGE TOTAL [**] GRAND TOTAL [**] - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORISED BY: COMPTROLLER APPROVAL: FOR FISCAL DATA AND SIGNATURE - ----------------------- BY for COMPTROLLER, ONR CONTRACT REVIEWED -------------------------------- DATE: DATE: ----------------- ------------------- - ------------------------------------------------------------------------------------------------------------------------------------
ONR AWARD FORM (2/00) - version 1.1 - ------------------------------------------------------------------------------------------------------------------------------------ AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT CONTRACT ID CODE PAGE OF PAGES D0-C9(U) 1 4 - ------------------------------------------------------------------------------------------------------------------------------------ 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REG. NO. 5. PROJECT NO. (If applicable) - ------------------------------------------------------------------------------------------------------------------------------------ P00002 SEE BLOCK 16C 03PR07099-00 N.A. - ------------------------------------------------------------------------------------------------------------------------------------ 6. ISSUED BY CODE N00014 7. ADMINISTERED BY (If other than Item 6) CODE S3915A SCD-C ----------------------------------------------------------------------------- OFFICE OF NAVAL RESEARCH DCM PHILADELPHIA ONR 254 Cheryl De Lisle ###-###-#### E-mail PO BOX 11427 ***@*** 700 ROBBINS AVE., BLDG 4A BALLSTON CENTRE TOWER ONE PHILADELPHIA, PA 19111-0427 800 NORTH QUINCY STREET ARLINGTON, VA ###-###-#### - ------------------------------------------------------------------------------------------------------------------------------------ 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and Zip Code) (3) 9.A. AMENDMENT OF SOLICITATION NO. N.A. ------------------------------------------------ OCEAN POWER TECHNOLOGIES INC. [ ] 9B. DATED (SEE ITEM 11) 1590 REED ROAD ------------------------------------------------------ PENNINGTON, NJ 08534 [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. N00014-02-C-0053 ------------------------------------------------ 10B. DATED (SEE ITEM 13) - --------------------------------------------------------------------------- 11-FEB-02 CODE FACILITY CODE 04EP7 - ------------------------------------------------------------------------------------------------------------------------------------ 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS - ------------------------------------------------------------------------------------------------------------------------------------ [ ] The above numbered solicitation is amended as set forth in Item 14. The hour and data specified for receipt of Offers [ ] is extended, [ ] is not extended. - ------------------------------------------------------------------------------------------------------------------------------------ Offers must acknowledge receipt of this amendment prior to the hour and data specified in the solicitation or as amended, by on 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 offer 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 data specified. - ------------------------------------------------------------------------------------------------------------------------------------ 12. ACCOUNTING AND APPROPRIATION DATA (if required) SEE THE ATTACHED FINANCIAL ACCOUNTING DATA (FAD) SHEET(S) - ------------------------------------------------------------------------------------------------------------------------------------ 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRTACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. - ------------------------------------------------------------------------------------------------------------------------------------ (3) 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 data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). - ------------------------------------------------------------------------------------------------------------------------------------ [ ] C. SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: AUTHORITY FOR OTHER THAN FULL AND OPEN COMPETITION: - ------------------------------------------------------------------------------------------------------------------------------------ [X] D. OTHER (Specify type of modification and authority) Bilaterial Mod issued pursuant to Mutual Agreement of the Parties - ------------------------------------------------------------------------------------------------------------------------------------ E. IMPORTANT: Contractor [ ] is not, [X] is required to sign this document and return 2 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 fund for a cost growth in the amount of $[**] under CLIN 0001, replace the current statement of work with attached statement of work, exercise Option 2 and incrementally fund it in the amount of $[**] under Contract N00014-02-C-0053. 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) Charles F. Dunleavy Margaret L. Graves Chief Financial Officer Contracting Officer - ------------------------------------------------------------------------------------------------------------------------------------ 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED /s/ Charles F. Dunleavy 21 April 2003 BY /s/ Margaret L. Graves 22 April 2003 - --------------------------------------------- ------------------------------------------- (Signature of person authorized to sign) (Signature of Contracting Officer) - ------------------------------------------------------------------------------------------------------------------------------------ NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (Rev. 10-83) PREVIOUS EDITION UNUSABLE Prescribed by GSA NAVOCNR OVERPRINT (3-88) FAR (48 CFR) 53.243
Effective as of the date of this modification: 1. The funding available for the performance of this Contract is increased by the amount set forth in the attached Financial Data Sheet. 2. Option 2 of Section B - Supplies or Services and Prices/Costs is hereby exercised and CLIN 0001 changed as follows:
TOTAL ESTIMATED ITEM ESTIMATED FIXED COST & NO. SUPPLIES/SERVICES COST FEE FIXED FEE - ---- ----------------- --------- ----- ------------- 0001 The Contractor shall furnish the necessary personnel and facilities to conduct the research effort as described in Section C $[**] $[**] $ [**] 000101 ACRN: AA $[**] 000102 ACRN: AC $[**] 0002 Reports and Data in accordance with Exhibit A (DD Form 1423) [**] 0003 OPTION 1, Wave Tank Test 2; Validate Numerical Models $[**] [**] $ [**] 0004 OPTION 2, On-Going Ocean Test-Continue Monitoring 000301 ACRN: AC $[**] $[**] [**] $ [**] 0005 OPTION 3, Complete System Removal $[**] [**] $ [**] 000501 ACRN: AA $[**] 000502 ACRN: AB $[**] TOTAL ESTIMATED CONTRACT CONSIDERATION: $[**] $[**] $4,075,170.00
* Option 3 was exercised prior to Options 1 and 2 to fund the buoy removal. Option 2 is exercised due to related decisions made for the base period. Option 1 may be exercised at a later time. Award Number: N00014-02-C-0053 Modification Number: P00002 2 3. Change SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT, to read as follows: 1. The Contractor shall conduct research in accordance with the proposal described below which was submitted by the Contractor in response to the Department of Defense Program Solicitation Number, Phase III Small Business Innovation (SBIR) Program. Topic Number: N95-074 Title Proposed by Firm: Ocean Power Technology Date: 19 Oct 01 2. Delete the original Statement of Work and add the Revised Statement of Work dated Feb 12, 2003, 6 pages, and provided as attachment 1. 4. Add the following clause to SECTION H, SPECIAL CONTRACT REQUIREMENTS, and incorporate herein: 6. ONR ###-###-#### Contractor-Acquired Property (JAN 1999) (a) The Contractor is authorized to acquire the following equipment needed to accomplish this contract:
EQUIPMENT TO BE ACQUIRED ESTIMATED COST ------------------------ -------------- 2 each - Dell 2.00GHz/400MHz Front Side Bus, Xeon, Dell Precision 530 Minitower, 512K Cache $[**] RD Instruments Wave Device $[**] Bolt Torquing Equipment $[**]
(b) The Contracting Officer's consent is hereby given for the acquisition of the above items. (c) Pursuant to the contract clause entitled "Government Property," title to the property shall vest in the Government. Award Number: N00014-02-C-0053 Modification Number: P00002 3 5. Revise SECTION G, paragraph 6 entitled "Allotment of Funds" to add funding in the amount of $[**] as follows: 6. ALLOTMENT OF FUNDS It is hereby understood and agreed that this contract will not exceed a total amount of $4,075,170.00 including an estimated cost of $[**] and a fixed fee of $[**]. CLIN 0001 is fully funded. CLIN 0004 is incrementally funded in the amount of $[**] including as estimated cost of $[**] and a fixed fee of $[**]. CLIN 0005 is incrementally funded in the amount of $[**] including an estimated cost of $[**] and a fixed fee of $[**] Award Number: N00014-02-C-0053 Modification Number: P00002 4 SOW Revision N00014-02-C-0053 P00002 REVISED STATEMENT OF WORK TASK DESCRIPTIONS TASK GROUP 1.0: OCEAN TEST SITE PLANNING AND PREPARATION TASK 1.1: OPT CONTRACT AWARD (MILESTONE) TASK 1.2: OPT KICK-OFF AND PHEPS UPDATE (MEETING) The project team will conduct a kick-off meeting to review the OPT program plan and any information pertinent to a [**] design. Important inputs and factors learned thus far on the PHEPS effort will be reviewed to determine their relevance to the OPT effort. TASK GROUP 2.0: MODELING AND SYSTEM DESIGN Key mathematical models in three design areas will be developed during the design phase: Hydrodynamic, Operational Availability, and Multiple Buoy Power Combination. The upgrade of OPT's existing Hydrodynamic model was performed on the PHEPS contract; however, further changes, as recommended by NFESC technical personnel, will occur during the OPT system design phase. Wave tank testing, if deemed necessary, will be performed under Program Option 1. The models will be developed around OPT's baseline WEC design, using actual data retrieved from past and present buoy testing for validation. Inputs to the model will consist of agreed upon met-ocean parameters such as wave climate and baseline WEC configuration. TASK 2.1: RETRIEVE DATA/ANALYZE NJ WEC OPERATIONS OPT will assemble pertinent data from past wave tank and ocean experiments and make it available to the modeling teams. Analysis of the operation of the Tuckerton, NJ System will also be performed. TASK 2.2: CREATE AO MODEL With the assistance of NFESC technical personnel, OPT will select an outside contractor to develop a basic and reasonable Ao model of the WEC system. NFESC's experience with the MPAT Model will be reviewed for applicability to this program. OPT will provide information to the contractor about the baseline WEC design and the input met-ocean conditions. The contractor will develop and code a model that will estimate system availability, and also identify key risk areas. Due to NFESC's experience in this modeling, NFESC will provide consultation in guiding model development. The model will be reviewed with OPT and NFESC for quality and system completeness. TASK 2.3: CREATE MULTI-BUOY POWER COMBINATION MODEL Using various simulation and software packages, such as Simulink or Saber, OPT will model a multi-unit WEC system to determine the most efficient method of combining power from two separate WEC units. Work will focus on hydraulic and electrical subsystem configuration to find Page 1 February 12, 2003 SOW Revision N00014-02-C-0053 P00002 an optimal arrangement. The model will yield a block diagram (with identified equipment) with major equipment parameters from which a system can be designed. Code will be primarily developed in-house with sub-contractors providing recommended practical system configurations in hydraulics and electrical power conversion for basis of the modeling. Consistency checks will include examination of response of power conversion systems to controlled force and velocity input TASK 2.4: MODELS REVIEW Members of the project team involved with the modeling efforts (NFESC, OPT and contractors/consultants) will review the models and assumptions for accuracy, relevance, quality and completeness versus their intended design. TASK 2.5: WAVE TANK TESTING - INITIAL PLANNING With technical assistance from NFESC personnel, OPT will develop a preliminary wave tank test plan to include identification of a hierarchy of key model components to be validated, a matrix of tests to validate these model components, basic test requirements, identification of test parameters and scope of the series of tests to be performed. TASK 2.6: MODEL UPGRADE TASK 2.6.1: UPGRADE HYDRODYNAMIC MODEL Necessary changes to hydrodynamic model will be carried out. Changes made will be based on a) results of analysis of wave tank test data and b) recommendations of NFESC technical personnel in response to their review of OPT's report on the hydrodynamic code. TASK 2.9: SYSTEM DESIGN TASK 2.9.4: POWER CONVERSION AND CONDITIONING (ELECTRICAL AND HYDRAULIC) SUBSYSTEMS DESIGN A contractor experienced in ocean cable systems (such as Makai Ocean Engineering) plus OPT's electrical engineering staff will specify electrical transmission cable and mode. The remainder of the power conversion and conditioning (electrical and hydraulic) subsystems, both land and sea-based will be designed by OPT and its contractors in accordance with the Design Requirements for a single-buoy system with the appropriate design considerations for a [**]. TASK 2.9.5: SENSORS, DATA ACQUISITION AND CONTROL DESIGN Under the PHEPS contract, the work content in the area of sensors and data acquisition design focused on accommodating enhanced data and instrumentation requirements to support needs for comprehensive test data. In this task, the work will utilize the enhanced sensor and data capability already developed but will focus on the control algorithm and user interface for sea-based and shore-based equipment for a single-buoy system with the appropriate design considerations for a [**]. Page 2 February 12, 2003 SOW Revision N00014-02-C-0053 P00002 TASK 2.10: DESIGN- MODIFICATIONS Based on the results of the Final System Design Review, the system design may need to be modified. The final system design modifications will be compiled, and circulated to the project team under the PHEPS contract deliverable. TASK GROUP 3.0: OCEAN TEST PREPARATION TASK 3.1: PROCUREMENT, FABRICATION, FINAL SYSTEM ASSEMBLY AND TEST This task will include the activities associated with the procurement and fabrication of the WEC power conversion and conditioning system and sensors and data acquisition system to include final modifications to the detailed drawings, the selection of suppliers, and the activities involved in supporting the procurement, fabrication and supplier and QA management. It is important that long-lead time items be identified and ordered early on in the project so they may follow a staged deployment within the plan to allow the final installation timing goals to be met. Upon delivery of all system components to the primary staging area in Hawaii, the final assembly and testing of the entire system will occur prior to installation. TASK 3.2: INSTALLATION AND TEST PLANS Detailed installation and test plans for the subsea cable, anchor/mooring system, buoy and canister, based on the installation planning previously performed by OPT and its installation subcontractor on the PHEPS contract, will be developed by OPT. Cable forces will be determined using mathematical models, and rock bolt tests will be performed at the installation site to determine the design capacity of the anchoring system and the subsea cable for the installation. These plans will be circulated to the project team for feedback, leading up to a review of such plans. TASK 3.3: INSTALLATION AND TEST PLANS REVIEW The project team will review the installation and test plan. Involved site and contractor personnel or their representatives will be involved in the review. TASK 3.4 SITE PREPARATIONS Any required permits or coordinating with local facilities will have been obtained by the government. Local Navy personnel will work with OPT's electrical engineering and project staff to specify on shore electrical interface and equipment facilities requirements. The land based electrical and communications equipment facility will be either constructed or arranged for within existing infrastructure. Any remaining final diving surveys to map cable routes and anchor site and hydrographic surveys will be conducted. OPT will be responsible for this effort, working through contractors, or seeking US Navy/NFESC diving resources and other resources if cost effective and available. This proposal assumes that OPT's contractor will perform these tasks. Page 3 February 12, 2003 SOW Revision N00014-02-C-0053 P00002 TASK 3.5 PRE-INSTALLATION BRIEFING Prior to system installation, a final briefing of the installation plan will be held with the project team. TASK 3.6: SYSTEM INSTALLATION (1 BUOY AND ELECTRICAL HOOK-UP) The installation of the buoy will be carried out in accordance with the installation and test plans. The organizational structure for the installation activity will be established with clear lines of communication protocol and decision making authority. An experienced contractor (such as Sea Engineering, Inc. and Makai Ocean Engineering and their subcontractors) will carry out the installation of the cable, anchors/mooring, buoy, and additional infrastructure necessary to support the [**] configuration. The installation may be carried out in separate phases due to its relative sensitivity to weather. The land-based equipment previously specified and documented in the cost proposal will be installed in the equipment facility. Based on local infrastructure, resource scheduling, weather and logistical issues, the installation schedule must remain somewhat flexible. TASK GROUP 4.0: OCEAN TEST TASK 4.1: MONITORING, DATA COLLECTION AND ANALYSIS Data from the WEC system operation will be collected for a nine-month period and entered into the operational database. Data will be collected in several different ways. Some parameters will be monitored electronically from sensors through a data acquisition system. Other parameters may be monitored by direct human interaction, such as daily observations of an electric meter or counter at a land-based facility. Other parameters may require divers to make routine visual inspections of the buoy and anchor components to check for corrosion, marine growth, and wear. Data from other sensing devices such as independent wave characteristic monitoring devices (wave rider buoys, acoustic Doppler units, etc.) must be collected and integrated. Analysis of the data collected will identify trends, anomalies and key operational points. Some of this analysis will be conducted by statistical and event mapping of data from spreadsheet or other database format. The data will be presented in a time-based format to allow correlation with varying events with system responses. Data will be analyzed by OPT personnel with assistance from contractors and NFESC personnel as required. TASK 4.2: MID-TEST REVIEW Members of the project team will review the results of the ocean test mid-way through the test period. Recommendations for changes in the test plan can be made at that time. TASK 4.3: MODEL UPDATE AND DESIGN VALIDATION On-going actual data collected will be "fed" back into the key models for purposes of model validation. Variations in actual results vs. model predictions will be studied. Models will be updated once resolutions to the variances have been solved or researched. Page 4 February 12, 2003 SOW Revision N00014-02-C-0053 P00002 TASK 4.4: CONCLUSIONS AND RECOMMENDATIONS Comparison of the models to actual performance will be made to form the results. Conclusions and recommendations can them be formulated. TASK 4.5: FINAL OCEAN TEST REVIEW All project team members will meet to present the key findings from the tests and review the conclusions and recommendations. TASK GROUP 5.0: PROGRAM MANAGEMENT PROGRAM PLANNING AND TRACKING - The OPT Program Manager will be responsible for resource assignment, task direction and schedule management. OPT will notify the government when the project reaches 75% completion in terms of cost as required in the contract clauses FAR 52.232.20, Limitation of Cost and FAR 52.232-22, Limitation of Funds. PROGRAM MEETINGS - Program meetings will be established to coincide with key technical milestones. PROGRESS REPORTS - OPT will prepare and distribute the minutes from Review Meetings, Monthly Progress Reports, and Major Technical Reports in accordance with the Contract Data Requirements List (CDRL) Items. TASK GROUP 6.0: SYSTEM REMOVAL - (CLIN 0005 - PREVIOUSLY OPTION 3) This option will allow for removal of one buoy, and the associated system components including the anchor/mooring system, canister, ADCP device, sub sea and land-based cables, and shore-based electronics. At the end of the test period, a suitable subcontractor such as Sea Engineering Inc. will remove the buoy from the water and move it to a temporary government storage location. TASK GROUP 7.0: PROGRAM OPTIONS: TASK 7.1 WAVE TANK TEST AND MODEL VALIDATION - OPTION 1 TASK 7.1.1 WAVE TANK TESTING Wave tank testing will encompass a small-scale buoy and mooring design based on the baseline design. OPT, consultants, and NFESC technical personnel will identify the necessary parameters and expected results from a wave tank test. The purpose of the test is to provide validation of the hydrodynamic model. A detailed wave tank test plan based on the preliminary test plan developed under Task 2.5 will be devised. A scale model of the proposed WEC system design will be fabricated. The model will be appropriately sized to yield useful results. Data will be collected, results tabulated and analyzed. TASK 7.1.2: VALIDATE NUMERICAL MODELS Based on the results of the wave tank studies, the data will be input back into the hydrodynamic and Ao models for validation Page 5 February 12, 2003 SOW Revision N00014-02-C-0053 P00002 TASK 7.2: ON-GOING OCEAN TEST - CONTINUE TO MONITOR EXISTING BUOYS - OPTION 2 The WEC system deployed in the ocean under this contract will continue to be to be monitored for a six-month period. Data will be retrieved utilized to update existing models. Data will be gathered from electronic monitoring of sensors as well as routine visual observations and inspections of the unit. Page 6 February 12, 2003 - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program N0001402-C-0053 Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A001 Progress Report Administrative Progress Report - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE Contractor Format SOW Task 5 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION LT REQUIRED MTHLY 28 DAC. See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final 15th of each month. See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT The first Administrative Progress Report shall be delivered 28 days after award of the contract. Subsequent monthly submittals shall be delivered on the 15th of each ONR 334 1 1 month for the previous months activities. The first page shall indicate: NFESC 52 1 1 - the title, ----------------------------------- - the contractor's name and address, 15. TOTAL 0 2 2 - the contract number and CDRL number, =================================== - the date of the report, and the period covered by the report. Progress payment vouchers shall be coordinated with the costs given in these reports. Each report shall summarize the following information for the previous months reporting period: - Actual versus planned resource expenditures, in tabular form. - Actual versus planned deliverables, showing due and completion dates. - Resolution of previous problem areas reported on the previous report. - Any technical, schedule, or cost problems encountered or expected. If any problems are reported, then the report shall also include the following information: - Description of problem(s) - Recommended action(s) - Resulting impact on contract (if any) - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 18 July 2003 P. Furman 18 July 2003 - ------------------------------------------------------------------------------------------------------------------------------------
DD Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ Pages - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program N0001402-C-0053 Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A002 Meeting Agenda - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE Contractor Format SOW Task 5 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION LT REQUIRED ASREQ See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT The Contractor shall prepare and deliver a Draft Meeting Agenda to the Government at least 10 working days prior to each Review Meeting. The agenda shall be prepared in Contractor ONR 334 1 1 1 format and shall indicate each topic proposed for discussion as well as the time allocated for each topic. Government comments will be returned to the contractor 5 working days NFESC 52 1 1 1 prior to the meeting. The contractor shall incorporate the government comments and present ----------------------------------- a Final Agenda at the beginning of each meeting. 15. TOTAL 2 2 2 =================================== - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 18 July 2003 P. Furman 18 July 2003 - ------------------------------------------------------------------------------------------------------------------------------------
DD Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ Pages - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program N0001402-C-0053 Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A003 Meeting Minutes - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE Contractor Format SOW Task 5 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION LT REQUIRED ASREQ 7 days after meeting ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT Meeting Minutes shall be submitted in Contractor format within 7 days after each Review Meeting. ONR 334 1 1 The first page shall indicate: NFESC 52 1 1 - the title, ----------------------------------- - the contractor's name and address, 15. TOTAL 0 2 2 - the contract number and CDRL number, =================================== - the date of the meeting, and the location. Meeting Minutes shall summarize all topics discussed and shall include resolution of any technical issues. The Minutes shall include an appendix presenting a list of Action Items, person or organization responsible for completing the task as well as the agreed completion date. The Minutes shall include a list of attendees by name, rank or position, activity, and phone number. - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 18 July 2003 P. Furman 18 July 2003 - ------------------------------------------------------------------------------------------------------------------------------------
DD Form 1423-2,JUN 90 Previous editions are obsolete Page __ of __ Pages - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program N0001402-C-0053 Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A004 Presentation Material - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOW Task 5 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION LT REQUIRED ASREQ See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT The Contractor shall provide a set of all audio/visual material used during each Review Meeting at the conclusion of the presentation. Video presentation material ONR 334 1 1 shall be prepared in NTSC standard and recorded on VHS format videotape. Hard copies of presentation View Graphs shall be prepared on 8 1/2 by 11 inch white bond paper. NFESC 52 1 1 Electronic (reproducible) copies shall be compatible with Microsoft PowerPoint 2000. ----------------------------------- 15. TOTAL 0 2 2 =================================== - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R.L. Brackett 18 July 2003 P. Furman 18 July 2003 - ------------------------------------------------------------------------------------------------------------------------------------
DD Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ Pages - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program N0001402-C-0053 Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A005 Technical Report Hydrodynamic Model Upgrade & Validation - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOW Task 2.6.1 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION DD REQUIRED ONE/R 83 DAC - See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final 30 June 2003 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT DD BLK 12: The first submission of the report shall be a draft of the Technical Report. Government comments on the draft report will be returned to the Contractor 14 days ONR 334 1 1 1 prior to the required submission of the Final Technical Report (see BLK 13) BLK 13: The second submission of the Technical Report shall be a final version that NFESC 52 1 1 1 incorporates comments from the Government review of the draft report. ----------------------------------- 15. TOTAL 2 2 2 =================================== The Final Report shall compile all of the design criteria, assumptions, calculations performed, issues, and resolutions addressed during performance of the contract. All calculations shall be presented in a clear and logical order. The calculation sheets shall be fully annotated in such a manner that government design quality assurance engineers can independently review the assumptions, method and calculation. Each calculation sheet shall include: project title, task title, date, engineer's name, and page number. With each submittal, calculations covering the work performed shall be included. The contractor shall also deliver electronic data file(s) of any simulation model calculations or results. The first page shall indicate: - the title, - the contractor's name and address, - the contract number and CDRL number, - the date of the report, and the period covered by the report. All copies of this Contract Deliverable shall be provided in electronic format. Electronic copies of reports shall be submitted in one of the following formats: (a) Portable Document Format (.pdf), or (b) Microsoft Word, 2000. All embedded figures and tables in these reports must be compatible with MS-Windows95. All electronic files shall be delivered preferably on a medium compatible with a 100MB Iomega(R) zip(TM) drive or CD ROM. Electronic copies of smaller items, (less than 1 Megabyte), may be deliverable by E-mail or on 3.5" floppy discs, as mutually agreed to by the Contractor and the Government. - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 18 July 2003 P. Furman 18 July 2003 - ------------------------------------------------------------------------------------------------------------------------------------
DD Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ Pages - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program N0001402-C-0053 Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A006 Technical Report Operational Availability Model - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOW Task 2.2 & 2.6.2 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION DD REQUIRED ONE/R 137 DAC - See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final 168 DAC - See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT DD BLK 12: The first submission of the report shall be a draft of the Technical Report. Government comments on the draft report will be returned to the Contractor 14 days ONR 334 1 1 1 prior to the required submission of the Final Technical Report (see BLK 13) BLK 13: The second submission of the Technical Report shall be a final version that NFESC 52 1 1 1 incorporates comments from the Government review of the draft report. ----------------------------------- 15. TOTAL 2 2 2 =================================== The Final Report shall compile all of the design criteria, assumptions, calculations performed, issues, and resolutions addressed during performance of the contract. All calculations shall be presented in a clear and logical order. The calculation sheets shall be fully annotated in such a manner that government design quality assurance engineers can independently review the assumptions, method and calculation. Each calculation sheet shall include: project title, task title, date, engineer's name, and page number. With each submittal, calculations covering the work performed shall be included. The contractor shall also deliver electronic data file(s) of any simulation model calculations or results. The first page shall indicate: - the title, - the contractor's name and address, - the contract number and CDRL number, - the date of the report, and the period covered by the report. All copies of this Contract Deliverable shall be provided in electronic format. Electronic copies of reports shall be submitted in one of the following formats: (a) Portable Document Format (.pdf), or (b) Microsoft Word, 2000. All embedded figures and tables in these reports must be compatible with MS-Windows95. All electronic files shall be delivered preferably on a medium compatible with a 100MB Iomega(R) zip(TM) drive or CD ROM. Electronic copies of smaller items, (less than 1 Megabyte), may be deliverable by E-mail or on 3.5" floppy discs, as mutually agreed to by the Contractor and the Government. - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 18 July 2003 P. Furman 18 July 2003 - ------------------------------------------------------------------------------------------------------------------------------------
DD Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ Pages - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program N0001402-C-0053 Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A007 Technical Report Multi-Buoy Simulation Model - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOW Task 2.3 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION DD REQUIRED ONE/R 18 April 2003 - See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final 30 June 2003 - See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT DD BLK 12: The first submission of the report shall be a draft of the Technical Report. Government comments on the draft report will be returned to the Contractor 14 days prior ONR 334 1 1 1 to the required submission of the Final Technical Report (see BLK 13) BLK 13: The second submission of the Technical Report shall be a final version that NFESC 52 1 1 1 incorporates comments from the Government review of the draft report. ----------------------------------- 15. TOTAL 2 2 2 =================================== The Final Report shall compile all of the design criteria, assumptions, calculations performed, issues, and resolutions addressed during performance of the contract. All calculations shall be presented in a clear and logical order. The calculation sheets shall be fully annotated in such a manner that government design quality assurance engineers can independently review the assumptions, method and calculation. Each calculation sheet shall include: project title, task title, date, engineer's name, and page number. With each submittal, calculations covering the work performed shall be included. The contractor shall also deliver electronic data file(s) of any simulation model calculations or results. The first page shall indicate: - the title, - the contractor's name and address, - the contract number and CDRL number, - the date of the report, and the period covered by the report. All copies of this Contract Deliverable shall be provided in electronic format. Electronic copies of reports shall be submitted in one of the following formats: (a) Portable Document Format (.pdf), or (b) Microsoft Word, 2000. All embedded figures and tables in these reports must be compatible with MS-Windows95. All electronic files shall be delivered preferably on a medium compatible with a 100MB Iomega(R) zip(TM) drive or CD ROM. Electronic copies of smaller items, (less than 1 Megabyte), may be deliverable by E-mail or on 3.5" floppy discs, as mutually agreed to by the Contractor and the Government. - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 18 July 2003 P. Furman 18 July 2003 - ------------------------------------------------------------------------------------------------------------------------------------
DD Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ Pages - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program N0001402-C-0053 Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A008 Technical Report Design Requirements Update Report - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOW Task 2.7 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION DD REQUIRED ONE/R 14 Oct 2003 - See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final 4 Nov 2003 - See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT DD BLK 12: The first submission of the report shall be a draft of the Technical Report. Government comments on the draft report will be returned to the Contractor 7 days prior to ONR 334 1 1 1 the required submission of the Final Technical Report (see BLK 13) BLK 13: The second submission of the Technical Report shall be a final version that NFESC 52 1 1 1 incorporates comments from the Government review of the draft report. ----------------------------------- 15. TOTAL 2 2 2 =================================== The Final Report shall compile all of the design criteria, assumptions, calculations performed, issues, and resolutions addressed during performance of the contract. All calculations shall be presented in a clear and logical order. The calculation sheets shall be fully annotated in such a manner that government design quality assurance engineers can independently review the assumptions, method and calculation. Each calculation sheet shall include: project title, task title, date, engineer's name, and page number. With each submittal, calculations covering the work performed shall be included. The contractor shall also deliver electronic data file(s) of any simulation model calculations or results. The first page shall indicate: - the title, - the contractor's name and address, - the contract number and CDRL number, - the date of the report, and the period covered by the report. All copies of this Contract Deliverable shall be provided in electronic format. Electronic copies of reports shall be submitted in one of the following formats: (a) Portable Document Format (.pdf), or (b) Microsoft Word, 2000. All embedded figures and tables in these reports must be compatible with MS-Windows95. All electronic files shall be delivered preferably on a medium compatible with a 100MB Iomega(R) zip(TM) drive or CD ROM. Electronic copies of smaller items, (less than 1 Megabyte), may be deliverable by E-mail or on 3.5" floppy discs, as mutually agreed to by the Contractor and the Government. - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 18 July 2003 P. Furman 18 July 2003 - ------------------------------------------------------------------------------------------------------------------------------------
DD Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ Pages - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program N0001402-C-0053 Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A009 Technical Report Multi Buoy Design Report - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOW Task 2.5 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION DD REQUIRED ONE/R 13 April 2004 - See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final 11 May 2004 - See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT DD BLK 12: The first submission of the report shall be a draft of the Technical Report. Government comments on the draft report will be returned to the Contractor 14 days prior ONR 334 1 1 1 to the required submission of the Final Technical Report (see BLK 13) BLK 13: The second submission of the Technical Report shall be a final version that NFESC 52 1 1 1 incorporates comments from the Government review of the draft report. ----------------------------------- 15. TOTAL 2 2 2 =================================== The Final Report shall compile all of the design criteria, assumptions, calculations performed, issues, and resolutions addressed during performance of the contract. All calculations shall be presented in a clear and logical order. The calculation sheets shall be fully annotated in such a manner that government design quality assurance engineers can independently review the assumptions, method and calculation. Each calculation sheet shall include: project title, task title, date, engineer's name, and page number. With each submittal, calculations covering the work performed shall be included. The contractor shall also deliver electronic data file(s) of any simulation model calculations or results. The first page shall indicate: - the title, - the contractor's name and address, - the contract number and CDRL number, - the date of the report, and the period covered by the report. All copies of this Contract Deliverable shall be provided in electronic format. Electronic copies of reports shall be submitted in one of the following formats: (a) Portable Document Format (.pdf), or (b) Microsoft Word, 2000. All embedded figures and tables in these reports must be compatible with MS-Windows95. All electronic files shall be delivered preferably on a medium compatible with a 100MB Iomega(R) zip(TM) drive or CD ROM. Electronic copies of smaller items, (less than 1 Megabyte), may be deliverable by E-mail or on 3.5" floppy discs, as mutually agreed to by the Contractor and the Government. - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 18 July 2003 P. Furman 18 July 2003 - ------------------------------------------------------------------------------------------------------------------------------------
DD Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ Pages - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program N0001402-C-0053 Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A010 Design Drawings Multi-Buoy Design Drawings - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOW Task 2.9 & 2.10 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION DD REQUIRED ONE/R 13 April 2004 - See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final 11 May 2004 - See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT DD BLK 12: The first submission of the Design Drawings shall be a draft of the drawings. Government comments on the draft drawings will be returned to the ONR 334 1 1 1 Contractor 14 days prior to the required submission of the Final Design Drawings (see BLK 13) NFESC 52 1 1 1 BLK 13: The second submission of the Design Drawings shall be a final ----------------------------------- version that incorporates comments from the Government review of the draft drawings. 15. TOTAL 2 2 2 =================================== Final drawings shall be prepared in sufficient detail and presented in such a form that they could be used by an independent reviewer to report the conclusions and assessment of feasibility presented in the Final Design Report. Drawings and specifications shall be coordinated. The terminology used in specifications and drawings shall be identical. All drawings shall be delivered in electronic form and shall be compatible with either .dxf or .pfd file formats. Electronic files shall be delivered on a medium compatible with a 100MB Iomega(R) zip(TM) drive or CD ROM. The electronic drawing files shall be scaled such that when printed they produce size F, 28 x 40 inch full size design drawings - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R.L. Brackett 18 July 2003 P. Furman 18 July 2003 - ------------------------------------------------------------------------------------------------------------------------------------
DD Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ Pages - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program N0001402-C-0053 Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A011 Technical Report Single Buoy Installation Plan - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOW Task 3.2 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION DD REQUIRED ONE/R 25 Mar. 2003 - See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final 30 Sept. 2003 - See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT DD BLK 12: The first submission of the report shall be a draft of the Technical Report. Government comments on the draft report will be returned to the Contractor 14 days prior ONR 334 1 1 1 to the required submission of the Final Technical Report (see BLK 13) BLK 13: The second submission of the Technical Report shall be a final version that NFESC 52 1 1 1 incorporates comments from the Government review of the draft report. ----------------------------------- 15. TOTAL 2 2 2 =================================== The Final Report shall compile all of the design criteria, assumptions, calculations performed, issues, and resolutions addressed during performance of the contract. All calculations shall be presented in a clear and logical order. The calculation sheets shall be fully annotated in such a manner that government design quality assurance engineers can independently review the assumptions, method and calculation. Each calculation sheet shall include: project title, task title, date, engineer's name, and page number. With each submittal, calculations covering the work performed shall be included. The contractor shall also deliver electronic data file(s) of any simulation model calculations or results. The first page shall indicate: - the title, - the contractor's name and address, - the contract number and CDRL number, - the date of the report, and the period covered by the report. All copies of this Contract Deliverable shall be provided in electronic format. Electronic copies of reports shall be submitted in one of the following formats: (a) Portable Document Format (.pdf), or (b) Microsoft Word, 2000. All embedded figures and tables in these reports must be compatible with MS-Windows95. All electronic files shall be delivered preferably on a medium compatible with a 100MB Iomega(R) zip(TM) drive or CD ROM. Electronic copies of smaller items, (less than 1 Megabyte), may be deliverable by E-mail or on 3.5" floppy discs, as mutually agreed to by the Contractor and the Government. - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 18 July 2003 P. Furman 18 July 2003 - ------------------------------------------------------------------------------------------------------------------------------------
DD Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ Pages - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program N0001402-C-0053 Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A012 Technical Report Single Buoy Test Plan - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOW Task 3.2 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION DD REQUIRED ONE/R 31 July 2003 - See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final 30 Sept. 2003 - See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT DD BLK 12: The first submission of the report shall be a draft of the Technical Report. Government comments on the draft report will be returned to the ONR 334 1 1 1 Contractor 14 days prior to the required submission of the Final Technical Report (see BLK 13) NFESC 52 1 1 1 BLK 13: The second submission of the Technical Report shall be a final version that ----------------------------------- incorporates comments from the Government review of the draft report. 15. TOTAL 2 2 2 =================================== The Final Report shall compile all of the design criteria, assumptions, calculations performed, issues, and resolutions addressed during performance of the contract. All calculations shall be presented in a clear and logical order. The calculation sheets shall be fully annotated in such a manner that government design quality assurance engineers can independently review the assumptions, method and calculation. Each calculation sheet shall include: project title, task title, date, engineer's name, and page number. With each submittal, calculations covering the work performed shall be included. The contractor shall also deliver electronic data file(s) of any simulation model calculations or results. The first page shall indicate: - the title, - the contractor's name and address, - the contract number and CDRL number, - the date of the report, and the period covered by the report. All copies of this Contract Deliverable shall be provided in electronic format. Electronic copies of reports shall be submitted in one of the following formats: (a) Portable Document Format (.pdf), or (b) Microsoft Word, 2000. All embedded figures and tables in these reports must be compatible with MS-Windows95. All electronic files shall be delivered preferably on a medium compatible with a 100MB Iomega(R) zip(TM) drive or CD ROM. Electronic copies of smaller items, (less than 1 Megabyte), may be deliverable by E-mail or on 3.5" floppy discs, as mutually agreed to by the Contractor and the Government. - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R.L. Brackett 18 July 2003 P. Furman 18 July 2003 - ------------------------------------------------------------------------------------------------------------------------------------
DD Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ Pages - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program N0001402-C-0053 Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A013 Technical Report Multi-Buoy Installation Plan - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOW Task 3.2 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION DD REQUIRED ONE/R 11 May 2004 - See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final 1 June 2004 - See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT DD BLK 12: The first submission of the report shall be a draft of the Technical Report. Government comments on the draft report will be returned to the Contractor 14 days ONR 334 1 1 1 prior to the required submission of the Final Technical Report (see BLK 13) BLK 13: The second submission of the Technical Report shall be a final version that NFESC 52 1 1 1 incorporates comments from the Government review of the draft report. ----------------------------------- 15. TOTAL 2 2 2 =================================== The Final Report shall compile all of the design criteria, assumptions, calculations performed, issues, and resolutions addressed during performance of the contract. All calculations shall be presented in a clear and logical order. The calculation sheets shall be fully annotated in such a manner that government design quality assurance engineers can independently review the assumptions, method and calculation. Each calculation sheet shall include: project title, task title, date, engineer's name, and page number. With each submittal, calculations covering the work performed shall be included. The contractor shall also deliver electronic data file(s) of any simulation model calculations or results. The first page shall indicate: - the title, - the contractor's name and address, - the contract number and CDRL number, - the date of the report, and the period covered by the report. All copies of this Contract Deliverable shall be provided in electronic format. Electronic copies of reports shall be submitted in one of the following formats: (a) Portable Document Format (.pdf), or (b) Microsoft Word, 2000. All embedded figures and tables in these reports must be compatible with MS-Windows95. All electronic files shall be delivered preferably on a medium compatible with a 100MB Iomega(R) zip(TM) drive or CD ROM. Electronic copies of smaller items, (less than 1 Megabyte), may be deliverable by E-mail or on 3.5" floppy discs, as mutually agreed to by the Contractor and the Government. - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 18 July 2003 P. Furman 18 July 2003 - ------------------------------------------------------------------------------------------------------------------------------------
DD Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ Pages - ------------------------------------------------------------------------------------------------------------------------------------ CONTRACT DATA REQUIREMENTS LIST Form Approved OMB No. 0704-0188 - ------------------------------------------------------------------------------------------------------------------------------------ Public reporting burden for this collection of information is estimated to average 440 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection or information, including suggestions for reducing the burden, to Washington Headquarters Services Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA ###-###-####, and to the Office of Management and Budget Paperwork Reduction Project (0704-0188), Washington, DC 20503. - ------------------------------------------------------------------------------------------------------------------------------------ A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: TOP [ ] TM [ ] OTHER [ ] - ------------------------------------------------------------------------------------------------------------------------------------ D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Ocean Power Technology Program N0001402-C-0053 Ocean Power Technologies, Inc. - ------------------------------------------------------------------------------------------------------------------------------------ 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A014 Technical Report Multi-Buoy Test Plan - ------------------------------------------------------------------------------------------------------------------------------------ 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE SOW Task 3.2 ONR 334 - ------------------------------------------------------------------------------------------------------------------------------------ 7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION DD REQUIRED ONE/R 11 May 2004 - See BLK 16 ----------------------------------- b. COPIES - ------------------------------------------------------------------------------------------------- ------------------- 8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION Final 1 June 2004 - See BLK 16 ----------- ADDRESSEE Draft REQ REPRO - ------------------------------------------------------------------------------------------------------------------------------------ 16. REMARKS ONR 254 LT DD BLK 12: The first submission of the report shall be a draft of the Technical Report. Government comments on the draft report will be returned to the Contractor 14 days ONR 334 1 1 1 prior to the required submission of the Final Technical Report (see BLK 13) BLK 13: The second submission of the Technical Report shall be a final version that NFESC 52 1 1 1 incorporates comments from the Government review of the draft report. ----------------------------------- 15. TOTAL 2 2 2 =================================== The Final Report shall compile all of the design criteria, assumptions, calculations performed, issues, and resolutions addressed during performance of the contract. All calculations shall be presented in a clear and logical order. The calculation sheets shall be fully annotated in such a manner that government design quality assurance engineers can independently review the assumptions, method and calculation. Each calculation sheet shall include: project title, task title, date, engineer's name, and page number. With each submittal, calculations covering the work performed shall be included. The contractor shall also deliver electronic data file(s) of any simulation model calculations or results. The first page shall indicate: - the title, - the contractor's name and address, - the contract number and CDRL number, - the date of the report, and the period covered by the report. All copies of this Contract Deliverable shall be provided in electronic format. Electronic copies of reports shall be submitted in one of the following formats: (a) Portable Document Format (.pdf), or (b) Microsoft Word, 2000. All embedded figures and tables in these reports must be compatible with MS-Windows95. All electronic files shall be delivered preferably on a medium compatible with a 100MB Iomega(R) zip(TM) drive or CD ROM. Electronic copies of smaller items, (less than 1 Megabyte), may be deliverable by E-mail or on 3.5" floppy discs, as mutually agreed to by the Contractor and the Government. - ------------------------------------------------------------------------------------------------------------------------------------ G. PREPARED BY H. DATE L. APPROVED BY J. DATE R. L. Brackett 18 July 2003 P. Furman 18 July 2003 - ------------------------------------------------------------------------------------------------------------------------------------
DD Form 1423-2, JUN 90 Previous editions are obsolete Page __ of __ Pages FINANCIAL ACCOUNTING DATA SHEET - NAVY - ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) 2. SPIIN (CRITICAL) 3. MOD (CRITICAL) 4. PR NUMBER PAGE 1 OF 1 N0001402C0053 P00002 03PR07099-00 - ------------------------------------------------------------------------------------------------------------------------------------ 6. LINE OF ACCOUNTING ---------------------------------------------------------------------------------------- K. COST CODE A. B. C. D. H. --------------- 7. NAVY INTERNAL ACRN APPROPRIATION SUBHEAD OBJ E. F. G. AAA I. J. PROJ PDLI AMOUNT USE ONLY CLIN/SLIN (Critical) (CRITICAL) (CRITICAL) CLA PARM RFM SA (CRITICAL) IT PAA UNIT MCC & SUF (CRITICAL) REF DOC/ACRN - --------- ---------- ------------- ---------- --- ---- --- --- ---------- --- ------ ----- --- ----- ------------- --------------- AC 1721319 W3DK 255 RA 333 0 068342 2D 000000 09019 000 4KTO [**] PR#03PRO7099-00 FRC:34KT ------------- PAGE TOTAL $[**] GRAND TOTAL $[**] - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: COMPTROLLER APPROVAL: FOR FISCAL DATA AND SIGNATURE - ------------------------------ BY for COMPTROLLER, ONR CONTRACT REVIEWED -------------------------------- DATE: DATE: ----------------- ------------------ - ------------------------------------------------------------------------------------------------------------------------------------
ONR AWARD FORM (2/00) - version 1.1 - ------------------------------------------------------------------------------------------------------------------------------------ AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT CONTRACT ID CODE PAGE OF PAGES D0-C9(U) 1 2 - ------------------------------------------------------------------------------------------------------------------------------------ 2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) P00003 SEE BLOCK 16C 03PR07099-01 N.A. - ------------------------------------------------------------------------------------------------------------------------------------ 6. ISSUED BY CODE N00014 7. ADMINISTERED BY (If other than Item 6) CODE S3915A SCD-C -------------------------------------------------------------- OFFICE OF NAVAL RESEARCH DCM PHILADELPHIA ONR 254 LEE ARBAIZA ###-###-#### PO BOX 11427 E-mail ***@*** 700 ROBBINS AVE., BLDG 4A BALLSTON CENTRE TOWER ONE PHILADELPHIA, PA 19111-0427 800 NORTH QUINCY STREET ARLINGTON, VA ###-###-#### - ------------------------------------------------------------------------------------------------------------------------------------ 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and Zip Code) (3) 9A. AMENDMENT OF SOLICITATION NO. N.A. OCEAN POWER TECHNOLOGIES INC. ---------------------------------------------- 1590 REED ROAD [ ] 9B. DATED (SEE ITEM 11) PENNINGTON, NJ 08534 ---------------------------------------------- [X] 10A. MODIFICATION OF CONTRACT/ORDER NO. N00014-02-C-0053 ---------------------------------------------------- 10B. DATED (SEE ITEM 13) - -------------------------------------------------------------------------------- 11-FEB-02 CODE FACILITY CODE 04EP7 - ------------------------------------------------------------------------------------------------------------------------------------ 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 offer 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) SEE THE ATTACHED FINANCIAL ACCOUNTING DATA (FAD) SHEET(S) - ------------------------------------------------------------------------------------------------------------------------------------ 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. - ------------------------------------------------------------------------------------------------------------------------------------ (3) 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. SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: - ------------------------------------------------------------------------------------------------------------------------------------ [X] D. OTHER (Specify type of modification and authority) FAR 43.103(a) MUTUAL AGREEMENT OF THE PARTIES - ------------------------------------------------------------------------------------------------------------------------------------ E. IMPORTANT: Contractor [ ] is not, [X] is required to sign this document and return 2 copies to the issuing office. - ------------------------------------------------------------------------------------------------------------------------------------ 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) SEE PAGE 2. 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) /s/ Deborah A. Montagna /s/ Todd T. Hanson - ------------------------------------------------------------------- -------------------------------------------------------------- Vice President - Program Management Contracting Officer - ------------------------------------------------------------------------------------------------------------------------------------ 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED Deborah A. Montagna 24 July 2003 Todd T. Hanson 25 July 2003 - ------------------------------------------------ ------------------------------------------------- (Signature of person authorized to sign) (Signature of Contracting Officer) - ------------------------------------------------------------------------------------------------------------------------------------ NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (Rev. 10-83) PREVIOUS EDITION UNUSABLE Prescribed by GSA NAVOCNR OVERPRINT (3-99) FAR (48 CFR) 53.243
N00024-02-C-0053 Modification No. P00003 Page 2 of 13 The purposes of this modification are to: (1) provide for an expansion of the research effort; (2) increase the total amount of the estimated contract consideration in the amount of $1,598,937; (3) modify SECTIONS C and F by extending the period of performance; (4) update SECTION I, Contract Clauses; and (5) modify SECTIONS J and K. Accordingly, the funding cited on the attached Financial Accounting Data Sheet is made available. Effective as of the date of this Modification: 1. This modification increases the total amount of the contract by $1,598,937, which includes $[**] allotted to estimated cost and $[**] allotted to fixed fee, from $4,075,170 to $5,674,107. 2. Under Section B, entitled "Supplies or Services and Prices/Costs," Item 0001 is revised as follows:
ITEM NO. SUPPLIES/SERVICES EST. COST FIXED FEE TOTAL CPFF - -------- ------------------------------------------------ --------- --------- ---------- 0001 The Contractor shall furnish the necessary $[**] $[**] $ [**] personnel and facilities to conduct the research effort as described in SECTION C. 000101 ACRN: AA $[**] 000102 ACRN: AC $[**] 000103 ACRN: AD $1,598 ###-###-#### Reports and Data in accordance with Exhibit [**] [**] [**] A (DD Form 1423) 0003 OPTION 1 - Wave Tank Test 2; Validate Numerical $[**] $[**] $ [**] Models 0004 OPTION 2- On-going Ocean Test--Continue $[**] $[**] $ [**] Monitoring 000401 ACRN: AC $[**] 0005 OPTION 3- Complete System Removal $[**] $[**] $ [**] 000501 ACRN: AA $[**] 000502 ACRN: AB $[**] ---- ---- ---------- TOTAL ESTIMATED CONTRACT CONSIDERATION: $[**] $[**] $5,674,107 ==== ==== ==========
N00024-02-C-0053 Modification No. P00003 Page 3 of 13 3. The funds available for performance of this contract are increased by $1,598,937--the amount set forth in the attached Financial Accounting Data sheet(s). 4. Under SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT, revise to read as follows: 1. ITEM 0001 - The contractor shall conduct the work in accordance with the attached Statement of Work, entitled "The Wave Energy Technology (WET) Buoy 2 Program." The duration of effort will be eighteen months from the date of award of this modification. 5. Under SECTION F - DELIVERIES OR PERFORMANCE, revise paragraph 1 to extend the period of performance by eighteen (18) months as follows: ITEM 0001 - The research effort performed under this contract shall be conducted from the date of contract execution (reference Block 20C on the first page of the contract) through eighteen (18) months after the date of execution of Modification No. P00003 (reference Block 16C on the first page of the modification). A final report will be prepared, submitted, reproduced and distributed within sixty (60) days unless the contract is extended, in which case the final report will be prepared in accordance with the terms of such extension. 6. Under SECTION G - CONTRACT ADMINISTRATION DATA, the paragraph entitled "Allotment of Funds" is revised to read as follows: "Allotment of Funds" It is hereby understood and agreed that this contract will not exceed a total amount of $5,674,107, which includes $[**] allotted to estimated cost and $[**] allotted to fixed fee. CLIN 0001 is fully funded. CLIN 0004 is incrementally funded in the amount of $[**], which includes $[**] allotted to estimated cost and $[**] allotted to fixed fee. CLIN 0005 is incrementally funded in the amount of $[**] which includes $[**] allotted to estimated cost and $[**] allotted to fixed fee. 7. Under SECTION I -CONTRACT CLAUSES, update as follows: SECTION I - CONTRACT CLAUSES - COST PLUS FIXED FEE (JUNE 2002) SECTION I-1 - CLAUSES INCORPORATED BY REFERENCE N00024-02-C-0053 Modification No. P00003 Page 4 of 13 FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://www.arnet.gov/far/, http://farsite.hill.af.mil/farsite_scripthtml, http://web1.deskbook.osd.mil/htmlfiles/DBY_far.asp, or http://web1.deskbook.osd.mil/htmlfiles/DBY_dfars.asp (A) FAR 52.252-02 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) All of the clauses listed below are either required by regulation or are required when the circumstances of the contract warrant that they apply. For instance, a dollar threshold may trigger the applicability of the clause or a certain condition of the research may trigger the applicability of the clause. In order to provide some assistance, as to when a dollar threshold triggers a clause, we have associated certain symbols with dollar thresholds. The symbols and their appropriate dollar thresholds are as follows: * Applies when contract action exceeds $10,000 ** Applies when contract action exceeds $100,000 + Applies when contract action exceeds $500,000 ++ Applies when contract action exceeds $500,000 and subcontracting possibilities exist. Small Business Exempt. X (DD 250) XX Not applicable The clauses that generally flow down to educational institutions when they are the subcontractors to a commercial prime contractor are indicated with the following symbol: @. The clauses in the section using the flow-down symbol indicator: @, reflect the content of a model contract award to a commercial prime contractor and identify the clauses that are to be flowed-down. An explanation as to why the clauses are flowed down to the education institution is provided in Attachment Number 1. The content of the following Attachment Number 1 model details only the clauses that flow-down to educational institutions either as required by regulation or as required when circumstances of the contract warrant that they apply. Clauses applicable to the commercial prime contractor are not included in the Attachment Number 1 model. I. FEDERAL ACQUISITION REGULATION (FAR) (48 CFR CHAPTER 1) CLAUSES:
FAR SOURCE TITLE AND DATE ---------- -------------- ** FAR 52.202-1 Definitions (DEC 2001) ** FAR 52.203-3 Gratuities (APR 1984) ** FAR 52.203-5 Covenant Against Contingent Fees (APR 1984) ** FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995) ** FAR 52.203-7 Anti-Kickback Procedures (JUL 1995) ** FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (JAN 1997) ** FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (JAN 1997)
N00024-02-C-0053 Modification No. P00003 Page 5 of 13
FAR SOURCE TITLE AND DATE ---------- -------------- FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (JUN 1997) ** FAR 52.204-4 Printing/Copying Double-Sided on Recycled Paper (AUG 2000) FAR 52.211-15 Defense Priority and Allocation Requirements (SEP 1990) ** FAR 52.215-2 Audit and Records - Negotiation (JUN 1999) and Alternate II (APR 1998)(Alternate II is applicable with cost reimbursement contracts with State and local Governments, educational institutions, and other non-profit organizations.) FAR 52.215-8 Order of Precedence - Uniform Contract Format (OCT 1997) + FAR 52.215-10 Price Reduction for the Defective Cost or Pricing Data (OCT 1997) (The clause is applicable to subcontracts over $550,000.) + FAR 52.215-12 Subcontractor Cost or Pricing Data (OCT 1997) (Applicable to subcontracts over $550,000 only) ** FAR 52.215-14 Integrity of Unit Prices (OCT 1997) and Alternate I (OCT 1997) (Alternate I is applicable if the action is contracted under Other Than Full and Open Competition) + FAR 52.215-15 Pension Adjustments and Asset Reversions (DEC 1998) + FAR 52.215-18 Reversion or Adjustment of Plans for Postretirement Benefits (PRB) Other than Pensions (OCT 1997) + FAR 52.215-19 Notification of Ownership Changes (OCT 1997) (Applicable when Cost or Pricing Data is required) FAR 52.216-7 Allowable Cost and Payment (FEB 2002) FAR 52.216-8 Fixed Fee (MAR 1997) ** FAR 52.219-4 Notice of Price Evaluation Preference for HUBzone Small Business Concerns(JAN 1999) ** FAR 52.219-8 Utilization of Small Business Concerns (OCT 2000) ++ FAR 52.219-9 Small Business Subcontracting Plan (JAN 2002) ++ FAR 52.219-16 Liquidated Damages - Subcontracting Plan (JAN 1999) FAR 52.222-1 Notice to the Government of Labor Disputes (FEB 1997) ** FAR 52.222-2 Payment for Overtime Premiums (JUL 1990) (Note: The word "zero" is inserted in the blank space indicated by an asterisk) FAR 52.222-3 Convict Labor (AUG 1996) (Reserved when FAR 52.222-20 Walsh Healy Public Contracts Act is applicable) ** FAR 52.222-4 Contract Work Hours and Safety Standards Act -Overtime Compensation (SEP 2000) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999)
N00024-02-C-0053 Modification No. P00003 Page 6 of 13
FAR SOURCE TITLE AND DATE ---------- -------------- FAR 52.222-26 Equal Opportunity (APR 2002) * FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001 1998) * FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) * FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) ** FAR 52.223-14 Toxic Chemical Release Reporting (OCT 2000) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUL 2000) ** FAR 52.227-1 Authorization and Consent (JUL 1995) and Alternate I (APR 1984) ** FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996) FAR 52.228-7 Insurance Liability to Third Persons (MAR 1996) (Further to paragraph (a)(3), unless otherwise stated in this contract, types and limits of insurance required are as stated in FAR 28.307-2) FAR 52.232-9 Limitation on Withholding of Payments (APR 1984) ** FAR 52.232-17 Interest (JUN 1996) FAR 52.232-23 Assignment of Claims (JAN 1986) and Alternate I (APR 1984) FAR 52.232-25 Prompt Payment (FEB 2002) and Alternate I (FEB 2002) (The words "the 30th day" are inserted in lieu of "the 7th day" at (a)(5)(i). [When Alternate I is applicable (a)(5)(i) does do not apply] [Alternate I applies when awarding a cost reimbursement contract for services] FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (MAY 1999) FAR 52.233-1 Disputes (JULY 2002) FAR 52.233-3 Protest After Award (AUG 1996) and Alternate I (JUN 1985) FAR 52.242-1 Notice of Intent to Disallow Costs (APR 1984) + FAR 52.242-3 Penalties for Unallowable Costs (MAY 2001) FAR 52.242-4 Certification of Final Indirect Costs (JAN 1997) ** FAR 52.242-13 Bankruptcy (JUL 1995) FAR 52.242-15 Stop Work Order (AUG 1989) and Alternate I (APR 1984) FAR 52.244-2 Subcontracts (AUG 1998) and Alternate I (AUG 1998) [Insert in cost-reimbursement contracts, and letter, time-and-material, and labor-hour contracts exceeding SAP, and fixed price contracts exceeding SAP where unpriced actions are anticipated. Use Alternate I for cost-rembursement contracts] ** FAR 52.244-5 Competition in Subcontracting (DEC 1996)
N00024-02-C-0053 Modification No. P00003 Page 7 of 13
FAR SOURCE TITLE AND DATE ---------- -------------- FAR 52.244-6 Subcontracts for Commercial Items and Commercial Components (APR 2002) FAR 52.245-5 Government Property (Cost-Reimbursement, Time-and- Materials, or Labor-Hour Contracts) (JAN 1986) and ALT I (JUL 1985) (As modified by DoD Class Deviation 99-00008 dated 13 July 1999) (ALT I is applicable if the contractor is a nonprofit organization whose primary purpose is the conduct of scientific research) ** FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels (JUN 2000) FAR 52.249-6 Termination (Cost-Reimbursement) (SEP 1996) FAR 52.249-14 Excusable Delays (APR 1984) FAR 52.251-1 Government Supply Sources (APR 1984) FAR 52.253-1 Computer Generated Forms (JAN 1991)
II DEPARTMENT OF DEFENSE FAR SUPPLEMENTAL (DFARS) (48 CFR CHAPTER 2) CLAUSES:
DFARS SOURCE TITLE AND DATE ------------ -------------- ** DFARS ###-###-#### Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies (MAR 1999) DFARS ###-###-#### Control of Government Work Product (APR 1992) DFARS ###-###-#### Required Central Contractor Registration (NOV 2001) ** DFARS ###-###-#### Acquisition from Subcontractors subject to On-Site Inspection under the Intermediate Range Nuclear Forces (INF) Treaty (NOV 1995) ** DFARS ###-###-#### Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (MAR 1998) + DFARS ###-###-#### Pricing Adjustments (DEC 1991) ++ DFARS ###-###-#### Small, Small Disadvantaged and Women-owned Small Business Subcontracting Plan (DoD Contracts) (APR 1996) ** DFARS ###-###-#### Preference for Certain Domestic Commodities (APRIL 2002) DFARS ###-###-#### Secondary Arab Boycott of Israel (JUN 1992) XX DFARS ###-###-#### Rights in Technical Data - Noncommercial Items (NOV 1995), and Alternate I (JUN 1995) XX DFARS ###-###-#### Rights In Noncommercial Computer Software and Noncommercial Computer Software Documentation (JUN 1995) DFARS ###-###-#### Rights in Bid or Proposal Information (JUN 1995) DFARS ###-###-#### Validation of Asserted Restrictions --
N00024-02-C-0053 Modification No. P00003 Page 8 of 13
DFARS SOURCE TITLE AND DATE ------------ -------------- Computer Software (JUN 1995) DFARS ###-###-#### Limitations on the Use or Disclosure of Government-Furnished Information Marked with Restrictive Legends (JUN 1995) DFARS ###-###-#### Technical Data or Computer Software Previously Delivered to the Government (JUN 1995) DFARS ###-###-#### Technical Data - Withholding of Payment (MAR 2000) DFARS ###-###-#### Declaration of Technical Data Conformity (JAN 1997) DFARS ###-###-#### Validation of Restrictive Markings on Technical Data (SEP 1999) DFARS ###-###-#### Supplemental Cost Principles (DEC 1991)
FAR SOURCE TITLE AND DATE ---------- -------------- DFARS ###-###-#### Post-Award Conference (DEC 1991) ** DFARS ###-###-#### Requests for Equitable Adjustment (MAR 1998) DFARS ###-###-#### Reports of Government Property (MAY 1994) X DFARS ###-###-#### Material Inspection and Receiving Report (DEC 1991) DFARS ###-###-#### Ordering from Government Supply Sources (OCT 2002) ** DFARS ###-###-#### Transportation of Supplies by Sea (MAY 2000) ** DFARS ###-###-#### Notification Of Transportation Of Supplies By Sea (MAR 2000) (Applicable when the Contractor has made a negative response to the inquiry in the representation at DFARS ###-###-####.)
(B) ADDITIONAL FAR AMD DFARS CLAUSES This contract incorporates one or more clauses by reference as indicated by the mark of (X), with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the foil text of a clause may be accessed electronically at this address: http://www.arnet.gov/far/
FAR SOURCE TITLE AND DATE ---------- -------------- FAR 52.204-2 Security Requirements (AUG 1996) (Applicable if contract will generate or require access to classified information and DD Form 254, Contract Security Classification Specification, is issued to the contractor) X FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUL 1995) (Applicable to contracts exceeding $25,000 in value.) X FAR 52.215-17 Waiver of Facilities Capital Cost of Money (OCT
N00024-02-C-0053 Modification No. P00003 Page 9 of 13
FAR SOURCE TITLE AND DATE ---------- -------------- 1997) (Applicable if the Contractor did not propose facilities capital cost of money in the offer) FAR 52.215-20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (OCT 1997) (Applicable if cost or pricing data or information other than cost or pricing data are required) X FAR 52.215-21 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data - Modifications (OCT 1997) (Applicable if cost or pricing data or information other than cost or pricing data will be required for modifications) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (In paragraph (a), insert "," and in paragraph (c), insert"") (Applicable if contract contains line item(s) for option(s)) FAR 52.219-3 Notice of Total HUBZone Set-Aside (JAN 1999) FAR 52.219-5 Very Small Business Set-Aside (MAR 1999) (For actions between $2,500 and $50,000) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUL 1996), and Alternate I (OCT 1995) (Applicable to total small business set-asides, including SBIR) FAR 52.219-7 Notice of Partial Small Business Set-Aside (JUL 1996) and Alternate I (OCT 1995) FAR 52.219-10 Incentive Subcontracting Program (OCT 2001) (Applicable at the PCO's discretion to contract actions exceeding $500,000 and when subcontracting possibilities exist. The clause is small business exempt) (In paragraph (b), insert the appropriate number between 0 and 10 - "0") FAR 52.219-25 Small Disadvantaged Business Participation Program - Disadvantaged Status and Reporting (OCT 1999) (Applicable if contract includes FAR 52.219-24) FAR 52.219-26 Small Disadvantaged Business Participation Program - Incentive Subcontracting Program (OCT 2000) (Applicable at the PCO's discretion to contract actions exceeding $500,000 and when subcontracting possibilities exist. The clause is small business exempt) (In paragraph (b), insert the appropriate number between 0 and 10 - "0") FAR 52.222-20 Walsh Healy Public Contracts Act (DEC 1996) (Applicable if the contract includes deliverable materials, supplies, articles or equipment in an amount that exceeds or may exceed $10,000)
N00024-02-C-0053 Modification No. P00003 Page 10 of 13
FAR SOURCE TITLE AND DATE ---------- -------------- FAR 52.223-5 Pollution Prevention and Right-to-Know Information (APR 1998) (Applicable if contract provides for performance, in whole or in part, on a Federal facility) X FAR 52.223-6 Drug-Free Workplace (MAY 2001) (Applies when contract action exceeds $100,000 or at any value when the contract is awarded to an individual) X FAR 52.227-20 Rights in Data - SBIR Program (Mar 1994) FAR 52.230-2 Cost Accounting Standards (APR 1998) (Applicable when contract amount is over $500,000, if contractor is subject to full CAS coverage, as set forth in 48 CFR Chapter 99, Subpart 9903.201-2(a) (FAR Appendix B) FAR 52.230-3 Disclosure and Consistency of Cost Accounting Practices (APR 1998) (Applicable when contract amount is over $500,000 but less than $25 million, and the offerer certifies it is eligible for and elects to use modified CAS coverage as set forth in 48 CFR Chapter 99, Subpart 9903.201-2 (FAR Appendix B) FAR 52.230-6 Administration of Cost Accounting Standards (NOV 1999) (Applicable if contract is subject to either clause at FAR 52.230-2, FAR 52.230-3 or FAR 52.230-5) X FAR 52.232-20 Limitation of Cost (APR 1984) (Applicable only when contract action is fully funded) X FAR 52.232-22 Limitation of Funds (APR 1984) (Applicable only when contract action is incrementally funded) FAR 52.239-1 Privacy or Security Safeguards (AUG 1996) (Applicable to contracts for information technology which require security of information technology, and/or are for the design, development, or operation of a system of records using commercial information technology services or support services.) FAR 52.245-18 Special Test Equipment (FEB 1993) Applicable when it is anticipated that the contractor will acquire or fabricate special test equipment but the exact identification of the equipment is not known) DFARS ###-###-#### Display of DoD Hotline Poster (DEC 1991) (Applicable only when contract action exceeds $5 million or when any modification increases contract amount to more than $5 million) DFARS ###-###-#### Disclosure of Information (DEC 1991) (Applies when Contractor will have access to or generate
N00024-02-C-0053 Modification No. P00003 Page 11 of 13
FAR SOURCE TITLE AND DATE ---------- -------------- unclassified information that may be sensitive and inappropriate for release to the public) DFARS ###-###-#### Oral Attestation of Security Responsibilities (NOV 2001) (Applicable if FAR 52.204-2, Security Requirements Applies) X DFARS ###-###-#### Provision of Information to Cooperative Agreement Holders (DEC 1991) (Applicable only when contract action exceeds $500,000 or when any modification increases total contract amount to more than $500,000) X DFARS ###-###-#### Cost Estimating System requirements (Oct 1998) (Applicable only to contract actions awarded on the basis of certified cost or pricing data) DFARS ###-###-#### Drug-Free Work Force (SEP 1988) (Applicable (a) if contract involves access to classified information: or (b) when the Contracting Officer determines that the clause is necessary for reasons of national security or for the purpose of protecting the health or safety of performance of the contract. DFARS ###-###-#### Prohibition on Storage and Disposal of Toxic and Hazardous Materials (APR 1993) (Applicable if work requires, may require, or permits contractor performance on a DoD installation) DFARS ###-###-#### Buy American Act and Balance of Payments Program (MAR 1998) (Applicable if the contract includes deliverable supplies) (This clause does not apply if an exception to the Buy American Act or Balance of Payments Program is known or if using the clause at ###-###-####, 252 ###-###-####, or ###-###-####.) DFARS ###-###-#### Qualifying Country Sources as Subcontractors (DEC 1991) (Applicable when clause at DFARS ###-###-####, 252 ###-###-####, 252 ###-###-####, or ###-###-#### applies) DFARS ###-###-#### Buy American Act -- Trade Agreements - Balance of Payments Program (OCT 2002) (Use instead of FAR 52.225-5, Trade Agreements (Include in contracts valued at $186,000 or more, if the Trade Agreements Act applies (see 25.401 and 25.403) and the agency has determined that the restrictions of the Buy American Act or Balance of Payments Program are not applicable to U.S.-made end products, unless the acquisition is to be awarded and performed outside the United States in support of a contingency operation or a humanitarian or peacekeeping operation and does not exceed the increase simplified acquisition
N00024-02-C-0053 Modification No. P00003 Page 12 of 13
FAR SOURCE TITLE AND DATE ---------- -------------- threshold of $200,000.) The clause need not be used where purchase from foreign sources is restricted (see 225.401 (b)(ii)). The clause may be used where the contracting officer anticipates a waiver of the restriction.) DFARS ###-###-#### Supplies to be Accorded Duty-Free Entry (MAR 1998) (Applicable when the contract provides for duty-free entry and includes FAR 52.225-8 - Duty-Free Entry) DFARS ###-###-#### Duty-Free Entry - Qualifying Country Supplies (End Products and Components) (AUG 2000) (Applicable if contract includes deliverable supplies) DFARS ###-###-#### Duty-Free Entry - Additional Provisions (AUG 2000) (Applicable when FAR 52.225-8 - Duty-Free Entry is included in the contract.) DFARS ###-###-#### Restriction On Acquisition Of Ball And Roller Bearings (DEC 2000) (Applicable if contract includes deliverable supplies, unless Contracting Officer knows that items being acquired do not contain ball or roller bearings) X DFARS ###-###-#### Reporting of Contract Performance Outside the United States (JUN 2000) (Applicable only when contract value exceeds $500,000 or when any modification increases contract value to more than $500,000) DFARS ###-###-#### Utilization of Indian Organizations and Indian-Owned Economic Enterprises (SEP 2001) [(Applicable if FAR Part 12 is not used, and for supplies and services (but not R&D) expected to exceed SAP thresholds) (This Final Rule replaces FAR 52.226-1 (JUN 2000) via DFARS Chg Ntc 200205311 X DFARS ###-###-#### Rights in Noncommercial Technical Data and Computer Software - Small Business Innovation Research (SBER) Program (JUN 1995) (Applicable when technical data or computer software will be generated during performance of contracts under the SBIR Program) X DFARS ###-###-#### Material Management and Accounting System (DEC 2000) (Applicable to contract actions exceeding $100,000) (Not applicable to contracts set aside for exclusive participation by small business and small disadvantaged business concerns)
C. COST-PLUS-FIXED-FEE-RESEARCH AND DEVELOPMENT CLAUSES N00024-02-C-0053 Modification No. P00003 Page 13 of 13 The following FAR and DFARS clauses apply to Cost-Plus-Fixed-Fee Research and Development Contracts and are either required by regulation or are required when the circumstances of the contract warrant that they apply: (** - applies to contract actions exceeding $100,000)
FAR SOURCE TITLE AND DATE ---------- -------------- FAR 52.225-16 Sanctioned European Union Country Services (FEB 2000) ** FAR 52.227-1 Authorization and Consent (JUL 1995) and Alternate I (APR 1984) FAR 52.243-2 Changes - Cost Reimbursement (AUG 1987) and Alternate V (APR 1984) FAR 52.246-9 Inspection of Research and Development (Short Form) (APR 1984) FAR 52.246-23 Limitation of Liability (FEB 1997) DFARS ###-###-#### Animal Welfare (DEC 1991) DFARS ###-###-#### Final Scientific or Technical Report (SEP 1999)
The following FAR and DFARS clauses for Cost-Plus-Fixed-Fee Research and Development Contracts only apply when specifically marked with a check (x):
FAR SOURCE TITLE AND DATE ---------- -------------- FAR 52.227-10 Filing of Patent Applications - Classified Subject Matter (APR 1984) (Applicable if contract is subject to FAR clause 52.204-02 and either 52.227-11 or 52.227-12) X FAR 52.227-11 Patent Rights - Retention by the Contractor (Short Form) (JUN 1997) (Applicable if contractor is a small business or non profit organization)
OR
FAR SOURCE TITLE AND DATE ---------- -------------- FAR 52.227-12 Patent Rights - Retention by the Contractor (Long Form) (JAN 1997) (Applicable if contractor is a large business) X DFARS ###-###-#### Patents - Subcontracts (APR 1984) (Applicable when FAR 52.227-11 applies) X DFARS ###-###-#### Patents - Reporting of Subject Inventions (APR 1990) (Applied when FAR 52.227-11 applies)
8. Under SECTION J-LIST OF ATTACHMENTS, add the following: (a) ATTACHMENT NUMBER (2), entitled, "Financial Accounting Data Sheet." (b) ATTACHMENT NUMBER (3), entitled, "STATEMENT OF WORK - THE DIRECTED BLAST WARHEAD." N00024-02-C-0053 Modification No. P00003 Page 14 of 13 9. Under SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFEROR, modify as follows: The Contractor's Representations and Certifications, dated 09 July 2003, are hereby incorporated into this contract by reference. 10. All other terms and conditions remain unchanged and in full force and effect. FINANCIAL ACCOUNTING DATA SHEET - NAVY - ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) 2. SPIIN (CRITICAL) 3. MOD (CRITICAL) 4. PR NUMBER PAGE 1 OF 1 N0001402C0053 P00003 03PR07099-00 - ------------------------------------------------------------------------------------------------------------------------------------ 6. LINE OF ACCOUNTING ---------------------------------------------------------------------------------------- K. COST CODE A. B. C. D. H. --------------- 7. NAVY INTERNAL ACRN APPROPRIATION SUBHEAD OBJ E. F. G. AAA I. J. PROJ PDLI AMOUNT USE ONLY CLIN/SLN (Critical) (CRITICAL) (CRITICAL) CLA PARM RFM SA (CRITICAL) IT PAA UNIT MCC & SUF (CRITICAL) REF DOC/ACRN - -------- ---------- ------------- ---------- --- ---- --- --- ---------- --- ------ ----- --- ----- ------------- --------------- AD 1731319 W3DK 255 RA 333 0 068342 2D 000000 09019 000 4KTO $1,598,937.00 PR#03PRO7099-01 FRC: 34KT ------------- PAGE TOTAL $1,598,937.00 GRAND TOTAL $1,598,937.00 - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: COMPTROLLER APPROVAL: FOR FISCAL DATA AND SIGNATURE - ------------------------------ BY for COMPTROLLER, ONR CONTRACT REVIEWED -------------------------------- DATE: DATE: ----------------- ------------------ - ------------------------------------------------------------------------------------------------------------------------------------
ONR AWARD FORM (2/00) - version 1.1 ATTACHMENT 2 STATEMENT OF WORK TASK GROUP 1.0: DESIGN PHASE 1.1 Preparation of Design Requirements - OPT will prepare a document that states the requirements of the WEC system hardware and controls in order to guide design work. The design requirements document prepared in earlier work may be used as a template or baseline if deemed adequate or helpful in this purpose. OPT will solicit input from the project team in the preparation of the design requirements. 1.2 Preparation of Test Requirements - OPT will prepare a test requirements document that will identify what is to be tested, how it is to be tested, how the data is to be managed, and analyzed and the sampling rate. OPT will solicit input from the project team in the preparation of the test requirements. 1.3 Review of 1st Buoy Program- OPT and the project team will review the results of the work performed under the PHEPS and OP Technology Programs. Program reviews, status reports, engineering reports, engineering drawings, and simulation studies will be examined in an effort to transfer knowledge gained towards new work. 1.4 Mechanical Design and Creation of Fabrication Drawings - This task includes the design of [**]. The [**] and be positioned in close proximity [**]. This task also includes the mechanical design time necessary to make slight modifications to the WEC as deemed appropriate by the project team. Reviews with fabricators and suppliers will be held to insure manufacturability and cost effective design. This task will include the conversion of the design to detailed fabrication drawings. 1.5 Electrical System Design - OPT will engage in engineering work to plan for the [**]. OPT will determine any modifications necessary for [**] system. This will focus primarily on any changes required to the [**]. OPT will review the existing system design and any relevant performance information arising from the test of the [**]. This engineering work will also form the basis for procedures necessary to do the connection and power-up steps during the test phase. For the [**], OPT will prepare calculations and specifications for the power cables. 1.6 System Control and Data Acquisition System Modifications - OPT will develop a modified system control algorithm that encompasses the [**] with its data collection and power integration features necessary for system operation and test. 1.7 Circuit Design and Hardware Specifications - Based on the electrical and control system designs, OPT will specify the [**] wiring circuits to connect power and data from [**] to the respective [**] connections to enable an integration of the [**]. Connectors and wiring specifications will be produced for these connections. 1.8 Electrical System FMEA and Review - A Failure Modes and Effects Analysis of the power and control system will be conducted. A design review of the electrical and control systems will be conducted by the project team. Task Group 2.0: Ocean Test Preparation N00014-02-C0053 ATTACHMENT 3 1 2.1 Installation and Test Plans - Detailed plans for the installation and testing phases of the project based on plans previously developed on the existing OP Technology contract will be drafted by OPT and its contractors and circulated to the project team for feedback, leading up to a review of such plans. Installation plans will include assimilation of ocean condition persistence data for scheduling, methods and equipment suitability. The plans will be in sufficient detail to denote responsibilities, communications, methods, equipment, contingencies, and timing. The project team will participate in an installation and test plans review; necessary contractors will be involved. The purpose of the review is to insure that the ocean test and installation plans have been established to meet the objectives of the project and are within the cost budget and schedule, within appropriate risk limits, are complete to insure success, contain contingency plans, and conform to applicable safety and environmental considerations and appropriate industry practices. 2.2 System Procurement & Fabrication - This task includes activities involved in procurement, fabrication, supplier and QA management. For major expense items, where possible, requests for quote will be distributed to multiple suppliers in order to procure at the lowest possible cost. Long lead-time items will be identified and follow a staggered assembly and deployment plan to allow the final installation and ocean test schedules to be met. 2.3 [**], Power Take-Off and Control System In House Test - The power take-off and control systems components will be assembled [**] and pre-tested for system performance at OPT. 2.4 Final Assembly and Test at Staging Area - All power conversion equipment will be shipped to the prime fabricator for final assembly into the WEC system. Final system testing at that stage will be conducted to insure mechanical system tolerances and key moving components are to specification. Integration of the control system with cables and connectors to the WEC will be performed. 2.5 Site Preparations - Diver inspection of the sub-sea site for the anchor will be conducted during the routine inspection on the existing OP Technology contract. 2.6 Pre-deployment Review - Prior to deployment, an on-site review by members of the project team will be held that covers the objectives, methods, equipment, safety, and contingency procedures intended with respect to the installation and test plans. This will include review of any approvals by local authorities. N00014-02-C0053 ATTACHMENT 3 2