ML18215A386: Difference between revisions

From kanterella
Jump to navigation Jump to search
(Created page by program invented by StriderTol)
 
(Created page by program invented by StriderTol)
 
Line 16: Line 16:


=Text=
=Text=
{{#Wiki_filter:___________(x)NRC-HQ-50-15-T-0002 x NRC-HQ-25-14-E-0003copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication 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 letter or electronic communication, provided each  
{{#Wiki_filter:1. CONTRACT ID CODE                                    PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1                3
: 2. AMENDMENT/MODIFICATION NO.                                3. EFFECTIVE DATE                        4. REQUISITION/PURCHASE REQ. NO.                          5. PROJECT NO. (If applicable)
M0008                                                        See Block 16C                          ZEROREQ-NMSS-18-0043
: 6. ISSUED BY                                            CODE NRCHQ                                    7. ADMINISTERED BY (If other than Item 6)               CODE US NRC - HQ ACQUISITION MANAGEMENT DIVISION MAIL STOP TWFN-5E03 WASHINGTON DC 20555-0001
: 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code)
(x) 9A. AMENDMENT OF SOLICITATION NO.
S C A INC 1608 SPRING HILL RD STE 400                                                                                9B. DATED (SEE ITEM 11)
VIENNA VA 221822241 x 10A. MODIFICATION OF CONTRACT/ORDER NO.
NRC-HQ-25-14-E-0003 NRC-HQ-50-15-T-0002 10B. DATED (SEE ITEM 13)
CODE                                                          FACILITY CODE                                09/15/2015 071167910
: 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 electronic communication 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 letter or electronic communication, provided each letter or electronic communication 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)                                            Net Decrease:                                              -$111,173.01 See Schedule
: 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
CHECK ONE        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. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
D. OTHER (Specify type of modification and authority)
X            FAR 52.216-7 Allowable Cost and Payment E. IMPORTANT:          Contractor                    is not  x is required to sign this document and return                  1
__________________      copies to the issuing office.
: 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
LIST OF CHANGES:
Reason for Modification: Close Out Total Amount for this Modification: -$306,159.31 New Total Amount for this Version: $758,656.99 New Total Amount for this Award: $758,656.99 Obligated Amount for this Modification:
-$111,173.01 New Total Obligated Amount for this Award:
$758,656.99 Incremental Funded Amount changed:                                              from
$869,830.00 to $758,656.99 Continued ...
Except as provided herein, all terms and conditions of the document referenced in Item 9 A 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)
MARK THOMPSON 15B. CONTRACTOR/OFFEROR                                                        15C. DATE SIGNED          16B. UNITED STATES OF AMERICA                                        16C. DATE SIGNED 08/03/2018 (Signature of person authorized to sign)                                                              (Signature of Contracting Officer)
Previous edition unusable                                                                                                                                    STANDARD FORM 30 (REV. 11/2016)
Prescribed by GSA FAR (48 CFR) 53.243


letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
REFERENCE NO. OF DOCUMENT BEING CONTINUED                                      PAGE      OF CONTINUATION SHEET NRC-HQ-25-14-E-0003/NRC-HQ-50-15-T-0002/M0008                                   2          3 NAME OF OFFEROR OR CONTRACTOR S C      A INC ITEM NO.                               SUPPLIES/SERVICES            QUANTITY UNIT UNIT PRICE                  AMOUNT (A)                                         (B)                     (C)   (D)     (E)                         (F)
See Schedule 071167910 S C  A INC NRCHQ WASHINGTON DC 20555-0001 MAIL STOP TWFN-5E03 ACQUISITION MANAGEMENT DIVISION US NRC - HQ ZEROREQ-NMSS-18-0043 See Block 16C M0008 3 113. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.12. ACCOUNTING AND APPROPRIATION DATA (If required) is not extended.
Contracting Officer changed from CAROLYN A. COOPER to   MARK THOMPSON IPP Department ID changed to :
is extended, Items 8 and 15, and returning 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 completingThe above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONSFACILITY CODE CODE 10B. DATED (SEE ITEM 13)10A. MODIFICATION OF CONTRACT/ORDER NO.9B. DATED (SEE ITEM 11)9A. AMENDMENT OF SOLICITATION NO.
CHANGES FOR LINE ITEM NUMBER: 1 Total Amount changed from $1,064,816.30 to $758,656.99 Obligated Amount for this Modification:
CODE 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code)7. ADMINISTERED BY (If other than Item 6)
                -$111,173.01 Incremental Funded Amount changed from
CODE 6. ISSUED BYPAGE   OF  PAGES
                $869,830.00 to $758,656.99 FOB changed from Destination to CHANGES FOR DELIVERY LOCATION: NRCHQ Amount changed from $1,064,816.30 to $758,656.99 CHANGES FOR ACCOUNTING CODE:
: 4. REQUISITION/PURCHASE REQ. NO.3. EFFECTIVE DA TE2. AMENDMENT/MODIFICATION  NO. 5. PROJECT NO. (If applicable)1.CONTRACT ID CODEAMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 09/15/2015 1608 SPRING HILL RD STE 400 VIENNA VA 221822241 Net Decrease:
2017-X0200-FEEBASED-50-50D008-1061-35-4-195-251A-3 5-4-195-1061 Delivery Location Code: NRCHQ US NUCLEAR REGULATORY COMMISSION-MAIL PROCESSING CENTER 4930 BOILING BROOK PARKWAY ROCKVILLE MD 20852 USA Period of Performance: 09/21/2015 to 06/29/2018 NSN 7540-01-152-8067                                                                            OPTIONAL FORM 336 (4-86)
-$111,173.01 CHECK ONEA. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority)  THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACTB. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
Sponsored by GSA FAR (48 CFR) 53.110
D. OTHER (Specify type of modification and authority) appropriation data, etc.)  SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).E. IMPORTANT:
Contractor is not is required to sign this document and return    __________________
copies to the issuing office. ORDER NO. IN ITEM 10A.
FAR 52.216-7 Allowable Cost and Payment x14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.
)X 1 LIST OF CHANGES:
Reason for Modification: Close Out


Total Amount for this Modification: -$306,159.31
As a result of having completed the final cost determination process for this task order, the purpose of this modification is to adjust both the task order ceiling as well as funding values, deobligate
 
$111,173.01 of funding from this task order that will not be used on this effort, and thereby close out this task order, and thereby close out the task order.
New Total Amount for this Version: $758,656.99
The ceiling of the task order is hereby reduced from $1,064,816.30 by $306,159.31 to $758,656.99, and similarly the funding obligated to this task order is reduced from $869,830.00 by $111,173.01 to
 
$758,656.99. As the result of the final cost determination, the total estimated cost of this task order has been reduced to $758,656.99.
New Total Amount for this Award: $758,656.99
Accordingly, the following clauses are deleted in their entirety and replaced as follows:
 
: 1. Under Section B - Supplies or Services and Price/Costs:
Obligated Amount for this Modification:
B.1 PRICE/COST SCHEDULE CLIN      DESCRIPTION OF                             ESTIMATED        FIXED        TOTAL COST SUPPLIES/SERVICES                           COST             FEE           PLUS FIXED FEE Contractor to provide Technical 0001      Assistance in accordance with section                                         $758,656.99 C: DESCRIPTION/SPECIFICATIONS/
 
STATEMENT OF WORK Total                                                                          $758,656.99 NRCB044 CONSIDERATION AND OBLIGATIONINDEFINITE-QUANTITY CONTRACT (a) The estimated total quantity of this contract for the products/services under this contract is
-$111,173.01
$758,656.99 of which the sum of                   represents the estimated reimbursable costs, and of which               represents fixed fee.
 
(b) The Contracting Officer will obligate funds on each task order issued.
New Total Obligated Amount for this Award:
(c) The amount currently obligated by the Government with respect to this contract is $758,656.99, of which the sum of                 represents the estimated reimbursable costs, and of which represents the fixed-fee.
 
(d) This is an incrementally-funded contract and FAR 52.232 Limitation of Funds applies.
$758,656.99
(e) A total estimated cost and fee, if any, will be negotiated for each task order and will be incorporated as a ceiling in the resultant task order. The Contractor shall comply with the provisions of FAR 52.232-20
 
- Limitation of Cost for fully-funded task orders and FAR 52.232 Limitation of Funds for incrementally-funded task orders, issued hereunder.
Incremental Funded Amount changed:  from
(End of Clause)
 
All other terms and conditions of this task order remain unchanged.}}
$869,830.00 to $758,656.99
 
Continued ...16A. NAME  AND TITLE OF CONTRACTING OFFICER (Type or print)15A. NAME AND TITLE OF SIGNER (Type or print)15C. DATE SIGNED16B. UNITED STATES OF AMERICA 15B. CONTRACTOR/OFFEROR16C. DATE SIGNED (Signature of person authorized to sign)(Signature of Contracting Officer)
MARK THOMPSON STANDARD FORM 30 (REV. 11/2016)Prescribed by GSA FAR (48 CFR) 53.243 Previous edition unusableExcept 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.
08/03/2018 ITEM NO.SUPPLIES/SERVICES QUANTITYUNITUNIT PRICE AMOUNTNAME OF OFFEROR OR CONTRACTOR 2  3CONTINUATION SHEETREFERENCE NO. OF DOCUMENT BEING CONTINUEDPAGEOF S C  A INC (A)(B)(C)(D)(E)(F)NRC-HQ-25-14-E-0003/NRC-HQ-50-15-T-0002/M0008 Contracting Officer changed from CAROLYN A. COOPER to  MARK THOMPSON
 
IPP Department ID changed to :
CHANGES FOR LINE ITEM NUMBER:  1
 
Total Amount changed
 
from $1,064,816.30 to $758,656.99
 
Obligated Amount for this Modification:
 
        -$111,173.01
 
Incremental Funded Amount changed from
 
        $869,830.00 to $758,656.99
 
FOB changed from Destination to CHANGES FOR DELIVERY LOCATION: NRCHQ Amount changed from $1,064,816.30 to $758,656.99 CHANGES FOR ACCOUNTING CODE:
2017-X0200-FEEBASED-50-50D008-1061-35-4-195-251A-3
 
5-4-195-1061
 
Delivery Location Code: NRCHQ
 
US NUCLEAR REGULATORY COMMISSION-
 
MAIL PROCESSING CENTER
 
4930 BOILING BROOK PARKWAY
 
ROCKVILLE MD 20852 USA Period of Performance: 09/21/2015 to 06/29/2018 NSN 7540-01-152-8067OPTIONAL FORM 336 (4-86)
Sponsored by GSA
 
FAR (48 CFR) 53.110 As a result of having completed the final cost determination process for this task order, the purpose of this modification is to adjust both the task order ceiling as well as funding values, deobligate  
$111,173.01 of funding from this task order that will not be used on this effort, and thereby close out this task order, and thereby close out the task order.The ceiling of the task order is hereby reduced from $1,064,816.30 by $306,159.31 to $758,656.99, and similarly the funding obligated to this task order is reduced from $869,830.00 by $111,173.01 to  
$758,656.99. As the result of the final cost determination, the total estimated cost of this task order has been reduced to $758,656.99.Accordingly, the following clauses are deleted in their entirety and replaced as follows:1.Under Section B - Supplies or Services and Price/Costs:B.1 PRICE/COST SCHEDULE CLINDESCRIPTION OF SUPPLIES/SERVICES ESTIMATED COST FIXED FEE TOTAL COST PLUS FIXED FEE 0001Contractor to provide Technical Assistance in accordance with section C: DESCRIPTION/SPECIFICATIONS/
STATEMENT OF WORK $758,656.99 Total$758,656.99NRCB044 CONSIDERATION AND OBLIGATION-INDEFINITE-QUANTITY CONTRACT (a) The estimated total quantity of this contract for the products/services under this contract is  
$758,656.99 of which the sum of represents the estimated reimbursable costs, and of which represents fixed fee.(b) The Contracting Officer will obligate funds on each task order issued.(c) The amount currently obligated by the Government with respect to this contract is  
$758,656.99, of which the sum of represents the estimated reimbursable costs, and of which represents the fixed-fee.(d) This is an incrementally-funded contract and FAR 52.232 "Limitation of Funds" applies.(e) A total estimated cost and fee, if any, will be negotiated for each task order and will be incorporated as a ceiling in the resultant task order. The Contractor shall comply with the provisions of FAR 52.232-20  
- Limitation of Cost for fully-funded task orders and FAR 52.232 Limitation of Funds for incrementally-funded task orders, issued hereunder. (End of Clause)All other terms and conditions of this task order remain unchanged.}}

Latest revision as of 20:07, 20 October 2019

Modification No. 008 to Task Order No. NRC-HQ-50-15-T-0002 Under Contract No. NRC-HQ-25-14-E-0003
ML18215A386
Person / Time
Issue date: 08/03/2018
From: Mary Thompson
Acquisition Management Division
To:
S C A
References
NRC-HQ-25-14-E-0003
Download: ML18215A386 (3)


Text

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 3

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

M0008 See Block 16C ZEROREQ-NMSS-18-0043

6. ISSUED BY CODE NRCHQ 7. ADMINISTERED BY (If other than Item 6) CODE US NRC - HQ ACQUISITION MANAGEMENT DIVISION MAIL STOP TWFN-5E03 WASHINGTON DC 20555-0001
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code)

(x) 9A. AMENDMENT OF SOLICITATION NO.

S C A INC 1608 SPRING HILL RD STE 400 9B. DATED (SEE ITEM 11)

VIENNA VA 221822241 x 10A. MODIFICATION OF CONTRACT/ORDER NO.

NRC-HQ-25-14-E-0003 NRC-HQ-50-15-T-0002 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE 09/15/2015 071167910

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 electronic communication 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 letter or electronic communication, provided each letter or electronic communication 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) Net Decrease: -$111,173.01 See Schedule
13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

CHECK ONE 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. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

X FAR 52.216-7 Allowable Cost and Payment E. IMPORTANT: Contractor is not x is required to sign this document and return 1

__________________ copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

LIST OF CHANGES:

Reason for Modification: Close Out Total Amount for this Modification: -$306,159.31 New Total Amount for this Version: $758,656.99 New Total Amount for this Award: $758,656.99 Obligated Amount for this Modification:

-$111,173.01 New Total Obligated Amount for this Award:

$758,656.99 Incremental Funded Amount changed: from

$869,830.00 to $758,656.99 Continued ...

Except as provided herein, all terms and conditions of the document referenced in Item 9 A 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)

MARK THOMPSON 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED 08/03/2018 (Signature of person authorized to sign) (Signature of Contracting Officer)

Previous edition unusable STANDARD FORM 30 (REV. 11/2016)

Prescribed by GSA FAR (48 CFR) 53.243

REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF CONTINUATION SHEET NRC-HQ-25-14-E-0003/NRC-HQ-50-15-T-0002/M0008 2 3 NAME OF OFFEROR OR CONTRACTOR S C A INC ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (A) (B) (C) (D) (E) (F)

Contracting Officer changed from CAROLYN A. COOPER to MARK THOMPSON IPP Department ID changed to :

CHANGES FOR LINE ITEM NUMBER: 1 Total Amount changed from $1,064,816.30 to $758,656.99 Obligated Amount for this Modification:

-$111,173.01 Incremental Funded Amount changed from

$869,830.00 to $758,656.99 FOB changed from Destination to CHANGES FOR DELIVERY LOCATION: NRCHQ Amount changed from $1,064,816.30 to $758,656.99 CHANGES FOR ACCOUNTING CODE:

2017-X0200-FEEBASED-50-50D008-1061-35-4-195-251A-3 5-4-195-1061 Delivery Location Code: NRCHQ US NUCLEAR REGULATORY COMMISSION-MAIL PROCESSING CENTER 4930 BOILING BROOK PARKWAY ROCKVILLE MD 20852 USA Period of Performance: 09/21/2015 to 06/29/2018 NSN 7540-01-152-8067 OPTIONAL FORM 336 (4-86)

Sponsored by GSA FAR (48 CFR) 53.110

As a result of having completed the final cost determination process for this task order, the purpose of this modification is to adjust both the task order ceiling as well as funding values, deobligate

$111,173.01 of funding from this task order that will not be used on this effort, and thereby close out this task order, and thereby close out the task order.

The ceiling of the task order is hereby reduced from $1,064,816.30 by $306,159.31 to $758,656.99, and similarly the funding obligated to this task order is reduced from $869,830.00 by $111,173.01 to

$758,656.99. As the result of the final cost determination, the total estimated cost of this task order has been reduced to $758,656.99.

Accordingly, the following clauses are deleted in their entirety and replaced as follows:

1. Under Section B - Supplies or Services and Price/Costs:

B.1 PRICE/COST SCHEDULE CLIN DESCRIPTION OF ESTIMATED FIXED TOTAL COST SUPPLIES/SERVICES COST FEE PLUS FIXED FEE Contractor to provide Technical 0001 Assistance in accordance with section $758,656.99 C: DESCRIPTION/SPECIFICATIONS/

STATEMENT OF WORK Total $758,656.99 NRCB044 CONSIDERATION AND OBLIGATIONINDEFINITE-QUANTITY CONTRACT (a) The estimated total quantity of this contract for the products/services under this contract is

$758,656.99 of which the sum of represents the estimated reimbursable costs, and of which represents fixed fee.

(b) The Contracting Officer will obligate funds on each task order issued.

(c) The amount currently obligated by the Government with respect to this contract is $758,656.99, of which the sum of represents the estimated reimbursable costs, and of which represents the fixed-fee.

(d) This is an incrementally-funded contract and FAR 52.232 Limitation of Funds applies.

(e) A total estimated cost and fee, if any, will be negotiated for each task order and will be incorporated as a ceiling in the resultant task order. The Contractor shall comply with the provisions of FAR 52.232-20

- Limitation of Cost for fully-funded task orders and FAR 52.232 Limitation of Funds for incrementally-funded task orders, issued hereunder.

(End of Clause)

All other terms and conditions of this task order remain unchanged.