PAGE 2 OF 3 PAGES REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8EC-14-D-0024 / P00007 PAGE 2 OF 3 PAGES

Similar documents
SPE8EC-13-D-0032/P00003

4. REQUISITION/PURCHASE REO. NO. See Blk. 16C See Block ADMINISTERED BY (If other than Item 6) 1 SPEBEC

10B. DATED (SEE ITEM 13) I FACILITY CODE 12/29/ THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

TOWN OF WINDSOR AGENDA REPORT

Defense Logistics Agency Troop Support. Construction and Equipment. Heavy Equipment Procurement Program HEPP. Customer Handbook March 2017

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

Downloaded from

Central Florida Regional Transportation Authority d.b.a.

COMMERCIAL ITEM DESCRIPTION PINTLE ASSEMBLY, TOWING, MANUAL RELEASE, , AND LBS CAPACITY

SERVICES TO BE PERFORMED APPLICANT AUTHORIZATION. Phone: Fax:

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

The bid from Modern Chevrolet was the lowest responsive, responsible bidder with a bid of $37, Attachments: Proposal/bid tab sheet RFP

New Jersey Motor Vehicle Commission

INDUSTRIAL HAUL AGREEMENT

THE CONNECTICUT LIGHT AND POWER COMPANY dba EVERSOURCE ENERGY AND THE UNITED ILLUMINATING COMPANY

See Blk. 16C See Block 14. DCMA BAL Tl MORE USA 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

COUNTY OF ROCKLAND Department of General Services Purchasing Division

SGS North America, Inc.: Grant of Expansion of Recognition. AGENCY: Occupational Safety and Health Administration (OSHA), Labor.

Public Access Electric Vehicle Charging Station Rebate Program Agreement

Creative Bus Dba Getaway Bus REPRESENTING New England Wheels

BID SPECIFICATIONS FOR 3 CY WHEEL LOADER JD 544K $148, (INCLUDING OPTIONS) TIER 4

COMMERCIAL ITEM DESCRIPTION HOSE ASSEMBLY, NONMETALLIC, FIRE FIGHTING, WITH COUPLINGS

2018 Golf Cart Lease Sunset Valley Golf Club

To complete the process for a net metering interconnection, please follow the steps below:

Temporary Adjustments to Rates for Low-Income Programs.

PERFORMANCE SPECIFICATION COOLERS, LUBRICATING OIL, AIRCRAFT, GENERAL SPECIFICATION FOR

[ P] DEPARTMENT OF ENERGY. 10 CFR Part 431 [EERE-2017-BT-TP ]

Monroe County Municipal Waste Hauler Permit Application CALENDAR YEAR 2019

AARMAC TRANSPORT, INC nd Ave SW MINOT, ND 58701

THREE-PARTY VANPOOL INCENTIVE PROGRAM AGREEMENT

PERFORMANCE SPECIFICATION LUBRICATING OIL, JET ENGINE

SELF-CERTIFICATION/MEDICAL EXAMINER S CERTIFICATION FACT SHEET

Central Florida Regional Transportation Authority d.b.a.

CONTRACT FOR MINNESOTA AGENCY TRACTOR RENTAL SUPPLIES AND SERVICES

APPLICATION FOR CLASS A CDL DRIVER

BID SPECIFICATIONS FOR 55-TON LOWBOY TRAILER LB55-24D PITTS $51, (INCLUDING OPTIONS)

CITY OF SIMI VALLEY MEMORANDUM

To complete the process for a net metering interconnection, please follow the steps below:

BEFORE THE GUAM PUBLIC UTILITIES COMMISSION ) ) ) ) ) ) ) ) ORDER INTRODUCTION

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1

To complete the process for a net metering interconnection, please follow the steps below:

August 18, 2016 NWN OPUC Advice No A / UG 309 SUPPLEMENT A (UM 1766)

RENEWABLE FUEL INFRASTRUCTURE PROGRAM APPLICATION FORM

INDIANA STATE POLICE DISTRICT TOW ROTATION APPLICATION

Eagle Towing & Recovery, Inc. DBA Premier Towing AGREEMENT TO HANDLE PRIVATE PROPERTY IMPOUNDS

GSA Contracts Everything You Need To Know

TERMS AND CONDITIONS

Chapter 56 POLICE DEPARTMENT

EUROPEAN COMMISSION ENTERPRISE AND INDUSTRY DIRECTORATE-GENERAL

SUBJECT: PARTIAL AWARD INVITATION TO BID NO

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

Notice is hereby given of the following changes and questions and answers to the above referenced Bid:

SAFETY RECALL NOTICE NUMBER (NHTSA RECALL NOTICE 11V-373)

EL PASO INDEPENDENT SCHOOL DISTRICT PROCUREMENT SERVICES

TITLE 16. TRANSPORTATION CHAPTER 27. TRAFFIC REGULATIONS AND TRAFFIC CONTROL DEVICES

Specifications for 6 locations have been revised. Please use the Revised Price Proposal section provided below for your bid submission.

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

BID SPECIFICATIONS FOR 35-TON LOWBOY TRAILER LB 35-38CS

SOUTH AFRICAN NATIONAL STANDARD

FEDERAL SPECIFICATION METHANOL (METHYL ALCOHOL) 1.1 Scope. This specification covers three grades and four unit quantities of methanol.

Tractor/Trailer Lease Bid No. PR-08-P1A

SENATE, No STATE OF NEW JERSEY. 217th LEGISLATURE INTRODUCED SEPTEMBER 12, 2016

February 8, Potential Vendors:

PAGE 2 OF 6 PAGES REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8EC-16-D-0003 / P00005 CONTINUED ON NEXT PAGE

BID SPECIFICATIONS FOR 35-TON LOWBOY TRAILER LB35-33CS PITTS $32, (INCLUDING OPTIONS)

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

Request For Bids Elko County Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts

DRIVER APPLICATION FOR EMPLOYMENT

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope.

PETROLEUM TRADERS CORPORATION RIGGINS, INC.

STAFF REPORT. Consideration of Request Submitted by Athens Services for Rate Adjustment SUMMARY

Request for City Commission Agenda

~ p bl' S E. S 4,781 (ADA ComQiiance Program) $ 32,006 TOTAL $119,100 (Meadowbrook Rd Pathway) $108,600 (Taft Rd Pathway)

HIGHWAY TRAFFIC ACT DRIVER S LICENSES REGULATIONS

DEPARTMENT OF TRANSPORTATION

CHAPTER 403. HAZARDOUS MATERIAL TRANSPORTATION

CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC

Invitation for Quote (IFQ) For the Supply and Delivery of Sodium Bisulfite IFQ

Harris County Tow Truck Permit Application

M A N I T O B A ) Order No. 42/14 ) THE PUBLIC UTILITIES BOARD ACT ) April 23, 2014

IRISH COAST GUARD. ADMINISTRATION OF IRCG VEHICLES Procedure No. VS&T04 IRCG Division: VS&T

1 [Building Code - Electric Vehicle Charging Stations - Expedited Permit Process]

MILITARY SPECIFICATION LUBRICATING OIL, VACUUM PUMP, MECHANICAL

Appendix A - Technical Specifications RFQ Emergency WasteWater Cleanup Services

To facilitate the extension of departmental services through third party testing organizations as provided for by CRS (b)

INVITATION TO BID Fort Morgan Golf Course Golf Carts

ADOPTED REGULATION OF THE STATE SEALER OF WEIGHTS AND MEASURES. LCB File No. R Effective December 14, 1998

Brown Trucking Company COMPANY DRIVER APPLICATION 6908 Chapman Road Lithonia, GA Fax: (770)

REQUEST FOR PROPOSALS (RFP) FOR THE PURCHASE OF SOLAR ENERGY

April 6, The Honorable Kimberly D. Bose Secretary Federal Energy Regulatory Commission 888 First Street, NE Washington, DC 20426

May 11, 2018 On or before 2:00pm

DRIVER S APPLICATION

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

PRE-BID ADDENDUM NUMBER 2

REQUEST FOR PRICE QUOTATION FOR Laser Toner Cartridges. DATE BIDS REQUESTED: June 24, 2009 WEDNESDAY 10:30 A.M BID # RETURN TO:

Failure to comply with any of the instructions may be cause for the County to reject that bid.

Transcription:

CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8EC-14-D-0024 / P00007 PAGE 2 OF 3 PAGES Contract SPE8EC-14-D-0024 is hereby modified as follows: 1.) Wright & Wright Machinery Co. Commercial Price List with the Model Pricing and Discounts (Base List Price Only) on pages 27 and 28 of the Schedule of Items (SOI) in Contract SPE8EC-14-D-0024 is hereby replaced by page 3 of the subject modification to reflect the price increases for 13 models identified in the Commercial Price List. 2.) The following nomenclatures updates are hereby UPDATED and incorporated into the Wright & Wright Machinery Co. contract: Towbar/Pushback Tractor B650 Electric HP ACU 50 Hz HPC-E30T* Electric HP ACU 60 Hz 30 Ton HPC-E30T Diesel HP ACU 30 Ton HPC-D30T Diesel Land Based HP ACU 45 Ton LBAC HP ACU 3.) The following (2) models have been removed from the vendor's contract: Towbarless Tractor E-160 Towbarless Tractor E-600 4.) All other terms and conditions remain unchanged. PAGE 2 OF 3 PAGES

SPE8EC 14 D 0024 P00007 Wright & Wright (JBT) Description Model # Towbar/Pushback Tractor GVW- 17,000 30,000 lbs B250 Towbar/Pushback Tractor GVW- 35,000 40,000 lbs B350 Towbar/Pushback Tractor B650 Towbar/Pushback Tractor B950 Towbar/Oushback Tractor B1200 C-15i Std. C-15i Wide C-15i Universal C-30i C-40i C-60i Ranger STD Halvorsen 25K Belt Loader - Self Propelled - Diesel ECO-850 Deicer TD Atlas 4-Pallet 44,000 lb lift cap Atlas 4 Atlas 4-Pallet 50,000 lb lift cap Atlas 5 Electric HP ACU 50 Hz HPC-E30T* Electric HP ACU 50 Hz** HPC-E30T* Diesel HP ACU 50 Hz HPC-D30T* Diesel Land Based HP ACU 45 Ton LBAC-D45T* Diesel HP ACU Trailer Mount 30 Ton TMAC-D30T *Applicable Hose Kit included **option- 60 Hz available

CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8EC-14-D-0024 / P00005 PAGE 2 OF 3 PAGES 1. In accordance with the Addition/Deletion of Items in contract on pages 27 and 28 of the solicitation: The following JBT models are hereby incorporated into subject contract: Towbar/Pushback Tractor (model: B950) 2. The schedule of supplies on page 3 of the most recent modification (P00004) is replaced with page 3 of this modification to reflect current models and pricing. CONTINUED ON NEXT PAGE

SPE8EC 14 D 0024 Description Model # Towbar/Pushback Tractor GVW- 17,000 30,000 lbs B250 Towbar/Pushback Tractor GVW- 35,000 40,000 lbs B350 Towbar/Pushback Tractor B600 Towbar/Pushback Tractor B950 Towbar/Oushback Tractor B1200 Towbarless Tractor E-160 Towbarless Tractor E-600 C-15i Std. C-15i Wide C-15i Universal C-30i C-40i C-60i Ranger Halvorsen 25K Belt Loader - Self Propelled - Diesel ECO-850 Deicer TD Atlas 4-Pallet 44,000 lb lift cap Atlas 4 Atlas 4-Pallet 50,000 lb lift cap Atlas 5 Electric HP ACU 50 Hz 30 Ton HPC-E30T Electric HP ACU 60 Hz 30 Ton HPC-E30T Diesel HP ACU 30 Ton HPC-D30T Diesel Land Based HP ACU 45 Ton LBAC HP ACU Diesel HP ACU Trailer Mount 30 Ton TMAC-D30T Wright & Wright (JBT) Pg 3

CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: PAGE 2 OF 3 PAGES SPE8EC-14-D-0024 / P00004 1. In accordance with the Addition/Deletion of Items in contract on pages 27 and 28 of the solicitation: The following JBT models are hereby incorporated into subject contract: ECO-850 Belt Loader 2. The schedule of supplies on page 3 of the most recent modification (P00003) is replaced with page 3 of this modification to reflect current models and pricing. CONTINUED ON NEXT PAGE

-P00004 Page 3 SPE8EC 14 D 0024 Wright & Wright (JBT) Description Model # Towbar/Pushback Tractor GVW- 17,000 30,000 lbs B250 Towbar/Pushback Tractor GVW- 35,000 40,000 lbs B350 Towbar/Pushback Tractor B600 Towbar/Oushback Tractor B1200 Towbarless Tractor E-160 Towbarless Tractor E-600 C-15i Std. C-15i Wide C-15i Universal C-30i C-40i C-60i Ranger Halvorsen 25K Belt Loader - Self Propelled - Diesel ECO-850 Deicer TD Atlas 4-Pallet 44,000 lb lift cap Atlas 4 Atlas 4-Pallet 50,000 lb lift cap Atlas 5 Electric HP ACU 50 Hz 30 Ton HPC-E30T Electric HP ACU 60 Hz 30 Ton HPC-E30T Diesel HP ACU 30 Ton HPC-D30T Diesel Land Based HP ACU 45 Ton LBAC HP ACU Diesel HP ACU Trailer Mount 30 Ton TMAC-D30T

CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8EC-14-D-0024/P00003 PAGE OF PAGES 2 OF 3 1. In accordance with FAR 52.216-2 Economic Price Adjustment Standard Supplies (JAN 1997), schedule of supplies on page 14 of Basic contract is replaced with page 3 of this modification to reflect current pricing. 2. In accordance with the Addition/Deletion of Items in contract on pages 27 and 28 of the solicitation: The following JBT models are hereby deleted from subject contract: B400, B400E. The following JBT models are hereby incorporated into subject contract: B250, B350. ATLAS 4, ATLAS 5, HPC-E50HZ30T, HPC-E60HZ30T, HPC-D20T, LBAC HP ACU, TMAC-D30T.

Description Model # SPE8EC-14-D-0024-P00004 PAGE 3 OF 3 Towbar/Pushback Tractor GVW- 17,000 30,000 lbs B250 Towbar/Pushback Tractor GVW- 35,000 40,000 lbs B350 Towbar/Pushback Tractor B600 Towbar/Oushback Tractor B1200 Towbarless Tractor E-160 Towbarless Tractor E-600 C-15i Std. C-15i Wide C-15i Universal C-30i C-40i C-60i Deicer TD Halvorsen 25K Atlas 4-Pallet 44,000 lb lift cap Atlas 4 Atlas 4-Pallet 50,000 lb lift cap Atlas 5 Electric HP ACU 50 Hz 30 Ton HPC-E50HZ30T Electric HP ACU 60 Hz 30 Ton HPC-E60HZ30T Diesel HP ACU 30 Ton HPC-D30T Diesel Land Based HP ACU 45 Ton LBAC HP ACU Diesel HP ACU Trailer Mount 30 Ton TMAC-D30T

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 2. AMENDMENT/MODIFICATION NO. P00002 3. EFFECTIVE DATE See Blk. 16C See Block 14 1. CONTRACT ID CODE K PAGE OF PAGES 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 6. ISSUED BY CODE SPE8EC 7. ADMINISTERED BY (If other than Item 6) CODE S3605A 1 3 DLA TROOP SUPPORT CONSTRUCTION & EQUIPMENT (HEPP) 700 ROBBINS AVENUE PHILADELPHIA PA 19111-5096 USA Initiator: Michelle Diak PEPCDA7 Tel: 215-737-7278 FAX: 215-737-0396 Email: Michelle.Diak@dla.mil DCMA DAYTON BUILDING 30 AREA A 1725 VAN PATTON DR WRIGHT PATTERSON AFB OH 45433-5302 USA 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) (X) 9A. AMENDMENT OF SOLICITATION NO. WRIGHT WRIGHT MACHINERY CO., INC. 384 HWY 3284 MONTICELLO KY 42633-7385 USA X 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. SPE8EC-14-D-0024 10B. DATED (SEE ITEM 13) CODE 0B9Z7 FACILITY CODE 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS 2014 JUL 02 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 ACKNOWLEDGMENT 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) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. X B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES ( such as changes in paying office, appropriation date, etc. ) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103 (b). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor X is not, 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.) See Continuation Sheet 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) Judith HENRY PEPCDA3 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED NSN 7540-01-152-8070 Previous edition unusable (Signature of person authorized to sign) 2015 DEC 03 (Signature of Contracting Officer) STANDARD FORM 30 (REV. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8EC-14-D-0024/P00002 PAGE 2 OF 3 PAGES The Basic Contract Administrator is changed from Aria Gessner to Michelle Diak. The Local Administrator is changed from Aria Gessner to Michelle Diak. The Payment Terms are changed from. CONTINUED ON NEXT PAGE

CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8EC-14-D-0024/P00002 PAGE 3 OF 3 PAGES SECTION B - SUPPLIES OR SERVICES AND PRICES OR COSTS PID Data - Custom Clause Insert (copy and paste) text for PID information here

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 2. AMENDMENT/MODIFICATION NO. P00001 3. EFFECTIVE DATE See Blk. 16C See Block 14 1. CONTRACT ID CODE K PAGE OF PAGES 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 6. ISSUED BY CODE SPE8EC 7. ADMINISTERED BY (If other than Item 6) CODE S3605A 1 3 DLA TROOP SUPPORT CONSTRUCTION & EQUIPMENT (HEPP) 700 ROBBINS AVENUE PHILADELPHIA PA 19111-5096 USA Initiator: Michelle GRAZIANO PEPCDA7 Tel: 215-737-7278 FAX: 215-737-0396 Email: MICHELLE.GRAZIANO@DLA.MIL DCMA DAYTON BUILDING 30 AREA A 1725 VAN PATTON DR WRIGHT PATTERSON AFB OH 45433-5302 USA 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) (X) 9A. AMENDMENT OF SOLICITATION NO. WRIGHT & WRIGHT MACHINERY CO., INC. DBA 384 HWY 3284 MONTICELLO KY 42633-9702 USA X 9B. DATED (SEE ITEM 11) 10A. MODIFICATION OF CONTRACT/ORDER NO. SPE8EC-14-D-0024 10B. DATED (SEE ITEM 13) CODE 0B9Z7 FACILITY CODE 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS 2014 JUL 02 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 ACKNOWLEDGMENT 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) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. X B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES ( such as changes in paying office, appropriation date, etc. ) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103 (b). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor X is not, 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.) See Continuation Sheet 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) Michelle GRAZIANO PEPCDA7 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED NSN 7540-01-152-8070 Previous edition unusable (Signature of person authorized to sign) 2014 SEP 08 (Signature of Contracting Officer) STANDARD FORM 30 (REV. 10-83) Prescribed by GSA FAR (48 CFR) 53.243

CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8EC-14-D-0024/P00001 PAGE 2 OF 3 PAGES The Administration Location Code is changed from S1002A DCMA ORLANDO 3555 MAGUIRE BLVD PH 407 228 5100 ORLANDO FL 32803-3799 USA to S3605A DCMA DAYTON BUILDING 30 AREA A 1725 VAN PATTON DR WRIGHT PATTERSON AFB OH 45433-5302 USA as indicated in Block 7. CONTINUED ON NEXT PAGE

CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: SPE8EC-14-D-0024/P00001 PAGE 3 OF 3 PAGES SECTION B - SUPPLIES OR SERVICES AND PRICES OR COSTS PID Data - Custom Clause Insert (copy and paste) text for PID information here