Attached files
file | filename |
---|---|
EX-21.1 - EX-21.1 - GeoEye, Inc. | w77651exv21w1.htm |
EX-23.1 - EX-23.1 - GeoEye, Inc. | w77651exv23w1.htm |
EX-32.1 - EX-32.1 - GeoEye, Inc. | w77651exv32w1.htm |
EX-32.2 - EX-32.2 - GeoEye, Inc. | w77651exv32w2.htm |
EX-4.17 - EX04.17 - GeoEye, Inc. | w77651exv4w17.htm |
EX-4.16 - EX-4.16 - GeoEye, Inc. | w77651exv4w16.htm |
EX-4.15 - EX-4.15 - GeoEye, Inc. | w77651exv4w15.htm |
EX-4.14 - EX-4.14 - GeoEye, Inc. | w77651exv4w14.htm |
EX-23.2 - EX-23.2 - GeoEye, Inc. | w77651exv23w2.htm |
EX-31.2 - EX-31.2 - GeoEye, Inc. | w77651exv31w2.htm |
EX-31.1 - EX-31.1 - GeoEye, Inc. | w77651exv31w1.htm |
EX-10.13 - EX-10.13 - GeoEye, Inc. | w77651exv10w13.htm |
EX-10.11 - EX-10.11 - GeoEye, Inc. | w77651exv10w11.htm |
10-K - 10-K - GeoEye, Inc. | w77651e10vk.htm |
Exhibit 10.12
UNCLASSIFIED
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT |
1. CONTRACT ID CODE | PAGE 1 OF 4 PAGES |
2. AMENDMENT/MODIFICATION NO. | 3. EFFECTIVE DATE | 4. REQUISITION/PURCHASE REQ. NO. | 5. PROJECT NO. (If applicable) | |||||||
P00027
|
See Block 16C | |||||||||
6. ISSUED BY
|
CODE | HM0210 | 7. ADMINISTERED BY (If other than item 6) g |
CODE | 62LESSERMM | |||||
Natl Geospatial-Intelligence Agen. | ||||||||||
ATTN: ACR/MS-P150 | ||||||||||
12310 Sunrise Valley Drive | ||||||||||
RESTON VA 20191-3449 | ||||||||||
8. NAME AND ADDRESS OF CONTRACTOR (No., Street, county, State and ZIP Code) | þ 9A. AMENDMENT OF SOLICITATION NO. | |||||||||
ORBIMAGE, INC. | ||||||||||
21700 ATLANTIC BLVD | 9B. DATED (SEE ITEM 11) | |||||||||
DULLES VA 201666801 |
||||||||||
þ 10A. MODIFICATION OF CONTRACT/ORDER NO. | ||||||||||
HM157304C0014 | ||||||||||
10B. DATED (SEE ITEM 13) | ||||||||||
CODE 8248422490000 | FACILITY CODE | 09/30/2004 |
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
o | The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers o is extended. o 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 reluming 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)
Not Applicable
Not Applicable
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 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) |
||
þ
|
Mutual Agreement of the Parties |
E.
IMPORTANT:
Contractor
o is
not.
þ 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.)
Tax ID Number: 54-1660268
DUNS Number: 824842249
DUNS Number: 824842249
The purpose of this modification is to restructure the Option Contract Line Item (CLIN)
0006 option; revise Attachment 1, Statement of Work, Appendix F; and incorporate CY2010
labor rates for use under CLIN 0005, System Engineering Services Support.
The CLIN 0006 option is restructured to a three (3) month period (April 1, 2010 through June
30, 2010), with options to extend CLIN 0006 in six single monthly increments (July 2010,
August 2010, September 2010, October 2010, November 2010 and December 2010). If all seven
(7) options are exercised (one 3 month period plus six 1 month periods) the total CLIN 0006
performance period will run through December 31, 2010. (CLIN 0006 was
structured Continued ...

UNCLASSIFIED
CONTINUATION SHEET
|
REFERENCE NO. OF DOCUMENT BEING CONTINUED HM157304C0014/P00027 |
PAGE 2 OF 4 |
NAME OF OFFEROR OR CONTRACTOR
ORBIMAGE, INC.
ORBIMAGE, INC.
ITEM NO. | SUPPLIES/SERVICES | QUANTITY | UNIT | UNIT PRICE | AMOUNT | |||||||||||||||
(A) | (B) | (C) | (D) | (E) | (F) | |||||||||||||||
as a single nine (9) month performance period: April
1, 2010 through December 31, 2010.) |
||||||||||||||||||||
Attachment 1, Statement of Work, Appendix F, is
modified to revise the requirement for refreshing
imagery under the Service Level Agreement (SLA) World
Map requirement to permit varied refresh rates over
different portions of the Globe, and to revise the
SLA Performance Criteria, eliminating Criteria # 5
and redistributing its weight against the remaining
Criteria. |
||||||||||||||||||||
Accordingly, the contract is modified as follows: |
||||||||||||||||||||
1. Under Section B, Supplies or Services and
Prices/Costs, Paragraph B.7 Option Line Item 0006
Imagery Acquisition COMMERCIAL IMAGERY (change page 4
is attached hereto): |
||||||||||||||||||||
The first paragraph is revised to read: The scope
of effort for this firm fixed price line item is
defined in Attachment 1 Statement of Work Section 4.2
and Appendix D. The total potential CLIN 0006
performance period is from April 1, 2010 through
December 31, 2010, on a Service Level Agreement (SLA)
basis. CLIN 0006 will have an initial performance
period of three (3) months, followed by six one (1)
month potential Option period extensions (July 1,
2010 through December 31, 2010). This effort is
priced at the amount set forth below. |
||||||||||||||||||||
The total estimated firm fixed price (FFP) is revised
to indicate a monthly fee of $12,500,000. The total
estimated FFP remains unchanged at $112,500,000. |
||||||||||||||||||||
The last paragraph is revised to read: Additionally,
associated CLINs 0002, 0003, 0004, and 0005 will also
be extended as appropriate to match the CLIN 0006
performance period. |
||||||||||||||||||||
2. Under Section H, Special Contract Requirements,
Paragraph H.28 Exercise of Options (change page 21A
is attached hereto): |
||||||||||||||||||||
The requirement to exercise options within thirty
(30) days prior to the end of the current contract
period is revised to fifteen (15) days. |
||||||||||||||||||||
Continued ... |
NSN 7540-01-152-8067
|
OPTIONAL FORM 336 (4-86) | |||
Sponsored by GSA | ||||
FAR (48 CFR) 53.110 |
UNCLASSIFIED
CONTINUATION SHEET
|
REFERENCE NO. OF DOCUMENT BEING CONTINUED HM157304C0014/P00027 |
PAGE 3 OF 4 |
NAME OF OFFEROR OR CONTRACTOR
ORBIMAGE, INC.
ORBIMAGE, INC.
ITEM NO. | SUPPLIES/SERVICES | QUANTITY | UNIT | UNIT PRICE | AMOUNT | |||||||||||||||
(A) | (B) | (C) | (D) | (E) | (F) | |||||||||||||||
A second paragraph is added as follows: For CLINs
0002, 0003, 0004, 0005, and 0006, the Option periods
will be initially exercised for three (3) months,
followed by potential extensions in monthly
increments through December 31, 2010. |
||||||||||||||||||||
3. Under Section J List of Attachments, Attachment
1, NextView Statement of Work (SOW) Revision Version
17 dated 23 December 2009 is revised to read
NextView Statement of Work (SOW) Revision Version 18
dated 04 February 2010. Change page 31 is attached
hereto. |
||||||||||||||||||||
4. Under Attachment 1, NextView Statement of Work
(SOW) Revision Version 17 dated 23 December 2009: |
||||||||||||||||||||
Cover Page is revised to reflect new Revision 18 and
a new date of February 4, 2010. Change page Cover
Page is attached hereto. |
||||||||||||||||||||
Appendix F, Section 2.2.1, Part 1 World Map, third
Paragraph, after the first sentence the following new
sentence is added: The government may unilaterally
lower the refresh rate gap for defined areas of
interest as mission needs dictate. Change page F-3
is attached hereto. |
||||||||||||||||||||
Appendix F, Section 2.3.2, Performance Criteria,
Table 2, is revised to delete Criteria #5 (90% World
Map sqkm delivered on Routine Timeline), and
redistribute the 20% Criteria #5 Hold Back against
the remaining four Criteria. The Hold Back for each
criterion is increased by 5%, from 20% to 25%.
Change page F-6 is attached hereto. |
||||||||||||||||||||
5. Under Line Item CLIN 0005 System Engineering
Services Support, the CY2010 labor rates are
incorporated into the contract as delineated in the
attachment to this modification entitled GeoEye
CY2010 CLIN 0005 Negotiated Rates.xls. Discount
Terms: |
||||||||||||||||||||
Net 30 |
||||||||||||||||||||
Delivery Location Code: SEESCH See Schedule |
||||||||||||||||||||
Continued ... |
NSN 7540-01-152-8067
|
OPTIONAL FORM 336 (4-86) | |||
Sponsored by GSA | ||||
FAR (48 CFR) 53.110 |
UNCLASSIFIED
CONTINUATION SHEET
|
REFERENCE NO. OF DOCUMENT BEING CONTINUED HM157304C0014/P00027 |
PAGE 4 OF 4 |
NAME OF OFFEROR OR CONTRACTOR
ORBIMAGE, INC.
ORBIMAGE, INC.
ITEM NO. | SUPPLIES/SERVICES | QUANTITY | UNIT | UNIT PRICE | AMOUNT | |||||||||||
(A) | (B) | (C) | (D) | (E) | (F) | |||||||||||
Payment: | ||||||||||||||||
DFAS Acct. Mtn. & Control/JDAC |
||||||||||||||||
ATTN: DFAS-IN-FI-JAM DEP 3248 |
||||||||||||||||
8899 E. 56th Street |
||||||||||||||||
Indianapolis, IN 46249 |
||||||||||||||||
Customer Service 1-888-332-7366 |
||||||||||||||||
---FAX 1-866-894-8007 |
||||||||||||||||
FOB: Destination | ||||||||||||||||
Period of Performance: 02/01/2007 to 03/31/2010 | ||||||||||||||||
Change Item 0006 to read as follows (amount shown is | ||||||||||||||||
the obligated amount): | ||||||||||||||||
0006 |
NextView COMMERCIAL IMAGERY PROGRAM | 0.00 | ||||||||||||||
Amount: $112,500,000.00 (Option Line Item) | ||||||||||||||||
03/01/2010 | ||||||||||||||||
Fully Funded Obligation Amount$112,500,000.00 | ||||||||||||||||
Product/Service Code: 7640 | ||||||||||||||||
Product/Service Description: MAPS, ATLASES, | ||||||||||||||||
CHARTS, & GLOBES | ||||||||||||||||
Period of Performance: 04/01/2010 to 06/30/2010 |
NSN 7540-01-152-8067
|
OPTIONAL FORM 336 (4-86) | |||
Sponsored by GSA | ||||
FAR (48 CFR) 53.110 |
HM1573-04-C-0014
P00027
P00027
UNCLASSIFIED
FOR OFFICIAL USE ONLY
WHEN SEPARATED FROM CLASSIFIED ATTACHMENTS
FOR OFFICIAL USE ONLY
WHEN SEPARATED FROM CLASSIFIED ATTACHMENTS
FFP.
CLIN 0003 commences 01 February 2007 and concludes at the earlier of the following two (2) events:
1. | GeoEye-1 FOC | ||
2. | March 31, 2009 * |
* | CLIN 0003 unit prices contained in Appendix D, Table 4-2.a. of the SOW, Contract Attachment 1, are effective February 1, 2007 through October 31, 2007. CLIN 0003 unit prices contained in Table 4-2.b. are effective November 1, 2007 and remain unchanged in the event that CLIN 0003 is extended beyond December 31, 2008. |
B.5 Line Item CLIN 0004 Firewire Drives and Other Media
This CLIN
is priced at a NTE amount of $500,000. The sum of all material provided herein
and invoiced for shall not exceed $500,000.
Line Item 0004 is a time and material indefinite-quantity line item for the supplies or services
and prices specified herein to support the storage and dissemination of imagery, and is effective
for the entire period of performance. Delivery or performance shall be made only as authorized by
the USG. The Contractor shall furnish to the Government, when and if ordered, the supplies or
services specified in Line Item 0004 up to the not-to-exceed amount specified. The Government has
no minimum order obligations.
B.6 Line Item CLIN 0005 System Engineering Services Support
This CLIN has a NTE value of $4,000,000. The sum of all effort provided herein and invoiced
for shall not exceed $4,000,000. Line Item 0005 is a time and material level-of-effort (LOE) item
for System Engineering Services Support in accordance with Contract Attachment 6. LOE support for
Attachment 6 paragraphs 1.1.1 through 1.1.6 shall be as directed by the Contracting Officers
Representative. Other LOE shall be provided for tasks under paragraph 1.1.7 as directed by the
Contracting Officer.
CLIN 0005 will be incrementally funded in accordance with NGA budget and policy provisions. The
Governments and the Contractors continuing obligations under this CLIN is contingent upon the
availability of appropriated funds from which payment for contract purposes can be made. No legal
liability on the part of the Government for any payment or on the part of the Contractor for any
performance under any task placed under this CLIN may arise until funds are made available to the
Contracting Officer for such tasks and until the Contractor receives notice of such availability in
writing by the Contracting Officer.
B.7 Option Line Item 0006- Imagery Acquisition COMMERCIAL IMAGERY
The scope of effort for this firm-fixed price line item is defined in Statement of Work
Section 4.2 and Appendix F. The total potential CLIN 0006 performance period is from April 1, 2010
through December 31, 2010, on a Service Level Agreement (SLA) basis. CLIN 0006 will have an initial
performance period of three (3) months, followed by six one (1) month potential Option period
extensions (July 1, 2010 through December 31, 2010). This effort is priced at the amount set forth
below.
Total Estimated FFP: $112,500,000 ($12,500,000 per month).
CLIN 0006 will be incrementally funded in accordance with NGA budget and policy provisions. The
Governments and the Contractors continuing obligations under this Contract are contingent upon
the availability of appropriated funds from which payment for contract purposes can be made. No
legal liability on the part of the Government for any payment or on the part of the Contractor for
any performance under any order placed under this Contract may arise until funds are made available
to the Contracting Officer for such task order and until the Contractor receives notice of such
availability in writing by the Contracting Officer.
Additionally, associated CLINs 0002, 0003, 0004, and 0005 will also be extended as appropriate to
match the CLIN 0006 performance period.
UNCLASSIFIED
FOR OFFICIAL USE ONLY
WHEN SEPARATED FROM CLASSIFIED ATTACHMENTS
FOR OFFICIAL USE ONLY
WHEN SEPARATED FROM CLASSIFIED ATTACHMENTS
Page 4 of 31
HM1573-04-C-0014
P00027
P00027
UNCLASSIFIED
FOR OFFICIAL USE ONLY
WHEN SEPARATED FROM CLASSIFIED ATTACHMENTS
FOR OFFICIAL USE ONLY
WHEN SEPARATED FROM CLASSIFIED ATTACHMENTS
H.25 NGA: 5X52.227-9001 Activities That Affect U.S. Persons (DEC 2004)
This contract is sponsored by the National Geospatial-Intelligence Agency. All work and
services to be performed hereunder shall be in strict compliance with procedures set forth in DoD
5240.1-R.
H.26 Warranty of Services (May 2001)
(a) Definitions. Acceptance, as used in this clause, means the act of an authorized
representative of the Government by
which the Government assumes for itself, or as an agent of another approves specific services, as
partial or complete
performance of the contract.
(b) Notwithstanding inspection and acceptance by the Government or any provision concerning the
conclusiveness thereof,
the Contractor warrants that all services performed under this contract will, at the time of
acceptance, be free from defects in
workmanship and conform to the requirements of this contract. The Contracting Officer shall give
written notice of any
defect or nonconformance to the Contractor within 30 days from the date of acceptance by the
Government for the service
provided. This notice shall state either
(1) | That the Contractor shall correct or reperform any defective or nonconforming services within a period of 90 days; or | ||
(2) | That the Government does not require correction or reperformance. |
(c) If the Contractor is required to correct or reperform, it shall be at no cost to the
Government, and any services corrected
or reperformed by the Contractor shall be subject to this clause to the same extent as work
initially performed. If the
Contractor fails or refuses to correct or reperform, the Contracting Officer may, by contract or
otherwise, correct or replace
with similar services and charge to the Contractor the cost occasioned to the Government thereby,
or make an equitable
adjustment in the contract price or the Contract Line Item may be terminated.
H.27 Emergencies, Disasters, and Humanitarian Efforts
(a) In support of emergencies, disasters, and humanitarian efforts, the National
Geospatial-Intelligence Agency (NGA) may
disseminate and/or post on open web sites imagery licensed under this contract regardless of
whether the recipients are
within the Next View license user groups. The imagery will contain the copyright notice and the
NextView license notice.
After 30 days, the imagery will be handled in accordance with the NextView license.
(b) The contractor will be given notice within 24 hours after the start of the
dissemination/posting of imagery under the
authority of this clause.
(c) If the contractor does not believe the situation constitutes an emergency, disaster, or
humanitarian effort, the contractor
has 24 hours after receiving notice to object to the dissemination/posting of the imagery under the
authority of this clause. If
the parties cannot reach agreement, the matter will be resolved in accordance with the Disputes
Clause and the other terms
and conditions of this contract.
H.28 Exercise of Options
Any option under this contract shall be exercised by a unilateral contract modification signed
by the Contracting Officer. Specific contract line items or sub-line items delineating a
description of the supplies or services, quantity requirements, and a corresponding delivery
schedule for the exercised options shall be identified in the unilateral contract modification. An
option shall be exercised by issuance, within 15 days prior to the end of the current contract
period, of a unilateral modification for the subsequent option requirements.
For CLINs 0002, 0003, 0004, 0005, and 0006, the Option periods will be initially exercised for
three (3) months, followed by potential extensions in monthly increments through December 31, 2010.
H.29 Segregation of Costs
The Contractor agrees to segregate and bill costs incurred under this contract by CLIN.
Separate invoices shall be submitted for each individual CLIN.
UNCLASSIFIED
FOR OFFICIAL USE ONLY
WHEN SEPARATED FROM CLASSIFIED ATTACHMENTS
FOR OFFICIAL USE ONLY
WHEN SEPARATED FROM CLASSIFIED ATTACHMENTS
Page 21A of 31
HM1573-04-C-0014
P00027
P00027
UNCLASSIFIED
FOR OFFICIAL USE ONLY
WHEN SEPARATED FROM CLASSIFIED ATTACHMENTS
FOR OFFICIAL USE ONLY
WHEN SEPARATED FROM CLASSIFIED ATTACHMENTS
SECTION J LIST OF ATTACHMENTS
Attachment | Description | |
1
|
NextView Statement of Work (SOW) Revision Version 18 dated 4 February 2010 | |
2
|
Government Furnished Property | |
3
|
DD254, Contract Security Classification Specification Revision 4 dated May 12, 2009 | |
4
|
List of Data Delivered with Government Purpose Rights | |
5
|
List of Data with Limited Rights | |
6
|
Statement of Work, NextView System Engineering Services dated October 31, 2007 |
UNCLASSIFIED
FOR OFFICIAL USE ONLY
WHEN SEPARATED FROM CLASSIFIED ATTACHMENTS
FOR OFFICIAL USE ONLY
WHEN SEPARATED FROM CLASSIFIED ATTACHMENTS
Page 31 of 31
NextView-ORBIMAGE
Volume 8.0___Revised Version 18
Statement of Work
For:
|
By: | |
National Geospatial-Intelligence Agency
|
ORBIMAGE, Inc. | |
4600 Sangamore Road
|
21700 Atlantic Boulevard | |
Bethesda, MD 20816-5003
|
Dulles, VA 20166 |
04 FEB 10

In Response to:
Contract #HM 1573-04-3-0001 and
Contract #HM1573-04-C-0014
Contract #HM 1573-04-3-0001 and
Contract #HM1573-04-C-0014
Restrictions on Use, Publication, or Disclosure of Proprietary Information
This document contains information proprietary to ORBIMAGE Inc. or to third parties to which
ORBIMAGE Inc. may have a legal obligation to protect such information from unauthorized disclosure,
use or duplication. Any disclosure, use or duplication of this document or of any of the
information contained herein for other than the specific purpose for which it was disclosed is
expressly prohibited, except as ORBIMAGE Inc. may otherwise agree to in writing.
WARNING: The export of technical data without approval from the U.S. Department of State is
prohibited by the Arms Export Control Act, Title 22, U.S.C., Sec. 2751, et seq. and the
International Traffic in Arms Regulations (ITAR), 22 C.F.R. Sec 120, et seq. Violations of these
laws and regulations carry severe criminal penalties.
Contract# HM1573-04-C-0014
|
![]() |
There shall be no less than an 8-month gap between refresh rates for all imagery. The
government may unilaterally lower the refresh rate gap for defined areas of interest as mission
needs dictate. The contractor will endeavor to deliver complete 1x1 degree cells; however, execute
at the most efficient collection rate (a 2 cell x 1 cell configuration).
Total collections and deliveries in any single month are subject to the limitations on
production capacity described in Paragraph 2.2, Overview, above.
The contractor shall provide at least 4,500,000 sqkm of compliant Pan+MSI Mono imagery to NGA
per month (the World Map Capacity). Total deliveries in any single month are subject to the
limitations on production capacity described in Paragraph 2.2, Overview, above.
Section 2.2.2 Part 2 Indefinite Quantity Ad Hoc Collection Service
The contractor shall provide the NGA with an Ad Hoc target collection capacity using
either GeoEye-1 or IKONOS, at the contractors discretion.
Using either GeoEye-1 or IKONOS, during any month period NGA may task up to 200,000 sqkm of
imagery world-wide for Ad Hoc collections and other imagery products (the Ad Hoc Capacity). The
200,000 sqkm Ad Hoc Capacity is calculated based on orders for Pan+MSI Mono imagery. To account for
the inefficiency of ad hoc collections, if GeoEye-1 is used to satisfy an ad hoc collection order,
the World Map Capacity for that month will be reduced by a ratio of 5 sqkm for every 1 sqkm of ad
hoc collection for ad hoc targets falling within the longitude bands 34°E -64°E and 100°E
-130°E and will be reduced by a ratio of 4 sqkm for every 1 sqkm of ad hoc collection for ad hoc
targets falling outside the longitude bands 34°E -64°E and 100°E -130°E. Within 34°E -64°E
and 100°E -130°E the contractor may retain up to 50% of the GeoEye-1 collection capability for its
own use. The maximum amount of imagery NGA is entitled to from GeoEye-1 for this Part 2 is 100,000
sqkm per month. The maximum reduction to the World Map Capacity shall not exceed 500,000 sqkm per
month based on the 5:1 ratio. The contractor may, at its own discretion, satisfy Part 2 using in
excess of 100,000 sqkm of GeoEye-1. To the extent the NGA orders different types of products for ad
hoc collections, the Ad Hoc Capacity in such month will be credited by the type of products
actually ordered using the values in Table 1. Unused Ad Hoc Capacity will not be carried over to
the subsequent month.
All Part 2 imagery shall be tasked with a Mandatory Pre-Emptive Priority rating unless
otherwise noted in the PMAA Order. Part 2 Orders would be placed using existing PMAA ordering
procedures. Ad Hoc requirement satisfaction follows an order-image-downlink-process-deliver
complete scenario, regardless of cloud cover in the delivered image, as outlined in SOW Section
4.2.7.2 (GeoEye-1) and SOW Appendix E (IKONOS), unless otherwise noted in the PMAA Order.
Total deliveries in any single month are subject to the limitations on production capacity
described in Paragraph 2.2, Overview, above.
For imagery beyond 80 degrees North and South Latitude (high latitude) orders may be provided
in Pan Mono imagery. For imagery beyond 80 degrees North and South Latitude, imagery parameters
will be relaxed to 40° off-nadir and 50% cloud cover, or as otherwise directed, with the goal of
ameliorating land surface collection in these regions.
NGA may task for greater than 200,000 sqkm under the Ad Hoc Capacity. In the event that NGA
tasks above 200,000, NGA will incur an additional charge on a per sqkm basis of $5.00 for every
sqkm above the 200,000 level. The contractor shall invoice for this expense against either CLIN
Use, duplication, or disclosure of this document or any of the information contained herein is
subject to the
restrictions on the title page of this document
restrictions on the title page of this document
Volume 8 Statement of Work February 4, 2010
|
Page F-3 |
Contract# HM1573-04-C-0014
|
![]() |
Section 2.3.1 Metrics Reporting/Reports
The contractor shall collect and provide the following metrics and reports to the
NGA by the tenth business day of the month in addition to those outlined in SOW Section
4.1.2.6, Additional Reporting Requirements:
| The number of delivered tasking, archive, and mixed RFQs by region and by sensor | ||
| The number of tasking, archive, and mixed orders by region | ||
| Area and routine sqkm delivered by product type by region | ||
| Area and routine sqkm delivered by region by cloud cover | ||
| Ad hoc sqkm tasked by priority by region | ||
| Ad hoc sqkm delivered by priority by region by cloud cover | ||
| Number of products delivered to NGA by product type | ||
| The monthly total sqkm of archive images NGA issued and CDP delivered by sensor | ||
| The cumulative total sqkm of archive orders and images NGA issued and CDP delivered by region and by sensor | ||
| Other metrics as mutually agreed to |
The contractor shall provide the following
bi-annual metrics to NGA:
| Accuracy |
| CE 90 (GeoEye-1 and IKONOS) | ||
| LE 90 (GeoEye-l) |
| MTF (GeoEye-1) | ||
| Relative edge response (RER) (GeoEye-1) | ||
| Signal to noise ration (SNR) (GeoEye-1) |
The contractor shall provide the following reports to NGA as required:
| Satellite Orbital and Attitude Maneuverability Information Report (GeoEye-1 only) | ||
| Test Plans and Procedures |
Section
2.3.2 Performance Criteria
The contractors performance under the SLA will be assessed based on the Performance
Criteria delineated in Table 2, Performance Criteria.
Performance Criteria
Performance Criteria
Indicator | Measure | Monitoring Method | Hold Back | |||||||||
1
|
Quantity | Area | 95% of World Map Sqkm Delivered | IPL Shapefiles | 25 | % | ||||||
2
|
Quantity | Area | 90% of NGA prioritized areas and/or regions (a subset of World Map) | IPL Shapefiles | 25 | % | ||||||
3
|
Quantity | Area | 90% of Planned Cells Delivered | Order Completion Report | 25 | % | ||||||
4
|
Timeliness | Ad Hoc | 95% of Ordered Ad Hoc Requirements Delivered on Time | Order Completion Report | 25 | % |
Table 2. Performance Criteria
The Hold Back for Performance Criteria found to be deficient in subsequent months
will be assessed against the month in which they were discovered.
Use, duplication, or disclosure of this document or any of the information contained
herein is subject to the
restrictions on the title page of this document
restrictions on the title page of this document
Volume 8 Statement of Work February 4, 2010 | Page F-6 |
Contract HM1573-04-C-0014, Modification P00027
Fully Burdened | ||||||
ORBIMAGE/GeoEye Labor | CY2010 Labor Hour | |||||
Categories | Price (thru Fee) | Description | Sample Job Titles | |||
ACCT|]Accounting
|
g | Provides financial controls accounting to program office and business management | A/R, A/P, Staff Accountant | |||
ACTM|]Accounting Manager
|
g | Manages accounting personnel and processes | Mgr, Accounting Operations, Accounting Compliance Manager | |||
ADAS|]Administrative Assistant
|
g | Provides administrative support to program office or business management | Administrative coordinator, assistant | |||
ADA2|]Administrative Assistant II
|
g | Senior administrative assistants | Senior Administrative assistant | |||
BSMJ|]Business Management Jr
|
g | Supports business development and operational personnel | Sr Channel and Proposal Spec, Mgr International Proposals | |||
BSMT|]Business Management
|
g | Key personnel in the areas of business development and operations; has input to departmental budgets and/or customer/product/ operational development | Dir., IT Production support, Proposals, Finance and Planning, Advanced Programs, Revenue | |||
BSM2|]Business Management II
|
g | Director level personnel in the areas of business development and operations; has responsibility for departmental budgets and/or customer/product/operational development | Sr Dir., Satellite Ops, Ground System Eng, Advanced System Development | |||
CONT|]Contracts
|
g | Initiates, writes, negotiates and administers all contractual documents with customer vendors and subcontractors | Contracts Administrator | |||
CONL|]Contracts Legal
|
g | Provides corporate legal counsel function | Legal Counsel | |||
CSRA|]Customer Serv Rep Assoc
|
g | Customer service/order coordinator, Assoc govt customer support rep, Customer support aide, Channel Partner Rep | Assoc Govt Customer Serv Rep, CS coordinator | |||
CSRP|]Customer Service Rep
|
g | Technical Support Analyst, Sr Channel Partner Rep, Project Specialist, Sr Customer Support Rep | Technical Support Analyst, Sr Govt CS Rep, Corp Imagery Serv Rep | |||
CSRM|]Customer Serv Rep Mgmt
|
g | Manages Customer Service personnel and processes | Manager, Comm/Channel Order, Govt Order, Tech Services & Bus Process | |||
ENGJ|]Engineer Jr
|
g | Associate|]level engineering staff supporting engineering staff in design, implementation and maintenance technical activities | Assoc Photog System Eng, Sr Eng Aide, Photog System Technician | |||
ENGR|]Engineer
|
g | Provide technical design, implementation, test and maintenance support in a variety of engineering disciplines including software, photogrammetry, product, geodetic, business systems, ground systems and spacecraft | Photog System Eng, Bus Systems Solution Eng, Command & Control Eng, Spacecraft System Eng, Geodetic Engineer. | |||
ENG2|]Engineer II
|
g | Principal and senior level engineering staff that lead technical engineering activities | Sr Database Eng, Sr Mission Eng, Sr Gmd Term Eng, Princ System Eng | |||
ENG3|]Engineer III
|
g | Managerial level engineering that coordinates and oversees engineering personnel and/or processes | Mgr, Ground System Eng, Sr. Princ Spacecraft Eng, Sr Princ Software Eng | |||
FINC|]Finance
|
g | Provides corporate|]Ievel and project level financial reporting and analysis to program office; supports proposal pricing efforts | Sr Financial Analyst, Program Control Analyst, Mgr Finance & Analysis, PC Manager | |||
ITPR|]IT Production
|
g | Production system monitoring and management, upgrades and maintenance and production client system deployment/upgrade | Production system administrators and system security administrators | |||
ITP2|]IT Production II
|
g | Senior and more skilled admin that deal with more complex issues | Senior production system administrators and network administrators | |||
ITPM|]IT Production Mgr
|
g | Oversee and coordinate system administration personnel | Production operation support, network operations and production system design managers | |||
ITSA|]IT Support Assoc
|
g | Track IT assets from procurement to disposal | Asset management coordinators | |||
ITSP|]IT Support
|
g | System administration support for nor|]production personnel | Business system administrators and PC Client administrators | |||
ITS2|]IT Support II
|
g | Senior and more skilled admin that deal with more complex issues | Senior business system administrators and PC Client administrator | |||
ITSM|]IT Support Mgr
|
g | Oversee and coordinate system administration personnel | User support services and business system project managers | |||
MCPA|]Mission Contrl/Plnr Assoc
|
g | Associate level | Assoc satellite collection planners |
1 of 2
Contract HM1573-04-C-0014, Modification P00027
Fully Burdened | ||||||
ORBIMAGE/GeoEye Labor | CY2010 Labor Hour | |||||
Categories | Price (thru Fee) | Description | Sample Job Titles | |||
MCPR|]Mission Controller/Planner
|
g | Perform mission planning and real|]time satellite command and control activities required to operate companys imaging satellites; operate ground terminals and systems to insure successful uplink of commands and downlink of image data | Mission controllers, Tasking controller trainers and Satellite Collection Planners | |||
MCP2|]Mission Contrl/Plnr II
|
g | Senior and Principle level mission planning/controlling | Manager Satellite Collection Planning, Sr and Pr Mission Controllers | |||
MOPA|]Mission Operations
Assoc
|
g | Associate level | Associate order entry specialists | |||
MOPS|]Mission Operations
|
g | Interface with engineering and marketing personnel to define and maintain satellite imagery collection needs; develop and maintain software tools necessary to support monitoring and optimization of collections and the collection database | Mission analysts, system operations personnel | |||
MOP2|]Mission Operations II
|
g | Senior level mission analysts | Mission managers, Sr. mission analyst, Sr Mgr System Operations | |||
PJTM|]Project Manager
|
g | Coordinates and managers individual contract awards from kick|]off to completion. Responsible for technical, cost and performance of project | Mgr, Regional Affiliate Ops, Mgr Technical Development, Space System Project Mgr | |||
PRMR|]Program Manager
|
g | Sr. Dir Programs | ||||
PROA|]Production Assoc
|
g | Associate geospatial analysts | ||||
PROD|]Production
|
g | specialists | ||||
PROD2|]Production II
|
g | Operators, Sr GIS Prod Coordinator | ||||
PROM|]Production Mgr
|
g | Mgr Production Commercial, Dulles, AMDB, Norman | ||||
QAST|]QA Specialist
|
g | Quality process and assurance analysts | ||||
QAMT|]Quality Management
|
g | Quality manager | ||||
SECT|]Security Subcontractors |
g | Site Security, Site Security Manager | ||||
Sub |]Project Manager |
g | |||||
Sub |]Systems Analyst |
g | |||||
Sub |]Developer |
g |
2 of 2