14-f-1205 doc 02' · 2017. 5. 15. · section b-supplies or services alilci prices item no...

32

Upload: others

Post on 02-Sep-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per
Page 2: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

Section B- Supplies or Services alilCI Prices

ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12

Implementation & Migration Support FFP

UNIT Months

Per paragraph 4.1.1 - 4.1.l5 & 4.2.1 - 4.2.7 of the PWS. PURCHASE REQUEST NUMBER: HQ000940560009000

ACRN AA

ITF.M NO SlJPPLIRS/SERVIC:R.S QUANTITY 0002 12

Senior Systems Administrator Support FFP Per section 5.1.1 of the PWS

ACRN AA

liNIT

Months

UNIT PRICE l(bX4>

NETAMT

lTNIT PR ICP. l(b)<4> I

NET AMT

HQ0034-I 1-0-0002 0005

!?age 2 of:n

AMOUNT l(b)(4)

AMOIJNT l(b)(4)

Page 3: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

ITEM.NO SUPPLIES/SERVICES QUANTITY. 0003 6

Systems Administrator Support FPP

UNIT. Months

II NIT PRICE l(b)(4) Provide. implementation support during the six month implementation and migration phase per section 5.1 .2 o( the PWS.

ACRN.AA.

!TEMNO SUPPLIES/SERVICES. QUANTITY 0004 L2

( GTMO) Systems Administ rator. Support FFP

UNIT Months

NET AMT

UN1T. PRLCE l{b)(4) Provide Guantanamo (GTMO) System� Administrator support per :;cction 5 . 1 . 3 of the PWS

ACRN AA

ITEM NO SUPPLLES/SBRVICBS QUANTITY 0005 1 2

Information Security Specialist Services FFP Per section 5. 1.4 of the PWS.

ACRN AA

UNIT Months

NET AMT

NET AMT

HQ0034- .I l -0-0002. 0005.

Page. 3. of 32.

AMOIINT

l<b)(4)

AMOUNT

l(b)(4)

(b)(4)

AMOUNT l(b)(4)

Page 4: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

ITEM NO SUPPLIES/SERVICES QUANTITY 0006 9

SAP P2P System Adminislrator Support FFP

UNIT Months

IJNIT PR!CB l(b)(4) Provide tier 2 help desk support as necessary per section 5.1.5 of the PWS for 9 months of base yem· implementation and migration phase

ACRN AA

JTEM NO SUPPLIES/SERVICES QUANTITY 0000 8

Tier 2 Help Desk Support (Senior) FFP

UN1T Montl1s

NET AMT

UNIT PRICE l(b)(4) Per seclion 5.1.6 ofthe PWS for 8 months of base year implementation and migration phase

NET AMT

ACRN AA

HQ0034-I 1-D-0002 0005

l?age 4 of:n

AMOUNT l(b)(4)

AMOUNT l(b)(4)

Page 5: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

ITEM NO 0008

ITEM NO 0009

SUPPLIES/SERVICES QUANTITY 8

Tier 2 HelpDesk Support (Master) FFP

UNIT Months

UNIT PRICE l(b)(4) I Per section 5. 1 .6 of the PWS for 8 months of base year implementation and migration phase

ACRN AA

S UPPLlES/SERVlCES QUANTITY 6

Chief lnformalion Sec. Officer Support FFP

UNIT Months

NETAMT

UNIT PRICE l<b)<4) I Per scclion 5 . 1 .7 of the PWS for 6 months of base year implemenwtion and migration phase

NET AMT

ACRN AA

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT Lot

UNIT PRICE 0010

Travel COST Travel shall be performed in accordance with the Perfonnance Work Statement. Travel will be reimbursed at actual cost in accordance with the limitations set forth in FAR 3 1 .205-46. All travel shall be approved, in writing, prior to performance by the Task Monitor. Travel invoices shall be provided to the Task Monitor for certification prior to submission for payment. This is a not-to-exceed CLTN.

ESTIMATED COST ACRN AA

HQ0034-I 1-D-0002 0005

l?age 5 of 32

AMOUNT

ICb)<4> I

(b)(4)

AMO!INT l(b)(4)

AMOUNT $35,000.00

$35,000.00 $35,000.00

Page 6: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

ITEM NO SUPPLIES/SERVICES QUANTITY 001 I

Vendor Procurement Costs (ODC) COST

UNIT Lot

UNIT PRICE

Refer to Attachment 04 for List of Vendor Procurement Cost (ODC) Pricing Sheet

ACRN AA

ITEM NO SUPPLiES/SERVICES QUANTITY 001 2 OPT!O� Surge Support

COST

ESTiMATED COST

UNIT UNIT PRICE Lot

Surge Support to be orderecl for in-scope work as needed throughout the petformance period.

ITEM NO SUPPUES/SERVICES QUANTITY 1001 12 OPTlON Senior Systems Administrator Support

FF P Per section 5 . 1 . 1 of the PWS

UNIT Months

ESTIMATED COST

lJNJI PRICE l(b)(4)

NET AMT

H.Q0034-I J -D-0002 0005

Page 6 of32

AMOUNT l(b)(4)

AMOUNT $0.00

$0.00 (EST.)

AMOUNT l<b)(4)

l(b)(4)

Page 7: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

ITEM NO SUPPLIES/SERVICES QUANTITY 1002 12 OPTrON (GTMO) Systems Administrator Support

FFP

UNIT Months

UNJTPRJCE l(b)(4) Provide Guantan:.tmu (GTMO) Systems Admini�tralor support per section 5.1 .3 of the PWS

ITEM NO SUPPLIES/SERVICES QUANTITY 1003 12 OPTION lnfr>rmation Security Specialist Services

FFP Per section 5 . 1 .4 of the PWS.

ITEM NO SUPPLIES/SERVICES QUANTITY 1004 1 2 OPTION SAP P2P System Administrator Support

FFP

UNIT Months

UNIT Months

NET AMT

UNIT PRJCE l(b)(4)

NET AMT

UNIT PRJCE IM{4) Provide tier 2 help desk support as necessary per section 5 . 1 .5 of the PWS

N.ET AMT

HQ0034-I J -0-0002 0005

Page 7 of32

AMOUNT l(b)(4)

l(bX4)

AMOUNT l(b)(4)

AMOUNT

l(b)(4)

l(bX4J

Page 8: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

ITEM NO 1 005 OPTION

JTEM NO 1006 OPTION

SUPPLIES/SERVICES QUANTITY 1 2

Tier 2 Help Desk Support (Senior) FFP Per section 5. 1 .6 of the. PWS.

SUPPLLES/SERVICES QUANTITY 1 2

Tier 2 HelpDesk Support (Master) FPP Per section 5 . 1 .6 of the PWS.

UNIT Months

UNIT Monrhs

I!NIT PRICE l(b)(4)

NET AMT

UNIT PRJCE ICb)<4>

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT Lot

UNIT PRJCE 1007 OPTION Travel

COST Travel shall be performed in accordance with the P erformance Work Statement. Travel will be reimbursed at actual cost in accordance with the limitations set forth i n FAR 3I.205-46. All travel. shall be approved, in writing, prior to performance by the Task Monitor. Travel invoices shall be provided to the Task Monitor for certification prior to submission for payment. This is a not-to-exceed CLIN.

ESTIMATED COST

HQ0034-I 1-D-0002 0005

l?age 8 of:U

AMOl!NT l(b)(4)

l(b)(4)

AMOUNT l<bJ(4)

l(b)(4)

AMOUNT $35,000.00

$35,000.00

Page 9: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

lTEM NO SUPPLIES/SERVICES QUANTITY 1 008 OPTION Surge Support

COST

UNIT Lot

UNIT PRICE

Surge Support to be ordered for in-scope work as needed throughout the performance period.

ITEM NO SUPPLIES/SERVICES QUANTITY 2001 1 2 OP'f!ON Serli01· Systems AdmhusiJ'ator Support

PFP Per section 5 . 1 .1 of the PWS

ITEM NO SUPPLLBS/SERYICES QUANTITY 2002 1 2 OPTION (GTMO) Systems Administrator Support

FFP

UNIT Months

UNIT Months

ESTIMATED COST

UNIT PRICE

l<b)(4)

NET AMT

UNIT PRICE ICb><4> Provide Guantanamo (GTMO) Systems Administrator support per .;cction 5.1.3 of the PWS

NET AMT

HQ0034-li-D-0002 0005

Page 9 of32

AMOUNT $0.00

$0.00 (EST.)

AMOUNT l(b)(4)

l(b)(4)

AMOUNT l<b)(4)

Page 10: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

ITEM NO SUPPLIES/SERVICES QUANTITY 2003 1 2 OPTION Information Security Specialist Servkes

FFP Per section 5.[.4 of the PWS.

JTEM NO SUPPLIES/SERVLCES QUANTITY 2004 12 OPTION SAP P2P System Administrator Support

FPP

UNIT Months

UNIT Months

UNITPRJCE l(b)(4)

NET AMT

UNLT PR.ICE l{b>(4) I Provide tier 2 help desk support as necessary per section 5. 1 .5 of the PWS

ITEM NO SUPPLIES/SERViCES QUANTJTY 2005 1 2 OPTION Tier 2 HelpDesk Support (Senjor)

FFP Per section 5. I .6 of the PWS.

UN .IT Months

NET AMT

NET AMT

HQ0034-I 1-D-0002 0005

Page 10 of32

AMOUNT l(b)(4)

l<b)(4)

AMOUNT

l(b)(4)

AMOUNT l<b)(4)

l(b)(4)

Page 11: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

ITEM NO 2006 OPTION

SUPPLJES/SERVICES QUANTITY 1 2

Tier 2 Help Desk Support (Master) FFP Per section 5 .1 .6. of the. PWS.

UNIT Months

!!NIT PRICE l(b)(4)

NETAMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT Lot

UNIT PRICE 2007 OPTION Travel

COST Travel shall be performed in accordance with the Performance Work Statement. Travel will be reimbursed at actual cost in accordance with the limitations set forth in FAR 3 1 .205-46. All travel shall be approved, in writing, prior to performance by the Task Monitor. Travel invoices shall be provided to the Task Monitor for certification prior to submission for payment. This is a not-to-exceed CLIN.

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT Lot

UNTT PRICE 2008 OPTION Surge Support

COST Surge Support to be ordered for in-scope work as needed throughout the performance period.

ESTIMATED COST

HQ0034-I 1-D-0002 0005

Page I I of:U

AMO!JNT l(b)(4)

l(b)(4)

AMOUNT $35,000.00

$35,000.00

AMOUNT $0.00

$0.00 (EST.)

Page 12: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

ITEM NO SUPPLIES/SERVICES QUANTITY 3001 OPTION Vendor Procurement Costs (ODC)

COST

UNIT UNIT PRICE Lot

Refer to Attachment 04 for List of Vendor Procurement Cost (ODC) Pricing Sheet

ITEM NO SUPPLIES/SERVICES QUANTITY 3002 1 2 OPTION Senior Systl•ms Administrator Support

FFP Per section 5. 1 .1 of the PWS

ITEM NO SUPPLIES/SERVICES QUANTITY 3 003 1 2 OPTION (GTMO) Systems Admiuistrator Support

FFP

UNlT Months

UNIT Months

ESTIMATED COST

UNIT PRICE

j(b)(4)

NET AMT

UNIT PRICE ICbX4)

Provide Guantanamo (GTMO) Systems Administrator support per section 5. 1.3 of the PWS

NET AMT

HQ0034-I 1-D-000:2 0005

Page 1 2 of32

AMOUNT j(b)(4)

f(b){4) lesr.)

j{b)(4

l(b)(4)

AMOUNT j(b)(4)

l(b)(4)

Page 13: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

ITEM NO SUPPLIES/SERVICES QUANTITY 3004 1 2 OPTlON Information Security Specialist Servkes

FFP Per section 5 . 1 .4 of the PWS.

JTEM NO SUPPLIES/SERVLCES QUANTITY 3005 12 OPTION SAP P2P System Administrator Support

FFP

UNIT Months

UNIT Months

UNIT PRlCE l(b)(4)

NETAMT

UNIT PRICE l{b)(4) Provide tier 2 help desk support as necessary per section 5 . 1 . 5 of the PWS

ITEM NO SUPPLIES/SERViCES QUANTITY 3006 12 OPTION Tier 2 HelpDesk Supporr (Senjor)

FFP Per section 5 . 1 .6 of the PWS.

UNIT Months

NET AMT

UNIT PRICE l<b><4) I

NET AMT

HQ0034-J 1-D-0002 0005

Page 13 of32

AMOUNT l(b)(4) I

l<b)(4)

AMO\INT l(b)(4) I

l(b)(4)

AMOUNT l(b)(4)

l(b)(4)

Page 14: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

ITEM NO 3007 OPTION

SUPPLJES/SERVICES QUANTITY 1 2

Tier 2 He.lpDesk Support (Master) FFP Per section 5 . 1 .6. of the. PWS.

UNIT Months

NETAMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT Lot

UNIT PRICE 3008 OPTION Travel

COST Travel shall be performed in accordance with the Performance Work Statement. Travel will be reimbursed at actual cost in accordance with the limitations set forth in FAR 3 1 .205-46. All travel shall be approved, in writing, prior to performance by the Task Monitor. Travel invoices shall be provided to the Task Monitor for certification prior to submission for payment. This is a not-to-exceed CLIN.

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT Lot

UNTT PRICE 3009 OPTION Surge Support

COST Surge Support to be ordered for in-scope work as needed throughout the performance period.

ESTIMATED COST

HQ0034-I 1 -D-0002 0005

Page 14 of32

AMOUNT

l<bl<4l I

l(b)(4)

AMOUNT $35,000.00

$35,000.00

AMOUNT $0.00

$0.00 (EST.)

Page 15: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

ITEM NO SUPPLIES/SERVICES QUANTITY 4001 1 2 OPTION Senior Systems Adminjstrator Support

FFP Per section 5 .[ . 1 of the PWS

JTEM NO SUPPLIES/SERVICES QUANTITY 4002 1 2 OPTION (GTMO) Systems Administrator Support

FFP

UNIT Months

UNIT Months

UNIT PRICE

l<b)C4> I

NETAMT

JJNJT PRICE I<D><4> I

Provide Guantanamo (OTMO) S ystems Administrator support per .>cction 5.1 .3 of the PWS

ITEM NO SUPP LIES/SERVICES QUANTITY 4003 1 2 OPTION Information Security Specialist Services

FFP Per section 5 . 1 . 4 of the PWS.

UNlT Months

NET AMT

UNfT PRJCE

ICb><4) I

NET AMT

HQ0034-II-0-0002 0005

Page 1 5 of32

AMOUNT l(b)(4)

l{b)(4)

AMQI!NT l<b)(4)

l(b)(4)

AMOliNT l(b><4) I

Page 16: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

ITEM NO SUPPLIES/SERVICES QUANTITY 4004 1 2 OPTION SAP P2P System Administrator Support

FFP

UNIT Months

II NIT PRICE l(b)(4) Provide tier 2 help desk support as necessary per section 5. I .5 of the PWS

JTEM NO SUPPLIES/SERVLCES QUANTITY 4005 1 2 OPTION Tier 2 HelpDesk Support (Senior)

FPP Per section 5 . 1 .6 of the PWS.

ITEM NO SUPPLIES/SERViCES QUANTITY 4006 1 2 OPTION Tier 2 HelpDesk Support ( Master)

FFP Per section 5. I .6 of the PWS.

UNIT Montl1s

UNIT Months

NET AMI

UNiT PRlCE l(b)(4)

NET AMT

UNIT PRlCE

l(b)(4)

NET AMT

HQ0034-I I -0-0002 0005.

Page l6 of32

AMOUNT

l(b)(4)

AMOUNT l{b)(4)

l(b)(4)

AMOJJNT

l(b><4) I

Page 17: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

lTEM NO SUPPLIES/SERVICES QUANTITY UNIT Lot

UNIT PRICE 4007 OPTION Travel

COST Travel shall be performed in accordance with the Performance Work Statement. Travel will be. reimbursed at actual cost in accordance. with the. limitations. set forth in FAR 3 1 .2 05-46. All travel shall be approved, in writing, prior to performance by the Task Monitor. Travel invoices shall be provided to the Task Monitor for certification prior to submission for payment. This is a not-to-exceed CLIN.

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT Lot

UNIT PRICE 4008 OPTION Surge Support

COST Surge Support to be ordered for in-scope work as needed throughout the performance period.

ESTIMATED COST

HQ0034-l l -D-0002 0005

Page 17 of32

AMOUNT $35,000.00

$35,000.00

AMOUNT $0.00

$0.00 (EST.)

Page 18: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

Section E - Inspection and Acceptance

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLlN INSPECT AT INSPECT BY

0001 Destination Government 0002 Destinatio11 Government 0003 Destination Govemment 0004 Destination Government 0005 Destination Government 0006 Destinatio11 Government 0007 Destination Government 0008 Destinatio11 Government 0009 Destination Government 0010 Destination Government 001 1 Destination Government 0012 Destinatio11 Government 1001 Destination Government 1002 Destinati011 Government 1003 Destination Government 1004 Destinati011 Government 1005 Destination Government 1006. Destinatio11. Government 1007 Destinatio11 Government 1008 Destination Government 2001 Destination Government 2002 Destinatio11 Government 2003 Destination Government 2004 Destination Government 2005 Destination Government 2006 Destination Government 2007 Destination Government 2008 Destination Government 3001 Destinatioll Government 3002 Destination Government 3003 Destination Government 3004 Destination Government 3005 Destination Government 3006 Destinatio11 Government 3007 Destination Government 3008 Destinatio11 Government 3009 Destination Government 4001 . Destinatioll. Government 4002 Destination Government 4003 Destination Government 4004 Destination Government 4005 Destination Government

ACCEPT AT Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination . Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination Destination

HQ0034-l l -D-0002 0005

Page 1 8 of32

ACCEPT BY Govemment Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Govemment Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Govemment Government Government

Page 19: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

4006 4007 4008

Destination Destination Destination

Government Government Government

Destination Destination Destination

HQ0034-l l -D-0002 0005

Page 19 of32

Government Government Government

Page 20: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

Section F - Deliveries or Performance

DELNERY INFORMATION

CLIN DELlVERY DATE QUANTITY

0001 POP 30-SEP-201 4 TO N/A 29-SEP-20 1 5

0002 POP 30-SEP-2014 TO N/A 29-SEP-20 15

0003 POP 30-SEP-2014 TO N/A 29-MAR-20 15

0004 POP 30-SEP-201 4 TO N/A 29-SEP-20 1 5

0005 POP 30-SEP-201 4 TO NIA 29-SEP-2015

0006 POP 30-SEP-201 4 TO N/A 29-SEP-2015

0007 POP 30-SEP-2014 TO N/A 29-SEP-2015

0008 POP 30-SEP-2014 TO N/A 29-SEP-20 1 5

0009 POP 30-SEP-20 1 4 TO N/A 29-MAR-201 5

0010 POP 30-SEP-201 4 TO N/A 29-SEP-2015

0011 POP 30-SEP-201 4 TO N/A 29-SEP-201 5

0012. POP 30-SEP-2014 TO N/A 29-SEP-20 1 5

1001 POP 30-SEP-2015 TO N/A 29-SEP-2016

HQ0034-I 1 -0-0002 0005

Page 20 of 32

SHLP TO ADDRESS UIC

OSD C1 0 I-IQ0002 MARQUITA ADAMS 1 155 DEFENSE PENTAGON- 3B288 ���6�NOTON rC 20301 - 1 155

:. . estmatwn

(SAME AS PREVIOUS LOCATION} HQ0002 FOB: Destination

(SAME AS PREVIOUS LOCATION) HQ0002 FOB: Destination

(SAME AS PREVIOUS LOCATION) HQ0002 FOB: Destination

(SAME AS PREVIOUS LOCATION) I-IQ0002 FOB: Destination

(SAME AS PREVIOUS LOCATION) I-IQ0002 FOB:. Destination

(SAME AS PREVIOUS LOCATION) HQ0002 FOB: Destination

(SAME AS PREVIOUS LOCATION) HQ0002 FOB: Destination

(SAME AS PREVIOUS LOCATION) I-IQ0002 FOB: Destination

(SAME AS PREVIOUS LOCATION) HQ0002 FOB: Destination

(SAME AS PREVIOUS LOCATION) HQ0002 FOB: Destination

(SAME AS PREVIOUS LOCATION) HQ0002 FOB: Destination

(SAME AS PREVIOUS LOCATION) HQ0002 FOB: Destination

Page 21: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

HQ0034-li-D-0002 0005

Page 2l of32

1002 POP 30-SEP-201 5 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-2016 FOB: Destination

1003 POP 30-SEP-2015 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-201 6 FOB: Destination

1004 POP 30-SEP-201 5 TO N/A (SAME AS PREVIOUS LOCA TTON) HQ0002 29-SEP-20 1 6 FOB: Destination

1005 POP 30-SEP-201 5 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-2016 FOB: Destination

1006 POP 30-SEP-2015 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-20 1 6 FOB: Destination

1007 POP 30-SEP-2015 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-20 1 6 FOB: Destination

1008 POP 30-SEP-201 5 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-20 1 6 FOB: Destination

2001 POP 30-SEP-201 6 TO N/A (SAME AS PREVIOUS LOCA TTON) HQ0002 29-SEP-2017 FOB: Destination

2002 POP 30-SEP-201 6 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-20 17 FOB: Destination

2003 POP 30-SEP-201 6 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-2017 FOB: Destination

2004 POP 30-SEP-2016 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-20 1 7 FOB: Destination

2005 POP 30-SEP-2016 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-2017 FOB: Destination

2006 POP 30-SEP-201 6 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-2017 FOB: Destination

2007 POP 30-SEP-201 6 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-20I7 FOB: Destination

2008 POP 30-SEP-20I6 TO N IA (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-201 7 FOB: Destination

3001 POP 30-SEP-201 7 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-2018 FOB: Destination

3002 POP 30-SEP-2017 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-20 1 8 FOB: Destination

3003 POP 30-SEP-2017 TO N/A (SAME AS PREVIOUS LOCA TTON) HQ0002 29-SEP-2018 FOB: Destination

Page 22: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

HQ0034-li-D-0002 0005

Page 22 of32

3004 POP 30-SEP-201 7 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-201 8 FOB: Destination

3005 POP 30-SEP-201 7 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-2018 FOB: Destination

3006 POP 30-SEP-2017 TO N/A (SAME AS PREVTOUS LOCA TTON) HQ0002 29-SEP-20 1 8 FOB: Destination

3007 POP 30-SEP-2017 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-2018 FOB: Destination

3008 POP 30-SEP-201 7 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-20 1 8 FOB: Destination

3009 POP 30-SEP-201 7 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-20 1 8 FOB: Destination

4001 POP 30-SEP-2018 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-20 1 9 FOB: Destination

4002 POP 30-SEP-2018 TO N/A (SAME AS PREVIOUS LOCA TTON) HQ0002 29-SEP-201 9 FOB: Destination

4003 POP 30-SEP-2018 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-20 1 9 FOB: Destination

4004 POP 30-SEP-2018 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-20 19 FOB: Destination

4005 POP 30-SEP-201 8 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-20 1 9 FOB: Destination

4006 POP 30-SEP-201 8 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-201 9 FOB: Destination

4007 POP 30-SEP-2018 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-201 9 FOB: Destination

4008 POP 30-SEP-2018 TO N/A (SAME AS PREVIOUS LOCATION) HQ0002 29-SEP-20 1 9 FOB: Destination

Page 23: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

Section G- Contract Administration Data

ACCOUNTING AND APPROPRIATION DATA

AA: 974 OlOO. 1920 5005 VEF£797 2595 S 12!38 HQ0009 DFAC40023 AMOUNTflh)(4\ I �---.., ClN HQ00094056(XJ090000001 {b){4) CIN HQ0009405600090{)00002

CfN HQ0009405600090000003

CIN HQOQ094056Q0{)9000(JQ04

CfN f-IQ0009405600090000005

CfN HQ0009405600090000006

CIN HQ0009405600090000007 CTN HQ0009405600090000008

CIN HQ0009405600090000009

CTN HQ00094056000900000 I 0

CIN HQ0009405600090000011

CLAUSES INCORPORATED BY FULL TEXT

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

(a) Definitions. As used in this clause--

HQ0034-I 1-0-0002 0005

Page 23 of:n

Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization.

Document type means the. type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

Local processing oftlce (LPO) is the oftice responsible for payment certification when payment certification is done external to the entitlement system.

(b) Electronic invoicing. The W A WF syslem is the method to electronically process. vendor payment requests. and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

(c) W A WF access. To access W A WF, the Contractor shall--

( I ) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and

(2) Be registered to use W A WF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site.

(d) W A WF training. The. Contractor should follow the training instructions of the WA WF Web-Based Training Course and use the Practice Training Site before submitting payment requests through

Page 24: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

HQ0034-l l -D-0002 0005

Page 24 of32

WA WF. Both can be accessed by selecting the "Web Based Training" link on the WA WF home page at https://wawf.eb.mil/.

(e) W A WF methods of document submission. Document submissions may be via Web entry, Electronic Data interchange, or File Transfer Protocol.

(f) W A WF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WA WF for this contract/order:

( l ) Document type. The Contractor shall use the following document type(s).

2-n-1 COMO

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in W A WF, as specified by the comracting officer.

Inspection: HQ0002 Accetance: HQ0002

(3) Document routing. The Contractor shall use the information in the Routing Data. Table. below only to. fill in applicable fields in WA WF when creating payment requests and receiving reports in the system.

Routing Data Table*

Field Name. in W A WF

Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service. Acceptor (DoDAAC) Accept at Other DoDAAC LPODoDAAC. DCAA Auditor DoDAAC Other. DoDAAC(s}

Data to be entered in W A WF

HQ0347 HQ0034 HQ0034 HQ0002

HQ0002

(4) Payment request and supporting documentation. The Contractor. shall ensure a payment request includes appropriate contract line item and subline it.em descriptions of the work performed or supplies delivered, unit price/cost per unit,. fee (if applicable), and nll relevant back-up. documentation, as, defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.

(5) WA WF email notifications. The Contractor shall enter the email address identified below in the ··send Additionul Email Noti:fications'' field of WA WF ouce a document is submitted ill tbe system.

l(b)(6)

Page 25: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

HQ0034-I 1-0-0002 0005

Page 25 of:n

(g) WA WP point of contact. ( I ) The Contractor may obtain clari t·ication regarding invoicing in WAWP from the following contracting activity's W A WF point of contact.

f{b)(6) (2) For Lcchnica.l W A W F help, contact the W A WF hclpdesk at 866-618-5988.

(End of clause)

CLAUSES INCORPORATED BY FULL TEXT

CONTRACTING OFFiCER'S REPRESENTATIVE (COR} (MARCH 2007)

The COR is a representative for the Government with limited authority who has been designated in writing by the Contracting Officer to provide technical direction, clarification, and guidance with respect to existing specifications and statement of work (SOW)/statement of objectives (SOO) as established in the contract. The COR also monitors the progress and quality of the Contractor's performance for payment purposes. The COR shall promptly report Contractor performance discrepancies and suggested corrective actions to the Contracting Officer for resolution.

The COR is NOT authorized to take any direct or indirect actions or make any commitments that will result in changes to price, quantity, quality, schedule, place of performance, delivery or any other terms or conditnons of the written contract.

The Contractor is responsible for promptly providing written notification to the Contracting Officer if it believes the COR has requested or directed any change to the existing contract (or task/delivery order). No action shall be taken by the Contractor for any proposed change to the contract until the Contracting Officer has issued a written directive or written modification to the contract (or task/delivery order). The Government will not accept and is not liable for any alleged change to the contract unless the change is included in a written contract modification or directive signed by the Contracting Officer.

If the Contracting Officer has designated an Alternate COR (ACOR), the ACOR may act only in the absence of the COR (due to such reasons as leave, official travel, or other reasons for which the COR is expected to be gone and not readily accessible for the day).

COR authority IS NOT delegable.

Page 26: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

Section 1 - Contract Clauses

SPECIAL CONTRACT PROVISION SPECIAL CONTRACT PROVISION

HQ0034-l l -D-0002 0005

Page 26 of32

In the event the Government exercises its unilateral right under FAR clause 52.217-8, Option to Extend Services, the unit price for the performance of services during this period will be the latest price(s) agreed upon in the contract or subsequent modifications.

CLAUSES INCORPORATED BY REFERENCE

52.204-7 System for Award Management JUL 2013 252.225-7993 (Dev) Prohibition on Contracting with the Enemy (Deviation) FEB 2014 252.225-7994 (Dev) Additional Access to Contractor and Subcontractor Records inFEB 2014

the United States Central Command Theater of Operations (Deviation)

252.232-7003 Electronic Submission of Payment Requests and Receiving JUN 2012 Reports

252.237-7010 Prohibition on Interrogation of Detainees by Contractor JUN 20I3 Personnel

CLAUSES INCORPORATED BY FULL TEXT

52.217-8 OPTION TO EXTEND SERVICES (NOV 1 999)

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor anytime prior to contract expiration .

(End of clause)

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor anytime before the end of the performance period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend anytime before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause shall not extend beyond 60 months . .

(End of clause)

Page 27: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1 998)

HQ0034-l l -D-0002 0005

Page 27 of32

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/these address(es):

www.acguisition.gov

(End of clause)

52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1 984)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1 ) clause with an authorized deviation is indicated by the addition of "(DEVlA TlON)" after the date of the clause.

(End of clause)

252.204-7004 ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014)

(a) Definitions. As used in this provision--

"System for Award Management (SAM) database" means the primary Government repository for contractor information required for the conduct of business with the Govemmem.

"Commercial and Government Entity (CAGE) code" means-

(I) A code assigned by the Defense Logistics Information Service (DLIS) to identify a commercial or Government entity; or

(2) A code assigned by a member of the North Atlantic Treaty Organization that DLIS records and maintains in the CAGE master file. This type of code is known as an "NCAGE code."

"Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, lnc. (D&B) to identify unique business entities.

"Data Universal Numbering System +4 (DUNS+4) number" means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR 32. 1 I ) for the same parent concern.

"Registered in the System for Award Management (SAM) database" means that-

( l ) The contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, and Contractor and Government Entity (CAGE) code into the SAM database;

Page 28: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

HQ0034-l l -D-0002 0005

Page 28 of32

(2) The contractor has completed the Core Data, Assertions, Representations and Certifications, and Points of Contact sections of the registration in the SAM database;

(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Contractor will be required to provide consent for TIN validation to the Government as part of the SAM registration process; and

(4) The Government has marked the record "Active."

(b)( I ) By submission of an offer, t:he offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to awm·d, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.

(2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database.

(c) lf the offeror. does not have a DUNS number,. it should contact Dun and Bradstreet directly to obtain one ..

( l } An offeror. may obtain a DUNS. number--

(i) Via t:he. Internet at http://fedgov.dnb.com/webform or if the. offeror does not have internet access, i t may call Dun and Bradstreet at 1 -866-705-571 1 if located within the United States; or

(ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S .. Government contract when contacting the. local Dun and Bradstreet office.

(2} The offeror should be. prepared to provide the following information:

(i) Company legal business.

(ii} Tradestyle, doing business,. or other name by which your entity is commonly recognized.

(iii) Company Physical Street Address, City, State, and Zip Code.

(iv) Company Mailing Address, City, State and Zip Code (if separate from physical).

(v) Company Telephone Number.

(vi) Date. the company was started.

(vii) Number of employees at your location.

(viii) Chief executive officer/key manager.

(ix) Line of business (industry).

(x) Company Headquarters. name and address (reporting relationship within your entity).

(d) If the Offeror does not become registered in the SAM database in t:he time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.

Page 29: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

HQ0034-I 1-D-0002 0005

Page 29 of:n

(e) Processing time, which normally takes 48 hours, should be taken imto consideration when registering. Offerors who arc not registered should consider applying for registration immediately upon receipt of this solicitation.

tO Offcrors may obtain infom1ari011 on registration at hltps://www.acguisition .gov.

(End of clause)

252.204-7006 BILLING lNSTRUCTLONS (OCT 2005)

When submitting a request for payment. the Contractor shall-

(a) Identify the contract line item(s) on the payment request that reasonably retlect contract work performance: and

(b) Separately idellfify a payment amount for each cont·ract line item included in the payment request.

(End of clause)

252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION (APR 2014)

(a) Contract line items 0001 - 00 1 1 are incrementally funded. For these items, the sum odCbV4\ Lr the totalh·ice is present!� available

_ fr payment and allotted to this contract. Specitica�ly. CLIN 00 1

_1 h�s � total

cost o�_\(4) �nd 1s funded 10J_(b)(4) J An allotment schedule 1s set forth m paragraph U) of this clause.

(b) For ilems(s) identified in paragraph (a) of this clause, the Contraclor agrees to perform up to the point ut which tbe total amount pnyable by tbe Government, includiJlg reimbursement in the event of termination of those item(s) for U1e Govemmenr's convenie-nce, approximates the t.olal amount l:urrently alloHed to the contract. The Contractur is not authorized to continue work on those item(s) beyond that point. The Government will nor be obligated in any event to reimburse the Comructor in excess or the amount alloued to the contract for tl1ose item(s) regardless of anything to the contrary in the clause entitled "TERMINATION FOR THE CONVENIENCE OF THE GOVERNMENT." As used in this clause, the total amount payable by tht' Government in the event of termination of applicable contrnct line item(s) for convenience includes costs. proflr and estimated termination settlement costs for those itcm(s).

(c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state ( I ) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable bne items up to the next scheduled date for allotment of funds identified in paragraph (j) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for subsequent period as may be specitied in the allotment schedule in paragraph (j) of this clause, or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "TERMINATION FOR THE CONVENIENCE OF THE GOVERNMENT".

Page 30: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

HQ0034-l l -D-0002 0005

Page 30 of32

(d) When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraph (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.

(e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concernjng a question of fact witnin the meanjng of the clause entitled "disputes."

(f) The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause.

(g) The termiuarion provisions of this clause do not limit the rights of the Government under the clause entitled "DEFAULT." The provisions of l.his clause ;ue limited to work and allotment of funds for the contract lime ite::m(s) set for1h in paragraph (a) of this clause. This clause no longer applies once the contract if fully funded except with regard to lhe rights or obligatioru; of the parties conceming equitable adjustments negotiated under paragraphs (d) or (e) of this clause.

(b) Nothing in this clause affects the right of tbe Government to trus contract pursuant to the clause of thls contract entitled "TERMINATION FOR CONVENIENCE OF THE GOVERNMENT.''

( i ) Nothing in this clause shall be construed as uuthorizulion of vuluntmy services whose acceptance is otherwise prohibited under 3 1 U.S.C. 1342.

U) The pa�ties contemplate that the Government will allot funds to thjs contract in accordance wirh the following schedule:

On execution of contractl(b )( 4)

May 3 1 , 20151(b)(4) I (End of clause)

8852.204-7400 MANDATORY CONTRACTOR MANPOWER REPORT£NG (FEB 2013)

The coL1tractor shall report ALL contractor labor hours ( i ncluding subcontractor labor hours) required for performance of services provided undet this contract via a secure dara collection site. The contractor is required to completely fill in all requi1·ed tlata fields using the follow ing web address:

http://www.ecmra.mil/ <http://www.ecmra.mi l/> .

Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October I through September 30. While inputs may be reported

any time during the FY, all data shall be reported no later than October 3 1 of each calendar year, beginning with 2013. Contractors may direct technical questions to the help desk at: http://www.ecmra. mil <hllp://www .ecmra.mi l> . lReference: DPAP memorandum of 28 November 2012, "Enterprise-wide Contractor Manpower Reporting Appl ication."]

Page 31: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

HQ0034-1 1-D-0002 0005

Page 3 1 of32

Page 32: 14-F-1205 DOC 02' · 2017. 5. 15. · Section B-Supplies or Services alilCI Prices ITEM NO SUPPLIES/SERVICES QUANTlTY 0001 12 Implementation & Migration Support FFP UNIT Months Per

Section J - List of Documents, Exhibits and Other Attachments

Exhibit/ Attachmen t Table of Contents

DOCUMENT TYPE Attachment I

Attachment 2

DESCRIPTION PAGES Performance Work 26 Statement DRAFf DO Form 254 2

DATE 23-SEP-20 14

30-SEP-201 4

HQ0034-l l -D-0002 0005

Page 32 of32