52 - oss.net€¦  · web view · 2012-04-06period of performance for clins 1001-1007 will be 1...

119
CODE (Hour) PAGE(S) until local time X A X B X C X D E X X G F 56 - 63 64 - 79 X H 80 - 86 [email protected] RATING PAGE OF PAGES 7. ISSUED BY (Date) IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written no Previous Edition is Unusable 33-134 STANDARD FORM 33 (REV. 9-97) Prescribed by GSA FAR (48 CFR) 53.214(c) 1 86 (If other than Item 7) 15A. NAME 16. NAME AND TITLE OF PERSON AUTHORIZED TO AND ADDRESS SIGN OFFER (Type or print) OF OFFEROR AMENDMENT NO. DATE 15B. TELEPHONE NO (Include area code) 17. SIGNATURE 15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS IN SCHEDULE. 18. OFFER DATE 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 2. CONTRACT NO. FA4600 8. ADDRESS OFFER TO See Item 7 9. Sealed offers in original and copies for furnishing the supplies or services in the Schedule will be received at the handcarried, in the depository located in CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. conditions contained in this solicitation. 10. FOR INFORMATION CALL: A. NAME (NO COLLECT CALLS) KEVIN L. SWINFORD 402-294-4505 11. TABLE OF CONTENTS SOLICITATION/ CONTRACT FORM SUPPLIES OR SERVICES AND PRICES/ COSTS 1 2 - 19 X I CONTRACT CLAUSES DESCRIPTION/ SPECS./ WORK STATEMENT X PACKAGING AND MARKING 20 - 25 26 J LIST OF ATTACHMENTS INSPECTION AND ACCEPTANCE DELIVERIES OR PERFORMANCE 27 - 28 29 - 30 X K REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS CONTRACT ADMINISTRATION DATA 31 - 32 X SPECIAL CONTRACT REQUIREMENTS OFFER (Must be fully completed by offeror) 33 - 42 X M L INSTRS., CONDS., AND NOTICES TO OFFERORS EVALUATION FACTORS FOR AWARD NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items u each item, delivered at the designated point(s), within the time specified in the schedule. 13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52.232-8) 14. ACKNOWLEDGMENT OF AMENDMENTS (The offeror acknowledges receipt of amendments AMENDMENT NO. DATE to the SOLICITATION for offerors and related documents numbered and dated): FACILITY 12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a d SOLICITATION, OFFER AND AWARD X (X)SEC. DESCRIPTION (X) SEC. DESCRIPTION PAGE(S) PART I - THE SCHEDULE 26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE EMAIL: TEL: (Signature of Contracting Officer) CODE CODE B. TELEPHONE (Include area code) C. E-MAIL ADDRESS AWARD (To be completed by Government) 19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION 22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( ) (4 copies unless otherwise specified) 23. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM 24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE PART IV - REPRESENTATIONS AND INSTRUCTIONS PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS 43 - 54 PART II - CONTRACT CLAUSES 55 CONTRACTING SQUADRON 101 WASHINGTON SQ BLDG 40 OFFUTT AFB NE 68113-2107 402 294-9600 FAX: TEL: FAX: TEL: NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". SOLICITATION 55 6. REQUISITION/PURCHASE NO. F6IO1340750300 5. DATE ISSUED 25 Jan 2006 4. TYPE OF SOLICITATION SEALED BID (IFB) NEGOTIATED (RFP) [ ] [ X ] 3. SOLICITATION NO. FA4600-05-R-0013

Upload: buitram

Post on 22-May-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

CODE

(Hour)

PAGE(S)

until local time

X

AX BX CX D

EXX

GF 56 - 63

64 - 79X H 80 - 86

[email protected]

RATING PAGE OF PAGES

7. ISSUED BY

(Date)

IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.Previous Edition is Unusable 33-134 STANDARD FORM 33 (REV. 9-97)

Prescribed by GSAFAR (48 CFR) 53.214(c)

1 86

(If other than Item 7)

15A. NAME 16. NAME AND TITLE OF PERSON AUTHORIZED TOANDADDRESS SIGN OFFER (Type or print)

OFOFFEROR

AMENDMENT NO. DATE

15B. TELEPHONE NO (Include area code) 17. SIGNATURE15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTERSUCH ADDRESS IN SCHEDULE.

18. OFFER DATE

1. THIS CONTRACT IS A RATED ORDERUNDER DPAS (15 CFR 700)

2. CONTRACT NO.

FA4600 8. ADDRESS OFFER TO

See Item 7

9. Sealed offers in original and copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or ifhandcarried, in the depository located in

CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and conditions contained in this solicitation.10. FOR INFORMATION CALL:

A. NAME (NO COLLECT CALLS)KEVIN L. SWINFORD 402-294-4505

11. TABLE OF CONTENTS

SOLICITATION/ CONTRACT FORMSUPPLIES OR SERVICES AND PRICES/ COSTS

12 - 19

X I CONTRACT CLAUSES

DESCRIPTION/ SPECS./ WORK STATEMENT XPACKAGING AND MARKING

20 - 2526

J LIST OF ATTACHMENTS

INSPECTION AND ACCEPTANCEDELIVERIES OR PERFORMANCE

27 - 2829 - 30 X K REPRESENTATIONS, CERTIFICATIONS AND

OTHER STATEMENTS OF OFFERORSCONTRACT ADMINISTRATION DATA 31 - 32 XSPECIAL CONTRACT REQUIREMENTS

OFFER (Must be fully completed by offeror)33 - 42 X M

L INSTRS., CONDS., AND NOTICES TO OFFERORSEVALUATION FACTORS FOR AWARD

NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period.

is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule.

13. DISCOUNT FOR PROMPT PAYMENT (See Section I, Clause No. 52.232-8)

14. ACKNOWLEDGMENT OF AMENDMENTS(The offeror acknowledges receipt of amendments

AMENDMENT NO. DATE

to the SOLICITATION for offerors and related documents numbered and dated):

FACILITY

12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a different period

SOLICITATION, OFFER AND AWARD

X

(X) SEC. DESCRIPTION (X) SEC. DESCRIPTION PAGE(S)PART I - THE SCHEDULE

26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE

EMAIL:TEL: (Signature of Contracting Officer)

CODE CODE

B. TELEPHONE (Include area code) C. E-MAIL ADDRESS

AWARD (To be completed by Government)19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION

22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION:10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( ) (4 copies unless otherwise specified)

23. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM

24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE

PART IV - REPRESENTATIONS AND INSTRUCTIONS

PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS43 - 54

PART II - CONTRACT CLAUSES

55 CONTRACTING SQUADRON101 WASHINGTON SQ BLDG 40OFFUTT AFB NE 68113-2107

402 294-9600FAX:TEL:

FAX:TEL:

NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".

SOLICITATION

55

6. REQUISITION/PURCHASE NO.

F6IO1340750300

5. DATE ISSUED

25 Jan 2006

4. TYPE OF SOLICITATIONSEALED BID (IFB)NEGOTIATED (RFP)

[ ]

[ X ]

3. SOLICITATION NO.

FA4600-05-R-0013

Page 2: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 2 of 86

Section B - Supplies or Services and Prices

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0001 Lot

Foreign Media Analysis: Print MediaCPFFThe contractor will provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform FMA services as defined in the Performance Work Statement (PWS), for print media. PERIOD OF PERFORMANCE FOR THE BASIC PERIOD (CLINS0001-0007) WILL BE FROM DATE OF AWARD THROUGH 30 SEPTEMBER 2006.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

FOB: Destination

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0002 Lot

Foreign Media Analysis: TravelCOSTTravel authorized under this CLIN shall be reimbursed at cost IAW FAR 31.205-46(a).All travel shall be approved by the Government Program Manager prior to any travel committments. PERIOD OF PERFORMANCE FOR THE BASIC PERIOD (CLINS0001-0007) WILL BE FROM DATE OF AWARD THROUGH 30 SEPTEMBER 2006.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FOB: Destination

Page 3: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 3 of 86

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0003 Lot

Foreign Media Analysis: ODCsCOSTThe costs associated with this CLIN support the requirements of the Performance Work Statement entitled "Foreign Media Analysis(FMA)/Strategic Information Operations Support for United States Strategic Command." Charges associated with this CLIN shall be reimbursed at cost. PERIOD OF PERFORMANCE FOR THE BASIC PERIOD (CLINS0001-0007) WILL BE FROM DATE OF AWARD THROUGH 30 SEPTEMBER 2006.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FOB: Destination

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0004 Lot

Contract Data Requirements List (CDRLs)

As stated in the CDRLs list, Section J of the RFP. PERIOD OF PERFORMANCE FOR THE BASIC PERIOD (CLINS0001-0007) WILL BE FROM DATE OF AWARD THROUGH 30 SEPTEMBER 2006. NOT SEPERATELY PRICED.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FOB: Destination

Page 4: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 4 of 86

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0005 LotOPTION Foreign Media Analysis: Television

CPFFThe contractor will provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform FMA services as defined in the Performance Work Statement (PWS), for television media. PERIOD OF PERFORMANCE FOR THE BASIC PERIOD (CLINS0001-0007) WILL BE FROM DATE OF EXERCISE THROUGH 30 SEPTEMBER 2006.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

FOB: Destination

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0006 LotOPTION Foreign Media Analysis: Radio

CPFFThe contractor will provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform FMA services as defined in the Performance Work Statement (PWS), for radio media. PERIOD OF PERFORMANCE FOR THE BASIC PERIOD (CLINS0001-0007) WILL BE FROM DATE OF EXERCISE THROUGH 30 SEPTEMBER 2006.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

FOB: Destination

Page 5: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 5 of 86

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0007 LotOPTION Foreign Media Analysis: Internet

CPFFThe contractor will provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform FMA services as defined in the Performance Work Statement (PWS), for internet media. PERIOD OF PERFORMANCE FOR THE BASIC PERIOD (CLINS0001-0007) WILL BE FROM DATE OF EXERCISE THROUGH 30 SEPTEMBER 2006.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

FOB: Destination

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0008 2 Months

Transition PeriodFFP(On or about 15 April 06-30 May 06) Complete staffing is required by 30 May 2006. CLIN covers transition from incumbent contractor to ensure sucessful ramp-up and uniterrupted support.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

NET AMT

FOB: Destination

Page 6: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 6 of 86

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1001 Lot

Foreign Media Analysis: Print MediaCPFFThe contractor will provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform FMA services as defined in the Performance Work Statement (PWS), for print media. PERIOD OF PERFORMANCE WILL BE FROM 1 OCT 2006-30 SEPT 2007.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

FOB: Destination

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1002 LotOPTION Foreign Media Analysis: Travel

COSTTravel authorized under this CLIN shall be reimbursed at cost IAW FAR 31.205-46(a).All travel shall be approved by the Government Program Manager prior to any travel committments. PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FOB: Destination

Page 7: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 7 of 86

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1003 LotOPTION Foreign Media Analysis: ODCs

COSTThe costs associated with this CLIN support the requirements of the Performance Work Statement entitled "Foreign Media Analysis(FMA)/Strategic Information Operations Support for United States Strategic Command." Charges associated with this CLIN shall be reimbursed at cost. PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FOB: Destination

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1004 LotOPTION Contract Data Requirements List (CDRLs)

As stated in the CDRLs list, Section J of the RFP. PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. NOT SEPERATELY PRICED.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FOB: Destination

Page 8: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 8 of 86

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1005 LotOPTION Foreign Media Analysis: Television

CPFFThe contractor will provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform FMA services as defined in the Performance Work Statement (PWS), for television media. PERIOD OF PERFORMANCE WILL BE FROM 1 OCT 2006-30 SEPT 2007.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

FOB: Destination

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1006 LotOPTION Foreign Media Analysis: Radio

CPFFThe contractor will provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform FMA services as defined in the Performance Work Statement (PWS), for radio media. PERIOD OF PERFORMANCE WILL BE FROM 1 OCT 2006-30 SEPT 2007.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

FOB: Destination

Page 9: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 9 of 86

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT1007 LotOPTION Foreign Media Analysis: Internet

CPFFThe contractor will provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform FMA services as defined in the Performance Work Statement (PWS), for internet media. PERIOD OF PERFORMANCE WILL BE FROM 1 OCT 2006-30 SEPT 2007.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

FOB: Destination

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2001 LotOPTION Foreign Media Analysis: Print Media

CPFFThe contractor will provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform FMA services as defined in the Performance Work Statement (PWS), for print media. PERIOD OF PERFORMANCE WILL BE FROM 1 OCT 2007-30 SEPT 2008.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

FOB: Destination

Page 10: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 10 of 86

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2002 LotOPTION Foreign Media Analysis: Travel

COSTTravel authorized under this CLIN shall be reimbursed at cost IAW FAR 31.205-46(a).All travel shall be approved by the Government Program Manager prior to any travel committments. PERIOD OF PERFORMANCE FOR CLINS 2001-2007 WILL BE 1 OCT 2007-30 SEPT 2008.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FOB: Destination

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2003 LotOPTION Foreign Media Analysis: ODCs

COSTThe costs associated with this CLIN support the requirements of the Performance Work Statement entitled "Foreign Media Analysis(FMA)/Strategic Information Operations Support for United States Strategic Command." Charges associated with this CLIN shall be reimbursed at cost. PERIOD OF PERFORMANCE FOR CLINS 2001-2007 WILL BE 1 OCT 2007-30 SEPT 2008.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FOB: Destination

Page 11: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 11 of 86

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2004 LotOPTION Contract Data Requirements List (CDRLs)

As stated in the CDRLs list, Section J of the RFP. PERIOD OF PERFORMANCE FOR CLINS 2001-2007 WILL BE 1 OCT 2007-30 SEPT 2008. NOT SEPERATELY PRICED.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FOB: Destination

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2005 LotOPTION Foreign Media Analysis: Television

CPFFThe contractor will provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform FMA services as defined in the Performance Work Statement (PWS), for television media. PERIOD OF PERFORMANCE WILL BE FROM 1 OCT 2007-30 SEPT 2008.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

FOB: Destination

Page 12: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 12 of 86

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2006 LotOPTION Foreign Media Analysis: Radio

CPFFThe contractor will provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform FMA services as defined in the Performance Work Statement (PWS), for radio media. PERIOD OF PERFORMANCE WILL BE FROM 1 OCT 2007-30 SEPT 2008.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

FOB: Destination

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT2007 LotOPTION Foreign Media Analysis: Internet

CPFFThe contractor will provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform FMA services as defined in the Performance Work Statement (PWS), for Internet media. PERIOD OF PERFORMANCE WILL BE FROM 1 OCT 2007-30 SEPT 2008.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

FOB: Destination

Page 13: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 13 of 86

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT3001 LotOPTION Foreign Media Analysis: Print Media

CPFFThe contractor will provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform FMA services as defined in the Performance Work Statement (PWS), for print media. PERIOD OF PERFORMANCE WILL BE FROM 1 OCT 2008-30 SEPT 2009.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

FOB: Destination

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT3002 LotOPTION Foreign Media Analysis: Travel

COSTTravel authorized under this CLIN shall be reimbursed at cost IAW FAR 31.205-46(a).All travel shall be approved by the Government Program Manager prior to any travel committments. PERIOD OF PERFORMANCE FOR CLINS 3001-3007 WILL BE 1 OCT 2008-30 SEPT 2009.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FOB: Destination

Page 14: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 14 of 86

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT3003 LotOPTION Foreign Media Analysis: ODCs

COSTThe costs associated with this CLIN support the requirements of the Performance Work Statement entitled "Foreign Media Analysis(FMA)/Strategic Information Operations Support for United States Strategic Command." Charges associated with this CLIN shall be reimbursed at cost. PERIOD OF PERFORMANCE FOR CLINS 3001-3007 WILL BE 1 OCT 2008-30 SEPT 2009.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FOB: Destination

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT3004 LotOPTION Contract Data Requirements List (CDRLs)

As stated in the CDRLs list, Section J of the RFP. PERIOD OF PERFORMANCE FOR CLINS 3001-3007 WILL BE 1 OCT 2008-30 SEPT 2009. NOT SEPERATELY PRICED.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FOB: Destination

Page 15: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 15 of 86

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT3005 LotOPTION Foreign Media Analysis: Television

CPFFThe contractor will provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform FMA services as defined in the Performance Work Statement (PWS), for television media. PERIOD OF PERFORMANCE WILL BE FROM 1 OCT 2008-30 SEPT 2009.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

FOB: Destination

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT3006 LotOPTION Foreign Media Analysis: Radio

CPFFThe contractor will provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform FMA services as defined in the Performance Work Statement (PWS), for radio media. PERIOD OF PERFORMANCE WILL BE FROM 1 OCT 2008-30 SEPT 2009.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

FOB: Destination

Page 16: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 16 of 86

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT3007 LotOPTION Foreign Media Analysis: Internet

CPFFThe contractor will provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform FMA services as defined in the Performance Work Statement (PWS), for Internet media. PERIOD OF PERFORMANCE WILL BE FROM 1 OCT 2008-30 SEPT 2009.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

FOB: Destination

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT4001 LotOPTION Foreign Media Analysis: Print Media

CPFFThe contractor will provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform FMA services as defined in the Performance Work Statement (PWS), for print media. PERIOD OF PERFORMANCE WILL BE FROM 1 OCT 2009-30 SEPT 2010.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

FOB: Destination

Page 17: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 17 of 86

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT4002 LotOPTION Foreign Media Analysis: Travel

COSTTravel authorized under this CLIN shall be reimbursed at cost IAW FAR 31.205-46(a). All travel shall be approved by the Government Program Manager prior to any travel committments. PERIOD OF PERFORMANCE FOR CLINS 4001-4007 WILL BE 1 OCT 2009-30 SEPT 2010.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FOB: Destination

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT4003 LotOPTION Foreign Media Analysis: ODCs

COSTThe costs associated with this CLIN support the requirements of the Performance Work Statement entitled "Foreign Media Analysis(FMA)/Strategic Information Operations Support for United States Strategic Command." Charges associated with this CLIN shall be reimbursed at cost. PERIOD OF PERFORMANCE FOR CLINS 4001-4007 WILL BE 1 OCT 2009-30 SEPT 2010.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FOB: Destination

Page 18: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 18 of 86

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT4004 LotOPTION Contract Data Requirements List (CDRLs)

As stated in the CDRLs list, Section J of the RFP. PERIOD OF PERFORMANCE FOR CLINS 4001-4007 WILL BE 1 OCT 2009-30 SEPT 2010. NOT SEPERATELY PRICED.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FOB: Destination

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT4005 LotOPTION Foreign Media Analysis: Television

CPFFThe contractor will provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform FMA services as defined in the Performance Work Statement (PWS), for television media. PERIOD OF PERFORMANCE WILL BE FROM 1 OCT 2009-30 SEPT 2010.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

FOB: Destination

Page 19: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 19 of 86

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT4006 LotOPTION Foreign Media Analysis: Radio

CPFFThe contractor will provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform FMA services as defined in the Performance Work Statement (PWS), for radio media. PERIOD OF PERFORMANCE WILL BE FROM 1 OCT 2009-30 SEPT 2010.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

FOB: Destination

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT4007 LotOPTION Foreign Media Analysis: Internet

CPFFThe contractor will provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform FMA services as defined in the Performance Work Statement (PWS), for Internet media. PERIOD OF PERFORMANCE WILL BE FROM 1 OCT 2009-30 SEPT 2010.PURCHASE REQUEST NUMBER: F6IO1340750300SIGNAL CODE: A

ESTIMATED COST

FIXED FEE

TOTAL EST COST + FEE

FOB: Destination

Page 20: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 20 of 86

Section C - Descriptions and Specifications

DESCRIPTIONS AND SPECIFICATIONSection C - Descriptions and Specifications

PWSPERFORMANCE WORK STATEMENTIntroductionUSSTRATCOM has an urgent and compelling need for foreign media analysis (FMA) to support joint/combined operational planning related to intelligence, DOD Information Operations (IO), Global Strike, and Strategic Communications in support of the Global War on Terrorism (GWOT), USSTRATCOM missions and assigned tasks. FMA is particularly critical to achieving and measuring the effects of assurance, deterrence, and dissuasion in the modern battlespace. As a supporting and supported global combatant command, USSTRATCOM also requires these services to support other combatant commanders and commands/services/agencies (C/S/As).

1. Description of Services

1.1 Scope of Work The government requires the contractor to provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform FMA services as defined in this Performance Work Statement (PWS). The contractor will perform to the standards in this contract.

The purpose of this PWS is to implement various analytical, planning, and strategic communications concepts and activities that have been subject to a comprehensive and vigorous research process. The objective is to access, analyze, coordinate, and disseminate FMA in a multi-layered approach to media analysis for joint/combined operational planning and C/S/A decision-maker situational awareness. Contractor shall be required to monitor and analyze no fewer than thirty-four (34) and no more than fifty (50) countries simultaneously.

1.1.1 Concept of the EffortUSSTRATCOM has identified the need to implement a set of robust statistical, strategic, operational, and tactical FMA assessment capabilities to support its missions and assigned tasks, all-source intelligence analysis, and Strategic Communications including support of the GWOT. USSTRATCOM requires this support in the form of

Statistical analysis indicating patterns and trends in foreign all-source (e.g., broadcast, print, and electronic) media associated with an array of issues, the perception of US actions and communication, and potential opportunities and vulnerabilities associated with foreign perceptions

Content analysis of media disseminated by key media outlets abroad Data basing of information related to key communicators, media outlets, dissemination methods, patterns

and trends, and themes/messages disseminated Web based products and support facilitating easy access by USSTRATCOM and C/S/A customers at the

unclassified, Secret, and Top Secret SCI classification levels Onsite intelligence and planning analysis supporting USSTRATCOM 24x7 all-source intelligence,

planning, operations, and exercises

Through USSTRATCOM’s role as supporting Command, the contractor will be required to brief and support the other combatant commands (USSOUTHCOM, USCENTCOM, USSOCOM, USEUCOM, USTRANSCOM); coordinate and share products and services with the combatant commands; and develop products and services that address the emerging needs of USSTRATCOM and the commands. The contractor will be required to serve as facilitator among the combatant commands with respect to the IO products and services produced and provided by the contractor, and conveying lessons learned between the combatant commands.

1.1.2 ObjectivesFMA is critical to assessing foreign perception and joint/combined operational planning supporting of the GWOT. This PWS supports six separate but related strategic analytical, planning, research, and implementation objectives:

Page 21: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 21 of 86

Assess FMA patterns and trends associated with specific mission areas, assigned tasks, and interests areas

Perform foreign media content analysis Fuse FMA into all-source intelligence Apply FMA to joint/combined planning Provide FMA to ensure decision-maker situation awareness Support the overall US Government GWOT objectives

2. Work Requirements

2.1 Contractor ProficiencyThe government requires that the Contractor have demonstrated experience in foreign media analysis, open source media collection and processing, robust statistical pattern/trend analysis, foreign language translation, international public information, DOD joint/combined planning, strategic communications planning, research and database development, designing/constructing/ and hosting web sites and email list activities. The government requires planning and implementation experience with respect to asymmetric threats, as well as an understanding of the international non-English language media. Contractor will have the ability to assess all media sources, including broadcast, print, and electronic providers. The government requires detailed experience translating content from and into Arabic, Urdu, Pashtu, and additional languages that do not use Latin character sets, and the ability to draw analytical conclusions based on statistical trends/patterns and content analyses. Cultural knowledge of major countries in each AOR involved in the GWOT and extensive experience with regard to the US Defense community operations is required.

2.2 TasksThe government requires the contractor to develop and undertake the high priority activities listed in this section.

2.2.1 Perform Statistical Analysis Indicating Patterns and TrendsPerformance of statistical analysis indicating patterns and trends in foreign media, the perception of US actions and communication, and potential opportunities and vulnerabilities associated with foreign perceptions is required. This statistical analysis will be key to (a) assessing foreign perceptions, (b) queuing content analysis, (c) comparing foreign media outlets, communicators, and themes/messages, (d) supporting joint/combined planning (e.g., IO and Strategic Communications, (e) assessing and countering foreign propaganda, and (f) measuring the effectiveness of US/Allied activities and operations.

2.2.2 Media Content Analysis Key media outlets in nation-states in USCENTCOM, USEUCOM, USSOUTHCOM, and USPACOM areas of responsibility (AORs) must be identified, tracked and monitored. Content must be assessed, translated (if necessary) and coded using guidelines developed for DoD to support joint/combined operational planning and decision-maker situational awareness. Tools and techniques to obtain these requirements can be search engines, commercial services, electronic language processors, web crawlers, and subject matter experts as part of the analytical effort. Foreign language media will also, for the most part, be monitored in native languages. In addition, relationship visualization software can be used to enhance analysis activities. Elites’ and other actors’ quotes, statements, assertions, and sentiments in stories/articles relating to USSTRATCOM mission areas, assigned tasks, and interest areas will be analyzed and assessed against USSTRATCOM and US Government objectives daily. A state-of-the-art news wire collection system is required. The system must take real-time news wire reports, as they are filed, and sort them. The system should provide the most current real-time access to news and information available to private or public organizations. Reporting can be produced regularly and on an as-needed basis. Reports must be deliverable via Internet, intranet, facsimile transmission, web posting, or courier. (CDRL A001)

2.2.3 Data BasingThe contractor will design, update and maintain databases with user-friendly web interfaces identifying and assessing key media outlets, communicators, and statements/themes/messages. Additionally, a calendar of significant events relevant to USSTRATCOM mission areas, assigned tasks, and interest areas collected from key media outlets should be stored and assessed by pattern and trend analytical techniques. Databases should be

Page 22: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 22 of 86

accessible via USSTRATCOM’s unclassified, Secret, and Top Secret SCI computer networks, and updated by the contractor daily or as needed.

2.2.4 All-source Fusion and Planning SupportThe government requires continuance of integration of the media order of battle, statistic trends and pattern analyses, content analyses, other open source information, and classified intelligence to accommodate evolving joint/combined planning and decision-maker situational awareness on a 24x7 basis at HQ USSTRATCOM. USSTRATCOM requires contractor support, through contractor personnel at USSTRATCOM and the Department of Defense, via teleconference and video teleconferences, and through the production of written recommendations and suggested activities, research and analysis of open source materials, monitoring of Internet activity, the creation and maintenance of databases and the creation and maintenance of Internet sites as required. USSTRATCOM requires support to standing and ad hoc analytical and planning groups, as directed by USSTRATCOM. Alert notification with respect to breaking news events is required. Perceived vulnerabilities associated with US Government objectives and opportunities pertaining to terrorists’ centers of gravity will be highlighted. (CDRL A001)

2.2.5 Hostility Contingency PlanA hostility contingency plan is required and the contractor shall be prepared to implement the plan, in the case of hostilities. The plan will provide for increased staffing to be able to respond to regional combatant commanders in different time zones. The plan will also provide for staffing to adjust to the increase in media coverage with regard to media collection and analysis. (CDRL A001)

2.2.6 Media MappingThe contractor will map media outlets in areas critical to achieving US objectives in STRATCOM mission areas, assigned tasks, and interest areas. This information will be added to the existing media mapping web site, which exists in the SIPR and NIPR environments. Requirement will be to populate spheres of influence (government, street, military, religious, , media and opposition) tabs, as well as gather audience demographic data. The mapping effort also identifies the availability of various media outlets to the target audiences. As directed, the contractor will update key countries in each AOR.

2.2.7 Early Warning News ServiceMaintaining an early warning news service for IO planners to make them better aware of events specific to their interest, identify important news and develop a more proactive approach to SC and IO is a requirement. The system must track specific topics for clients across a series of news wire sources and then provides several ways to view the information. Capability of categorizing stories by topic, grouping them by storylines and highlighting alerts as well as identifying threats and opportunities is required.

3. 0 Materials

3.1 Government-Furnished Property or Services: The government will provide the following resources: Office space, computer equipment and time, telephone, and reproduction facilities for on-site contractor personnel.

3.2 Materials are to be provided by the contractor only when essential to the task performance of this PWS and specifically approved by the Government Program Manager. All materials purchased by the contractor for the use or ownership of the Federal Government becomes the property of the Federal Government. The contractor will document the transfer of materials.

4.0 General Information

4.1 Contractor Project Manager. The government requires a project manager who will be responsible for the performance of work. The project manager will have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The project manager will be available for consultation during normal hours of operation to discuss problem areas with government personnel. The project manager will be responsible for all staff assigned to tasks required under the contract.

Page 23: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 23 of 86

5.0 Reports

5.1 Monthly ReportingThe contractor will provide a monthly summary of accomplishments of the month, financial reports, and forecasts, and plans for the coming month in a monthly status report to be submitted on or before the 10 th day of each month. (CDRLs A003 & A004)

5.2 BriefingsContractor personnel will meet regularly with USSTRATCOM and other US Government officials, including contract management personnel. Contractor personnel assigned to the project will attend meetings according to assigned programs and areas of interest and expertise. Contractor staff members will provide informal updates on the program activities on an ongoing basis as requested. (CDRLs A002 & A003)

5.3 Travel: All travel in support of this PWS must be pre-approved by the Government Program Manager. Actual travel expenses are limited by the Government Travel Regulations. Contractor personnel expenses for travel, lodging and per diem will not exceed the government rates listed in the Joint Travel Regulation.

5.4 Clearances. This project is classified up to Top Secret/SCI. On-site contractor personnel shall be currently SCI indoctrinated, have a current Single Scope Background (SSBI) on file with DISCO, or be SCI eligible. Contractor must comply with guidelines specified in the attached DD Form 254.

SERVICE DELIVERY SUMMARYfor

USSTRATCOM Strategic Information Operations Media Support

PERFORMANCEOBJECTIVE

SOWPARAGRAPHREFERENCE

PERFORMANCETHRESHOLD

Conduct open source information collection, monitoring, research and analysis.

2.2.1 and 2.2.2 In addition to meeting content requirements detailed in PWS 2.2.1 and 2.2.2, the contractor will monitor and analyze at least 3 major print media outlets, at least 3 major TV stations/networks, at least 3 regional/national radio stations/networks and monitor websites/blogs in the primary countries of interest within each Geographic Combatant Commander (GCC) Area of Responsibility (AOR) (See Note 1 below for partial list of individual countries). “Monitoring” means monitoring the assigned media type once per 24 hours, 365 days per year. Government Program Manager will review, and may revise which countries are of primary interest.

Conduct Media Content Analysis of major foreign media outlets.

2.2.2 In addition to meeting content requirements detailed in PWS 2.2.2, the contractor will provide weekly summaries and analysis of media messages in area countries of interest.

Provide early warning, breaking news service for IO planners.

2.2.2 and 2.2.4 In addition to meeting content requirements detailed in PWS 2.2.2 and 2.2.4, the contractor will provide 24-hour email news alerts to

Page 24: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 24 of 86

PERFORMANCEOBJECTIVE

SOWPARAGRAPHREFERENCE

PERFORMANCETHRESHOLD

designated DoD email addresses within 4 hours of news being reported on any major news service.

Maintain and update databases for key communicator profiles/quotes and a calendar of significant events.

2.2.3 In addition to meeting content requirements detailed in PWS 2.2.3, the contractor will maintain and update existing key communicator database to include comments made by key people in the countries of interest. The contractor will maintain and update a calendar of significant events monthly and provide the calendar via email to the same DOD distribution list as used for news alerts.

Develop hostility contingency plan. 2.2.5 In addition to meeting content requirements detailed in PWS 2.2.5, the contractor shall provide Government program manager a plan to meet GWOT contingencies. Plan must include 24 hour staffing at DoD IO and a team capable of deploying to a Combatant Command or Joint Force HQ within 72 hours of notification.

Map media outlets in areas critical to US interest.

2.2.6 In addition to meeting content requirements detailed in PWS 2.2.6, the contractor will map media outlets of at least the countries of interest and provide results via internet web site. The contractor will update content of media mapping site. for these countries at least every 30 days.

Provide monthly status reports and other briefings and/or reports as required.

5.0 In addition to meeting content requirements detailed in PWS 5.0, reports must be provided open source via email. Monthly status reports must be delivered NLT the 10th of each month. Briefings and other reports must be provided within 30 days of request.

Note 1. Countries of Interest (NOTE: This list is not inclusive of all countries that may be tasked.)

EUCOMUK (including Pan Arab press), France, Germany, Italy, Spain, Poland, Russia, Turkey, Syria, Algeria, Morocco, Nigeria, South Africa

SOUTHCOMColombia, Bolivia, Ecuador, Venezuela, Brazil, Peru, Argentina, Chile, Cuba

PACOMChina, India, Indonesia, Japan, Malaysia, North Korea, Philippines, Singapore, South Korea, Australia, Thailand

CENTCOM

Page 25: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 25 of 86

Afghanistan, Pakistan, Iran, Iraq, Saudi Arabia, Egypt, Jordon, Sudan, Ethiopia, Djibouti, Kuwait, Qatar, UAE, Yemen, Kyrgyzstan, Uzbekistan,

NORTHCOMMexico

Page 26: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 26 of 86

Section D - Packaging and Marking

Section D - Packaging and Marking

PACKING AND MARKINGSECTION DPackaging and Marking

PACKING AND MARKING1. The contractor shall be responsible for the preservation, packaging, and packing of all items to be delivered under the terms of this contract. This responsibility will be carried out in such a manner that adequate protection is provided against corrosion, deterioration, and physical damage during shipment and handling from the source of supply to the ultimate destination. The Contractor’s commercial practice is acceptable in the event these practices provide the required protection.

2. MARKING. All deliverables will be marked with the following information:

Contract NumberDelivery Order Number (if applicable)Contract Line Item Number/CDRL #Point of Contact, if available

Page 27: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 27 of 86

Section E - Inspection and Acceptance

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001- Destination Government Destination Government 4007

INSPECTION AND ACCEPTANCE TERMSSupplies/services will be inspected/accepted at USSTRATCOM, Offutt AFB NE.

DD FORM 1423 DATA INSPECTION AND ACCEPTANCE(IAW FAR 46.401(b) AND 46.503)

a. The inspection and acceptance for data items are as shown on the Contract Data Requirements Lists (CDRLs), DD Forms 1423, located in Section J.

b. Payments may be withheld under this contract for failure to provide data requirements identified in the CDRLs.

INSPECTION AND ACCEPTANCE(IAW FAR 46.401(b) AND 46.503)

a. The Government will designate, in writing, a Program Manager (PM) or QualityAssurance Personnel (QAP) within USSTRATCOM who will be the focal point for all requirements specified under this contract.

b. The PM will provide technical assistance to the Contracting Officer in administration of this contract. Duties will involve quality control, inspection/surveillance, and certification of contractor performance.

c. At a minimum, once per quarter, the PM or QAP will conduct an inspection of the contractor using a surveillance checklist.  The PM will submit to the Contract Administrator a Contract Performance Evaluation Report (AF Form 370 or alternate form) five (5) duty days following the inspection.   When deficiencies in the Contract Performance Evaluation report are identified by the Contract Administrator, the Contractor shall enter corrective action taken or to be taken to correct such deficiencies. In addition, the Contractor shall state what measures were taken or shall be taken to prevent recurrence. Quality checks by the Government do not relieve the Contractor from establishing their own quality assurance procedures. (Reference FAR clause 52.246-5)

QUALITY CONTROL

a. The Contractor shall develop, implement, and maintain a quality control program. This program shall include inspection, validation, evaluation, corrective action, and procedures necessary to affect quality control of all performance and products provided under the contract. The program shall allow inspection and evaluation by the Government, and shall be applicable to all subcontractors and members of the Contractor’s team, as appropriate. The Contractor's Quality Control Plan must be approved by the Contracting Officer.

b. Appointed Quality Assurance personnel (QAP) from USSTRATCOM will participate in the administration of this contract. Duties will involve quality assurance, inspection/surveillance, review of metrics or other performance measures, and certification of Contractor performance. Designation of QAPs does not include

Page 28: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 28 of 86

authority to direct and/or authorize the Contractor to make changes in the scope or terms of the contract without the written authority of the Contracting Officer. The Contractor will be notified by the Contracting Officer of the name, duties, and limitations of the QAP.

CLAUSES INCORPORATED BY REFERENCE

52.246-5 Inspection Of Services Cost-Reimbursement APR 1984 252.246-7000 Material Inspection And Receiving Report MAR 2003

Page 29: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 29 of 86

Section F - Deliveries or Performance

DELIVERY INFORMATION

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001-0007

POP DATE OF AWARD TO 30-SEP-2006

N/A F3HSF1 - USSTRATCOM OPNTERRY HANDLE901 SAC BLVD STE BB01OFFUTT AFB NE 68113-6200294-0098FOB: Destination

F3HSF1

0008 POP DATE OF AWARD

TO 01-MAY-2006 N/A (SAME AS PREVIOUS LOCATION)

FOB: Destination F3HSF1

1001-1007

POP 01-OCT-2006 TO30-SEP-2007

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

F3HSF1

2001-2007

POP 01-OCT-2007 TO30-SEP-2008

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

F3HSF1

3001-3007

POP 01-OCT-2008 TO30-SEP-2009

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

F3HSF1

4001-4007

POP 01-OCT-2009 TO30-SEP-2010

N/A (SAME AS PREVIOUS LOCATION)FOB: Destination

F3HSF1

LEGAL HOLIDAYSThe following legal holidays are observed:

New Year’s Day* 1 JanuaryMartin L. King’s Birthday Third Monday in JanuaryPresident’s Day Third Monday in FebruaryMemorial Day Last Monday in MayIndependence Day* 4 JulyLabor Day First Monday in SeptemberColumbus Day Second Monday in OctoberVeteran’s Day* 11 NovemberThanksgiving Day Fourth Thursday in NovemberChristmas Day* 25 December

* Holidays that fall on Saturday are observed on the preceding Friday and holidays that fall on Sunday are observed on Monday.

NOTE: Observed holidays are applicable in calculating compliance with the required Service Level Agreements.

HOLIDAYS / DOWN DAYS

In the event that Government personnel are provided time away from duty stations, in addition to holidays, as incorporated into subject contract, Contractor personnel are not authorized the same consideration. Although the

Page 30: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 30 of 86

contractor employee may not have access to a facility resultant from this type of situation, the contractor must determine if the employee will be given the day off or told to report to an alternate work site.

PLACES OF PERFORMANCE(IAW FAR 11.401(a))

The primary place of performance under this contract is at the contractor's facility. Other places of performance will include USSTRATCOM, Offutt AFB NE, and may include other locations within the United States supporting the USSTRATCOM mission.

CLAUSES INCORPORATED BY REFERENCE

52.242-15 Alt I Stop-Work Order (Aug 1989) - Alternate I APR 1984 52.247-34 F.O.B. Destination NOV 1991

Page 31: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 31 of 86

Section G - Contract Administration Data

SECTION G CLAUSESCLAUSES INCORPORATED BY FULL TEXT

(INVOICE SUBMITTAL) (3 Aug 2004)Contractors can register and begin submitting electronic invoices immediately through the Wide Area Workflow Receiving and acceptance Internet site: https://rmb.ogden.disa.mil. On line training is available at this Internet site to vendor and government receiving officials.Contractors using Wide Area Work Flow, use the Combination Invoice/DD250.

Per DFARS 252.232-7003, (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests using one of the following electronic forms:(1) Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA). Information regarding WAWF-RA is available on the Internet at https://wawf.eb.mil (2) Web Invoicing System (WInS). Information regarding WInS is available on the Internet at https://ecweb.dfas.mil(3) American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats.(i) Information regarding EDI formats is available on the Internet at http://www.X12.org.(ii) EDI implementation guides are available on the Internet at http://www.dfas.mil/ecedi.(4) Another electronic form authorized by the Contracting Officer.(c) If the Contractor is unable to submit a payment request in electronic form, or DoD is unable to receive a payment request in electronic form, the Contractor shall submit the payment request using a method mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office.(d) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests.

A COPY of the invoice (to be used for verification and receipt) shall be submitted to (mail, electronically, or fax):

USSTRATCOM/J2232 55 CONS/LGCZATTN: CRAIG KENNEDY ATTN: VIRGINIA JONES901 SAC BLVD, SUITE S060 101 WASHINGTON SQUARE BLDG. 40 RM 209OFFUTT AFB NE 68113-6600 OFFUTT AFB NE [email protected] [email protected] 402-294-9811

FAX: 402-294-7280

Payment will be made by:

DFAS-FVB/LI Contact DFAS-FVB-LI to check payment 27 Arkansas Road status at (800) 390-5620 or (207) 328-5620Limestone, ME 04751-1500

EXTENDED ACCEPTANCE :For the subject contract, for FMA services, the monthly invoice amount cannot be predetermined by the Government and is, in fact, unknown until the contractor's invoice is received.  IAW DoD Financial Management Regulation Volume 10, Chapter 7, Prompt Payment Act, constructive acceptance of the supplies and services procured shall be considered to take place 45 calendar days after performance for proper Government inspection of services.   

Page 32: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 32 of 86

Each invoice shall be date-stamped by the receiving authority immediately upon receipt.  The dated stamped invoice shall be submitted to the DFAS agency with the actual acceptance date and signature according to the instructions of the contract.   

ACCOUNTING AND APPROPRIATION DATA

To be cited at the time of contract award and on modifications to the contract thereafter.

Page 33: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 33 of 86

Section H - Special Contract Requirements

SPECIAL CONTRACT REQUIREMENTS

SECTION H CLAUSESADMINISTRATIVE AUTHORITY

a. Following award, the 55th Contracting Squadron, Specialized Flight, will administer this contract. The name, address, telephone number and fax number of the Contracting Officer and Contract Administrator is listed below:

Contracting Officer

Jeffrey Kasza Phone: (402) 294-894055 CONS/LGCZ FAX: (402) 294-7280101 Washington Sq., Bldg. 40, Rm 209 Email: [email protected] AFB NE 68113-2107

Contract Administrator:

Virginia Jones Phone: (402) 294-981155 CONS/LGCZ FAX: (402) 294-7280101 Washington Sq., Bldg. 40, Rm 209 Email: [email protected] AFB NE 68113-2107

b. The Contracting Officer (CO) is the only person authorized to approve changes or modify any of the requirements of this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the CO. In the event the Contractor effects any such change at the direction of any person other than the CO, the change will be considered to have been made without authority and no adjustment will be made in the task order price to cover any increase in costs incurred as a result thereof.

c. Contractual problems, of any nature, which might occur during the life of the contract order must be handled in conformance with very specific public laws and regulations (e.g., Federal Acquisition Regulations) and must be referred to the CO for resolution. Only the CO is authorized to formally resolve such problems. Therefore, the Contractor is hereby directed to bring all such contractual problems to the immediate attention of the CO. Any request for task order change/modification shall be submitted to the CO.

d. The CO has designated Quality Assurance Personnel (QAP) to act as technical representative of the CO for the purpose of inspecting and accepting the contractor’s work and assisting the CO in the administration of this contract. The name of this individual, duties, and limitations will be furnished to the contractor in writing prior to task order performance. However, the CO is the only individual authorized to redirect the effort or in any way amend the terms of this task order.

e. All correspondence concerning this contract, such as requests for information, explanation of terms, and contract interpretations, shall be submitted to the CO.

CLAUSES

1.0 BASE ENTRY

The contractor shall be required to contact the program manager to obtain the necessary base entry procedures.

All personal vehicles will require liability insurance to the levels established by the state of Nebraska. Contractor personnel shall comply with all safety and security regulations while on base to include reporting problems to the

Page 34: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 34 of 86

Contracting Officer and Security Desk. Copies of these regulations will be available to the contractor at the Air Force installation.

2.0 COMPLIANCE WITH APPLICABLE STATE AND FEDERAL REQUIREMENTS

This contract is subject to all relevant statutes, ordinances, laws and regulations of the United States (including Executive Orders of the President) and state (or other public authority). The Contractor shall observe and comply with all applicable state and federal requirements as to Social Security, Workmen’s Compensation and employment, and any other matter concerning employment applicable to contract performance. The Contractor shall also abide by and comply with such rules and regulations, directions, or orders, not inconsistent herewith, as may from time to time be issued by the Government.

3.0 COMSEC NOTICE

All communications with DoD organizations are subject to communications security (COMSEC) review. Contractor personnel shall be aware that telecommunications networks are continually subject to intercept by unfriendly intelligence organizations. The DoD has authorized the military departments to conduct COMSEC monitoring and recording of telephone calls originating from, or terminating at, DoD organizations. Therefore, Contractor personnel are advised that any time they place a call to, or receive a call from, an USAF organization, they are subject to COMSEC procedures. The Contractor shall assume the responsibility for ensuring wide and frequent dissemination of the above information to all employees dealing with official DoD information.

4.0 CONTRACTOR IDENTIFICATION REQUIREMENTS(IAW FAR 11.106)

Contractor personnel performing services on Department of Defense installations or other Government facilities shall ensure that they are readily identifiable as contractor employees.

(a) Contractor employees without access to a Department of Defense or other Government Local Area Network (LAN) systems shall:

(i) identify themselves as contractor personnel at the onset of every telephone call made from a Government telephone or any other phone if the call is made in support of any service provision to the Government;

(ii) identify themselves as contractor personnel in all recorded messages including those, which are heard by callers attempting to contact contractor employees via answering machines or voice mail;

(iii) identify themselves as contractor personnel at the onset of every meeting, conference or any other gathering attended in support of any service provision to the Government;

(iv) identify themselves as contractor personnel on any correspondence, documents or reports accomplished or sent in support of any service provision to the Government, including but not limited to, correspondence sent via the U.S. Mail, facsimile or electronic mail (email) inclusive of “out-of-office” replies;

(v) wear or display contractor provided nametags, badges or attire which display, at a minimum, the name of the contractor.

5.0 CONTRACTOR PERSONNEL ADMINISTRATION

When Contractor personnel are working on a Government installation:

a. It is the Contractor’s responsibility to supervise the techniques used by all personnel assigned to this contract, and to inform personnel of all improvements, changes, and methods of operation to be employed.

b. The Contractor shall have the right to replace, transfer or substitute personnel. Contractor personnel replacement shall be accomplished without causing delays in the performance of this contract. Any replacement

Page 35: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 35 of 86

personnel must meet the contract requirements, be able to comply with all security requirements, and replacement must be at no additional cost to the Government. The Contracting Officer shall be notified of any key personnel change in writing prior to such change. Contractor is required to find a qualified replacement.

c. The Contractor shall ensure that personnel are not placed in a position:

(1) Where they appear to be appointed or employed by Government personnel, or are under the supervision, direction, or evaluation of Government personnel.

(2) Of command, supervision, administration or control over military or civilian personnel, employees of other Contractors on other contracts, or become part of a Government organization.

(3) To establish requisitioning objectives, station stockage lists, or direct supply channels to a manufacturer, or otherwise circumvent established Department of the Air Force supply channels.

d. The services performed under this contract do not require the Contractor or the Contractor’s employees to exercise personal judgment and discretion on behalf of the Government, but rather the Contractor’s employees shall act and exercise personal judgment and discretion on behalf of the Contractor.

e. Rules, regulations, direction, and requirements issued by command authorities under their responsibility for good order, administration, and security apply to all personnel who enter the installation or who travel by Government transportation. The Contractor shall not construe or interpret this to establish any degree of Government control inconsistent with a non-personal services contract.

6.0 CONTRACTOR REIMBURSEMENT FOR EMPLOYEE TRAVEL EXPENSES FOR TEMPORARY DUTY

Contractor employees may have occasion under this contract to travel from their regular duty locations to a temporary duty location. All contractor travel shall be approved by the Government prior to it’s occurance. Payment shall be made as follows:

a. Transportation, per diem, and lodging expenses required in the performance of temporary duty shall be reimbursed to the Contractor in accordance with the Federal Acquisition Regulations (FAR) 31.205-46. Travel expenses shall be reimbursed under the ODCs & Travel Contract Line Item in Section B of the contract. Reimbursement for travel shall be limited to those expenses specifically authorized by the above-referenced regulations. When commercial air travel is authorized, the Contractor shall utilize coach, tourist, or similar accommodations.

b. The Contractor shall be paid a per diem allowance for each day an employee is required to remain away overnight from his/her normal duty station while on official temporary duty status. Payment of per diem allowance and related rates shall be in accordance with the current Join Travel Regulation (JTR). When Government quarters are available, the Contractor employee shall use them.

c. The Contractor shall be reimbursed for travel and per diem expenses in accordance with the regulations cited above, not to exceed amounts allowable under the JTR, but excluding overhead and profit. Payment shall be made directly to the Contractor on a cost-reimbursable basis, upon submission of proper invoices and supporting documentation.

7.0 ENVIRONMENTAL AWARENESS

The Contractor shall maintain an awareness of the environmental conditions of the Government facilities, report anomalies to the designated Government agent, and as conditions warrant take appropriate actions to protect the Government facilities. The Contractor shall ensure that all employees practice utilities conservation within Government facilities.

Page 36: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 36 of 86

8.0 GOVERNMENT INSIGHT

a. In the spirit of streamlining, the Government is embracing the concept of insight into contract status and performance evaluation rather than traditional oversight. Within this concept the Contractor shall permit the Contracting Officer, or authorized representative(s) access to all data, records, and facilities used in the performance of this contract. These Government Quality Assurance personnel will be authorized representatives for obtaining this desired insight.

b. The Contractor agrees to partner with USSTRATCOM to prioritize projects, and make recommendations for operating efficiencies. Budget constraints and statutory cost limitations must be considered and may significantly influence decisions. The Contractor may be required to prepare briefings and participate in discussions with USSTRATCOM officials to support the position of the command for program prioritization.

9.0 GOVERNMENT-PROVIDED FACILITY

The Government will provide facilities within USSTRATCOM for on-site personnel in performance of this contract. Within USSTRATCOM, the Government will provide such items as desks, chairs, telephones, computers, printers, copiers, and facsimiles for the on-site Contractor's use on this contract.

10.0 LIABILITY

a. The Government will not be held responsible for damages to property or for injuries or death to persons, which might occur without fault on the part of the Government as a result of, or incident to, performance of the contract.

b. The Contractor shall not be liable for any injury to Government personnel or damage to Government property arising from the use of products provided by the Contractor, unless such injury or damage is due to the fault or negligence of the Contractor.

11.0 ORGANIZATIONAL CONFLICTS OF INTEREST AVOIDANCE

a. The Contractor shall acknowledge familiarity with the Federal Acquisition Regulation (FAR), Part 9, Subpart 9.5, entitled “Organizational and Consultant Conflicts of Interest,” and agrees to avoid conflicts of interest in accordance with the principles set forth in this subpart. Since the Contractor under the terms of this contract will have access to Government and third party data which might place the Contractor in an organizational conflict of interest, the Contractor agrees to perform this contract as set forth below:

(1) To refrain from unauthorized use or disclosure to any individual, corporation, or organization of information/data/software (referred to hereinafter as “data”) proprietary to other companies coming into its possession in connection with the work under this contract for as long as it remains proprietary.

(2) To execute company-to-company written agreements with companies having a proprietary interest in such data. These agreements shall prescribe the scope of authorized use of such data as well as necessary safeguards against unauthorized use or disclosure, and other terms and conditions to be agreed upon between the parties thereto. A copy of company-to-company agreements shall be furnished to the Contracting Officer promptly after execution of the contract.

(3) To obtain from each of its employees, whose responsibility in connection with the work under this contract may be reasonably expected to involve access to such proprietary data or classified Government information, a written agreement, which, in substance shall provide that the employee will not, during employment by the Contractor or thereafter, disclose any such proprietary data or classified Government information to which the employee had access in connection with the work under this contract.

(4) To refrain from utilizing proprietary data or classified Government information coming into its possession in connection with work under this contract for purposes other than those for which it has been

Page 37: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 37 of 86

furnished, unless specifically authorized by the organization providing such proprietary data or Government information.

(5) To hold the Government harmless and indemnify the Government as to any cost/loss resulting from the unauthorized use or disclosure of third party data or software by the Contractor, its employees, subcontractors, or agents.

(6) This provision shall remain in effect so long as the third party data remains proprietary and/or the Government information is classified.

b. The Contractor warrants that, to the best of its knowledge and belief, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest, as defined in FAR Subpart 9.5, or that the Contractor has disclosed all such relevant information.

c. If an Offeror determines that it, or any potential subcontractor, has an organizational conflict of interest, or a potential organizational conflict of interest, then the Offeror shall address the conflict of interest, and shall provide a mitigation plan for the conflict of interest in the Contractor’s proposal. The mitigation plan shall relieve the organizational conflict of interest such that the full scope of work contemplated by the solicitation can be performed by the Offeror.

d. The Contractor agrees that if an actual or potential organizational conflict of interest is discovered after award, the Contractor shall make full disclosure in writing to the Contracting Officer. This disclosure shall include a description of the actions the Contractor has taken, or proposes to take, after consultation with the Contracting Officer, to avoid, mitigate, or neutralize the actual or potential conflict.

e. The Contracting Officer may terminate this contract for convenience, in whole or in part, if he/she deems termination necessary, to avoid an organizational conflict of interest. If the Contractor was aware of a potential organizational conflict of interest prior to award, or discovered an actual or potential conflict after award but did not disclose it, or misrepresented relevant information to the Contracting Officer, the Government may terminate the contract for default, debar the Contractor from Government contracts, or pursue other remedies as may be permitted by law or this contract.

f. The general rules in FAR 9.505-1 through 9-505-4 prescribe limitations on contracting as the means of avoiding, neutralizing, or mitigating organizational conflicts of interest that might otherwise exist in the stated situations. Illustrative examples are also provided in FAR 9.508. The two underlying principles are: preventing the existence of conflicting roles that might bias a Contractor’s judgment; and preventing unfair competitive advantage by a Contractor competing for award.

g. Except with the prior written consent of the Contracting Officer, the Contractor shall not compete (as a prime Contractor, subcontractor, main supplier, or consultant) during the period of this contract, including any extension thereof, and for one year thereafter, for the award of any contract for, supplies, services, or construction which was generated under this contract. This prohibition does not prohibit the Contractor from competing on the follow-on to this contract.

h. This OCI clause may be modified or deleted during negotiations and the Contractor further agrees to insert a provision conforming substantially to the language of this clause, including this paragraph, in any subcontract or consultant agreement.

12.0 PERFORMANCE OF WORK ON GOVERNMENT PREMISES

a. Any work under this contract which is performed by the Contractor or any of its subcontractors on premises under Government control is subject to all requirements of this contract governing such work, and the following:

Page 38: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 38 of 86

(1) All Contractor and subcontractor personnel shall, at all times, conspicuously display a distinctive badge provided by the Contractor, identifying such personnel as employees of the Contractor and shall observe and otherwise be subject to such security regulations as are in effect for the particular premises involved.

(2) All Contractor and subcontractor personnel shall be easily recognized by wearing Government provided security badges while working in any of the USSTRATCOM facility, or any other Air Force building on Offutt Air Force Base used by the Contractor's employees.

(3) The Contractor shall provide direct supervision of its own employees but shall not supervise or accept supervision from any Government personnel.

(4) The Contractor shall designate to the Contracting Officer in writing an on-the-premises representative to serve as point of contact for the Contractor with the Contracting Officer or their duly authorized representative.

(5) All Contractor and subcontractor employees shall dress appropriately for a professional work environment.

13.0 PERMITS AND RESPONSIBILITIES FOR WORK

The Contractor shall, without additional expenses to the Government, obtain all licenses and permits required for the performance of the work. The Contractor shall be responsible for all damages to persons or property that occur as a result of the person’s fault or negligence in connection with the performance of the work.

14.0 REQUIRED INSURANCE(IAW FAR 28.306(b))

The Contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract:

a. Workmen’s Compensation and Employer's Liability Insurance, as required by law except that if this contract is to be performed in a state which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory. The required Workmen’s Compensation insurance shall extend to cover employer’s liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000.

b. General Liability Insurance. Bodily injury liability insurance in the minimum limits of $500,000 per occurrence shall be required on the comprehensive form of policy.

c. Automobile Liability Insurance. This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required.

15.0 RELEASE OF INFORMATION

a. The Contractor shall not hold any discussions or release any information relating to this contract without the written consent of the Contracting Officer.

b. This restriction applies to all news releases of information to the public, industry, or Government agencies, except as follows:

(1) Information for actual or potential subcontractors or vendors, necessary for the Contractor’s performance of this contract.

Page 39: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 39 of 86

(2) Information to be supplied to a duly authorized representative of the Contracting Officer.

16.0 DISCLOSURE OF INFORMATION

In order to comply with DFARS 252.204-7000, Disclosure of Information, copies of the information to be released are required to be mailed to the Contracting Officer at least 45 days prior to the desired information release date.

17.0 RIGHTS OF THE GOVERNMENT TO PERFORM FUNCTIONS WITH ITS OWN PERSONNEL

a. The Government reserves the right to perform all contract functions with Government personnel if necessesary, per Air Force Instruction 64-106, Air Force Industrial Labor Relations Activities .

b. Performance under paragraph (a) above will not constitute a breach of contract by the Government.

18.0 SECURITY REQUIREMENTS

a. Where classified information/data is involved, the Contractor shall comply with the “National Industrial Security Program Operating Manual (NISPOM)” and the DD Form 254 (Contract Security Classification Specification) that is included as an Attachment in Section J. (Ref FAR 52.204-2)

b. The Contractor will be required to comply with all security requirements enforced at USSTRATCOM and on Offutt AFB NE. In accordance with DoD 5200.2-R, Personal Security Program, Contractor personnel shall have as a minimum a favorable National Agency Check (NAC) completed before being permitted access to any Government automated information technology system.

c. When directed by the Contracting Officer, the Contractor shall remove any employee who endangers national security. Removal shall be at no cost to the Government.

d. Contractor employees shall obtain and display identification/security badges to obtain access to Offutt AFB and any buildings used by the Contractor. Security Clearances will be processed IAW established procedures, and will be the responsibility of the Government.

e. The Government shall have and exercise full and complete control over granting, denying, withholding, or terminating security clearances for Contractor employees. Furthermore, the Government reserves the right to grant personnel temporary security clearances in emergency situations. However, this shall incur no obligation on behalf of the Government to grant any of these personnel permanent clearances if the subsequent background investigation does not recommend the clearance.

f. The Contractor’s employees are prohibited from possessing weapons, firearms or ammunition, on themselves or within their Contractor-owned vehicle or privately owned vehicle while on Offutt AFB (Offutt AFB includes the base proper, the USAF Hospital and Capehart Military Family Housing areas).

g. The Contractor shall control access to all Government provided lock combinations to preclude unauthorized entry. The Contractor is not authorized to record lock combinations without written approval by the Government. Records with written combination(s) to authorized secure storage containers, secure storage rooms or certified vaults, shall be marked and safeguarded at the highest classification level as the classified material(s) maintained inside the approved containers.

h. Contractor employees shall be required to attend an equivalent level of security education and training as currently required by USSTRATCOM military staff and civilian employees. This includes the quarterly information and computer security refresher training (approximately 1 hour per quarter), and annual anti-terrorism awareness briefings (approximately 1 hour per year). Prior to traveling outside of the U.S. on leave or temporary duty (TDY), contractor personnel must also receive anti-terrorism awareness training and threat briefings for their

Page 40: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 40 of 86

intended destination. Prime Contractors are responsible for ensuring that their subcontractors attend this required training.

i. Start of required work will not be delayed due to security clearance; however, personnel without the required clearance shall be limited to material appropriate to their current clearance.

19.0 SMALL BUSINESS SUBCONTRACTING PLAN

The offeror’s subcontracting plan in support of this contract, submitted in accordance with FAR 52.219-9, 52.244-5, and DFARS 252.219-7003, incorporated by reference Section I, shall be incorporated herein by reference once approved by the government and must be approved by the Contracting Officer.

Include participation of small business (SB), small disadvantaged businesses (SDB), historically black colleges or universities (HBCU), minority institutions (MI), women owned small business (WOSB), or HUBZone small business, to at least a 33% (of the total annual contract dollar value) small business subcontracting goal in performance of this effort for the base year and first option year, and continuing for the remainder of the contract. The sum of small business subcontracts issued to SB, SDB, WOSB, VOSB, SDVOSB, HUBZone, or HBCU/MI by the prime contractor shall be counted toward achievement of this goal.

20.0 TECHNICAL INTERCHANGE MEETINGS (TIMs)

The government will conduct meetings at the Government and/or Contractor facilities where the contract work is being performed (location TBD by Contractor). The date and location of the first meeting shall be established by mutual agreement between the Government and the Contractor. Subsequent meetings will occur quarterly, or at mutually agreed upon dates and locations. The purpose of these meetings will be to precisely define requirements, evaluate progress, provide exchange of ideas or information, and assist the Contactor in meeting the requirements of the contract.

The government and contractor may also conduct video teleconference (VTC), teleconferences, or phone calls as needed to provide the Contractor the opportunity to update or refine the information provided at the quarterly meetings and to discuss any other issues.

Upon Government/Contractor mutual agreement the contractor may attend meetings at USSTRATCOM. The Contractor may elect to attend appropriate meetings at USSTRATCOM without Government approval, but must do so at the Contractor’s own expense.

21.0 TRANSITION SERVICES

In the event a follow-on contract is awarded to other than the incumbent, the incumbent Contractor shall cooperate fully to the extent required to permit an effective, orderly, and successful transition that will maintain mission continuity. The incumbent Contractor shall furnish sufficient orientation, training, and equipment/system familiarization required by any follow-on Contractor. This may include a collective daily discussion between the incumbent Contractor, follow-on Contractor, and the Government on the status of the phase-out/phase-in. All official files, manuals, charts, records, drawings, and other official documentation are the property of the Government and shall remain on location for use by the Government or follow-on Contractor at the time of contract expiration, termination, or during any period of suspension of this contract.

22.0 UNAUTHORIZED REPRESENTATION / WORK

a. The Contractor shall not in any way represent itself, as a part or agent of the United States Government, as having the authority to contract or procure supplies or services on the credit of the United States of America, except as provided in the contract.

b. The Contractor shall not accomplish work outside the scope of this contract and shall not utilize in other work, any supplies, parts, or materials acquired for use under this contract.

Page 41: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 41 of 86

23.0 USE OF TOBACCO IN DOD FACILITIES

The Department of Defense has banned smoking and the use of smokeless tobacco in Government facilities. Contractor employees and visitors are subject to the same restrictions as are Government personnel. Smoking and the use of smokeless tobacco are permitted outdoors only in designated areas.

24.0 UTILITY SERVICE ON GOVERNMENT FACILITY

a. Utility service on the government facility will be provided at no cost to the Contractor for the performance of this contract. The contractor shall carefully conserve utilities furnished.

b. Class “C” telephone service will be provided.

c. For the purpose of this contract, utilities, water, electricity, and trash removal on the government facility will be furnished at no cost to the Contractor. The contractor will be required to participate in all energy conservation programs.

25.0 WORK ON A GOVERNMENT INSTALLATION(IAW ACCFARS 5328.310)

Whenever the clause 52.228-5, Insurance--Work on a Government Installation, is included in a contract, prime Contractors shall be required to either provide copies of insurance certificates or certify in writing that the required insurance has been obtained before commencing work on the installation. If the Contractor's certification is used in lieu of submission of insurance certificates to the contracting officer, a Certificate of Compliance with Insurance Requirements shall be used for the prime Contractor. After certification by the Contractor, the Certificate of Compliance shall become part of the official contract file.

26.0 CONTRACTOR PERFORMANCE IN SUPPORT OF WARTIME CONTINGENCY OPERATIONS

A. The contractor shall be responsible for performing all or any specifically designated portions of the functions accomplished under this contract during any wartime operations. Wartime operations are those actions, including contingency planning, which would be required to support current or any future USAF wartime requirement. Contractor personnel will be advised of those functions which will be continued during wartime-related contingencies through their involvement in the contingency planning process.

B. The contractor further agrees to:

1) Assure that formal company polocies and procedures effectively address the obligations in this clause, and that all employees associated with this contract are fully aware of those specific policies, procedures, and obligations,2) Obtain for each employee engaged in any wartime effort connected with performance of this contract a written agreement which states that such employee agrees to the obligations imposed by this clause, and3) Provide copies of any and all employment agreements to the government upon request.

C. Notwithstanding any other provision of this contract, the contractor agrees that, in the event of the occurance of any wartime-related contingency, the government shall have the unilateral right to extend performance of this contract as long as the wartime contingencies exist. Contract payment will be at the existing rate with equitable adjustment.

CLAUSES INCORPORATED BY FULL TEXT

5352.201-9101 OMBUDSMAN (10 AUG 2005)(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to

Page 42: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 42 of 86

the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions).(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen,

Colonel David Glowacki, ACC/A7K 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791,  phone:  (757) 764-5371fax: (757) 764-4400 email: [email protected]

Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.(d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)

Page 43: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 43 of 86

Section I - Contract Clauses

CLAUSES INCORPORATED BY REFERENCE

52.202-1 Definitions JUL 2004 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-6 Restrictions On Subcontractor Sales To The Government JUL 1995 52.203-7 Anti-Kickback Procedures JUL 1995 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal

or Improper Activity JAN 1997

52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity JAN 1997 52.203-12 Limitation On Payments To Influence Certain Federal

Transactions SEP 2005

52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-7 Central Contractor Registration OCT 2003 52.209-6 Protecting the Government's Interest When Subcontracting

With Contractors Debarred, Suspended, or Proposed for Debarment

JAN 2005

52.215-2 Audit and Records--Negotiation JUN 1999 52.215-8 Order of Precedence--Uniform Contract Format OCT 1997 52.215-11 Price Reduction for Defective Cost or Pricing Data--

Modifications OCT 1997

52.215-13 Subcontractor Cost or Pricing Data--Modifications OCT 1997 52.215-15 Pension Adjustments and Asset Reversions OCT 2004 52.215-17 Waiver of Facilities Capital Cost of Money OCT 1997 52.215-18 Reversion or Adjustment of Plans for Postretirement

Benefits (PRB) Other than Pensions JUL 2005

52.215-19 Notification of Ownership Changes OCT 1997 52.215-20 Requirements for Cost or Pricing Data or Information Other

Than Cost or Pricing Data OCT 1997

52.215-21 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data--Modifications

OCT 1997

52.216-8 Fixed Fee MAR 1997 52.219-4 Notice of Price Evaluation Preference for HUBZone Small

Business Concerns JUL 2005

52.219-8 Utilization of Small Business Concerns MAY 2004 52.219-9 Small Business Subcontracting Plan JUL 2005 52.219-14 Limitations On Subcontracting DEC 1996 52.219-16 Liquidated Damages-Subcontracting Plan JAN 1999 52.219-23 Notice of Price Evaluation Adjustment for Small

Disadvantaged Business Concerns SEP 2005

52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity APR 2002 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans

of the Vietnam Era, and Other Eligible Veterans DEC 2001

52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans,

Veterans Of The Vietnam Era, and Other Eligible Veterans DEC 2001

52.223-5 Pollution Prevention and Right-to-Know Information AUG 2003 52.225-13 Restrictions on Certain Foreign Purchases MAR 2005

Page 44: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 44 of 86

52.226-1 Utilization Of Indian Organizations And Indian-Owned Economic Enterprises

JUN 2000

52.227-1 Authorization and Consent JUL 1995 52.227-2 Notice And Assistance Regarding Patent And Copyright

Infringement AUG 1996

52.228-5 Insurance - Work On A Government Installation JAN 1997 52.228-7 Insurance--Liability To Third Persons MAR 1996 52.229-3 Federal, State And Local Taxes APR 2003 52.230-2 Cost Accounting Standards APR 1998 52.230-6 Administration of Cost Accounting Standards APR 2005 52.230-7 Proposal Disclosure--Cost Accounting Practice change APR 2005 52.232-1 Payments APR 1984 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-9 Limitation On Withholding Of Payments APR 1984 52.232-11 Extras APR 1984 52.232-19 Availability Of Funds For The Next Fiscal Year APR 1984 52.232-20 Limitation Of Cost APR 1984 52.232-23 Alt I Assignment of Claims (Jan 1986) - Alternate I APR 1984 52.232-25 Prompt Payment OCT 2003 52.232-33 Payment by Electronic Funds Transfer--Central Contractor

Registration OCT 2003

52.233-1 Disputes JUL 2002 52.233-3 Protest After Award AUG 1996 52.233-3 Alt I Protest After Award (Aug 1996) - Alternate I JUN 1985 52.237-2 Protection Of Government Buildings, Equipment, And

Vegetation APR 1984

52.237-3 Continuity Of Services JAN 1991 52.242-1 Notice of Intent to Disallow Costs APR 1984 52.242-3 Penalties for Unallowable Costs MAY 2001 52.242-4 Certification of Final Indirect Costs JAN 1997 52.242-13 Bankruptcy JUL 1995 52.243-2 Alt I Changes--Cost-Reimbursement (Aug 1987) - Alternate I APR 1984 52.244-5 Competition In Subcontracting DEC 1996 52.244-6 Subcontracts for Commercial Items DEC 2004 52.245-5 Dev Government Property (Cost-Reimbursement, Time-and-

Material, or Labor-Hour Contracts) Deviation MAY 2004

52.245-9 Use And Charges AUG 2005 52.246-5 Inspection Of Services Cost-Reimbursement APR 1984 52.246-25 Limitation Of Liability--Services FEB 1997 52.249-6 Termination (Cost Reimbursement) MAY 2004 52.249-14 Excusable Delays APR 1984 52.253-1 Computer Generated Forms JAN 1991 252.203-7001 Prohibition On Persons Convicted of Fraud or Other

Defense-Contract-Related Felonies DEC 2004

252.203-7002 Display Of DOD Hotline Poster DEC 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 252.205-7000 Provision Of Information To Cooperative Agreement

Holders DEC 1991

252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country

MAR 1998

252.215-7000 Pricing Adjustments DEC 1991 252.219-7003 Small, Small Disadvantaged and Women-Owned Small

Business Subcontracting Plan (DOD Contracts) APR 1996

Page 45: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 45 of 86

252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials

APR 1993

252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7003 Report of Intended Performance Outside the United States

and Canada--Submission with Offer JUN 2005

252.225-7004 Reporting of Contract Performance Outside the United States and Canada--Submission after Award

JUN 2005

252.225-7006 Quarterly Reporting of Actual Contract Performance Outside the United States

JUN 2005

252.225-7012 Preference For Certain Domestic Commodities JUN 2004 252.227-7013 Rights in Technical Data--Noncommercial Items NOV 1995 252.227-7014 Rights in Noncommercial Computer Software and

Noncommercial Computer Software Documentation JUN 1995

252.227-7015 Technical Data--Commercial Items NOV 1995 252.227-7016 Rights in Bid or Proposal Information JUN 1995 252.227-7019 Validation of Asserted Restrictions--Computer Software JUN 1995 252.227-7027 Deferred Ordering Of Technical Data Or Computer Software APR 1988 252.227-7030 Technical Data--Withholding Of Payment MAR 2000 252.227-7037 Validation of Restrictive Markings on Technical Data SEP 1999 252.232-7003 Electronic Submission of Payment Requests JAN 2004 252.232-7010 Levies on Contract Payments SEP 2005 252.242-7004 Material Management And Accounting System NOV 2005 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.244-7000 Subcontracts for Commercial Items and Commercial

Components (DoD Contracts) NOV 2005

252.247-7023 Transportation of Supplies by Sea MAY 2002 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000

CLAUSES INCORPORATED BY FULL TEXT

52.216-1 TYPE OF CONTRACT (APR 1984)

The Government contemplates award of a Completion-Type Cost Plus Fixed-Fee contract resulting from this solicitation.

(End of clause)

52.216-7 ALLOWABLE COST AND PAYMENT (DEC 2002)

(a) Invoicing.

(1) The Government will make payments to the Contractor when requested as work progresses, but (except for small business concerns) not more often than once every 2 weeks, in amounts determined to be allowable by the Contracting Officer in accordance with Federal Acquisition Regulation (FAR) subpart 31.2 in effect on the date of this contract and the terms of this contract. The Contractor may submit to an authorized representative of the Contracting Officer, in such form and reasonable detail as the representative may require, an invoice or voucher supported by a statement of the claimed allowable cost for performing this contract.

Page 46: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 46 of 86

(2) Contract financing payments are not subject to the interest penalty provisions of the Prompt Payment Act. Interim payments made prior to the final payment under the contract are contract financing payments, except interim payments if this contract contains Alternate I to the clause at 52.232-25.

(3) The designated payment office will make interim payments for contract financing on the 30th (Contracting Officer insert day as prescribed by agency head; if not prescribed, insert “30th”) day after the designated billing office receives a proper payment request.

In the event that the Government requires an audit or other review of a specific payment request to ensure compliance with the terms and conditions of the contract, the designated payment office is not compelled to make payment by the specified due date.

(b) Reimbursing costs. (1) For the purpose of reimbursing allowable costs (except as provided in subparagraph (b)(2) of the clause, with respect to pension, deferred profit sharing, and employee stock ownership plan contributions), the term "costs" includes only--

(i) Those recorded costs that, at the time of the request for reimbursement, the Contractor has paid by cash, check, or other form of actual payment for items or services purchased directly for the contract;

(ii) When the Contractor is not delinquent in paying costs of contract performance in the ordinary course of business, costs incurred, but not necessarily paid, for--

(A) Supplies and services purchased directly for the contract and associated financing payments to subcontractors, provided payments determined due will be made--

(1) In accordance with the terms and conditions of a subcontract or invoice; and

(2) Ordinarily within 30 days of the submission of the Contractor's payment request to the Government;

(B) Materials issued from the Contractor's inventory and placed in the production process for use on the contract;

(C) Direct labor;

(D) Direct travel;

(E) Other direct in-house costs; and

(F) Properly allocable and allowable indirect costs, as shown in the records maintained by the Contractor for purposes of obtaining reimbursement under Government contracts; and

(iii) The amount of financing payments that have been paid by cash, check, or other forms of payment to subcontractors.

(2) Accrued costs of Contractor contributions under employee pension plans shall be excluded until actually paid unless--

(i) The Contractor's practice is to make contributions to the retirement fund quarterly or more frequently; and

(ii) The contribution does not remain unpaid 30 days after the end of the applicable quarter or shorter payment period (any contribution remaining unpaid shall be excluded from the Contractor's indirect costs for payment purposes).

(3) Notwithstanding the audit and adjustment of invoices or vouchers under paragraph (g) of this clause, allowable indirect costs under this contract shall be obtained by applying indirect cost rates established in accordance with paragraph (d) of this clause.

Page 47: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 47 of 86

(4) Any statements in specifications or other documents incorporated in this contract by reference designating performance of services or furnishing of materials at the Contractor's expense or at no cost to the Government shall be disregarded for purposes of cost-reimbursement under this clause.

(c) Small business concerns. A small business concern may receive more frequent payments than every 2 weeks.

(d) Final indirect cost rates. (1) Final annual indirect cost rates and the appropriate bases shall be established in accordance with Subpart 42.7 of the Federal Acquisition Regulation (FAR) in effect for the period covered by the indirect cost rate proposal.

(2)(i) The Contractor shall submit an adequate final indirect cost rate proposal to the Contracting Officer (or cognizant Federal agency official) and auditor within the 6-month period following the expiration of each of its fiscal years. Reasonable extensions, for exceptional circumstances only, may be requested in writing by the Contractor and granted in writing by the Contracting Officer. The Contractor shall support its proposal with adequate supporting data.

(ii) The proposed rates shall be based on the Contractor's actual cost experience for that period. The appropriate Government representative and the Contractor shall establish the final indirect cost rates as promptly as practical after receipt of the Contractor's proposal.

(3) The Contractor and the appropriate Government representative shall execute a written understanding setting forth the final indirect cost rates. The understanding shall specify (i) the agreed-upon final annual indirect cost rates, (ii) the bases to which the rates apply, (iii) the periods for which the rates apply, (iv) any specific indirect cost items treated as direct costs in the settlement, and (v) the affected contract and/or subcontract, identifying any with advance agreements or special terms and the applicable rates. The understanding shall not change any monetary ceiling, contract obligation, or specific cost allowance or disallowance provided for in this contract. The understanding is incorporated into this contract upon execution.

(4) Failure by the parties to agree on a final annual indirect cost rate shall be a dispute within the meaning of the Disputes clause.

(5) Within 120 days (or longer period if approved in writing by the Contracting Officer) after settlement of the final annual indirect cost rates for all years of a physically complete contract, the Contractor shall submit a completion invoice or voucher to reflect the settled amounts and rates.

(6)(i) If the Contractor fails to submit a completion invoice or voucher within the time specified in paragraph (d)(5) of this clause, the Contracting Officer may--

(A) Determine the amounts due to the Contractor under the contract; and

(B) Record this determination in a unilateral modification to the contract.

(ii) This determination constitutes the final decision of the Contracting Officer in accordance with the Disputes clause.

(e) Billing rates. Until final annual indirect cost rates are established for any period, the Government shall reimburse the Contractor at billing rates established by the Contracting Officer or by an authorized representative (the cognizant auditor), subject to adjustment when the final rates are established. These billing rates--

(1) Shall be the anticipated final rates; and

(2) May be prospectively or retroactively revised by mutual agreement, at either party's request, to prevent substantial overpayment or underpayment.

Page 48: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 48 of 86

(f) Quick-closeout procedures. Quick-closeout procedures are applicable when the conditions in FAR 42.708(a) are satisfied.

(g) Audit. At any time or times before final payment, the Contracting Officer may have the Contractor's invoices or vouchers and statements of cost audited. Any payment may be (1) Reduced by amounts found by the Contracting Officer not to constitute allowable costs or (2) Adjusted for prior overpayments or underpayments.

(h) Final payment. (1) Upon approval of a completion invoice or voucher submitted by the Contractor in accordance with paragraph (d)(4) of this clause, and upon the Contractor's compliance with all terms of this contract, the Government shall promptly pay any balance of allowable costs and that part of the fee (if any) not previously paid.

(2) The Contractor shall pay to the Government any refunds, rebates, credits, or other amounts (including interest, if any) accruing to or received by the Contractor or any assignee under this contract, to the extent that those amounts are properly allocable to costs for which the Contractor has been reimbursed by the Government. Reasonable expenses incurred by the Contractor for securing refunds, rebates, credits, or other amounts shall be allowable costs if approved by the Contracting Officer. Before final payment under this contract, the Contractor and each assignee whose assignment is in effect at the time of final payment shall execute and deliver--

(i) An assignment to the Government, in form and substance satisfactory to the Contracting Officer, of refunds, rebates, credits, or other amounts (including interest, if any) properly allocable to costs for which the Contractor has been reimbursed by the Government under this contract; and

(ii) A release discharging the Government, its officers, agents, and employees from all liabilities, obligations, and claims arising out of or under this contract, except--

(A) Specified claims stated in exact amounts, or in estimated amounts when the exact amounts are not known;

(B) Claims (including reasonable incidental expenses) based upon liabilities of the Contractor to third parties arising out of the performance of this contract; provided, that the claims are not known to the Contractor on the date of the execution of the release, and that the Contractor gives notice of the claims in writing to the Contracting Officer within 6 years following the release date or notice of final payment date, whichever is earlier; and

(C) Claims for reimbursement of costs, including reasonable incidental expenses, incurred by the Contractor under the patent clauses of this contract, excluding, however, any expenses arising from the Contractor's indemnification of the Government against patent liability.

(End of clause)

52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

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 within 60 days of contract expiration.

(End of clause)

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

Page 49: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 49 of 86

(a) The Government may extend the term of this contract by written notice to the Contractor within 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days 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 exceed 57 months.(End of clause)

52.222-4 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT - OVERTIME COMPENSATION. (JUL 2005)

(a) Overtime requirements. No Contractor or subcontractor employing laborers or mechanics (see Federal Acquisition Regulation 22.300) shall require or permit them to work over 40 hours in any workweek unless they are paid at least 1 and 1/2 times the basic rate of pay for each hour worked over 40 hours.

(b) Violation; liability for unpaid wages; liquidated damages. The responsible Contractor and subcontractor are liable for unpaid wages if they violate the terms in paragraph (a) of this clause. In addition, the Contractor and subcontractor are liable for liquidated damages payable to the Government. The Contracting Officer will assess liquidated damages at the rate of $10 per affected employee for each calendar day on which the employer required or permitted the employee to work in excess of the standard workweek of 40 hours without paying overtime wages required by the Contract Work Hours and Safety Standards Act.

(c) Withholding for unpaid wages and liquidated damages. The Contracting Officer will withhold from payments due under the contract sufficient funds required to satisfy any Contractor or subcontractor liabilities for unpaid wages and liquidated damages. If amounts withheld under the contract are insufficient to satisfy Contractor or subcontractor liabilities, the Contracting Officer will withhold payments from other Federal or Federally assisted contracts held by the same Contractor that are subject to the Contract Work Hours and Safety Standards Act.

(d) Payrolls and basic records.

(1) The Contractor and its subcontractors shall maintain payrolls and basic payroll records for all laborers and mechanics working on the contract during the contract and shall make them available to the Government until 3 years after contract completion. The records shall contain the name and address of each employee, social security number, labor classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. The records need not duplicate those required for construction work by Department of Labor regulations at 29 CFR 5.5(a)(3) implementing the Davis-Bacon Act.

(2) The Contractor and its subcontractors shall allow authorized representatives of the Contracting Officer or the Department of Labor to inspect, copy, or transcribe records maintained under paragraph (d)(1) of this clause. The Contractor or subcontractor also shall allow authorized representatives of the Contracting Officer or Department of Labor to interview employees in the workplace during working hours.

(e) Subcontracts. The Contractor shall insert the provisions set forth in paragraphs (a) through (d) of this clause in subcontracts that may require or involve the employment of laborers and mechanics and require subcontractors to include these provisions in any such lower tier subcontracts. The Contractor shall be responsible for compliance by any subcontractor or lower-tier subcontractor with the provisions set forth in paragraphs (a) through (d) of this clause.

(End of clause)

Page 50: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 50 of 86

52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)

United States law will apply to resolve any claim of breach of this contract.

(End of clause)

52.244-2 SUBCONTRACTS (AUG 1998)

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

Approved purchasing system means a Contractor's purchasing system that has been reviewed and approved in accordance with Part 44 of the Federal Acquisition Regulation (FAR).

Consent to subcontract means the Contracting Officer's written consent for the Contractor to enter into a particular subcontract.

Subcontract means any contract, as defined in FAR Subpart 2.1, entered into by a subcontractor to furnish supplies or services for performance of the prime contract or a subcontract. It includes, but is not limited to, purchase orders, and changes and modifications to purchase orders.

(b) This clause does not apply to subcontracts for special test equipment when the contract contains the clause at FAR 52.245-18, Special Test Equipment.

(c) When this clause is included in a fixed-price type contract, consent to subcontract is required only on unpriced contract actions (including unpriced modifications or unpriced delivery orders), and only if required in accordance with paragraph (d) or (e) of this clause.

(d) If the Contractor does not have an approved purchasing system, consent to subcontract is required for any subcontract that--

(1) Is of the cost-reimbursement, time-and-materials, or labor-hour type; or

(2) Is fixed-price and exceeds--

(i) For a contract awarded by the Department of Defense, the Coast Guard, or the National Aeronautics and Space Administration, the greater of the simplified acquisition threshold or 5 percent of the total estimated cost of the contract; or

(ii) For a contract awarded by a civilian agency other than the Coast Guard and the National Aeronautics and Space Administration, either the simplified acquisition threshold or 5 percent of the total estimated cost of the contract.

(e) If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain the Contracting Officer's written consent before placing the following subcontracts:

All Subcontracts

(f)(1) The Contractor shall notify the Contracting Officer reasonably in advance of placing any subcontract or modification thereof for which consent is required under paragraph (c), (d), or (e) of this clause, including the following information:

Page 51: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 51 of 86

(i) A description of the supplies or services to be subcontracted.

(ii) Identification of the type of subcontract to be used.

(iii) Identification of the proposed subcontractor.

(iv) The proposed subcontract price.

(v) The subcontractor's current, complete, and accurate cost or pricing data and Certificate of Current Cost or Pricing Data, if required by other contract provisions.

(vi) The subcontractor's Disclosure Statement or Certificate relating to Cost Accounting Standards when such data are required by other provisions of this contract.

(vii) A negotiation memorandum reflecting--

(A) The principal elements of the subcontract price negotiations;

(B) The most significant considerations controlling establishment of initial or revised prices;

(C) The reason cost or pricing data were or were not required;

(D) The extent, if any, to which the Contractor did not rely on the subcontractor's cost or pricing data in determining the price objective and in negotiating the final price;

(E) The extent to which it was recognized in the negotiation that the subcontractor's cost or pricing data were not accurate, complete, or current; the action taken by the Contractor and the subcontractor; and the effect of any such defective data on the total price negotiated;

(F) The reasons for any significant difference between the Contractor's price objective and the price negotiated; and

(G) A complete explanation of the incentive fee or profit plan when incentives are used. The explanation shall identify each critical performance element, management decisions used to quantify each incentive element, reasons for the incentives, and a summary of all trade-off possibilities considered.

(2) The Contractor is not required to notify the Contracting Officer in advance of entering into any subcontract for which consent is not required under paragraph (c), (d), or (e) of this clause.

(g) Unless the consent or approval specifically provides otherwise, neither consent by the Contracting Officer to any subcontract nor approval of the Contractor's purchasing system shall constitute a determination--

(1) Of the acceptability of any subcontract terms or conditions;

(2) Of the allowability of any cost under this contract; or

(3) To relieve the Contractor of any responsibility for performing this contract.

(h) No subcontract or modification thereof placed under this contract shall provide for payment on a cost-plus-a-percentage-of-cost basis, and any fee payable under cost-reimbursement type subcontracts shall not exceed the fee limitations in FAR 15.404-4(c)(4)(i).

(i) The Contractor shall give the Contracting Officer immediate written notice of any action or suit filed and prompt notice of any claim made against the Contractor by any subcontractor or vendor that, in the opinion of the

Page 52: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 52 of 86

Contractor, may result in litigation related in any way to this contract, with respect to which the Contractor may be entitled to reimbursement from the Government.

(j) The Government reserves the right to review the Contractor's purchasing system as set forth in FAR Subpart 44.3.

(k) Paragraphs (d) and (f) of this clause do not apply to the following subcontracts, which were evaluated during negotiations:

None

(End of clause)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

http://www.arnet.gov/farhttp://farsite.hill.af.milhttp://www.dric.mil/dfars

(End of clause)

52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)

(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 "(DEVIATION)" after the date of the clause.

(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of clause)

252.204-7006 BILLING INSTRUCTIONS (OCT 2005)

When submitting a request for payment, the Contractor shall--

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

(b) Separately identify a payment amount for each contract line item included in the payment request.

(End of clause)

Page 53: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 53 of 86

5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODSs) (APR 2003)

(a) Unless the requiring activity has obtained prior Senior Acquisition Official (SAO) approval, contractors may not:

(1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or

(2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS.[Note: This prohibition does not apply to manufacturing.]

(b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs:

(1) Halons: 1011, 1202, 1211, 1301, and 2402;

(2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and

(3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide.[NOTE: Material that use one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.]

(c) The requiring activity has obtained SAO approval to permit the contractor to use the following Class I ODS(s):Class I ODS/ Application or Use/Quantity (lbs.) per contract period of performanceN/A

(d) The offeror/contractor is required to notify the contracting officer if any Class I ODS that is not specifically listed above is required in the test, operation, or maintenance of any system, subsystem, item, component, or process.

5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997)

(a) In performing work under this contract on a Government installation, the contractor shall:

(1) Comply with the specific health and safety requirements established by this contract;

(2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract;

(3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and

(4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.

(c) The contracting officer may, by written order, direct Air Force Occupational Safety and Health Standards (AFOSH) and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.

Page 54: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 54 of 86

(d) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract.

5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002)

(a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.

(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, and valid vehicle insurance certificate, to obtain a vehicle pass.

(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.

(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-209, the Air Force Resource Protection Program, and AFI 31-501, Personnel Security Program Management, as applicable.

(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.

(f) Failure to comply with these requirements may result in withholding of final payment.

(g) Motor vehicles on base: Contractor personnel are advised that in addition to compliance with state and local traffic laws both on and off base, seat belt usage is mandatory at all times on Offutt AFB. Air Force Motor Traffic Supervision, Air Force Instruction 31.204 and Offutt AFB supplement thereto, prescribes that installation commanders must ensure drivers comply with state and local traffic laws. Accordingly, while on Offutt AFB, failure to wear restraints by the operator and/or passengers may result in the operator being ticketed by Offutt security personnel for failure to comply. Seat belt violations on Offutt AFB will result in a temporary suspension of on-base driving privileges. Contractors will be held responsible for meeting contractual obligations regardless of driving suspensions for ticketed offenses.

(End of clause)

Page 55: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 55 of 86

Section J - List of Documents, Exhibits and Other Attachments

LIST OF ATTACHMENTSSection J - List of Documents, Exhibits and Other Attachments

SECTION J

Exhibit/Attachment Table of Contents

DOCUMENT TYPE DESCRIPTION PAGES DATE

Exhibit 1 Data Requirements Lists (CDRLs), DD Forms 1423

4 Undated

Attachment 1 Contract Security Classification Specification (DD254)

10 23 July 2004

Attachment 2* Subcontracting Plan 1 UndatedAttachment 3** Past/Present Performance Information Sheet 5 UndatedAttachment 4**Attachment 5**

Subcontracting ChecklistSample Past Performance Consent Letter

7 Undated

Attachment 6** Sample Past Performance Cover Letter

* Submitted by Offeror with Proposal and will be incorporated into the contract upon award and after approval by the Contracting Officer**These documents will not become part of the contract award.

Page 56: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 56 of 86

Section K - Representations, Certifications and Other Statements of Offerors

CLAUSES INCORPORATED BY REFERENCE

52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions

SEP 2005

252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country

SEP 2004

CLAUSES INCORPORATED BY FULL TEXT

52.209-5 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS (DEC 2001)

(a)(1) The Offeror certifies, to the best of its knowledge and belief, that-

(i) The Offeror and/or any of its Principals-

(A) Are ( ) are not ( ) presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency;

(B) Have ( ) have not ( ), within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and

(C) Are ( ) are not ( ) presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision.

(ii) The Offeror has ( ) has not ( ), within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency.

(2) "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions).

This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code.

(b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

(c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible.

Page 57: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 57 of 86

(d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

(e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.

(End of provision)

52.215-6 PLACE OF PERFORMANCE (OCT 1997)

(a) The offeror or respondent, in the performance of any contract resulting from this solicitation, ( ) intends, ( ) does not intend (check applicable block) to use one or more plants or facilities located at a different address from the address of the offeror or respondent as indicated in this proposal or response to request for information.

(b) If the offeror or respondent checks “intends” in paragraph (a) of this provision, it shall insert in the following spaces the required information:

Place of Performance(Street Address, City, State, County, Zip Code)

Name and Address of Owner and Operator of the Plant or Facility if Other Than Offeror or Respondent

(End of provision)

52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) - ALTERNATE I (APR 2002)

(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is  ( )     (insert NAICS code).

(2) The small business size standard is   ( )    (insert size standard).

(3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.

(b) Representations. (1) The offeror represents as part of its offer that it ( ) is, ( ) is not a small business concern.

(2) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents, for general statistical purposes, that it ( ) is, ( ) is not a small disadvantaged business concern as defined in 13 CFR 124.1002.

(3) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a women-owned small business concern.

(4) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a veteran-owned small business concern.

Page 58: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 58 of 86

(5) (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(4) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a service-disabled veteran-owned small business concern.

(6) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, as part of its offer, that--

(i) It ( ) is, ( ) is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR part 126; and

(ii) It ( ) is, ( ) is not a joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (b)(6)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. (The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.) Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation.

(7) (Complete if offeror represented itself as disadvantaged in paragraph (b)(2) of this provision.) The offeror shall check the category in which its ownership falls:

____ Black American.

____ Hispanic American.

____ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians).

____ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory of the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru).

____ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal).

____ Individual/concern, other than one of the preceding.

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

Service-disabled veteran-owned small business concern--

(1) Means a small business concern--

(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and

(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran.

Page 59: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 59 of 86

(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).

"Small business concern," means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision.

Veteran-owned small business concern means a small business concern--

(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and

(2) The management and daily business operations of which are controlled by one or more veterans.

"Women-owned small business concern," means a small business concern --

(1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; or

(2) Whose management and daily business operations are controlled by one or more women.

(d) Notice.

(1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished.

(2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a small, HUBZone small, small disadvantaged, or women-owned small business concern in order to obtain a contract to be awarded under the preference programs established pursuant to section 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall--

(i) Be punished by imposition of fine, imprisonment, or both;

(ii) Be subject to administrative remedies, including suspension and debarment; and

(iii) Be ineligible for participation in programs conducted under the authority of the Act.

(End of provision)

52.219-22 SMALL DISADVANTAGED BUSINESS STATUS (OCT 1999) ALTERNATE I (OCT 1998)

(a) General. This provision is used to assess an offeror's small disadvantaged business status for the purpose of obtaining a benefit on this solicitation. Status as a small business and status as a small disadvantaged business for general statistical purposes is covered by the provision at FAR 52.219-1, Small Business Program Representation.

(b) Representations.

(1) General. The offeror represents, as part of its offer, that it is a small business under the size standard applicable to this acquisition; and either--

Page 60: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 60 of 86

___ (i) It has received certification by the Small Business Administration as a small disadvantaged business concern consistent with 13 CFR 124, Subpart B; and

(A) No material change in disadvantaged ownership and control has occurred since its certification;

(B) Where the concern is owned by one or more disadvantaged individuals, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and

(C) It is identified , on the date of this representation, as a certifies small disadvantaged business concern in the database maintained by the Small Business Administration (PRO-Net); or

___ (ii) It has submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted.

(2)___ For Joint Ventures. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements at 13 CFR 124.1002(f) and that the representation in paragraph (b)(1) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ____________.]

(3) Address. The offeror represents that its address______is, ______is not in a region for which a small disadvantaged business procurement mechanism is authorized and its address has not changed since its certification as a small disadvantaged business concern or submission of its application for certification. The list of authorized small disadvantaged business procurement mechanisms and regions is posted at http://www.arnet.gov/References/ sdbadjustments.htm. The offeror shall use the list in effect on the date of this solicitation. ``Address,'' as used in this provision, means the address of the offeror as listed on the Small Business Administrations register of small disadvantaged business concerns or the address on the completed application that the concern has submitted to the Small Business Administration or a Private Certifier in accordance with 13 CFR part 124, subpart B. For joint ventures, ``address'' refers to the address of the small disadvantaged business concern that is participating in the joint venture.

(c) Penalties and Remedies. Anyone who misrepresents any aspects of the disadvantaged status of a concern for the purposes of securing a contract or subcontract shall:

(1) Be punished by imposition of a fine, imprisonment, or both;

(2) Be subject to administrative remedies, including suspension and debarment; and

(3) Be ineligible for participation in programs conducted under the authority of the Small Business Act.

52.230-1 COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (JUN 2000)

Note: This notice does not apply to small businesses or foreign governments. This notice is in three parts, identified by Roman numerals I through III.

Offerors shall examine each part and provide the requested information in order to determine Cost Accounting Standards (CAS) requirements applicable to any resultant contract.

If the offeror is an educational institution, Part II does not apply unless the contemplated contract will be subject to full or modified CAS coverage pursuant to 48 CFR 9903.201-2(c)(5) or 9903.201-2(c)(6), respectively.

Page 61: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 61 of 86

I. DISCLOSURE STATEMENT--COST ACCOUNTING PRACTICES AND CERTIFICATION

(a) Any contract in excess of $500,000 resulting from this solicitation will be subject to the requirements of the Cost Accounting Standards Board (48 CFR Chapter 99), except for those contracts which are exempt as specified in 48 CFR 9903.201-1.

(b) Any offeror submitting a proposal which, if accepted, will result in a contract subject to the requirements of 48 CFR Chapter 99 must, as a condition of contracting, submit a Disclosure Statement as required by 48 CFR 9903.202. When required, the Disclosure Statement must be submitted as a part of the offeror's proposal under this solicitation unless the offeror has already submitted a Disclosure Statement disclosing the practices used in connection with the pricing of this proposal. If an applicable Disclosure Statement has already been submitted, the offeror may satisfy the requirement for submission by providing the information requested in paragraph (c) of Part I of this provision.

CAUTION: In the absence of specific regulations or agreement, a practice disclosed in a Disclosure Statement shall not, by virtue of such disclosure, be deemed to be a proper, approved, or agreed-to practice for pricing proposals or accumulating and reporting contract performance cost data.

(c) Check the appropriate box below:

(1) Certificate of Concurrent Submission of Disclosure Statement.

The offeror hereby certifies that, as a part of the offer, copies of the Disclosure Statement have been submitted as follows: (i) original and one copy to the cognizant Administrative Contracting Officer (ACO) or cognizant Federal agency official authorized to act in that capacity (Federal official), as applicable, and (ii) one copy to the cognizant Federal auditor.

(Disclosure must be on Form No. CASB DS-1 or CASB DS-2, as applicable. Forms may be obtained from the cognizant ACO or Federal official and/or from the loose-leaf version of the Federal Acquisition Regulation.)

Date of Disclosure Statement: ______________________ Name and Address of Cognizant ACO or Federal Official Where Filed: ____________________________________

The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the Disclosure Statement.

(2) Certificate of Previously Submitted Disclosure Statement.

The offeror hereby certifies that the required Disclosure Statement was filed as follows:

Date of Disclosure Statement: _______________________ Name and Address of Cognizant ACO or Federal Official Where Filed: _______________________________________

The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the applicable Disclosure Statement.

(3) Certificate of Monetary Exemption.

The offeror hereby certifies that the offeror, together with all divisions, subsidiaries, and affiliates under common control, did not receive net awards of negotiated prime contracts and subcontracts subject to CAS totaling more than $50 million (of which at least one award exceeded $1 million) in the cost accounting period immediately preceding the period in which this proposal was submitted. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise the Contracting Officer immediately.

(4) Certificate of Interim Exemption.

Page 62: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 62 of 86

The offeror hereby certifies that (i) the offeror first exceeded the monetary exemption for disclosure, as defined in (3) of this subsection, in the cost accounting period immediately preceding the period in which this offer was submitted and (ii) in accordance with 48 CFR 9903.202-1, the offeror is not yet required to submit a Disclosure Statement. The offeror further certifies that if an award resulting from this proposal has not been made within 90 days after the end of that period, the offeror will immediately submit a revised certificate to the Contracting Officer, in the form specified under subparagraph (c)(1) or (c)(2) of Part I of this provision, as appropriate, to verify submission of a completed Disclosure Statement.

CAUTION: Offerors currently required to disclose because they were awarded a CAS-covered prime contract or subcontract of $50 million or more in the current cost accounting period may not claim this exemption (4). Further, the exemption applies only in connection with proposals submitted before expiration of the 90-day period following the cost accounting period in which the monetary exemption was exceeded.

II. COST ACCOUNTING STANDARDS--ELIGIBILITY FOR MODIFIED CONTRACT COVERAGE

If the offeror is eligible to use the modified provisions of 48 CFR 9903.201-2(b) and elects to do so, the offeror shall indicate by checking the box below. Checking the box below shall mean that the resultant contract is subject to the Disclosure and Consistency of Cost Accounting Practices clause in lieu of the Cost Accounting Standards clause.

( ) The offeror hereby claims an exemption from the Cost Accounting Standards clause under the provisions of 48 CFR 9903.201-2(b) and certifies that the offeror is eligible for use of the Disclosure and Consistency of Cost Accounting Practices clause because during the cost accounting period immediately preceding the period in which this proposal was submitted, the offeror received less than $50 million in awards of CAS-covered prime contracts and subcontracts. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise the Contracting Officer immediately.

CAUTION: An offeror may not claim the above eligibility for modified contract coverage if this proposal is expected to result in the award of a CAS-covered contract of $50 million or more or if, during its current cost accounting period, the offeror has been awarded a single CAS-covered prime contract or subcontract of $25 million or more.

III. ADDITIONAL COST ACCOUNTING STANDARDS APPLICABLE TO EXISTING CONTRACTS

The offeror shall indicate below whether award of the contemplated contract would, in accordance with subparagraph (a)(3) of the Cost Accounting Standards clause, require a change in established cost accounting practices affecting existing contracts and subcontracts.

( ) YES ( ) NO

(End of clause)

252.225-7000 BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2005)

(a) Definitions. Domestic end product, foreign end product, qualifying country, qualifying country end product, and United States have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation.

(b) Evaluation. The Government--

(1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and

Page 63: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 63 of 86

(2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program.

(c) Certifications and identification of country of origin.

(1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that--

(i) Each end product, except those listed in paragraph (c)(2) or (3) of this provision, is a domestic end product; and

(ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products:

-----------------------------------------------------------------------(Line Item Number Country of Origin)

-----------------------------------------------------------------------(Country of Origin)

(3) The following end products are other foreign end products:

-----------------------------------------------------------------------(Line Item Number)

-----------------------------------------------------------------------(Country of Origin) (If known)

(End of provision)

Page 64: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 64 of 86

Section L - Instructions, Conditions and Notices to Bidders

INSTRUCTIONS TO BIDDERS

1.0 SUBMISSION OF COMPLETE PROPOSALS

Offerors are advised that their proposals are presumed to represent their best efforts and most complete response to the solicitation. Cursory responses or responses which merely reiterate the Statement of Work will be considered unacceptable. Assurance of experience, capability, and qualifications, which clearly demonstrate and support the offeror’s claims, is essential. Failure to furnish a complete proposal may result in the proposal being unacceptable to the Government and eliminated from consideration for award.

1.1 Inconsistencies among the parts of each proposal shall be explained. Any unexplained significant inconsistency raises a fundamental question of the offeror's understanding of the requirement and his ability to perform. With respect to cost/price proposals, the burden of proof for cost/price credibility rests with each offeror.

1.2 It is the offeror's responsibility to ensure the completeness of its proposal. Evaluation of proposals will be conducted on the basis of the information contained in each proposal. The Government will not assume that an offeror possesses any capabilities not specified in his proposal.

2.0 GENERAL INSTRUCTIONS

2.1 Compliance With InstructionsOfferors shall comply with all instructions provided in this Request for Proposal (RFP).

2.1.1 GuidanceThis section of the information to offerors provides general guidance for preparing proposals as well as specific instructions on the format and content of the proposal. The offeror’s proposal shall include all data and information requested and shall be submitted in accordance with these instructions. Non-conformance with the instructions provided herein may result in an unfavorable proposal evaluation.

2.1.2 Proposal ClarityThe proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government’s requirements, but provide convincing rationale to address how the offeror intends to meet these requirements. The offeror shall assume that the Government has no prior knowledge of its facilities and experience, and will base its evaluation on the information presented in the offeror’s proposal.

2.1.3 Brochures, Documentation, Binding, and ArtworkElaborate brochures or documentation, binding, detailed artwork, or other embellishments are unnecessary and are not desired.

2.1.4 Proposal Acceptance Period and Due DatesThe proposal acceptance period/due date is specified in Table 2.1. Unless otherwise noted, proposals are due no later than 4:00 P.M. Central Time on the date specified. The offeror shall make a clear statement that its offer is valid for at least 120 days beyond the due date.

2.1.5 Government Storage of ProposalsIn accordance with FAR subpart 4.8, Government Contract Files, the Government will retain the “original” copy of all proposals and supplemental documents provided. Unless the offeror requests otherwise, the Government will destroy all extra copies of proposals and additional documents submitted.

2.2 General Information

Page 65: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 65 of 86

2.2.1 Point of ContactThe Contracting Officer and the Contract Administrator are the sole points of contact for this acquisition. Address any questions or concerns you may have for this acquisition to the individuals listed below:

Contracting Officer: Contract AdministratorMr. Jeffrey Kasza Mrs. Virginia Jones55 CONS/LGCZ 55 CONS/LGCZ101 Washington Sq., Bldg. 40, RM209 101 Washington Sq., Bldg. 40, RM 209Offutt AFB NE 68113-2107 Offutt AFB NE 68113-2107Phone: (402) 294-8940 Phone: (402) 294-9811Fax: (402) 294-7280 Fax: (402) 294-7280e-mail: [email protected] e-mail : [email protected]

2.2.2 DiscussionsIf, during the evaluation period, it is determined to be in the best interest of the Government to hold discussions, Offeror responses to Evaluation Notices (EN’s), and the Final Proposal Revision (FPR) will be considered in making the source selection decision. NOTE: The Government reserves the right to award without discussions. However, discussions may be held if the Contracting Officer determines them to be necessary. Delivery date for the FPR will be established after initial receipt of the offeror’s proposals.

2.2.3 DebriefingsThe Contracting Officer will promptly notify offerors of any decision to exclude them from the competitive range, whereupon they may request, in writing, and receive a debriefing in accordance with FAR 15.505, Preaward Debriefing of Offerors. The Contracting Officer will also notify unsuccessful offerors in the competitive range of the source selection decision in accordance with FAR 15.503, Notifications to Unsuccessful Offerors. Upon such notification, unsuccessful offerors may request and receive a debriefing. Offerors desiring a debriefing must make their request, in writing, in accordance with the requirements of FAR 15.506, Postaward Debriefing of Offerors, as applicable.

2.2.4 DiscrepanciesIf an offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the offeror shall immediately notify the Contracting Officer in writing, specifying the related section and page, with supporting rationale. The offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion.

2.3 Organization of Proposals

The offeror shall prepare the proposal as set forth in Table 2.1, Proposal Organization, below. The volumes identified in the table should be separately bound in three-ring, loose-leaf binders. The proposal organization should be as follows:

Table 2.1 Proposal OrganizationVolume Volume Title Page Limit Number of copies

requiredDue Date (not later than)*

I Past Performance See below 6-paper, 2 CD-ROM 10 days from RFP release.Table of Contents 1Summary Page 1Past/Present 3 per contract

Page 66: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 66 of 86

Performance Information Sheet

reference (see para 3.2.1.3.3)

Past/Present Performance Information Sheet Tracking Record

No page limit

Past/Present Performance Assessment Report

No page limit

Consent Letters No page limitOrganization Structure Change History

2

Quality Awards 1II Mission Capability

Including Transition Plan, Subcontracting Plan and Checklist.

30 (Matrix, Transition Plan Subcontracting Plan and checklist do not count towards this 30 page limit)

6 paper, 2 CD-ROM 30 days from RFP release.

III Cost/Price No page limit 3-paper, 2CD-ROM 30 days from RFP release.IV Contract

DocumentationNo page limit 2-paper, 2 CD-ROM 30 days from RFP release.

* All documents due by 4:00 p.m. Central Time on the date specified

2.3.1 Page Limitations

2.3.1.1 Page limitations shall be treated as maximums. If exceeded, the excess pages will not be read or considered in the evaluation of the proposal and (for paper copies) will not be returned to the offeror. Excess pages shall be destroyed along with all unsuccessful proposals (see section 2.1.5). Page limitations may also be placed on responses to Evaluation Notices (ENs). The page limitations for ENs, if any, will be identified in the correspondence forwarding the ENs to the offerors. When both sides of a sheet of paper display printed material, it shall be counted as two pages. Each page shall be counted except cover pages, tables of contents, cross reference matrix, tabs, and glossaries.

2.3.1.2 Page size shall be 8.5 x 11 inches, not including foldouts. Pages shall be single-spaced. Except for the reproduced sections of the solicitation document, the text size shall be no less than 10 point. Use at least 1-inch margins on all sides of each page. Pages shall be numbered sequentially by volume. Page limitations apply to electronic proposals, as well; see also section 2.4. If there are discrepancies in page counts between paper and electronic volumes, the paper version shall take precedence (e.g., if the paper version of a volume is 21 pages, and the electronic version of the same volume is 18 pages, the Government will treat the volume as having 21 pages).

2.3.1.3 Legible tables, charts, graphs and figures should be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. These displays should be uncomplicated, legible and shall not exceed 11 by 17 inches in size. Foldout pages shall fold entirely within the volume, and count as two pages. Foldout pages may only be used for large tables, charts, graphs, diagrams and schematics, and not for pages of text. For tables, charts, graphs and figures, the text shall be no smaller than 8 point. These limitations shall apply to both electronic and paper proposals.

2.3.2 Cost or Pricing Information

Page 67: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 67 of 86

All cost or pricing information shall be addressed ONLY in Volume III, Cost/Price Volume. Discussions of cost savings and cost considerations may be included in Volume II, Mission Capability to support best value considerations.

2.3.3 Cross ReferencingTo the greatest extent possible, each volume shall be written on a stand-alone basis so that its contents may be evaluated with minimal cross-referencing to other volumes of the proposal. Except for classified references, information required for proposal evaluation that is not found in its designated volume will be assumed to have been omitted from the proposal. Cross-referencing within a proposal volume is permitted where its use would conserve space without impairing clarity.

2.3.4 IndexingEach volume shall contain a more detailed table of contents to delineate the subparagraphs within that volume. Tab indexing shall be used to identify sections.

2.3.5 Glossary of Abbreviations and AcronymsEach volume shall contain a glossary of all abbreviations and acronyms used, with an explanation for each. Glossaries do not count against the page limitations for their respective volumes.

2.3.6 Binding And LabelingEach volume of the proposal should be separately bound in a three-ring loose-leaf binder, which shall permit the volume to lie flat when open. Staples shall not be used. A cover sheet should be bound in each book, clearly marked as to volume number, title, copy number, solicitation identification and the offeror's name. The same identifying data should be placed on the spine of each binder. All unclassified document binders shall have a color other than red or other applicable security designation colors. Be sure to apply all appropriate markings including those prescribed in accordance with FAR 52.215-1(e), Restriction on Disclosure and Use of Data, and FAR 3.104-4, Disclosure, Protection, and Marking of Contractor Bid or Proposal Information and Source Selection Information.

2.4 Electronic Media

2.4.1 On each CD-ROM indicate the volume number and title. Use separate files to permit rapid location of all portions, including exhibits, annexes, and attachments, if any. The offeror shall submit all volumes in electronic format, using IBM-compatible, virus-free CD-ROM. Each volume shall be on a different CD-ROM. If files are compressed, the necessary decompression program must be included.

2.4.2 The electronic copies of the proposal shall be submitted in a format readable by Microsoft (MS) Word 2000, MS Excel 2000, or MS-Power Point 2000, as applicable

2.4.3 Read passwords on files shall not be used. In the event that there is a discrepancy between the content found in a paper copy and an electronic copy, the paper copy shall take precedence. Diagrams presented in their native format shall count as one page per file.

2.5 DistributionThe "original" proposal shall be identified and delivered to 55 CONS. All copies of proposals (see Table 2.1) shall be mailed or delivered to:

55th Contracting Squadron/LGCZATTN: FMA Source Selection (Captain K. Swinford)101 Washington Square, Bldg. 40, Rm 253AOffutt AFB NE 68113-2107

If mailing, the outside of the envelope or box(es) should be marked as follows:

NOTE: TO BE OPENED BY ADDRESSEE ONLY

Page 68: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 68 of 86

SOURCE SELECTION INFORMATION - SEE FAR 3.104FOR OFFICIAL USE ONLY

3.0 VOLUME I - PAST PERFORMANCE

3.1 GeneralThe Past Performance volume of the offeror’s proposal is due prior to all other proposal volumes. See Table 2.1 for proposal due dates.

3.2 InstructionsThe offeror shall provide past performance information for evaluation. Failure to provide any information may result in the Offeror being removed from consideration for award. (NOTE: An Offeror with no past performance experience should submit the Past Performance Volume with explanation that it has no recent or relevant experience.) The Government will evaluate past performance through an integrated analysis of those risks and strengths the Government identifies in the Offeror's recent and relevant contract performance. In evaluating the Offeror's past performance record, the Government will use present and past performance information gathered from various sources, which may include, but is not limited to, the past performance information documents submitted, Contractor Performance Assessment Report (CPARs), questionnaires, and interviews. The Government will place more weight and consideration on more relevant and recent past performance information. For the purposes of this evaluation, the term "offeror" includes the prime contractor and/or team members and major subcontractors.

3.2.1 Contents of Past Performance Volume I The offeror’s Past Performance Volume shall contain the following:

1. Table of Contents2. Summary Page3. Past/Present Performance Information Sheets4. Past/Present Performance Information Sheets Tracking Record5. Past/Present Performance Assessment Report6. Consent Letters7. Organization Structure Change History8. Quality Awards

3.2.1.1 Table of ContentsThe Table of Contents shall list all documents contained in the Past Performance Volume.

3.2.1.2 Summary PageThe Summary Page shall describe the role for the proposed Foreign Media Analysis work of the offeror and each subcontractor, teaming partner, and/or joint venture partner that the offeror is required to provide Past Performance Information Sheets on in accordance with paragraph 3.2.1.3.3 below.

3.2.1.3.1 Submit information on contracts you consider most relevant in demonstrating your ability to perform the proposed effort. For ID/IQ efforts with multiple points of performance or multiple points of contact, submit information on the specific Task/Delivery Order (e.g., if a contract is issued in one particular location, yet a task order is performed in a difference location, submit information specific to that task order and NOT to the main contract). For those ID/IQ contracts with Delivery/Task Orders performed in multiple locations or with multiple points of contact, each Delivery/Task Order shall be counted as one contract. Contracts/task orders shall be in place not later than 1 August 2002 to be considered.

3.2.1.3.2 Include rationale supporting your assertion of relevance; however, the Government is not bound by the Offeror's opinion of relevance. Clearly link the past/present performance information to the Mission Capability subfactors stated in Section M. Offerors are required to explain what aspects of the contracts are deemed relevant to the proposed effort, and to what aspects of the proposed effort they relate. This may include a discussion of

Page 69: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 69 of 86

efforts accomplished by the offeror to resolve problems encountered on prior contracts, as well as past efforts to identify and manage program risk. Where problems existed, clearly demonstrate management actions employed in overcoming these problems and the effects of those actions, in terms of improvements achieved or problems rectified.

3.2.1.3.3 The offeror shall submit Past/Present Performance Information Sheets in accordance with the format contained in Section J Attachment 3. This information is required on the prime offeror, subcontractors, teaming partners, and/or joint venture partners proposed to perform at least 10% of the proposed effort based on the total proposed price, or performs aspects of the effort the offeror considers critical to overall successful performance. The maximum number of Past/Present Performance Information sheets an offeror may submit is five for the prime and two for the critical subcontractor. Each past/present performance information sheet is limited to three pages. The offeror’s past/present performance information sheets must identify active or completed contracts, either Government (international, federal, state or local) or commercial, for the prime, subcontractors, teaming partner, and/or joint venture partner, and must be for the same type effort proposed for the foreign media analysis program. The Past/Present Performance Information Sheet must reflect the same division or cost center as that proposed. In determining recency, the Government will only consider work performed under an effort with the period ending on or after 1 August 2002. Addtionally, the Government will not consider any new contracts awarded or where performance began on or after 1 April 2005 due to the limited performance history of these efforts.

3.2.1.3.4 The Past/Present Performance Information Sheets also must include relevant information concerning compliance with FAR 52.219-8, Utilization of Small Business Concerns, if such information exists. Offerors are cautioned that the Government will use data provided by each offeror in this volume and data obtained from other sources in the evaluation of past and present performance. For the purposes of satisfying this requirement, types of past/present performance work that are essentially the same as this acquisition will be more relevant than types of work that are not as similar.

3.2.1.4 Past/Present Performance Information Sheet Tracking RecordThe offeror shall send out, and confirm receipt and submission of the Past/Present Performance Sheet (Section J Attachment 3), to each of the offeror’s critical subcontractors, teaming contractors and/or joint venture partners (i.e., each entity’s) Points of Contact (POCs) identified in the Past/Present Performance Information Sheet Tracking Record. The responsibility to send out and track the receipt and submission of the Past/Present Performance Sheets rests solely with the offeror. For each questionnaire, complete and sign a letter containing substantially the same information as in the Sample Information Sheet Cover Letter. Cover letters should be printed on company letterhead. The offeror shall exert its best efforts to ensure that at least two current POCs, per relevant contract, submit a completed Past/Present Performance Information Sheet directly to the Government not later than the due date for the past performance proposal volume. Each of the offeror’s POCs shall fax or e-mail his/her completed Past/Present Performance Information Sheet directly to Captain Kevin Swinford at fax number (402) 294-7280 or e-mail [email protected]. Please instruct points of contact to call Captain Swinford at 402-232-5330 before faxing their responses. Mailing the Information Sheets is an acceptable alternative method of transmission. The mailing address is:

55 CONS/LGCZATTN: CAPTAIN K. SWINFORD101 WASHINGTON SQ BLDG 40, RM 253AOFFUTT AFB NE 68113-2107

If mailing, the outside envelope must be marked as follows:

NOTE: TO BE OPENED BY ADDRESSEE ONLYSOURCE SELECTION INFORMATION - SEE FAR 3.104FOR OFFICIAL USE ONLY

Once the Past/Present Performance Information Sheets are completed by the points of contact, the information contained therein shall be considered sensitive and shall not be released to the offeror. Past/Present Performance

Page 70: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 70 of 86

Information Sheets shall be sent to, and best efforts made to ensure completion and submission directly to the Government from at least two of the following:

Procuring Contracting Officer/Contract Negotiator or equivalent Program/Project Manager, or equivalentAdministrative Contracting Officer/Contract Administrator or equivalent

3.2.1.5 Past/Present Performance Information SheetThis information is required on the contracts/task orders submitted in accordance with this RFP. If an evaluation form other than a Contractor Performance Assessment Report (CPAR) has been used in conducting performance assessments, such as an Award Fee notification letter, submit that form. If a CPAR or other evaluation form has been accomplished on the offeror’s existing work, but the contracting office for that requirement will not release the information, the offeror shall immediately notify the Contracting Officer or Contract Administrator for this solicitation. Provide the contract number, point-of-contact and phone number from which the past/present performance information should be obtained. This information should be provided to the Contracting Officer or Contract Administrator for this solicitation as soon as any difficulty occurs and before the proposal due date.

3.2.1.6 Consent LettersPast/present performance information concerning subcontractors and teaming partners cannot be disclosed to a private party without the subcontractor’s or teaming partner’s consent. Because the offeror is a private party, the government will need that consent before disclosing subcontractor / teaming partner past/present performance information to the offeror during exchanges. In an effort to assist the Government in assessing your past/present performance relevancy and confidence, request a Consent Letter (Section J Attachment 5) be completed by the major subcontractors and teaming partners identified in the proposal. The completed consent letter should be submitted as part of the Past Performance Information Volume, but will not be considered in the page count of this Volume. Should the offeror not submit a completed Consent Letter for major subcontractors or teaming partners, the Government will only discuss past/present performance information directly with the prospective subcontractor or teaming partner that is being reviewed. If there is a problem with the proposed subcontractor’s or teaming partner’s past/present performance, the offeror can be notified of a problem, but no details may be discussed without the subcontractor’s / teaming partner’s permission.

3.2.1.7 Organization Structure Change HistoryMany companies have acquired, been acquired by, or otherwise merged with other companies, and/or reorganized their divisions, business groups, subsidiary companies, etc. In many cases, these changes have taken place during the time of performance of relevant past efforts or between conclusion of recent past efforts and this source selection. As a result, it is sometimes difficult to determine what past/present performance is relevant to this acquisition. To facilitate this relevancy determination, include in this proposal volume a "roadmap" describing all such changes in the organization of your company. As part of this explanation, show how these changes impact the relevance of any efforts you identify for past performance evaluation/performance confidence assessment. Since the Government intends to consider past performance information provided by other sources as well as that provided by the offeror(s), the "roadmap" shall be both specifically applicable to the efforts identified and general enough to apply to efforts on which the Government receives information from other sources. This information is required on the offeror, subcontractors, teaming partners, and/or joint venture partners.

3.2.1.8 Quality AwardsOn one sheet of paper, the offeror may describe any quality awards or certifications that indicate the offeror, subcontractor, teaming partner, and/or joint venture partner, possesses the necessary skills to perform the services required. Such awards or certifications include, for example, the Malcolm Baldridge Quality Award, other government quality awards, and private sector awards or certifications. Identify what segment of the company (one division or the entire company) received the award or certification. If not bestowed on the business division, which will accomplish the work under this solicitation, provide evidence the award has relevance. Describe when the award or certification was bestowed. If the award or certification is over 3 years old, provide evidence that the qualifications still apply.

3.2.2 Determination of Responsibility

Page 71: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 71 of 86

Even though the assessment of Past Performance as a specific evaluation factor is separate and distinct from the Determination of Responsibility required by FAR 9.1, Responsible Prospective Contractors, past performance information obtained herein will be used to support the Determination of Responsibility for the successful offeror.

4.0 VOLUME II – MISSION CAPABILITY

4.1 Content of Mission Capability Volume IIThe offeror’s Mission Capability Volume shall contain the following:

1. Table of Contents2. Mission Capability Proposal3. Cross Reference Matrix

4.2 Table of ContentsThe offeror shall include a master table of contents of the entire proposal.

4.3 Mission Capability Proposal The Mission Capability Proposal should be specific and complete, conveying clearly and concisely the requirements for each section. Legibility, clarity, and coherence are very important. In particular, the offeror should not construe submittal maximums as any indicator of the government’s desired length. Proposals will be evaluated against the Mission Capability subfactors defined in Section M, Evaluation Factors for Award. Provide, as specifically as possible, the actual methodology you would use for accomplishing/satisfying these elements. All the requirements specified in the solicitation are mandatory. Through proposal submission, the offeror represents that it shall perform all the requirements specified in the solicitation. It is not necessary or desirable for an offeror to so state in its proposal. Do not merely reiterate the objectives or reformulate the requirements specified in the solicitation. The Government expects the depth of descriptions and explanations will be appropriate to the limited proposal length. The Mission Capability proposal shall consist of the following sections: 1) FMA Content/Statistical Analysis; and 2) Integrated Processes, Personnel, and Subcontracting. The volume shall address the following evaluation areas:

4.3.1 FMA Content/Statistical Analysis. The offeror shall:

1. Describe their current understanding of and ability to perform foreign media content and statistical analysis.

2. Describe their language skills and capabilities, as well as understanding of regional, country and group culture and societal environments.

3. Describe their ability to provide and apply FMA to planning support efforts.

4. Describe their ability to design, develop, update and maintain databases and product dissemination schemes.

4.3.2 Integrated Processes, Personnel, and Subcontracting. The offeror shall:

1. Demonstrate the process to be used to adequately staff this contract, including ramp up, to accomplish the identified tasks in the PWS. Include provisions for providing training and security clearances to personnel that are appropriate for assigned responsibilities and will enable them to begin at contract start.

2. Demonstrate how the Offeror will collaborate with USSTRATCOM, the offeror’s teaming partners/subcontractors, contractors working programs within USSTRATCOM, and others collaborating with USSTRATCOM.

Page 72: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 72 of 86

3. Provide a mature process for managing requirements and Requests for Information.

4. Provide a realistic plan for transitioning to the new contract, ensuring uninterrupted support for FMA products and services.

5. Identify their plan for participation of small business (SB), small disadvantaged business (SDB), historically black colleges or universities (HBCU) or minority institutions (MI), women owned small business (WOSB), veteran owned small business (VOSB), service disabled veteran owned small business (SDVOSB), and/or HUBZone small business, per FAR 52.219-9 and DFARS 215.304 to at least a 33% (of the total annual contract dollar value) small business subcontracting goal in performance of this effort. Demonstrate a commitment to use such firms, differentiate between enforceable and non-enforceable commitments, and describe the complexity and variety of the work small firms are to perform.

4.4 Cross Reference MatrixA cross reference matrix citing paragraph numbering, shall be completed and submitted to show a tracking from the proposal volume and paragraph #, to Section L, to Section M, and to the affected PWS paragraph, when applicable. This matrix shall not count against the Mission Capability proposal page count.

4.5 Subcontracting If the Offeror is a large business, a Small Business Subcontracting Plan shall be submitted in accordance with FAR 52.219-9 and DFARS 252.219-7003. Identify the plan for including participation of small business (SB), small disadvantaged businesses (SDB), historically black colleges or universities (HBCU) or minority institutions (MI), women owned small business (WOSB), veteran owned small business (VOSB), service disabled veteran owned small business (SDVOSB), and/or HUBZone small business, to at least a 33% (of the total annual contract dollar value) small business subcontracting goal in performance of this effort. The sum of small business subcontracts issued to SB, SDB, WOSB, VOSB, SDVOSB, HUBZone, or HBCU/MI shall be counted toward achievement of the goal. Any Offeror participating in the Comprehensive Test Program or utilizing a Master Subcontracting Plan shall submit, if applicable, their approved Master Plan, along with goals to specifically address this acquisition. The Subcontracting Plan must be approved by the Contracting Officer prior to award. An individual small business subcontracting plan checklist and review (see section J attachment 4) shall be completed and provided with the subcontracting plan. This checklist shall not count against the Mission Capability proposal page count.

5.0 VOLUME III - COST/PRICE

5.1 Cost/price will be assessed for reasonableness. All elements of the cost/price proposal volume shall be evaluated, and all options will be priced.

5.2 Each offeror’s proposal shall represent its best efforts to respond to the RFP. Any inconsistency between promised performance and cost/price shall be explained in the proposal. For example, if unique and innovative approaches are the basis for an estimate, the nature of the approaches and their impact on cost/price must be explained. Any significant inconsistency, if unexplained, raises a fundamental issue of the offeror’s understanding of the nature and scope of the work required and its ability to perform within the financial constraints, and may cause the proposal to be rejected. Offerors must submit, under a separate tab, all (if any) assumptions, conditions, or exceptions upon which the Cost/Price is based.

5.3 Compliance with these instructions is mandatory and failure to comply may result in rejection of your proposal. The Cost/Price volume shall contain sufficient information to evaluate the offeror’s proposal. The Cost/Price Volume shall include the cost or pricing information required in support of Section B. The offer shall provide a list detailing other direct cost items. The burden of proof for credibility of proposed costs/prices rests with the offeror. If adequate competition is not received, the government reserves the right to request cost and pricing data.

5.4 The offeror’s prices shall include a detailed Basis of Estimate (BOE) to include labor hours and labor rates in accordance with company practices. Given the dynamic work load requirements detailed in PWS 1.1, offeror

Page 73: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 73 of 86

should employ a mid-point average method to develop a labor pricing estimate. The BOE’s associated with labor shall include application of Forward Pricing Rates, use of indices such as the Consumer Pricing Index (CPI), Employment Cost Index (EPI), or any other current industry-standard pricing practice. The offeror shall provide separate supporting data for Travel, Material, and all Other Direct Cost items in order to allow for adequate understanding and evaluation. BOEs shall be complete and detailed to substantiate the resources proposed to perform the work. The offeror shall provide a matrix that cross-references the requirements documents and the PWS.

5.5 BOE’s for subcontractors/teaming partners shall be provided either through the offeror, or subcontractors may provide the required data directly to the government. BOE’s must be provided for any subcontractor accomplishing more than 10% of the total work. Uncensored/unsanitized subcontractor/team data submitted directly to the Government must be received at the same place and by the same date and time as required for the prime contractor proposal.

5.6 Travel/materials/ODC prices shall be proposed as WBS elements based on the needs of the respective CLIN. These prices shall NOT be included when determining the associated CLIN’s fixed fee pool.

5.7 Subcontractor Cost Summary. A subcontractor cost summary shall be, at the total program level, shown as a percentage of overall fiscal work, complete and detailed to substantiate the resources proposed to perform the work. This summary shall provide the basis of reasonableness and realism for all costs associated with the estimated level of performance. 5.8 The offeror shall propose and price in detail the work to be accomplished and the requirements to be delivered, through 30 September 2010. For pricing purposes, the Offeror shall assume the contract transition begins 1 March 06 and full-up performance begins 1 May 06. If the contract is awarded earlier or later, the Government reserves the right to prorate the contractor’s prices.

5.8.1 The functions in the subparagraphs below are to be to be priced. The offeror shall identify, via the cross-reference matrix specified in Section 4.4, the offeror’s mapping of specific requirements to each of the functions.

5.8.1.1 Print Media (Base period, four options)5.8.1.2 Travel5.8.1.3 Other Direct Costs (ODC) (Admin. Supplies)5.8.1.4 Contract Data Requirements List (CDRLs)5.8.1.5 Television (optional for each period of performance)5.8.1.6 Radio (optional for each period of performance)5.8.1.7 Internet (optioinal for each period of performance)5.8.1.8 Transition Period

5.6 Following is projected FMA funding for fiscal years 2006 through 2010 including options: 03/01/06-09/30/06 2007 2008 2009 2010 3400 ($M) $5.25M $18M $18M $18M $18M

6.0 VOLUME IV - CONTRACT ADMINISTRATION

6.1 Solicitation/Contract/Representations and Certifications The purpose of this volume is to provide information to the Government for preparing the contract document and supporting file(s). The offeror's proposal shall include a signed copy of the Solicitation, Standard Form (SF) 1449, and completed Sections A through K. This includes any attachments identified in Section J. Offerors may propose additional clauses for best-value evaluation against Section M evaluation criteria.

6.1.1 Section A – Solicitation/Contract FormWhen completed and signed by the offeror, this constitutes the offeror’s acceptance of the terms and conditions of the proposed solicitation. Signature by the offeror on the Solicitation, SF1449, constitutes an offer, which the

Page 74: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 74 of 86

Government may accept. Therefore, representatives of the offeror, authorized to commit the offeror to contractual obligations, must execute the form. Offerors shall sign the SF 1449 and submit it as part of this volume.

6.1.2 Section B – Supplies or Services and Costs/PricesTo be submitted as part of the Cost/Price Volume III.

6.1.3 Section C – Description, Specifications, Performance Work StatementThe Government has prepared, and included as Section C, a performance work statement (PWS).

6.1.4 Section D – Packaging and MarkingThe offeror must adhere to all guidance in Section D, and shall complete any clauses, as necessary.

6.1.5 Section E – Inspection and AcceptanceThe offeror must adhere to all guidance in Section E, and shall complete any clauses, as necessary.

6.1.6 Section F – Deliveries or PerformanceThe offeror must comply with the performance schedule detailed in this section.

6.1.7 Section G – Contract Administration DataThe offeror must adhere to all guidance in Section G, and shall complete any clauses, as necessary.

6.1.8 Section H – Special Contract RequirementsThe offeror must adhere to all guidance in Section H, and shall complete any clauses, as necessary.

6.1.9 Section I – Contract ClausesThe offeror must adhere to all clauses in Section I, and shall complete any clauses, as necessary.

6.1.10 Section J – List of AttachmentsThe offeror must adhere to all attachments in Section J.

6.1.11 Section K – Representations, Certifications, and Other Statements to OfferorsThe offeror must complete all representations and certifications in Section K. Section K shall be incorporated into the contract by reference.

6.2 Exceptions To Terms And ConditionsExceptions taken to terms and conditions of the solicitation, to any of its formal attachments, or to other parts of the solicitation shall be identified. Each exception shall reference the paragraph and/or specific part of the solicitation to which it is taken, the page and paragraph number, and justification for why the requirement will not be met. Provide rationale in support of the exception and fully explain its impact, if any, on the performance, schedule, cost, and specific requirements of the solicitation. Failure to comply with the terms and conditions of the solicitation may result in the proposal being considered non-responsive and result in the offeror being removed from consideration for award.

6.3 Other Information RequiredThe offeror must submit information required by these instructions. Failure to provide the information may result in the offeror being removed from consideration for award.

6.3.1 Company/Division Address, Identifying Codes, and Applicable DesignationsProvide company/division's street address, county and facility code; CAGE code; DUNS code; size of business (large or small); and labor surplus area designation. This same information must be provided if the work for this contract shall be performed at any other location(s). List all locations where work is to be performed and indicate whether such facility is a division, affiliate, or subcontractor, and the percentage of work to be performed at each location. Within this volume, the offeror should state that its proposal is valid for 120 days. Also, the offeror should include a contact list (with phone numbers, fax numbers, mailing addresses, e-mail addresses, etc.) of all key personnel. The contact list also should identify those personnel authorized to negotiate on behalf of their

Page 75: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 75 of 86

company. Furthermore, the list should indicate the person to contact in the event the offeror is awarded a contract (provide, at a minimum, contact’s title, phone number, fax number, and mailing address).

6.3.2 Equal Opportunity Compliance.Offeror is ineligible for award if found for reasons of noncompliance with the requirements of Executive Order 11246.  6.3.2.1 IAW FAR 22.805(a)(5), the following information is required to request clearance: name, address, and telephone number of the offeror and each of the offeror's corporate affiliates at which work is to be performed; name, address and telephone number of each subcontractor information as to whether the contractor and subcontractors have previously held any Government contracts or subcontracts; place or places of performance; and estimated dollar amount of the contract and each subcontract. Subcontractors do not need to provide corporate affilitiate information unless proposed subcontract amount exceeds $10M. The Government requires that the following additional information be provided with the clearance request: name, title, telephone number, fax number and email address of the points of contact designated by the offeror and each subcontractor for clearance issues; and the number of employees working at each place of performance identified by the offeror or any subcontractor (including affiliates). Please provide the CAGE Code and DUNS Number assigned to the offeror and each subcontractor also.

6.3.3. Security Requirements, DD254Offeror will complete item 6 and 7 (if required) of the DD254 and submit it with his proposal in this volume.

(End of Provision)

CLAUSES INCORPORATED BY REFERENCE

52.214-34 Submission Of Offers In The English Language APR 1991 52.214-35 Submission Of Offers In U.S. Currency APR 1991

CLAUSES INCORPORATED BY FULL TEXT

52.215-1 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (JAN 2004)

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

“Discussions” are negotiations that occur after establishment of the competitive range that may, at the Contracting Officer's discretion, result in the offeror being allowed to revise its proposal.

“In writing or written” means any worded or numbered expression which can be read, reproduced, and later communicated, and includes electronically transmitted and stored information.

“Proposal modification” is a change made to a proposal before the solicitation's closing date and time, or made in response to an amendment, or made to correct a mistake at any time before award.

“Proposal revision” is a change to a proposal made after the solicitation closing date, at the request of or as allowed by a Contracting Officer as the result of negotiations.

“Time”, if stated as a number of days, is calculated using calendar days, unless otherwise specified, and will include Saturdays, Sundays, and legal holidays. However, if the last day falls on a Saturday, Sunday, or legal holiday, then the period shall include the next working day.

Page 76: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 76 of 86

(b) Amendments to solicitations. If this solicitation is amended, all terms and conditions that are not amended remain unchanged. Offerors shall acknowledge receipt of any amendment to this solicitation by the date and time specified in the amendment(s).

(c) Submission, modification, revision, and withdrawal of proposals. (1) Unless other methods (e.g., electronic commerce or facsimile) are permitted in the solicitation, proposals and modifications to proposals shall be submitted in paper media in sealed envelopes or packages (i) addressed to the office specified in the solicitation, and (ii) showing the time and date specified for receipt, the solicitation number, and the name and address of the offeror. Offerors using commercial carriers should ensure that the proposal is marked on the outermost wrapper with the information in paragraphs (c)(1)(i) and (c)(1)(ii) of this provision.

(2) The first page of the proposal must show--

(i) The solicitation number;

(ii) The name, address, and telephone and facsimile numbers of the offeror (and electronic address if available);

(iii) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish any or all items upon which prices are offered at the price set opposite each item;

(iv) Names, titles, and telephone and facsimile numbers (and electronic addresses if available) of persons authorized to negotiate on the offeror's behalf with the Government in connection with this solicitation; and

(v) Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the issuing office.

(3) Submission, modification, or revision, of proposals.

(i) Offerors are responsible for submitting proposals, and any modifications, or revisions, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that proposal or revision is due.

(ii)(A) Any proposal, modification, or revision received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and--

(1) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals; or

(2) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or

(3) It is the only proposal received.

(B) However, a late modification of an otherwise successful proposal that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.

Page 77: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 77 of 86

(iii) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the proposal wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.

(iv) If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the office designated for receipt of proposals by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.

(v) Proposals may be withdrawn by written notice received at any time before award. Oral proposals in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile proposals, proposals may be withdrawn via facsimile received at any time before award, subject to the conditions specified in the provision at 52.215-5, Facsimile Proposals. Proposals may be withdrawn in person by an offeror or an authorized representative, if the identity of the person requesting withdrawal is established and the person signs a receipt for the proposal before award.

(4) Unless otherwise specified in the solicitation, the offeror may propose to provide any item or combination of items.

(5) Offerors shall submit proposals in response to this solicitation in English, unless otherwise permitted by the solicitation, and in U.S. dollars, unless the provision at FAR 52.225-17, Evaluation of Foreign Currency Offers, is included in the solicitation.

(6) Offerors may submit modifications to their proposals at any time before the solicitation closing date and time, and may submit modifications in response to an amendment, or to correct a mistake at any time before award.

(7) Offerors may submit revised proposals only if requested or allowed by the Contracting Officer.

(8) Proposals may be withdrawn at any time before award. Withdrawals are effective upon receipt of notice by the Contracting Officer.

(d) Offer expiration date. Proposals in response to this solicitation will be valid for the number of days specified on the solicitation cover sheet (unless a different period is proposed by the offeror).

(e) Restriction on disclosure and use of data. Offerors that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall--

(1) Mark the title page with the following legend: This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed--in whole or in part--for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of--or in connection with-- the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]; and

(2) Mark each sheet of data it wishes to restrict with the following legend: Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.

(f) Contract award. (1) The Government intends to award a contract or contracts resulting from this solicitation to the responsible offeror(s) whose proposal(s) represents the best value after evaluation in accordance with the factors and subfactors in the solicitation.

(2) The Government may reject any or all proposals if such action is in the Government's interest.

Page 78: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 78 of 86

(3) The Government may waive informalities and minor irregularities in proposals received.

(4) The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals.

(5) The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit cost or prices offered, unless the offeror specifies otherwise in the proposal.

(6) The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so.

(7) Exchanges with offerors after receipt of a proposal do not constitute a rejection or counteroffer by the Government.

(8) The Government may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or subline items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government.

(9) If a cost realism analysis is performed, cost realism may be considered by the source selection authority in evaluating performance or schedule risk.

(10) A written award or acceptance of proposal mailed or otherwise furnished to the successful offeror within the time specified in the proposal shall result in a binding contract without further action by either party.

(11) If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:

(i) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer.

(ii) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.

(iii) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.

(iv) A summary of the rationale for award.

(v) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.

(vi) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.

(End of provision)

Page 79: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 79 of 86

52.233-2 SERVICE OF PROTEST (AUG 1996) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from

55 CONS/LGCZAttn: Jeffrey A. Kasza101 Washington Square, Bldg. 40Offutt AFB, NE [email protected]

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

(End of provision)

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

http://www.arnet.gov/farhttp://farsite.hill.af.milhttp://www.dric.mil/dfars

(End of provision

52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984)

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

(f) The use in this solicitation of any Defense Federal Acquisition Regulation 48 CFR Chapter 2 provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of provision)

Page 80: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 80 of 86

Section M - Evaluation Factors for Award

EVALUATION FACTORS FOR AWARDThe Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

1.0 SOURCE SELECTION INFORMATIONThis section defines the evaluation criteria the Government will consider in evaluating the Offeror’s capabilities and proposals submitted for the Foreign Media Analysis (FMA) acquisition. The Government will conduct an integrated evaluation of all parts of the Offeror’s proposal, which is composed of past performance information, a mission capability volume, and a cost/price volume. Responses to any additional requests for information from the Government will also be evaluated. The specific criteria show the scope of evaluation to be performed on proposals submitted in response to this RFP. Section L of the RFP, Instructions, Conditions and Notices to Offerors, defines the proposal elements and data required from each Offeror for this evaluation.

1.1 BASIS FOR CONTRACT AWARDThe Government will select the best overall offer, based upon an integrated assessment of Past Performance, Mission Capability, Proposal Risk, and Cost/ Price. Award will be made to the Offeror who is deemed to best meet the solicitation's requirements (to include all stated terms, conditions, representations, and certifications) and is judged, based on the evaluation factors and subfactors, to represent the best value to the Government. The Government seeks to award one contract to the offeror who gives the Air Force the best value and that will best meet or exceed the requirements affordably, but reserves the right not to award a contract depending on the quality of proposals submitted and availability of funds. Best value means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. The FMA source selection team will utilize a trade-off process in arriving at the "best value" decision. This may result in a selection of a higher rated, higher priced Offeror, when the decision is consistent with the evaluation factors, and the Source Selection Authority (SSA) reasonably determines that the technical superiority and/or overall proposed approach and/or superior past performance of the higher priced Offeror outweighs the cost difference. To arrive at a best value decision, the SSA will integrate the source selection team's evaluations of the Offerors' proposals against the Evaluation Factors (described below). While the Government Source Selection Evaluation Team (SSET) and the SSA will strive for maximum objectivity, the source selection process, by its nature, is subjective and, therefore, professional judgment is implicit throughout the entire process.

1.1.1 DISCUSSIONSThe Government reserves the right to award without discussions; however, discussions may be held if the Contracting Officer determines them to be necessary (see FAR provision 52.215-1). If discussions are conducted, Offeror responses to Evaluation Notices (ENs), and the Final Proposal Revision (FPR) will be considered in making the source selection decision.

1.1.2 COMPLIANCE WITH TERMS AND CONDITIONSOfferors are required to meet all solicitation requirements such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as factors and subfactors. Failure to comply with the terms and conditions of the solicitation may result in the Offeror being removed from consideration for award. Any exceptions to the solicitation's terms and conditions must be fully explained and justified.

1.1.3 REJECTION OF UNREALISTIC OFFERSThe Government may reject any proposal that is judged to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low in cost when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program.

1.1.4 COMPETITIVE RANGE

Page 81: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 81 of 86

The Government may establish a competitive range consisting of those companies whose proposals are considered to be the most highly rated. The Government will consider, throughout the evaluation, the "correction potential" of any deficiency, proposal inadequacy, or weakness. The judgment of such "correction potential" is within the sole discretion of the Government. If an aspect of an offeror's proposal not meeting the Government's requirements is not considered correctable, the offeror may be eliminated from the competitive range.

2.0 EVALUATION FACTORS AND SUBFACTORS AND THEIR RELATIVE ORDER OF IMPORTANCE

In accordance with FAR 15.304(e), the Past Performance, Mission Capability, and Proposal Risk factors are of equal importance and, when combined, are significantly more important than the Cost/Price factor, however, cost will contribute to the selection decision. Within the Mission Capability and Proposal Risk factors, the FMA Content/Statistical Analysis subfactor is more important than Integrated Processes, Personnel, Small Business Subcontracting, and Transition.

Factor 1: Past Performance

Factor 2: Mission CapabilitySubfactor 1: Technical: FMA Content /Statistical Analysis, Databasing, Subfactor 2: Integrated Processes, Personnel Management, Transition Plan, and

Small Business SubcontractingFactor 3: Proposal Risk

Subfactor 1: Technical: FMA Content /Statistical Analysis, DatabasingSubfactor 2: Integrated Processes, Personnel Management, Small Business Subcontracting, and Transition

Factor 4: Cost/Price

2.1 FACTOR AND SUBFACTOR RATING

2.1.1 A Performance Confidence Assessment will be assigned in accordance with Air Force Informational Guidance 5315.305, Past Performance Information Guide, to the Past Performance factor. Performance confidence appropriately considers each Offeror’s demonstrated record of contract compliance in supplying products and services that meet users’ needs, including cost and schedule. The assessment is derived from an evaluation of the Offeror's relevant present and recent past performance.

2.1.2 A color rating will be assigned to each subfactor under the Mission Capability factor. The color rating depicts how well the Offeror's proposal meets the requirements of each Mission Capability subfactor. The color rating associated with each subfactor will be assigned in accordance with the evaluation criteria stated in Section M for each subfactor.

2.1.3 A proposal risk rating will be assigned to each of the Mission Capability subfactors. Proposal risk represents the risks identified with an Offeror's proposed approach as it relates to the Mission Capability subfactor.

2.1.4 Cost/Price will be evaluated as described in paragraph 2.5 below.

2.1.5 When the integrated assessment of all aspects of the evaluation is accomplished, the color ratings, proposal risk ratings, performance confidence assessment, and evaluated Cost/Price will be considered in the order of priority listed in paragraph 2.0 above. Any of these considerations can influence the SSA's decision.

2.2 FACTOR 1: PAST PERFORMANCE Under the Past Performance factor, the Performance Confidence Assessment represents the evaluation of an Offeror's past work records to assess the Government's confidence in the Offeror's probability of successfully performing as proposed. The Government will evaluate the Offeror's demonstrated record of contract compliance in supplying products and services that meet user's needs, including performance, cost, and schedule. The Past Performance Evaluation is accomplished by reviewing the Offeror's relevant present and recent past performance,

Page 82: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 82 of 86

focusing on and targeting performance that is relevant to the Mission Capability/Proposal Risk subfactors, the cost/price criteria, Small Business subcontracting and the other requirements of the solicitation.

2.2.1 The Government will evaluate recent and relevant performance to determine its confidence in the Offeror's ability to successfully perform the FMA effort. The Government will assess only contract efforts considered to be very relevant, relevant, or somewhat relevant for the Offeror in determining its confidence rating. In determining recency, the Government will only consider contracts with performance ending on or after 1 August 2002. This will allow Offerors to provide the most current past performance information for consideration. Additionally, the Government will not consider any new contracts awarded or where performance began on or after 1 April 2005, due to the limited performance history of these efforts. In order to be considered relevant, the effort must have been performed by the same division, within the past three (3) years, and must have been similar in scope and magnitude. The Government may consider, for relevancy, efforts performed for agencies of the federal, state, or local governments and commercial customers where the performance can be independently verified. Relevancy for the Offeror’s efforts will be based on the criteria in paragraph 2.2.2.

2.2.2 Past Performance information may include data on efforts performed by other divisions, critical subcontractors, or teaming contractors, if such resources will be brought to bear or significantly influence the performance of the proposed effort. Past Performance data for subcontractors/teaming partners/joint venture partners proposed to contribute more than 10% of the overall effort may be submitted for the same evaluation consideration as the Offeror. The Government may consider, for relevancy, efforts performed for agencies of the federal, state, or local governments and commercial customers where the performance can be independently verified. Relevancy for Past Performance is defined in IG 5315.305(a)(2) as:

Very Relevant Past/present performance effort involved essentially the same magnitude of effort and complexities this solicitation requires.

Relevant Past/present performance effort involved much of the magnitude of effort and complexities this solicitation requires.

Somewhat Relevant Past/present performance effort involved some of the magnitude of effort and complexities this solicitation requires.

As a result of an analysis of these past efforts, each Offeror will receive a Performance Confidence Assessment, which is the rating for the Past Performance factor. Although the past performance evaluation focuses on performance that is relevant to the Mission Capability subfactors, the resulting Performance Confidence Assessment is made at the factor level and represents an overall evaluation of contractor performance.

2.2.3 Where relevant performance record indicates performance problems, the Government will consider the number and severity of the problems and the appropriateness and effectiveness of any corrective actions taken (not just planned or promised). The Government may review more recent contracts or performance evaluations to ensure corrective actions have been implemented and to evaluate their effectiveness.

2.2.4 Each Offeror will receive one of the ratings described in IG 5315.305(a)(2) for the Past Performance Ratings. These ratings are:

High Confidence: Based on the offeror's performance record, the government has high confidence that the offeror will successfully perform the required effort.

Significant Confidence: Based on the offeror's performance record, the government has significant confidence that the offeror will successfully perform the required effort.

Satisfactory Confidence: Based on the offeror's performance record, the government has confidence

that the offeror will successfully perform the required effort. Normal contractor emphasis should preclude any problems.

Page 83: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 83 of 86

Unknown Confidence: No performance record identifiable.

Little Confidence: Based on the offeror's performance record, substantial doubt exists that the offeror will successfully perform the required effort.

No Confidence: Based on the offeror's performance record, extreme doubt exists that the offeror will successfully perform the required effort.

2.2.5 Offerors without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance and, as a result, will receive a "Neutral/Unknown Confidence" rating for the Past Performance factor. More recent and relevant performance will have a greater impact on the Performance Confidence Assessment than less recent or relevant effort. A strong record of relevant past performance may be considered more advantageous to the Government than a "Neutral/Unknown Confidence" rating. Likewise, a more relevant past performance record may receive a higher confidence rating and be considered more favorably than a less relevant record of favorable performance. Offerors are to note that, in conducting this assessment, the Government reserves the right to use both data provided by the Offeror and data obtained from other sources. Past performance information will be obtained through the Contractor Performance Assessment Reporting Systems (CPARS), similar systems of other Government departments and agencies, questionnaires tailored to the circumstances of this acquisition, Defense Contract Management Agency (DCMA) channels, interviews with program managers and contracting officers, and other sources known to the Government, including commercial sources.

2.3 FACTOR 2: MISSION CAPABILITYThe Offeror's written proposal will be used to evaluate the Mission Capability factor. Each subfactor within the Mission Capability factor will receive one of the color ratings, based on the assessed strengths, deficiencies, and proposal inadequacies of each Offeror's proposal as they relate to each of the Mission Capability subfactors. Subfactor ratings will not be rolled up into an overall color rating for the Mission Capability factor. These ratings are:

Blue Exceptional - Exceeds specified minimum performance or capability requirements in a way beneficial to the government. Proposal must have one or more strengths and no deficiencies to receive a blue.

Green Acceptable - Meets specified minimum performance or capability requirements deliniated in the Request for Proposals. Proposal rated green must have no deficiencies and may have one or more strengths.

Yellow Marginal - Does not clearly meet some specified minimum performance or capability requirements, deliniated in the Request for Proposals, but any such inadequacies are correctable.

Red Unacceptable - Fails to meet specified minimum performance or capability requirements. Proposal has one or more deficiencies. Proposals with an unacceptable rating are not awardable.

2.3.1 The Government will evaluate the Offeror’s ability to meet the FMA requirements contained in the Government Performance Work Statement (PWS). Proposals that do not meet these performance requirements will be considered technically unacceptable thereforeand non-competitive.

2.3.2 In arriving at a best value decision, the Government reserves the right to give positive consideration for proposed performance in excess of the requirements as defined in the PWS, and in the evaluation criteria below.

2.3.3 SUBFACTOR 1: FMA CONTENT /STATISTICAL ANALYSIS, DATABASING

The Government will evaluate the Offeror's proposed FMA approach and its ability to meet the requirements and objectives identified in the PWS. The Government will evaluate the following criteria, and will consider them to be of equal importance:

Page 84: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 84 of 86

1. The proposal describes the Offeror’s understanding of and ability to perform foreign media content and statistical analysis.

2. The proposal describes the Offeror’s language skills and capabilities, as well as its understanding of regional, country and group culture and societal environments.

3. The proposal describes the Offeror’s ability to provide and apply FMA to planning support efforts.

4. The proposal describes the Offeror’s ability to design, develop, update and maintain databases and product dissemination schemes.

2.3.4 SUBFACTOR 2: INTEGRATED PROCESSES, PERSONNEL, TRANSITION PLAN AND SMALL BUSINESS SUBCONTRACTING

The Government will evaluate the Offeror's integrated processes to ensure that the FMA activities and products provide a solution that satisfies the PWS objectives and all other contract requirements. The Government will assess the approach to providing appropriate insight into contractor processes and management systems. The evaluation will focus on personnel management, training, personnel staffing, associate contractor and teaming agreements, and transition planning. The government will evaluate the following criteria, listed in order of importance:

1. The proposal describes a process to adequately staff this contract, including ramp up, to accomplish the identified tasks in the PWS. If resumes are received, they will be evaluated only for demonstration of personnel skills/experience/security clearance. The proposal also describes a process to provide training and security clearances to personnel that is appropriate for assigned responsibilities and will enable them to begin at contract start.

2. The proposal demonstrates how the Offeror will collaborate with USSTRATCOM, the offeror’s teaming partners/subcontractors, contractors working programs within USSTRATCOM, and others collaborating with USSTRATCOM.

3. The proposal provides a mature process for managing requirements and Requests for Information.

4. The proposal provides a realistic plan for transitioning to the new contract, ensuring uninterrupted support for FMA products and services. The Transition Plan shall be evaluated as follows:The proposal provides a realistic plan for transitioning to the new contract, ensuring uninterrupted support for FMA products and services. The Transition Plan shall be evaluated as follows:

a) Offeror shall have qualified/skilled personnel available to start on the first day of transition.b) The offeror shall identify skill sets to support transition team adequate to execute requirements of transition plan. c) The number of proposed personnel shall be sufficient to support the transition team and transition plan requirements.d) The transition period activities identified by offeror shall be adequate to ensure smooth transition within 30-60 days.e) Proposed government dependencies shall be completely identified by offeror. f) Offeror shall identify the number of personnel that will be part of the transition team.g) Offeror shall identify all proposed activities required to successfully accomplish the transition period.

5. The proposal provides a Small Business subcontracting plan to identify participation of small business (SB), small disadvantaged business (SDB), historically black colleges or universities (HBCU) or minority institutions (MI), women owned small business (WOSB), veteran owned small business (VOSB), service disabled veteran owned small business (SDVOSB), and/or HUBZone small business, per FAR 52.219-9 and DFARS 215.304 to at least a 33% (of the total annual contract dollar value) small business subcontracting

Page 85: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 85 of 86

goal in performance of this effort. The proposal demonstrates a commitment to use such firms, differentiates between enforceable and non-enforceable commitments, and describes the complexity and variety of the work small firms are to perform.

2.4 FACTOR 3: PROPOSAL RISKProposal Risk will be evaluated for each Mission Capability subfactor: 1) FMA Content/ Statistical Analysis, Databasing and 2) Integrated Processes, Personnel, and Small Business Subcontracting. Proposal Risk assessment focuses on the weaknesses associated with an Offeror's proposed approach to each of the subfactors. This includes assessing potential impacts associated with schedule, cost, degradation of performance, and need for increased Government oversight, as well as the likelihood of unsuccessful contract performance. The assessment also addresses the Offeror's proposal for mitigation of those weaknesses in the Mission Capability subfactors. Each offeror will receive one of the following ratings for the Proposal Risk factor:

High Likely to cause significant disruption of schedule, increased cost or degradation of performance. Risk may be unacceptable even with special contractor emphasis and close Government monitoring.

Moderate Can potentially cause some disruption of schedule, increased cost, or degradation of performance. Special contractor emphasis and close Government monitoring will probably be able to overcome difficulties.

Low Has little potential to cause disruption of schedule, increased cost, or

degradation of performance. Normal contractor effort and normal Government monitoring will probably be able to overcome difficulties.

2.5 FACTOR 4: COST/PRICEThe Offeror’s cost/price proposal will be evaluated for reasonableness. There is no rating (e.g., color, risk, etc.) associated with the cost/price factor. The total evaluated cost/price for award purposes will be the sum of all priced Contract Line Items (CLINs), including options. The Government will evaluate the proposal for cost/price realism and consistency in determining the cost to the Government based on the Offeror’s proposed approach.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

CLAUSES INCORPORATED BY FULL TEXT

52.217-4 EVALUATION OF OPTIONS EXERCISED AT TIME OF CONTRACT AWARD (JUN 1988)

Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate the total price for the basic requirement together with any option(s) exercised at the time of award.

(End of provision)

Page 86: 52 - OSS.Net€¦  · Web view · 2012-04-06PERIOD OF PERFORMANCE FOR CLINS 1001-1007 WILL BE 1 OCT 2006-30 SEPT 2007. PURCHASE REQUEST NUMBER ... IAW DoD Financial Management Regulation

FA4600-05-R-0013

Page 86 of 86

52.217-5 EVALUATION OF OPTIONS (JUL 1990)

Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).

(End of provision)