imlive.s3.amazonaws.com government... · web view(b) minimum. the minimum guaranteed award amount...

137
CODE (H our) PA GE(S) until 11:00 AM localtime 02 Jan 2018 X A X B X C D E X X G F 49 -59 60 -76 X H 77 -85 michelle.l.rand.civ@ mail.mil RA TING PAGE OF PAGES 7. ISSU ED BY (Date) IM PO RT A N T -A ward willbe m ade on thisForm ,oron Standard Form 26,orby otherauthorized officialwritten notice. PreviousEdition isUnusable 33-134 STA ND ARD FO RM 33 (REV . 9-97) Prescribed by G SA FA R (48 CFR)53.214(c) 1 85 (If otherthan Item 7) 15A .N A M E 16.N A M E AND TITLE OF PERSON AUTHORIZED TO AND ADDRESS SIGN O FFER (T ype orprint) OF O FFERO R AM ENDM ENT NO. DATE 15B.TELEPHONE NO (Include area code) 17.SIGN A T U RE 15C. CH ECK IF REM ITTA N CE A D D RE SS IS D IFFEREN T FRO M A BO VE -EN TER SU CH A D D RE SS IN SCHEDULE. 18.O FFER D A T E 1. TH IS CO N TRA C T IS A RA TED ORDER U N D ER D PA S (15 C FR 700) 2. CO N TR A CT N O. H C 1047 8. A D D RE SS O FFER TO S ee Item 7 9.Sealed offersin originaland 1 copiesforfurnishing the suppliesorservicesin the Schedule willbe received atthe place specified in Item 8,orif handcarried,in the depository located in CA U T IO N -LA T E Subm issions,M odifications,and W ithdrawals: See Section L,Provision N o.52.214-7 or52.215-1. A lloffersare subjectto allterm sand conditionscontained in thissolicitation. 10. FO R IN FORM ATIO N CALL: A . N AME (NO COLLECT CALLS) M IC H ELLE L.R AND 301-225-4084 11.TABLE OF CONTENTS SO LICIT A T IO N /CO N T RA CT FO RM SU PPLIES O R SERVICES A N D PRICES/CO ST S 1 2 -5 X I CONTRACT CLAUSES D ESCRIPT IO N /SPECS./W ORK STATEM ENT X PACKAGING AND M A RK IN G 6 -24 J LIST O F A T T A CH M ENTS INSPECTION AND ACCEPTANCE D ELIVERIES O R PERFO RM ANCE 25 26 -27 X K REPRESEN T A T IO N S,CERT IFICA T IO N S A N D OTHER STATEM EN T S O F O FFERO RS CONTRACT ADM IN IST RAT IO N DAT A 28 -32 X SPECIAL CONTRACT REQUIREM ENTS O FFER (M ustbefullycom pleted by offeror) 33 -39 X M L IN ST RS.,CO N D S.,A N D N O T ICES T O O FFERO RS EVALUATION FACTORS FOR AW ARD NOTE: Item 12 doesnotapply ifthe solicitation includesthe provisionsat52.214-16,M inim um Bid A cceptance Period. isinserted by the offeror)from the date forreceiptofoffersspecified above,to furnish any orallitem supon which pricesare offered atthe price setopposite each item ,delivered atthe designated point(s),within the tim e specified in the schedule. 13.D ISCO U N T FO R PRO M PT PAYM ENT (See Section I,Clause N o.52.232-8) 14.A CK N O W LEDGM ENT OF AM ENDM ENTS (T he offeroracknowledgesreceiptofam endm ents AM ENDM ENT NO. DATE to the SO LICIT A T IO N forofferorsand related docum entsnum bered and dated): FACILIT Y 12.In com pliance with the above,the undersigned agrees,ifthisofferisaccepted within calendardays(60 calendardaysunlessa differentperiod SO LIC ITA TIO N , O FFER AND AW ARD X (X) SEC. D ESCRIPT IO N (X) SEC. D ESCRIPT IO N PA GE(S) PA R T I-TH E SC H ED U LE 26. NAME OF CONTRACTING OFFICER (Type or print) 27. U N ITED STA TE S O F A M ERICA 28. A W A RD D A TE EMAIL: TEL: (Signature of Contracting O fficer) CODE CODE B . TE LEP H O N E (Includeareacode) C .E -M AIL AD DRESS AW ARD (To be com pleted byGovernm ent) 19. A CCEPTED A S TO ITEM S N U M BERED 20. A M O U N T 21. A CCO U N TIN G A N D A PPRO PRIA TIO N 22. A U TH O RITY FO R U SIN G O TH ER TH A N FU LL A N D O PEN CO M PETITIO N : 10 U .S.C. 2304(c)( ) 41 U .S.C. 253(c)( ) (4 copiesunlessotherw isespecified) 23.SU BM IT IN VO ICES T O A D D RESS SH O W N IN IT EM 24. A D M IN ISTERED BY (If otherthan Item 7) CODE 25. PA Y M EN T W IL L B E M A D E BY CODE PA R T IV -R EPR ESEN TA TIO N S A N D IN STR U C TIO NS PA R T III-LIST O F D O C UM EN TS,EXH IB ITS A N D O TH ER A TTA C H M EN TS 40 -47 PA R T II-C O N TR A C T C LAUSES D EFEN SE IN FO R M ATIO N SYSTEM S AG ENCY 6910 C OO PER AVENUE FT. M EAD E M D 20755 FAX: TEL: FAX: TEL: NOTE: In sealed bid solicitations"offer"and "offeror"m ean "bid"and "bidder". SO LICITATIO N 48 6. REQ U ISITIO N /PU RCH A SE N O. 5. D A TE ISSU ED 16 Nov 2017 4. TY PE O F SO LICITA TION SEA LED BID (IFB) N EG O TIA TE D (RFP) [ ] [X ] 3. SO LICITA TIO N NO. HC104718R4002

Upload: dothien

Post on 11-May-2019

216 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

CODE

(Hour)

PAGE(S)

until 11:00 AM local t ime 02 Jan 2018

X

AX BX C

DEX

XGF 49 - 59

60 - 76X H 77 - 85

[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 writ ten notice.Previous Edition is Unusable 33-134 STANDARD FORM 33 (REV. 9-97)

Prescribed by GSAFAR (48 CFR) 53.214(c)

1 85

(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. SIGNAT URE15C. 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.

HC1047 8. ADDRESS OFFER TO

See Item 7

9. Sealed offers in original and 1 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, Modificat ions, 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 solicitat ion.10. FOR INFORMATION CALL:

A. NAME (NO COLLECT CALLS)MICHELLE L. RAND 301-225-4084

11. TABLE OF CONTENTS

SOLICITATION/ CONT RACT FORMSUPPLIES OR SERVICES AND PRICES/ COST S

12 - 5

X I CONTRACT CLAUSES

DESCRIPT ION/ SPECS./ WORK STATEMENT XPACKAGING AND MARKING

6 - 24 J LIST OF ATTACHMENTS

INSPECT ION AND ACCEPTANCEDELIVERIES OR PERFORMANCE

2526 - 27 X K REPRESENT ATIONS, CERT IFICATIONS AND

OTHER STAT EMENTS OF OFFERORSCONTRACT ADMINISTRATION DATA 28 - 32 XSPECIAL CONTRACT REQUIREMENTS

OFFER (Must be fully completed by offeror)33 - 39 X M

L INSTRS., CONDS., AND NOTICES TO OFFERORSEVALUATION FACT ORS FOR AWARD

NOT E: Item 12 does not apply if the solicitat ion 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 t ime 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. DESCRIPT ION (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 - REPRESENTATIO NS AND INSTRUCTIO NS

PART III - LIST O F DO CUMENTS, EXHIBITS AND O THER ATTACHMENTS40 - 47

PART II - CO NTRACT CLAUSES

DEFENSE INFORMATION SYSTEMS AGENCY6910 COOPER AVENUEFT. MEADE MD 20755

FAX:TEL:

FAX:TEL:

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

SOLICITATION

48

6. REQUISITION/PURCHASE NO.5. DATE ISSUED

16 Nov 2017

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

[ ]

[ X ]

3. SOLICITATION NO.

HC104718R4002

Page 2: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 2 of 90

Section B - Supplies or Services and Prices

SECTION BB.1. MAXIMUM CONTRACT CEILING AND MINIMUM CONTRACT GUARANTEE (a) Maximum. The maximum Contract ceiling value of all task orders in this single award procurement is established at $200,000,000.00 dollars. (b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00 dollars for the full term of the Contract. The minimum guarantee only applies if the awardee does not receive a task order within the base period of performance. The minimum guarantee of this ID/IQ contract is anticipated to be fulfilled/obligated with the issuance of Task Order 1.(c) The Government has no obligation to issue Task Orders to the Contractor beyond the amount specified in paragraph (b).

B.2. TASK ORDER CONTRACT TYPES This is a single award ID/IQ Contract for Department of Defense (DoD), Defense Information Systems Agency (DISA) National Leadership Command Capability (NLCC) Directorate that allows for the use Task Orders. Task Order Contract types permitted include FAR 16.2 Fixed-Price and FAR 16.3 Cost-Reimbursement. Task Orders may include FAR 17.1 multi-year Contracting and FAR 17.2 Option periods.

B.3. FIXED PRICE (FP) LABOR RATESThe Fixed Price Labor Rates proposed represent the Offeror’s fully-burdened fixed price hourly labor rates for each skill classification for work performed at Government sites both CONUS and OCONUS. The rates provided in the pricing template will be used as ceiling labor rates for pricing of all labor proposed under future fixed priced Task Orders issued under this ID/IQ Contract. At time of award, the Contractor’s FP ceiling labor rates will be incorporated into the Contract.

B.4. TRAVEL PRICING (ALL ORDER TYPES) Contractor personnel may be required to travel to support the requirements of this Contract as stated in individual Task Orders (TOs). Local travel and travel outside of the local area may be required both in the Contiguous United States (CONUS) and Outside the Contiguous United States (OCONUS). For those TOs requiring travel, the Contractor shall include estimated travel requirements in the proposal as required by the task order instructions. Travel shall not commence without written consent in accordance with instructions in the TO. If authorized in the Task Order, travel will be reimbursed at actual cost in accordance with the limitations set forth in FAR Subpart 31.205-46, Travel Costs. Profit shall not be applied to travel costs. To the extent authorized by the Task Order, Contractors may apply indirect costs to travel in accordance with the Contractor’s usual accounting practices consistent with FAR 31.2.

B.5. OTHER DIRECT COSTS (ODCs) (ALL ORDER TYPES) ODCs may consist of software, materials, and Task Order-related items that are incidental to the services being performed. The cost of general-purpose items required for the conduct of the Contractor’s normal business operations will not be considered an allowable ODC in the performance of this Contract. Profit is not allowed on ODCs for any Task Order; however, applicable burdens are allowed in accordance with Contractor’s accounting practices. If applicable, the Contracting Officer (KO) will identify a not-to-exceed ODC ceiling under a separate CLIN on the Task Order.

B.6. WORK OUTSIDE THE CONTIGUOUS UNITED STATES (OCONUS)

Page 3: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 3 of 90

Task Orders issued under this ID/IQ may require performance outside the Contiguous United States (CONUS). CONUS means the 48 contiguous States and the District of Columbia. Any applicable clauses for OCONUS work will be added to the Task Orders, as applicable.

OCONUS includes: 1. OCONUS. Outside of the contiguous United States 2. NON-FOREIGN OCONUS AREA. The states of Alaska and Hawaii, the Commonwealths of Puerto Rico and the Northern Mariana Islands, Guam, and U.S. territories and possessions.3. FOREIGN AREAS

It is anticipated that there may be Task Orders under this Contract for work outside the United States. The Contractor will be compensated for work performed OCONUS pursuant to the Task Order, including any applicable Status of Forces Agreements (SOFA). Standard references for OCONUS pricing include:

The U.S. Department of State’s Bureau of Administration, Office of Allowances, (https://aoprals.state.gov/) publishes quarterly report indexes of living costs abroad, per-diem rate maximums, quarter’s allowances, hardship differentials, and danger pay allowances for Contractors to follow when proposing on OCONUS efforts. No allowances, other than those listed by the U. S. Department of State, shall be allowed on Task Orders.

The Department of State Standardized Regulations (DSSR) are the controlling regulations for allowances and benefits available to all U.S. Government civilians assigned to foreign areas; however, for Task Orders issued under the Base Contract, Contractor civilians assigned to foreign areas shall not exceed the allowances and benefits in the DSSR as well.

For OCONUS Task Orders where costs are not specifically addressed in the DSSR, the Government will reimburse the Contractor for all reasonable, allowable, and allocable costs in accordance with FAR 31, Contract Cost Principles and Procedures.

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0001

Labor for IDIQ PWS Task 6.1FFPLabor for IDIQ PWS Task 6.1- Program Management

Ordering Period of 5 years from Date of Award.FOB: Destination

NET AMT

Page 4: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 4 of 90

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0002

Labor for IDIQ PWS Task 6.2FFPLabor for IDIQ PWS Task 6.2- Management Support Tasks

Ordering Period of 5 years from Date of Award.FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0003

Labor for IDIQ PWS Task 6.3FFPLabor for IDIQ PWS Task 6.3- Engineering Tasks

Ordering Period of 5 years from Date of Award.FOB: Destination

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0004

Labor for IDIQ PWS Task 6.4FFPLabor for IDIQ PWS Task 6.4- Cybersecurity and Security Tasks

Ordering Period of 5 years from Date of Award.FOB: Destination

NET AMT

Page 5: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 5 of 90

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0005

TravelCOSTTravel

Ordering Period of 5 years from Date of Award.FOB: Destination

ESTIMATED COST

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT0006

Other Direct CostsCOSTOther Direct Costs (ODCs)

Ordering Period of 5 years from Date of Award.FOB: Destination

ESTIMATED COST

Page 6: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 6 of 90

Section C - Descriptions and Specifications

PWSPERFORMANCE WORK STATEMENT (PWS)

for the Defense Information Systems Agency (DISA)

Operations Center (OC) DirectorateNational Leadership Command Capability DirectorateProgram, Engineering, Security & Technical Support

7 November 2017

Contract Number: TBDTracking Number: HC1047-18-R-4002Follow-on to Previous Contract and Task Order Number: HC1047-14-D-0002-VC03

1. Contracting Officer Representative (COR)

a. Primary Contracting Officer Representative (COR)Name: TBDOrganization: NSIO/NSIO1DoDAAC: HC1047Address: 6910 Cooper Ave, Fort Meade, MD 20755Phone Number: TBDFax Number: TBDE-Mail Address: TBD

b. Alternate Contracting Officer Representative (ACOR)Name: TBDOrganization: NSIO/NSIO2DoDAAC: HC1047Address: 6910 Cooper Ave, Fort Meade, MD 20755Phone Number: TBDFax Number: TBDE-Mail Address: TBD

2. Contract Title : NLCC Program, Engineering, Security & Technical Support (NLCC PEST Support) Indefinite Delivery / Indefinite Quantity (ID/IQ) Contract

3. B ac kg roun d : The NLCC PEST Support ID/IQ contract is sponsored by the National Leadership Command Capability (NLCC) Directorate, of the Operations Center (OC), at the Defense Information Systems Agency (DISA), in support of National Leadership Command Capability Service and Infrastructure Office (NSIO), Secure Enterprise Services Office (SESO), and Joint System Engineering and Integration Office (JSEIO).

• NSIO - NSIO primarily provides communication services to external mission partners including other agencies within the DoD and other Federal Government agencies. These services include the installation and operation of communication programs and projects that are at various stages of execution, telecommunications network installations, and other services related to information technology and telecommunications.

• JSEIO - The JSEIO serves as the principal systems engineering and technical integration staff for

Page 7: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 7 of 90

the DoD. In coordination with other departments and interagency organizations, the JSEIO conducts systems engineering to develop and implement an integrated NLCC communications and computer network capability using appropriately validated operations requirements.

• SESO - SESO provides service delivery, service design, and is the system operation arm of the NLCC directorate.

This requirement spans a wide range of activities including conceptualization, planning, analysis, evaluation, assessment, and reporting. These areas of expertise are required by DISA to provide an assured and survivable Department of Defense (DoD) Information Network (DoDIN) for Defense and National missions. DISA is the lead agency for implementing solutions for the DoDIN.

DISA, via the DoDIN, is responsible for ensuring the United States Government (USG) possesses and maintains a secure and modern command, control, and communications capability to meet the Defense and National mission standards. To maintain command capability throughout peacetime and all levels of conflict, the United States (US) must develop robust communications pathways and perform ongoing analysis of threats from attack, survivability of communications infrastructure, and capabilities of the communications systems to respond to and recover from natural disasters and continuity of information infrastructure for National Security and Emergency Preparedness Communications (NS/EP – Executive Order 12333).

The DoDIN is responsible for delivering assured National command, control, and communications capabilities against many evolving and dynamic sets of natural and directed threats in a highly dynamic political and technical environment. For that reason, DISA requires flexible contract services to obtain a broad range of industry skill sets, including some that are highly specialized and uncommon.

4. Object ive s

The objective of the NLCC PEST Support requirement is to obtain various skills to support activities within DISA and NLCC Directorate which has several programs and projects at various stages of completion or execution. These programs and projects require skills in multiple disciplines including engineering technology, management, security, and business processes. The description of each skill for this effort is provided in section 6 of this performance work statement (PWS) under the Tasks.

5. Sc op e

This requirement includes acquisition, programmatic, security, financial, program protection, cybersecurity, information security services, engineering, scientific, technical, management and other related support services for multiple programs and projects. The NLCC provides a wide variety of support that is both unclassified and classified. This ID/IQ contract will be issued at the unclassified level; however, the Government will have the ability to issue both unclassified and classified task orders, as necessary. NLCC requires a variety of personnel with an appropriate amount of skills, knowledge and abilities with a variety of technologies, business processes and missions, as well as, activities that are flexible and scalable to execute tasks quickly. Most of the performance described herein is conducted in a Sensitive Compartmentalized Information Facility (SCIF). Information pertaining to the activities in the SCIF is tightly controlled; therefore, the contractor must possess the proper security clearance before being granted access to information about NLCC activities and access to the SCIF.

The contractor shall not perform inherently governmental functions under this contract, such as determining federal program priorities for budget requests, determining budget policy, guidance, or strategy, directing or controlling federal employees, or determining what supplies or services are to be acquired by the Government. Services closely associated with some of these inherently governmental functions may be required under this contract, but any exercise of discretion, policy judgments, or final decisions must be reserved for Government officials only.

Page 8: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 8 of 90

The PEST Support scope of work to be performed is further described in Section 6 and is organized within the following task areas:

MANAGEMENT SUPPORT ENGINEERING SUPPORT CYBERSECURITY AND SECURITY SUPPORT

The Government may require surge support during the period of performance for any of the Task Orders. Surge modifications will be within the scope of the contract and provide increased support for the defined task areas of this PWS and the specific PWS of the Task order. The percentage of Surge will be specified at the order-level if applicable to the order.

6. Performance Requirements .

NLCC works within an extremely dynamic environment with continually-changing requirements. The contractor must demonstrate the flexibility to provide mission-critical resources as needed by the Government. The contractor shall ensure that sufficient staffing and appropriately skilled personnel are employed in the execution of this contract.

The contractor shall maintain awareness of evolving developments in the areas supported. The contractor shall provide recommendations on ways to enhance the effectiveness of activities through the application of such developments. The contractor shall identify and recommend actions to minimize risk in support of the mission and apply industry and engineering best practices as much as possible. The contractor shall suggest innovations that improve performance. The contractor shall identify innovative approaches and technical solutions that streamline delivery and/or improve operational efficiency.

The Government is aware that evolving or changing mission requirements may present challenges that prove difficult to initially define and may require the employment of sophisticated techniques and innovative solutions. Personnel shall stay abreast of new methodologies, databases and tools in order to assess their applicability with PEST and subsequent risks or benefits they may present to the Government. Support personnel shall also be required to make recommendations which demonstrate mature judgment in anticipating and solving complex problems. The contractor shall assess the implications of existing and projected technological advances, as well as being able to evaluate the impact of new and innovative acquisition and technical strategies. These requirements encompass a comprehensive knowledge of statistical techniques in the areas of applied mathematical, economic, and engineering disciplines.

The Task Areas identified below represent a high-level task summary of the work domains and associated supporting functions that are covered under the scope of the this Performance Work Statement. Specific tasks and sub tasks will be detailed at the Task Order level. Individual Task Order PWSs will specify the necessary requirement for the individual orders. Orders may include a single requirement or a combination of any task areas in paragraph 6.

6.1 Task 1 - Program Management. The contractor is responsible for ensuring all awarded Task Orders are successfully executed per the Task Order, to include providing leadership and controls necessary to meet timely deliverable requirements. The contractor shall identify one Contractor Manager for all Task Orders that interfaces with the Government regarding contractual issues. The contractor Manager shall provide contract status reports on an annual basis broken down to a Task Order Level.

The contractor shall provide the Government with the documents identified below.

PEST Contract Status ReportThe contractor Manager shall provide contract status reports on an annual basis broken down to a Task Order Level. The status report should include, at a minimum, the financial status of each Task Order, the current staffing of each Task Order, the status of deliverables, confirmation of compliance with FAR 52.219-14, Limitations on Subcontracting and any issues, concerns or problems.

Page 9: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 9 of 90

Task Order Transition Plans Transition Plans shall include a detailed description of the contractor’s plan to execute the transition of the task identified from the incumbent contractor. In addition prior to contract expiration, or in the event of a contractual change or turnover, the contractor shall provide at a minimum all materials and support necessary to accomplish a seamless and expeditious transition of the tasks identified in this PWS to the incoming contractor. The transition shall include digital and hard copies of the following: all in-progress working files; historical files for all tasks; product portfolio; briefings for incoming personnel; timelines and standards for completion; and final phase out meeting with Government, incumbent and the new contractor. The requirement for the delivery of a Transition Plan will be specified within each Task Order.

These reports shall be provided to the COR identified per Task Order.

Deliverables: Contract Status Report

6.2 Task 2 - Management Support Tasks.

6.2.1 Subtask 1 – Task Management. The contractor shall ensure all tasks are completed according to the agreed upon schedule and quality performance for each task order. The contractor shall prepare a Task Order Management Plan, describing the technical approach, organizational resources, and management controls to be employed to meet the performance, and schedule requirements. The contractor’s task order management plan shall provide the planning, direction, coordination, and control necessary for effective and efficient accomplishment of all requirements contained in each task order PWS. The contractor’s contract management processes shall verify and validate the level of effort and deliverables for each task. The contractor shall provide a Monthly Status Report (MSR) at the task order level throughout the life cycle of this contract to communicate the status of tasks performed during the month and/or successful completion of tasks, as applicable to the phase of the contract. The MSR shall include the status of active tasks, quality and performance results, project/milestone schedules, level of funds and other items requested by the Government or that the contractor views as noteworthy information for the Government.

In addition to the overall task management of this requirement, the contractor shall provide task management support across NSIO and the NLCC Directorate. This support shall include the overall management of the specific tasks and ensuring that the technical solutions and schedules in the tasks are implemented in a timely manner. The contractor shall assist the Government in working the NLCC programs and projects that the Government Program Managers are managing. The management tasks performed and information derived at this level shall be communicated to the lead task manager and consolidated into the required deliverables.

6.2.1.1 Subcontract Management . The contractor shall be responsible for any subcontract management necessary to integrate work performed on this requirement and shall be responsible and accountable for subcontractor performance on this requirement. All subcontracting shall be in accordance with FAR 52.219-14, Limitations on Subcontracting. The prime contractor shall manage work distribution to ensure there are no unmitigated Organizational Conflicts of Interest (OCI).

6.2.1.2 Contractor Personnel, Disciplines, and Specialties. The contractor shall ensure that sufficient staffing and appropriately skilled personnel are employed in the execution of this PWS.

Deliverables: Will be specified at the Task Order Level.

6.2.2 Subtask 2 – Knowledge Management/ Management Support. The contractor shall support the organization’s operational business processes and systems by strengthening links between knowledge sharing and the information systems, and improving integration among information systems in

Page 10: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 10 of 90

the organization, to facilitate seamless exchange of information across systems. The contractor shall provide technical and functional support to ensure an integrated approach of identifying, capturing, evaluating, retrieving, and exchanging DISA’s information assets internally. The contractor shall provide instruction on how to properly navigate knowledge management tools and access the data and documents that they uploaded and organized. This information shall include organizational structure and naming conventions. The contractor shall monitor the knowledge sharing program, including external benchmarking programs/opportunities and control documents within the organization. In addition, the contractor shall interface with the COR/ACOR to coordinate meetings, maintain logs, records and file management. The contractor shall prepare and/or maintain systems, programming and operations documentation, procedures and methods, including user reference manuals.

Deliverables: Will be specified at the Task Order level

6.2.3 Subtask 3 – Task Management Project Schedule. The contractor shall support the Government with Integrated Master Schedules (IMS) that are developed and maintained for multiple projects. The contractor shall update, manage, and analyze proposed schedule changes providing the PMOs/Projects with an assessment of impacts to the IMS in accordance with program, project or initiatives Work Breakdown Structures. The contractor shall provide an IMS status report at Critical Path Meetings and coordinate the agenda, development and execution of the presentation and IMS used during this meeting across the portfolio and external stakeholders. The contractor shall also prepare minutes and track/close out action items. The contractor shall identify overarching program issues related to cost, schedule, performance and risk as well as issues specific to each product area that directly impact the IMS and highlight during the meeting. The contractor shall evaluate how the project schedules are affected and review these project schedules and brief management on slippage or potential slippage.

Deliverables: Will be specified at the task order level.

6.2.4 Subtask 4 – Cost, Budgeting, Planning, and Execution Support. The contractor shall analyze future year organizational budget requirements and reprogramming of future year funds to match organizational needs. The contractor shall assist the Government in preparing issue papers to articulate the needs of the organization, analyzing future year organizational budget requirements and reprogramming future year funds to match organizational needs. The contractor shall assist the Government in preparing reclaims in defense of the organization’s budget against Congressional or DoD marks, as well as preparing budget exhibits for congressional justification of the budget. The contractor shall assist in all phases of the Planning, Programming, Budget & Execution (PPBE) system to include Program Objective Memorandum (POM) submissions, Program Review (PR) Memoranda, issue papers, reclaims, and coordinate efforts with DISA financial management and comptroller offices. The contractor shall provide technical and functional support required for effective and efficient financial analysis, tracking, trends and management. The contractor may only provide advice, alternatives, analysis, and technical input, and all decisions and policy judgments, including budget and program priorities shall be made by Government personnel only.

The contractor shall develop, track, and monitor (using DISA Resource Management template documentation) funding documentation. The contractor shall assist the Government in evaluating resource availability and allocation, prepare and monitor budget execution, and analyze the execution against the organization’s budget. The contractor shall provide support to the Government in areas of the current year execution budget, billing, reporting and financial management while supporting the area of the Life Cycle Cost Estimate (LCCE), and Program Objective Memorandum (POM) budget as required.

Deliverables: Will be specified at the task order level

6.2.5 Subtask 5 – Acquisition Support. In support of the NLCC Portfolio of Services the contractor shall provide support in the acquisition disciplines to complete and/or update the statutory, regulatory, and other products identified in DoD 5000 series instructions, the Defense Acquisition

Page 11: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 11 of 90

Guidebook, Federal Acquisition Regulation (FAR), and other DoD/DISA guidelines. The contractor shall generate, review and update both formal and informal acquisition documents similar to and including: the Clinger Cohen Act, Life Cycle Cost Estimate, and Acquisition Strategy. During the course of preparation for program acquisition activities there are key acquisition documents that shall be under varying levels of preparation, update, or review. The contractor shall assist in documentation preparation, coordination, and control. The contractor shall support the analysis of program schedules, identifying risks and evaluation/recommending proposed solutions. The contractor shall provide timely and comprehensive acquisition support as required. The contractor shall be familiar with the overall program objectives and DoD Milestone Documents as mentioned previously in accordance with the DoD 5000 series Instructions. The contractor may only provide advice, alternatives, analysis, and technical input, and all decisions and policy judgments, including determining what supplies and services are to be acquired and approving acquisition documents, will be made by Government personnel only.

Deliverables: Will be specified at the Task Order level

6.2.6 Subtask 6 – Configuration Management. The contractor shall support the Government in developing, maintaining, categorizing, and integrating with Configuration Management tool(s) and periodically update all technical data and documentation (e.g., user manuals, technical manuals, etc.). The contractor shall ensure all software, hardware, and other infrastructure components constituting the Government IT Infrastructure Common Operating Environment (COE) are developed and maintained utilizing the Government configuration management (CM) processes and procedures. The contractor shall maintain configuration control of the functional and allocated baselines, placing system (hardware and/or software) requirements documentation under configuration control, placing test procedures under CM control, apply CM control to all installation procedures and apply CM control to all task order deliverables.

Deliverables: Will be specified at Task Order level.

6.2.7 Subtask 7 – Planning Support. The contractor shall develop or assist the Government in the development of project and program documentation. The contractor shall develop or assist in the development of technical documents. The contractor shall provide program analysis support, analysis and research into exceptionally complex problems and processes relating to the subject matter. The program analysis support shall consist of assisting the Government with analyzing customer agencies requirements. The contractor shall provide management support to the NLCC in support of the specific program or project(s) and insuring that the technical solutions and schedules in the program or project are implemented in a timely manner. The contractor shall perform enterprise wide horizontal integration planning and interfaces to other functional systems. The contractor shall serve as technical expert on executive-level project teams providing technical input, interpretation and alternatives. The contractor shall develop or assist in the development of logistics support plans and planning documentation for the Government. The contractor shall assist the Government with the analysis of the organization’s programs to assist in the development of more efficient systems, reducing cost, improving programs or implementing new programs

Deliverables: Will be specified at the Task Order Level.

6.2.8 Subtask 8 – Strategic Planning and Enterprise IT Policy Support. The contractor shall review, develop and consolidate strategic plans (overarching facilities, information technology, communications, data, audio, visual, etc.), concepts of operations, and the communications architecture and modernization strategy. In support of strategic planning, the contractor shall provide technical and programmatic support for review, analysis and coordination of processes, policy, doctrine, directives, regulations and implementation of instructions in execution of those strategic plans across the NLCC portfolio and in support of the NLCC Directorate.

Deliverables: Will be specified at the Task Order Level.

6.3 Task 3 – Engineering Tasks.

Page 12: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 12 of 90

6.3.1 Telecommunication Network- Optical Engineering Support. The contractor shall assist the Government in designing, implementing, testing and maintaining the optical telecommunication networks. The contractor shall provide planning, architecture, engineering, integration and implementation input to optical network project and program. The contractor shall provide implementation and operational support for environments containing fiber optic transmission system equipment (e.g., terminal optical line amplifiers and optical add/drop multiplexers and outside plant equipment to include fiber optic patch panels).

6.3.2 IP Network Engineering Support. The contractor shall assist the Government in designing, implementing, testing and maintaining telecommunication networks. The telecommunication networks may include local area network (LAN) or wide area network technology (WAN). The contractor shall develop overarching network strategy and architecture, conduct Analyses of Alternatives (AoA). The contractor shall derive technical network requirements from stakeholders’ requirements.

6.3.3 Network Management Engineering Support. The contractor shall assist the Government in designing, implementing, testing and maintaining network management networks. The contractor shall design network management systems or networks for various types of network applications. The design shall include hardware, software, protocols, cybersecurity, redundancy, timing and synchronization, modeling, configuration management, etc. The contractor shall implement or assist with the implementation of network management systems or networks.

6.3.4 Consultant Engineering Support. The contractor shall assist the Government in designing, implementing, testing and maintaining telecommunication networks solutions for telecommunication networks. The contractor shall apply knowledge to high-level analysis, collections, assessment, design, development, modeling, simulation, integration, installation, documentation and implementation. The contractor shall provide strategic planning of large projects or a significant segment of a strategic planning portion of a large complex project. The contractor shall have knowledge of Optical Transmission Networks (OTN), Synchronous Optical Networking (SONET), Synchronous Digital Hierarchy (SDH), Time Division Multiplexing (TDM), Dense Wave Division Multiplexing (DWDM), physical characteristics of Single Mode and Multi-mode fiber optic cables, Erbium Doped Amplifiers (EDFA), Optical Regenerators, and the physics needed to understand data transmission over lambdas across the optical spectrum.

6.3.5 Network Operations Engineering Support. The contractor shall assist the Government in designing, implementing, testing and maintaining network operations solutions for telecommunication network. The contractor shall perform technical analysis of operations, perform root cause analysis, track performance metrics and identify systemic problems.

6.3.6 Optical Transport Engineering Support. The contractor shall assist with end-to-end ultra-long haul, global fiber optic transmission systems and subsystems design, including fiber-based erbium doped amplifiers, optical Bandwidth efficient high density Multiplexers and De-Multiplexers or Mux/DMux’s, digital and optical performance metrics, and fiber optic monitoring.

6.3.7 Test and Evaluation Engineering Support. The contractor shall provide overall support to Test and Evaluation activities including development and operational test and evaluation for communications systems. The contractor shall provide technical support to early operational assessments, developmental testing, operational testing and evaluation of communication equipment, systems and capability in the laboratory or in the field. The contractor shall also be required to participate in and witness factory testing of communication systems. The contractor shall develop test and evaluation concepts, strategies and plans, including the data collection, reduction and analysis process and procedures.

6.3.8 Systems Engineering Support. The contractor shall assist the Government by

Page 13: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 13 of 90

performing a wide range of systems engineering tasks (e.g., network, communications, data engineering, and system integration). The contractor shall identify and quantify system goals, create alternative system design concepts, perform design trades, propose the best design, verify design is properly built and integrated, and conduct post implementation assessment of how well the system meets (or met) the published goals. The contractor shall provide materials to support decision gates for life cycle stages.

6.3.9 General Communication Design Engineering / Architect Support. The contractor shall be responsible for the following General Network Engineering activities. The contractor shall derive the overarching network strategy and architecture. The architecture may include Optical Transport Network (OTN), Internet Protocol (IP), LAN, Virtual (V-LAN), WAN, Multi-Protocol Label Switching (MPLS), Virtual Private Network (VPN), etc. The contractor shall design telecommunication networks for voice, video and data IAW technical requirements. The contractor shall perform vulnerability analysis to determine the risk of the physical telecommunication transport technology to natural phenomena and to human activities. The contractor shall develop risk response plans to counter or minimize the disruption of the telecommunication transport. The contractor shall design network management systems of various types. The design shall include hardware, software, protocols, cybersecurity, redundancy, timing and synchronization, etc.

6.3.10 Encryption Engineering Support. The contractor shall apply their knowledge, skills and understanding of cryptography to assist the Government in its activities in the field of cryptography. The contractor shall make recommendations to the Government on the use of encryption devices based on the Information Assurance Security Requirement Document (IASRD). The contractor shall assess the use of and make recommendations to the Government on encryption devices taking into account the key size, algorithm, digital certification, key management (provision, protect, revoke and update), public key infrastructure (PKI), etc. The contractor shall analyze the value and shortfall of using NSA approved Type-1 encryptors taking into account the robustness of the encryption algorithm, key size, Fail-Safe Design and Analysis (FSDA), environment and situation. The contractor shall coordinate with key members of the encryption team, internal and external, to stay abreast of new encryption options that may benefit existing or future network encryption requirements.

6.3.11 Network Modeling / Enterprise Architecture Support. The contractor shall provide support to the Government in network modeling and the enterprise architecture. The contractor shall assist the Government in developing network models and enterprise architectures that align with the organization’s overall vision and strategic plan, and ensure interoperability among IT systems. This includes modeling to support operations engineering efforts that require trigger systems to signal the increase or decrease of key backbone circuits and trunks. This also includes modeling for the purpose of best fit methodology and what if scenarios.

6.3.12 Transport Engineering Support. The contractor shall assist the Government in designing, implementing, testing and maintaining telecommunication transport networks. The telecommunication transport technologies may include SATCOM, Wireless, Optical Fiber, TDM copper/Coaxial, etc. The contractor shall develop telecommunication transport requirement documents based on the technology. The contractor shall perform vulnerability analysis to determine the risk of the physical telecommunication transport technology to natural phenomena and to human activities, as well as, develop a risk response plan.

6.3.13 Satellite Communications Engineering Support. The contractor shall provide support to the Government in Satellite Communications Engineering, which include satellite communications, telecommunications backhaul and commercial and military satellite communications systems used in the DoD environment. The contractor shall recommend architecture designs or design changes/modifications, oversee testing and inspection activities and participate in technical reviews and evaluations. The contractor shall conduct technical studies, investigations or analyses, special studies, performance analysis, new technology and hardware evaluations, system accreditation and

Page 14: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 14 of 90

certification, and system capabilities analysis of customer requirements.

6.3.14 Subtask 14 – Tier 1 Support. The contractor shall assist the Government in network monitoring and management support for networks. The contractor shall provide help desk and network monitoring and management support for custom networks/service application management in a 24x7 operations facility which is considered mission essential. This task is considered mission essential and personnel who perform this task are required to support the Government during times of natural disaster, war, and other times of crisis. The contractor shall provide fault monitoring and management, troubleshooting, network and applications management, configuration control, trouble ticket generation and management, and reports development and report generation. Security + Certification is required. The work performed under this task will take place in Europe AOR.

Engineering Deliverables: Will be specified at the Task Order level.

6.4 Task 4 – Cybersecurity and Security Tasks.

6.4.1 Subtask 1 – Personnel Security. The contractor shall review the SAP/SCI nomination packages for completeness, accuracy and to confirm the candidate meets the prerequisites for SAP access in accordance with Special Access Programs (SAP) Security Manual; Personnel Security; DoD 5205.07-M Vol2 and for SCI access in accordance with Intelligence Community Directive 704 (Personnel Security Standards and Procedures Governing Eligibility for Access to Sensitive Compartmental Information and Other Controlled Access Program Information; DoD Manual 5105.21, Volume 1, Sensitive Compartmented Information (SCI) Administrative Security Manual: Administration of Information and Information Systems Security; DoD Manual 5105.21, Volume 3, Sensitive Compartmented Information (SCI) Administrative Security Manual: Administration of Personnel Security, Industrial Security and Special Activities; DoD 5220.22-R, Industrial Security Regulation). The contractor shall review/track/maintain SCI and SAP nominations. The contractor shall update and maintain JPAS, Scattered Castles and local personnel security databases while providing a working knowledge of DoDD 5205.07.

Deliverables: Will be specified at the Task Order level.

6.4.2 Subtask 2 - Physical Security. The contractor shall develop a comprehensive security education and awareness program. The contractor shall provide physical security support which includes providing physical security planning, design and advice on government and contractor facilities ability to store, process and discuss classified information in accordance with the following: DoD Manual 5105.21, Volume 3, Sensitive Compartmented Information (SCI) Administrative Security Manual: Administration of Personnel Security, Industrial Security and Special Activities; DoD Special Access Program (SAP) Security Manual: Physical Security; DoD O-5205.07, Vol 3;; Intelligence Community Directive 705, Sensitive Compartmented Information Facilities; DoD Manual 5105.21 Volume 2, Sensitive Compartmented Information (SCI) Administrative Security manual: Administration of Physical Security, Visitor Control and Technical Security; Federal Specification FF-L 2740B, Locks, Combinations, Electromechanical; DoD Instruction 5240.05, Technical Surveillance Countermeasure (TSCM). The contractor shall evaluate Government and industrial facility plans for physical security accreditation. The contractor shall prepare correspondence for submission to higher authorities that identify discrepancies in submitted plans or approve/accredit the facility. The contractor shall develop physical security operating procedures, inspection checklists, required by DoD, SCI and SAP physical security and TEMPEST requirements.

Deliverables: Will be specified at the task order level.

6.4.3 Subtask 3 - Information System Security Management (ISSM). The contractor shall perform cybersecurity (monitor, audit, analyze) enterprise information systems support for events to include unauthorized access, insider threat, hacking or penetration attempts from known threats, identifying

Page 15: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 15 of 90

presence of unauthorized software or malicious code on both classified and unclassified networks, such as Active Directory, firewalls, intrusion detection systems, log files, and remote access servers. The contractor shall take necessary actions to proactively address issues and guide support personnel to preclude system failures or disruptions; identify and address vulnerable computers that may be used in exploitation, data infiltration, and data compromise. The contractor shall provide custom support to address unique computer security requirements.

While assisting with the responsibilities of the position of the ISSM, the contractor shall, as needed, assist the ISSM in maintaining a formal DoDIIS security program; assist the ISSM in maintaining an ISSM program Standard Operating Procedure (SOP) that shall be reviewed/updated annually; Implement and enforce AIS security policies; and oversee all Information System Security Officer (ISSO)s to ensure they follow established AIS policies and procedures. The contractor shall assist the ISSM to maintain, as required by the Authorizing Official (AO) Rep/Security Controls Assessor (SCA), a repository for all system assessment and authorization documentation and modifications. The contractor shall be aware of the policies, comply with policies, and if so authorized, enforce the policies.

The contractor shall provide services in the field of Intrusion analysis; secure network engineering, vulnerability assessments, intrusion detection, risk assessment and vulnerability research. Support under this subtask may require Two-person Integrity (TPI); however, TPI will be indicated at the Task Order level.

Deliverables: Will be specified at the task order level.

6.4.4 Subtask 4 - Program Protection / Program Security Support . The contractor shall integrate and synchronize the overall protection effort by building and sustaining relationships with program protection staff – Program Manager (PM), Program Security Officer (PSO), Leads for Information Systems Security, Cybersecurity, Physical Security, and Personnel Security and Counterintelligence agents (all government personnel). The contractor shall create a plan for an integrated security environment that shall protect information throughout the life cycle of the program. The contractor shall codify protection decisions, procedures and countermeasures in a program protection plan and support the Government PSO in the management and execution of acquisition and operational program security as it applies to program protection and industrial security oversight of industry location/personnel involved in the applicable acquisition efforts. The contractor shall develop/update security classification guides during all phases of an acquisition effort. The contractor shall review proposed industry interfaces, standard and enhanced OPSEC procedures. The contractor shall analyze threats to Critical Program Information (CPI) and other sensitive information and conduct vulnerability assessments and risk analyses.

Deliverables: Will be specified at the Task Order level.

6.4.5 Subtask 5 – Cybersecurity/Risk Management . The senior support contractor shall establish applicable Cybersecurity/Risk Management (Cybersecurity/RM) engineering and configuration control plans, policies, and procedures for the execution of network activities. The contractor shall analyze Cybersecurity/RM requirements and implementation of required policies, directives, and guidance for certification and accreditation (C&A) towards Risk Management Framework Assessment and Authorization. The contractor shall provide consultation on Supply Chain Risk Management (SCRM), Insider Threat and Computer Defense Service Provider (CDSP) implementation. The contractor shall analyze and develop strategies for administration of a network consistent with Cybersecurity/RM requirements. The contractor shall coordinate with the SCA and ISSM to ensure all applicable security controls are compliant or addressed and review weekly bulletins and advisories, including Computer Emergency Readiness Team (CERT) bulletins that impact security of site IS to include, United States-Computer Emergency Readiness Team (US-CERT), Air Fore-Computer Emergency Readiness Team (AFCERT), Army-Computer Emergency Readiness Team (ACERT), Information Assurance Vulnerability Alert (IAVA) and Defense Information System Agency Automated Systems Security Intend Support Team (DISA ASSIST) bulletins. The contractor shall assist in applying National Institute of

Page 16: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 16 of 90

Standards and Technology (NIST)/Risk Management Framework polices, standards, guides, overlays to programs within the NSIO portfolio. The contractor shall assist in identifying, mitigating and correcting known and unknown vulnerabilities in current and planned system architectures and capabilities. The contractor shall maintain accreditation baselines of information systems according to statements of accreditation and ensure compliance with DoD information system security procedures and practices. The contractor shall ensure that information systems under their cognizance are operated, managed, secured, IAW internal security policies and procedures.

Deliverables: Will be specified at the Task Order level.

6.4.6 Subt ask 6 – Special Security Support. The contractor shall perform duties involved with Sensitive Compartmented Information security as a Special Security Representative (SSR) involving the protection of intelligence sources or methods/intelligence systems and means of collection, verifying/obtaining individual’s eligibility to access SCI and with the physical security of SCIFs. The contractor shall receive and respond to requests for SCI eligibility, recertification, and special purpose/interim SCI accesses, insuring validity of the requests. The contractor shall process SCI eligibility determinations, special purpose access and compelling need actions with Central Adjudication Facilities (CAF) prior to indoctrination and review and act upon authorities to indoctrinate SCI personnel, including conducting pre-screening interviews and indoctrination briefings. The contractor shall ensure all assigned personnel meet/maintain the appropriate security clearance requirements in accordance with Intelligence Community Directive 704, “Personnel Security Standards and Procedures Governing Eligibility for Access to Sensitive Compartmented Information and Other Controlled Access Program Information. The contractor shall provide continuous training and guidance in all areas of SCI security. The contractor shall assist in maintaining accreditation for SCIFs and SCI systems in accordance with Intelligence Community Directive 705, “Sensitive Compartmented Information Facilities.

7. Performance Standards: Performance Standards will be issued with each Task Order.

8. Incentives: For both positive and negative performances, ratings shall be recorded in the contractor Performance Assessment Reporting System (CPARS) for Task Orders exceeding the required thresholds. Additional incentives and disincentives may be addressed at the Task Order level.

9. Place of Performance: The place of performance will be identified in the specific PWS for each Task Order. DISA anticipates the primary places of performance for services acquired under this contract are at the DISA's facilities at Fort Meade, MD, a Government agency in Warrenton, VA, a Government Agency in Virginia Beach, VA, a Government agency in San Antonio, TX, a Government agency in Colorado Springs, CO, a Government agency in the European Area Of Responsibility (AOR), a Government agency in the Pacific AOR, and other Government agencies.

Alternate Place of Performance - Contingency Only. As determined by the Contracting Officer’s Representative (COR), contractor employees may be required to work at an alternate place of performance (e.g., home, the contractor's facility, or another approved activity within the local travel area) in cases of unforeseen conditions or contingencies (e.g., pandemic conditions, exercises, and government closure due to inclement weather). Non-emergency/non-essential contractors should not report to a closed government facility. Contractor shall prepare all deliverables and other contract documentation utilizing contractor resources. To the extent possible, the contractor shall use best efforts to provide the same level of support as stated in the PWS. In the event the services are impacted, reduced, compromised, etc., the Contracting Officer or the contractor may request an equitable adjustment pursuant to the Changes clause of the contract.

9.1 Travel: Travel in and around the primary place of performance may be required throughout the period of performance. Additional travel within CONUS or OCONUS may be required to support the requirements of this PWS.

Page 17: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 17 of 90

9.1.1 Local Travel. Travel will be considered local travel within 50 miles of the individual’s primary place of performance/duty station. Local travel will not be reimbursed.

9.1.2 Stateside Travel. In coordination with the COR or ACOR, the contractor may be required to support activities outside the National Capital Region (NCR) or more than 50 miles outside an individual’s primary place of performance. The contractor shall inform the COR, in writing, of the estimated total travel costs prior to any such travel. The COR or ACOR will coordinate such requests with the Contracting Officer. The COR must expressly approve travel outside the NCR or more than 50 miles outside an individual’s primary place of performance. Specific travel requirements shall be coordinated with the COR/ACOR and shall be in accordance with Federal Acquisition Regulation (FAR) 31.205-46 requirements and limitations. Reimbursement for travel expenses shall be made in accordance with the Federal Travel Regulations.

9.1.3 Overseas Travel. In coordination with the COR or ACOR, the contractor may be required to support activities outside the continental United States. Attendance shall be necessary in support of the Government if the Government determines that there is a requirement for the contractor to serve in an advisory or Subject Matter Expert (SME) capacity at overseas meetings, conferences, site visits, summits, etc. Support from SMEs may be required in support of various subjects as issues arise that have both an immediate and a strategic perspective to ensure that actions/initiatives occurring today are supportable in the future and the best interest and concerns of DISA are presented and addressed. The contractor shall inform the COR, in writing, of the estimated total travel costs prior to any overseas travel. The COR or ACOR will coordinate such requests with the Contracting Officer. The COR must expressly approve travel overseas. The contractor shall adhere to specific travel requirements IAW Federal Acquisition Regulation (FAR) 31.205-46 requirements and limitations.

10. Period of Performance:

The ID/IQ ordering period is one five-year base period plus the potential six-month extension of services in accordance with FAR 52.217-8. Specific periods of performance will be identified in the Task Orders and may contain optional periods.

As directed by the COR, the contractor shall continue performance in emergency or mission essential conditions. Additionally, the contractor may be required to account for the whereabouts of their personnel should this information be requested by DISA INSTRUCTION 220-15-65 Personnel Accountability.

11. ID/IQ Deliverable Schedule:

PWS Paragraph

Deliverable Title

Format Due Date Distribution/Copies Frequency Remarks

6.1 Contract Status Report

Excel Spreadsheet

Annually by first work date of each year

KO/COR* Annually

15.j. Supply Chain Risk Management (SCRM) Plan

Word KO/COR* Within five (5) business days whenever there is a change that affects one or more security controls

*Depends on classification level. KO cannot receive documents containing classified information. Any document containing classified information can only be distributed to the COR.All other deliverables will be provided at the Task Order level.

Page 18: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 18 of 90

12. Security Requirements: This section shall be considered a supplement to Block 13 of the Government provided DD Form 254, Contract Classification Specification. The following security requirements shall apply to this effort.

All personnel performing work on this contract, to include sub-contractors and Independent Consultants, must possess a current FINAL Top Secret security clearance granted by the U.S. Government, and must also be approved as meeting Intelligence Community Directive 704 eligibility and meet the requirements listed in DoDM 5205.07-V2 for SAP access. Personnel must hold the designated clearance level required for a position at the time of appointment/award as indicated by the Government. Contractor shall provide proof of fully cleared personnel, to the TS with SCI and SAP eligibility, at time of proposal submission.

References:

a. DISA Form 786, DISA Statement of Information System Use and Acknowledgement of User Responsibilities

b. DISA Policy Letter, Unauthorized Connections to Network Devices, 11 September 2013c. DISAI 240-110-8, Information Securityd. DISAI 240-110-36, Personnel Securitye. DISAI 240-110-38, Industrial Securityf. DISA Instruction 630-230-19, Cybersecurityg. DoDM 5200.01, Vol 1-4 Information Security Program, 24 February 2012h. DOD 5200.2-R, DoD Personnel Security Programi. DOD 5220.22-M, National Industrial Security Program Operating Manual, February 2006 Incorporating

Change 02 May 2016j. DOD 5220.22-R, Industrial Security Regulationk. DoDM 5105.21 Sensitive Compartmented Information (SCI) Administrative Security Manual:

Administration of Information and Information Systems Security (if applicable)l. DODM 5205.07, Vol 1-4 Special Access Program (SAP) Security Manual

12.1 Facility Security Clearance. The work to be performed under this contract/order is up to the FINAL Top Secret level and will require Sensitive Compartmented Information (SCI) access eligibility for ALL personnel. Therefore the company must have a final Top Secret Facility Clearance from the Defense Security Service Facility Clearance Branch.

12.2 Security Clearance and Information Technology (IT) Level. All personnel performing on or supporting a DISA contract/order in any way will be U.S. citizens. The personnel security requirements for this contract/order cover the individuals supporting the Task Areas delineated in the table below. Contractor and Subcontractor personnel must possess the final security clearance and final IT-level eligibility delineated in the table below when performance starts.

PWS Task / Subtask

Clearance Level

IT Level Access

Level of Classified Access Justification for Access to Classified

PWS 6.4.3/Subtask 3 Information System Security Management

TOP SECRET

Final IT-I Level

SAP, SCI access required

Contractors working this contract are required to hold TS/SCI clearances, due to the classified information that they will be accessing on a daily basis. All personnel requiring access to SCI information must be indoctrinated for SI/TK/G/HCS compartments. Contractors will not be allowed access to their work location (SCIF) without the TS/SCI. Access is needed to review classified information and to communicate via secure IT systems

Page 19: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 19 of 90

(SIPR, JWICS, Gold and SIC).ALL Other Tasks and Subtasks

TOP SECRET

Final IT-II Level

All Other Tasks and Subtasks require SAP, SCI access

Contractors working this contract are required to hold TS/SCI clearances, due to the classified information that they will be accessing on a daily basis. All personnel requiring access to SCI information must be indoctrinated for SI/TK/G/HCS compartments. Contractors will not be allowed access to their work location (SCIF) without the TS/SCI. Access is needed to review classified information and to communicate via secure IT systems (SIPR, JWICS, Gold and SIC).

12.2.1 Individuals supporting PWS Tasks / Subtasks that require(s) final Top Secret security clearance and a final IT-I (privileged level systems access) will, immediately upon hire, require Sensitive Compartmented Information (SCI) access eligibility adjudicated by the Defense Intelligence Agency or other federal adjudications facility to perform their duties. SCI processing for SCI eligibility will be coordinated with the supporting Government Security Manager and will begin immediately upon start of duty performance under this contract/order.

All SCI* work under this contract/order will be monitored by the COR.

12.3 Investigation Requirements. All personnel requiring SCI, Top Secret or IT-I access under this contract/order shall undergo a favorably adjudicated Tier 5 investigation (formerly known as a Single Scope Background Investigation (SSBI)) as a minimum requirement. The Tier 5 will be maintained current within 5-years and requests for Tier 5 reinvestigation (T5R formerly known as Single Scope Background Period Reinvestigation (SBPR) or Phased Periodic Reinvestigation (PPR)) will be initiated prior to the 5-year anniversary date of the previous Tier 5.

12.4 Visit Authorization Letters (VAL). Visit requests shall be processed and verified through the Joint Personnel Adjudication System (JPAS) to SMO DKABAA10 and SMO DKADAL. JPAS visits for contracts/orders are identified as “Other” or “TAD/TDY” and will include the Contract/Order Number and ADP/IT-Access level of the contract/order in the Additional Information section. Contractors that do not have access to JPAS may submit visit authorizations by e-mail in a password protected .pdf to the Contracting Officer Representative (COR) or Alternate COR specified in PWS Section 1.0.

If JPAS is not available, the VAL must contain the following information on company letterhead

Company name, address, telephone number, assigned CAGE Code, facility security clearance CAGE CODE Contract/Order Number Name, SSN, date and place of birth, and citizenship of the employee intending to visit Certification of personnel security clearance and any special access authorizations required for the visit

(type of investigation & date, adjudication date & agency, and IT access level) Name of COR/Alt COR Dates or period the VAL is to be valid

12.5 Security Contacts. DISA Security Personnel can be contacted for Industrial or Personnel Security related issues at (301) 225-1235 or via mail at:

Defense Information Systems Agency Defense Information Systems Agency

ATTN: MP61, Industrial Security ATTN: MP62, Personnel SecurityCommand Building Command Building6910 Cooper Ave. 6910 Cooper Ave.

Page 20: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 20 of 90

Fort Meade, MD 20755-7088 Fort Meade, MD 20755-7088

For Center or Directorate-specific security related matters, contact the Directorate or Center Security Manager at:

Security Manager Contact Information: Name: TBDPhone Number: TBDE-mail: TBD

12.6 Information Security and other miscellaneous requirements.

12.6.1 Contractor personnel shall comply with all local security requirements including entry and exit control for personnel and property at the government facility.

12.6.2 Contractor employees shall be required to comply with all Government security regulations and requirements. Initial and periodic safety and security training and briefings will be provided by Government security personnel. Failure to comply with Government security regulations and requirements shall require the company to provide the Government with a written remediation/corrective action plan; furthermore, failure to comply with such requirements can be cause for removal and the contractor will not be able to provide service on this contract/order.

12.6.3. Contractor employees with an incident report in JPAS who have had their access to classified suspended will not be permitted to provide to fill positions requiring access to classified information on a DISA contract/order.

12.6.4 The contractor shall not divulge any information, classified or unclassified, about DoD files, data processing activities or functions, user identifications, passwords, or any other knowledge that may be gained, to anyone who is not authorized to have access to such information. The contractor shall observe and comply with the security provisions in effect at the DoD facility. Identification shall be worn and displayed as required.

12.6.5 DISA retains the right to request removal of contractor personnel regardless of prior clearance or adjudication status, whose actions, while assigned to this contract, clearly conflict with the interest of the Government.

12.6.6 Contractor personnel will generate or handle documents that contain For Official Use Only information at the Government facility. Contractor shall have access to generate and handle classified material only at the location(s) listed in the place of performance section of this document. All contractor deliverables shall be marked in accordance with DoDM 5200.1, Vol. 3, Vol. 4, Information Security, DoD 5400.7-R, Freedom of Information Act Program, unless otherwise directed by the Government. The contractor shall comply with the provisions of the DoD Industrial Security Manual for handling classified material and producing deliverables. The contractor shall comply with DISA Instruction 630-230-19.

12.6.7 The contractor shall afford the Government access to the contractor’s facilities, installations, operations, documentation, databases and personnel used in performance of the contract/order. Access shall be provided to the extent required to carry out a program of IT inspection (to include vulnerability testing), investigation and audit to safeguard against threats and hazards to the integrity, availability and confidentiality of data or to the function of information technology systems operated on behalf of DISA or DoD, and to preserve evidence of computer crime.

13. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): The Government will identify any GFE and GFI being provided at the Task Order Level in the PWS for the individual Task Orders. All GFE will be maintained IAW FAR Part 45.

14. Key Personnel and Substitutions.

Page 21: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 21 of 90

In accordance with DARS 52.237-9000, the personnel listed below are considered essential to the work being performed hereunder. Prior to substituting, removing, replacing, or diverting any of the specified individuals, the contractor shall notify the Contracting Officer 15 working days in advance and shall submit a written request and justification (including proposed substitutions) in sufficient detail to permit evaluation of the impact on this Contract. The proposed substitution of personnel must meet or exceed the education, experience, and other technical requirements of the personnel being replaced. No change in personnel shall be made by the contractor without the prior written consent of the Contracting Officer. However, in urgent situations, as determined or agreed to by the Contracting Officer, an oral request to substitute key personnel may be approved and subsequently ratified by the Contracting Officer in writing. Such ratification shall constitute the consent of the Contracting Officer required by this paragraph. The Contracting Officer will notify the contractor within 10 working days after receipt of all required information of the decision on the substitution(s). In the event the proposed substitution of key personnel does not meet or exceed the education, experience, and other technical requirements of the personnel being replaced, the Government reserves the right to require continued performance of previously approved key personnel or to require substitution of acceptable replacements for the individuals specified below. The key personnel listed below may, with the consent of the contracting parties, be amended from time to time during the course of the Contract to either add or delete personnel as appropriate.

ID/IQ KEY PERSONNELProgram Manager

Additional Key Personnel will be identified at the Task Order level.

15. Other Pertinent Information or Special Considerations: The Government may also identify and include any special considerations or unique requirements necessary at the Task Order Level in the PWS for the individual Task Orders.

a. Identification of Possible Follow-on Work . Any additional work that may result from completion of any Task Order will be identified in the Task Order PWS.

b. Identification of Non-Disclosure Requirements . The governing security policy documents include DODD 8500.1, Information Assurance (IA), DODI 8500.2, Information Assurance (IA) Implementation; DODD 8570.1 Information Assurance Training Certification and Workforce Management and CJCSM 6510.01, Defense-In-Depth: Information Assurance (IA) and Computer Network Defense (CND). The contractor shall execute a DISA-provided contractor non-disclosure agreement (NDA) for this services contract. The NDA must be signed within one week of contract award. The DISA contractor shall be responsible for obtaining and maintaining NDAs for each contractor employee assigned to the contract. Information may only be discussed with those persons outlined on the non-disclosure form. In addition, frequent interactions with other contractors and proprietary information may be required. The contractor shall execute non-disclosure agreements with these other contractors to accomplish the services required under this PWS. The execution of said agreements shall be the sole responsibility of the contractor.

Page 22: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 22 of 90

c. Identification of Potential Conflicts of Interest (COI). Certain tasks required by this PWS present a high risk of Organizational Conflicts of Interest (OCI) for future acquisitions. An OCI resulting in 'biased ground rules' cannot be mitigated and could require disqualification from future competitions. All contractor personnel will be required to sign a Non-Disclosure Agreement (NDA). However, signed NDAs may not preclude the need to disqualify the contractor for future acquisitions in which an OCI is present, and OCI determinations will need to be conducted on a case-by-case basis for future acquisitions.

The contractor must identify any potential organizational COIs during proposal submission. In addition, the contractor shall self-identify if a potential conflict of interest issue arises during contract performance. An “organizational COI” exists when the nature of the work to be performed may, without some restriction on future activities, (1) result in an unfair competitive advantage to the contractor on other contracts or (2) impair the contractor’s objectivity in performing the contract work.

Potential Conflicts of Interest must also be identified at the individual task order level.

d. Minimum Qualifications. Due to the complexity of this requirement, various tasks include minimum qualifications, knowledge, and skill sets to be able to successfully perform. This knowledge and skill set will be specified at the Task Order Level.

e. Mandatory Training. The contractor shall complete all contractor mandatory training, as directed by the COR/ACOR and listed in the DISA Corporate Management Information System (CMIS) (https://cmis.disa.mil/training/onlinetraining/designee/), by the due date.

f. Packin g and Shipping Instructions. The Government will identify and include any specific Packing, Packaging and Shipping Instructions necessary at the Task Order Level in the PWS for the individual Task Orders.

g. In s pectio n and Acceptance Criteria. The Government will identify and include any specific Inspection and Acceptance Criteria necessary at the Task Order Level in the PWS for the individual Task Orders.

h. Property Accountability . If property is to be delivered under a Task Order, the Government will identify this in the specific Task Order PWS. If property is to be delivered under a Task Order it shall be accounted for in accordance with DISAI 270-165-8.

i. Work Hours. The Government will identify and include any specific work hours necessary at the Task Order Level. It is anticipated that the contractor shall provide support Monday through Friday and may work their 8 hour work day between the hours of 0600 and 1800; however, the contractor must be present during DISA core hours of 0900-1500 Monday through Friday. Any variance from these hours must be requested and approved by the Contracting Officer Representative and the Contracting Officer. Services under this contract may or may not be required on

Page 23: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 23 of 90

Federal holidays or closures by Executive Order.Holidays: The Government observes the following holidays:Holiday DateNew Year’s Day January 1Martin Luther King Jr. Birthday day Third Monday in JanuaryPresidents Day Third Monday in FebruaryMemorial Day Last Monday in MayIndependence Day July 4Labor Day First Monday in SeptemberColumbus Day Second Monday in OctoberVeterans Day November 11Thanksgiving Fourth Thursday in NovemberChristmas December 25

Note: If the holiday falls on a Saturday, it will be observed on the preceding Friday. If the holiday falls on a Sunday, it will be observed on the following Monday.

j. This contract is subject to the Federal SCRM policies and regulations including the Defense Federal Acquisition Regulation Supplement (DFARS) 252.239-7017 Notice of Supply Chain Risk, DFARS 252.239-7018 Supply Chain Risk, DoD Instruction 5200.44 Protection of Mission Critical Functions to Achieve Trusted Systems and Networks, Section 806 of theFY2011 NDAA Requirements for Information Relating to Supply Chain Risk, and internal DISA SCRM Processes and Procedures. The contractor shall submit a SCRM plan as part of its technical proposal that describes how the contractor will reduce and mitigate Supply Chain Risk using the security controls outlined below (further described in CNSSI 1253, Appendix D and NIST SP 800-53), as applicable to your contract.

Page 24: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 24 of 90

Control Number

HW SW Srvc

SA-12 Supply Chain Protection x X xSA-12(1) Supply Chain Protection / Acquisition Strategies / Tools / Methods x X x*SA-12(2) Supply Chain Protection / Supplier Reviews x X x*SA-12(5) Supply Chain Protection / Limitation of Harm x X x*SA-12 (7) Supply Chain Protection Assessments Prior to Selection / Acceptance/ Update x X x*SA-12 (8) Supply Chain Protection / Use of All-Source Intelligence x X x*SA-12 (9) Supply Chain Protection / Operations Security x X xSA-12 (10) Supply Chain Protection / Validate as Genuine and Not Altered x X x*SA-12 (11) Supply Chain Protection / Penetration Testing / Analysis of Elements,

Processes, and Actorsx X x

SA-12 (12) Supply Chain Protection / Inter-Organizational System Components x X xSA-12 (13) Supply Chain Protection / Critical Information System Components x X x*SA-12 (14) Supply Chain Protection / Identity and Traceability x X x*SA-12 (15) Supply Chain Protection / Process to Address Weaknesses or Deficiencies x X xIR-4 (10) Incident Handling / Supply Chain Coordination x X x*IR-6 (3) Supply Chain Protection / Incident Reporting / Coordination With Supply

Chainx X x*

SA-11 Developer Security Testing and Evaluation x X x*SA-14 Criticality Analysis x X x*SA-15 Development Process, Standards, and Tools x X x*SI-7 Software, Firmware, and Information Integrity x X x*CM-4 Security Impact x X x*PM-16 Threat Awareness Program x X x

*Not required if there will be no procurement of hardware, firmware, or software systems.

DELIVERABLES:

SUPPLY CHAIN RISK MANAGEMENT PLAN UPDATE: The contractor shall provide an updated SCRM Plan to the COR and Program Manager within five (5) business days whenever there is a change that affects one or more security controls as described in the Committee on National Security Systems Instructions (CNSSI) 1253 Appendix D (companion publication to National Institute of Standards and Technology (NIST) Special Publication (SP)). At a minimum, the following events will require a SCRM Update: changes in company ownership, changes in senior company leadership, supplier changes, subcontractor changes, and ICT supply chain compromises.

k. Contractor employees may be required to take periodic mandatory training courses provided through the agency, such as records management training and other training required by statute, regulation, DoD, or DISA policy. No other training of contractor personnel shall be provided by the Government unless authorized by the Contracting Officer.

16. Section 508 Accessibility Standards. Any Section 508 Accessibility Standards required will be identified in the PWS for the specific Task Orders.

Page 25: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 25 of 90

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 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government 0006 Destination Government Destination Government

CLAUSES INCORPORATED BY REFERENCE

52.246-4 Inspection Of Services--Fixed Price AUG 1996

Page 26: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 26 of 90

Section F - Deliveries or Performance

SECTION FF.1. DELIVERY ADDRESSES AND POINTS OF CONTACT. Delivery addresses and the Points of Contact shall be identified upon contract award and at the task order level.

F.2. ID/IQ CONTRACT ORDERING PERIOD Period of performance under this ID/IQ contract is a five (5) year ordering period. After the ID/IQ ordering period expires, the ID/IQ Contract will remain an active Contract until the final Task Order performance is completed and shall govern the terms and conditions with respect to active Task Orders to the same extent as if it were completed during the ID/IQ Contract ordering period.

F.3. TASK ORDER PERIOD OF PERFORMANCE The period of performance for each Task Order placed under ID/IQ Contract shall be specified in the individual Task Order. All the following conditions apply:

1. Under no circumstances may a Task Order be placed under the ID/IQ Contract if the ID/IQ Contract has expired or been terminated. 2. No Task Orders may exceed five years, inclusive of options, from the date that the Order is placed (excluding the six-month extension of services IAW FAR 52.217-8)3. No Task Orders may extend more than two years after the expiration of the ID/IQ Contract; 4. Task Order options, if included and evaluated at initial issuance of the Task Order, may be exercised after the expiration date of the ID/IQ Contract.

F.4. TASK ORDER OPTION PERIODS Options on Task Orders may be exercised beyond the end of the ID/IQ ordering period.

In accordance with FAR 52.216-22, the Contract shall govern the Contractor's and Government's rights and obligations with respect to any order issued during the effective period of this Contract, including option periods that may be exercised after the Contract's ordering period has expired.

F.5. TASK ORDER TRANSITION PLANS At the end of the Task Order period of performance, the incumbent Contractor shall transition activities to the incoming Contractor with minimal disruption of services to the Government. The Contractor shall maintain sufficient qualified staff to meet all requirements of this effort. The Contractor shall submit a written transition plan unless designated otherwise by the Contracting Officer.

The Contractor shall identify those actions, plans, procedures, and timelines necessary to ensure a smooth transition from the Contract and/or the TO start date to full operational or end status by the Contractor. The Contractor shall also identify those actions, plans, procedures, and timelines necessary to ensure a smooth transition-out for the follow-on Contractor. The Contractor shall provide a transition plan subject to Government approval. The Contractor shall provide transition information and briefings to the COR prior to expiration dates. TOs issued under the ID/IQ contract may include transitions in/out requirements.

F.6. PLACE OF PERFORMANCE The services to be provided under the ID/IQ Contract shall be accomplished at the locations identified in the Task Orders and may include locations in the Contiguous United States (CONUS) and Outside the

Page 27: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 27 of 90

CONUS (OCONUS). The place of performance and/or delivery requirements will be specified in each individual Order. Refer to the IDIQ PWS for specific place of performance information.F.7. DELIVERABLESThe following table contains deliverables required under the ID/IQ Contract. Individual Orders may have additional deliverables specified in each Order by the issuing agency. The Government does not waive its right to request deliverables under the ID/IQ Contract, even if such requirements are not specifically listed in this table.

Solicitation/Contract Reference

Deliverable Title

Format Due Date Distribution/Copies

Frequency Remarks

6.1 Contract Status Report

Excel Spreadsheet

Annually by first work date of each year

KO/COR* Annually

15.j. Supply Chain Risk Management (SCRM) Plan

Word KO/COR* Within five (5) business days whenever there is a change that affects one or more security controls

*Depends on classification level. KO cannot receive documents containing classified information. Any document containing classified information can only be distributed to the COR.All other deliverables will be provided at the Task Order level.

DELIVERY INFORMATION

CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE

0001 N/A N/A N/A N/A 0002 N/A N/A N/A N/A 0003 N/A N/A N/A N/A 0004 N/A N/A N/A N/A 0005 N/A N/A N/A N/A

Page 28: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 28 of 90

0006 N/A N/A N/A N/A

CLAUSES INCORPORATED BY REFERENCE

52.242-15 Stop-Work Order AUG 1989 52.242-17 Government Delay Of Work APR 1984

Page 29: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 29 of 90

Section G - Contract Administration Data

SECTION G

G.1. CONTRACTING AND ADMINISTRATIVE AUTHORITYThe Contract will be administered by the Defense Information Technology Contracting Organization (DITCO). The Contracting Officer (KO) at DITCO-NCR, is the only person authorized to approve changes or modify any of the requirements contained elsewhere in this Contract; the said authority remains solely with the KO. In the event the Contractor effects any such change at the direction of any person other than the KO, the change will be considered to have been made without authority.

Contractual problems, of any nature, that may arise during the life of this Contract must be handled in conformance with United States federal laws and regulations (e.g., Contract Disputes Act, Federal Acquisition Regulation). Only the KO is authorized to render final agency decisions on Contractual matters relating to the base ID/IQ Contract. Therefore, the Contractor is hereby directed to bring all such Contractual problems to the immediate attention of the KO.

G.2. ROLES AND RESPONSIBILITIESThis section describes the roles and responsibilities of Government personnel after the ID/IQ Contract is awarded. The Government may modify the roles and responsibilities at any time during the period of performance of the ID/IQ Contract.

G.2.1 Contract Management.Notwithstanding the Contractor’s responsibility for total management during the performance of this contract, the administration of the contract requires maximum coordination between the Government and the Contractors. The following individuals will be the Government points of contact during the performance of the contract. See DARS Clause 52.204-9000 for contact information.

G.2.2. Contracting Officer (KO).i. Contract Administration. All contract administration will be handled by the DITCO-NCR

Contracting Officer. Communications pertaining to contractual administrative matters shall be addressed to the KO and Specialist(s). No changes in or deviations from the scope of work shall be effected without a written modification to the contract executed by the KO authorizing such changes.

ii. Designation of Representatives. The KO may designate individuals to act as Contracting Officer Representative’s (COR) under the contract. CORs may provide technical guidance in direction of the work, but they will not be authorized to change any of the terms and conditions of the contract. CORs will be designated by a letter of appointment from the KO.

G.2.3. Contracting Officer’s Representative (COR). CORs are responsible for defining requirements, funding the work to be performed, monitoring and evaluating the Contractor’s performance, providing technical support to the KO on contracting issues, and providing acceptance and rejection information to the Accounting and Finance Section for all invoice processing.

i. At contract award, or at other times when required throughout the contract’s period of performance, the CORs will be designated on authority of the KO, to monitor and coordinate all technical aspects and assist in the administration of the contract. CORs are responsible for ensuring that the Contract is administered properly and are responsible for performing the duties described in the COR designation letter.

Page 30: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 30 of 90

ii. All contacts with agencies of the Government and interface with other Contractors required in the performance of this contract shall be accomplished only through the direction and with the coordination of the COR. The responsibilities and limitation of the CORs are contained in the COR designation letter.

G.2.4. Technical Coordination.

i. Performance of work under this contract shall be in compliance with the requirements documents (i.e. PWS) and terms and conditions of the contract.

ii. All technical coordination shall remain within the scope of this contract. No oral statements of any person whosoever shall in any manner or degree modify or otherwise affect the terms of this contract. Technical coordination shall not result in any action that:

(a) Constitutes an assignment of additional work outside the requirements documents.

(b) Constitutes a change as defined in the contract clauses 52.243-1, Changes Fixed-Price and 52.243-2, Changes - Cost-Reimbursement, as applicable.

(c) Causes an increase in the total contract ceiling amount, contract price, or the time required for contract performance.

(d) Changes any of the expressed terms, conditions or specifications of this contract.(e) Interferes with the contractor’s right to perform the terms and conditions of the

contract.

G.3. AUTHORIZED NEGOTIATORS.The Contractor represents that the following persons are authorized to negotiate on its behalf with the Government in connection with requests for proposals. The only individual(s) authorized to bind the company is/are marked with an “*”. The Contractor shall provide, at no additional cost to the Government, updated listings of authorized negotiators (names, titles, email addresses and telephone numbers) as soon as changes are made.

Name Title Phone Number Email Address

G.4. LIMITATIONS ON SUBCONTRACTINGFAR 52.219-14, Limitations on Subcontracting, will apply. When a small business concern contracts to perform services, at least 50 percent of cost of contract performance incurred for personnel must be expended for its own employees. The Contractor is responsible for managing the balance of workload being performed for each task order set aside for small business under this Contract.

The current Limitations on Subcontracting clause, FAR 52.219-14, will be incorporated into the Contract. If a revision to this FAR clause is implemented or if it is replaced, the Government intends to modify the Contract to incorporate the changes or to update the clause.

G.5. LABOR CATEGORY ADDITIONSThe Labor Categories that are incorporated into the ID/IQ Contract are robust and were written to encompass the broad scope of information technology requirements for the NLCC Contract. Additional

Page 31: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 31 of 90

Labor Categories will not be added to the ID/IQ Contract unless they are within the Contract’s scope of work and would contribute skill sets that are so specialized or rare that they are not already encompassed in any existing ID/IQ Contract labor category.

DISA reserves the right to add new Labor Categories throughout the life of the ID/IQ Contract should it be necessary and in the best interest of the Government. All Labor Categories in Task Orders are restricted to those within the ID/IQ Contract at the time the Task Order is awarded.

CLAUSES INCORPORATED BY REFERENCE

252.204-0002 Line Item Specific: Sequential ACRN Order SEP 2009 252.204-7006 Billing Instructions OCT 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving

Reports JUN 2012

252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013

CLAUSES INCORPORATED BY FULL TEXT

52.204-9000 Points of Contact (AUG 2005)

Contracting OfficerName: Quinton SmithOrganization/Office Symbol: PL62Phone No.: 301-225-4087E-Mail Address: [email protected]

Contract SpecialistName: Michelle RandOrganization/Office Symbol: PL62Phone No.: 301-225-4084E-Mail Address: [email protected]

Customer/COR/TM Point of ContactName: Organization/Office Symbol: Phone No.: E-Mail Address:

Contractor Point of ContactContractor Legal Business Name: DUNS: CAGE CODE: Contractor POC: E-Mail Address: Phone Number: Fax Number:

(End of clause)

Page 32: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 32 of 90

52.204-9001 CONTRACT/ORDER CLOSEOUT—FIXED-PRICE, TIME-AND-MATERIALS, OR LABOR-HOURS (JAN 2007)

Timely contract closeout is a priority under this contract/order. The Contractor shall submit a final invoice within ninety (90) calendar days after the expiration of this contract/order, unless the Contractor requests and is granted an extension by the Contracting Officer, in writing. In addition, and concurrent with the submission of the final invoice, the Contractor shall notify the Contracting Officer of the amount of excess funds that can be deobligated from this contract/order so the closeout process can begin as soon as possible upon expiration of this contract/order. A bilateral contract/order closeout modification will be forwarded to the Contractor by the Contracting Officer and must be signed by the Contractor and returned to the Contracting Officer within thirty (30) calendar days of issuance of the modification. A Contractor’s failure to respond and/or sign the bilateral closeout modification within thirty (30) calendar days of receipt will constitute approval of the terms of the modification and the modification will subsequently be processed unilaterally by the Contracting Officer to deobligate excess funds and close this contract/order.

If this contract/order contains option periods, the Contractor is required to submit an invoice within ninety (90) calendar days after expiration of the base period of performance and the expiration of each exercised option period of performance to allow for deobligation of excess funds that were obligated in those respective periods of performance.

(End of clause)

52.237-9001 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (eCMRA) REPORTING (JAN 2015)

The contractor shall ensure ALL contractor labor hours including subcontractor, at all levels/tiers, labor hours required for the performance of services provided under this contract are reported via a secure data collection site.

The contractor and all subcontractors, at all levels/tiers, providing direct labor under this contract shall report complete and accurate data for the labor executed during the period of performance during each Government fiscal year (FY), which runs from October 1 to September 30. The Contractor shall input the data into the appropriate eCMRA reporting tool, which can be accessed via a secure web site at http://www.ecmra.mil/. There are four separate eCMRA tools: Army, Air Force, Navy and All Other Defense Components. The appropriate eCMRA reporting tool to use is determined by the requiring activity being supported (e.g., if DISA awards a contract for an Air Force requiring activity, the contractor shall load the required reporting data in the “Department of Air Force CMRA” tool). While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. The contractor shall completely fill in all required data fields. The contractor shall enter initial data into the appropriate eCMRA tool to establish the basic contract record no later than 15 working days after receipt of contract award or contract modification incorporating this clause. The contractor shall notify the COR when the basic contract record has been established in the appropriate eCMRA tool.

eCMRA User Manuals and Frequently Asked Questions (FAQs) are available at http://www.ecmra.mil/

Contractors may direct technical questions to the eCMRA help desk at [email protected] (End of clause)

Page 33: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 33 of 90

252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991)

(a) "Definition. Contracting officer's representative" means an individual designated in accordance with subsection 201.602-2 of the Defense Federal Acquisition Regulation Supplement and authorized in writing by the contracting officer to perform specific technical or administrative functions.

(b) If the Contracting Officer designates a contracting officer's representative (COR), the Contractor will receive a copy of the written designation. It will specify the extent of the COR's authority to act on behalf of the contracting officer. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition of the contract.

(End of clause)

Page 34: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 34 of 90

Section H - Special Contract Requirements

SECTION H

H.1. CONTRACTOR EMPLOYMENT OF GOVERNMENT / DEPARTMENT OF DEFENSE PERSONNEL. The Contractor is strictly prohibited from employing any person who is an employee of the United States Government. Reference Paragraph 4 (http://www.dod.mil/dodgc/defense_ethics/advisories/2006_advisories/adv_0608.htm) issued by the DoD Office of General Counsel.

H.2. ORGANIZATIONAL AND CONSULTANT CONFLICTS OF INTEREST (OCCI) – DARS 52-209-9000. a. An Offeror shall identify in its proposal, quote, bid or any resulting contract, any potential or actual Organizational and Consultant Conflicts of Interest (OCCI) as described in FAR Subpart 9.5, if applicable.

The Offeror shall provide an affirmation statement that no OCI exists; or, if applicable, submit an OCI plan that identifies any potential or actual Organizational and Consultant Conflicts of Interest (OCCI) as described in FAR Subpart 9.5.

This includes actual or potential conflicts of interests of proposed subcontractors. If an Offeror identifies in its proposal, quote, bid or any resulting contract, a potential or actual conflict of interest, the Offeror shall submit an Organizational and Consultant Conflicts of Interest Plan (OCCIP) to the Contracting Officer. The OCCIP shall describe how the Offeror will address potential or actual conflicts of interest and identify how they will avoid, neutralize, or mitigate present or future conflicts of interest.

b. Offerors must consider whether their involvement and participation raises any OCCI issues, especially in the following areas when:

(1) Providing systems engineering and technical direction. (2) Preparing specifications or work statements and/or objectives. (3) Providing evaluation services. (4) Obtaining access to proprietary information.

c. If a prime contractor or subcontractor breaches any of the OCCI restrictions, or does not disclose or misrepresents any relevant facts concerning its conflict of interest, the Government may take appropriate action, including terminating the contract, in addition to any remedies that may be otherwise permitted by the contract or operation of law.

H.3. GOVERNMENT-CONTRACTOR RELATIONSHIPS. a. Non-personal Services. The parties agree that the services to be provided under this contract are non-pesonal and that no employer/employee or master/servant relationships exist or will exist between the Government and the Contractor’s employees.

b. Prohibitions. Contractor personnel under this contract shall not:

(1) Be placed in a position where they are appointed or employed by a Federal Official, or are under the supervision, direction, or evaluation of a Federal Officer, Military or Civilian.

Page 35: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 35 of 90

(2) Be placed in a staff or policy making position or be asked to exercise personal judgment or discretion on behalf of the Government. (3) Be placed in a position of command, supervision, administration or control over Military or Civilian Personnel, or personnel of other contractors, or become a part of the Government organization. (4) Be used for the purpose of avoiding manpower ceilings or other personnel rules and regulations of the DoD or the Federal Government. (5) Be used in administration or supervision of military procurement activities.

c. Employee Relationship. Local rules, regulations, directives and requirements issued by military and civilian authorities pursuant to their responsibility for the administration and security of Government and military installations are applicable to contractor personnel entering the offices or installations or traveling via Government-owned transportation. The Contractor agrees that compliance will not be construed to establish any degree of Government control consistent with a personal services contract.

H.4. RELEASE OF INFORMATION / PUBLICATIONS. No news release (including photographs and films, public announcements, denial or confirmation of the same) on any part of the subject matter of this contract or any phase of the tasks hereunder shall be made without the prior written approval of the KO and DISA Public Affairs Office and if Congressionally related, DISA‘s Congressional Affairs. See also Section I, DFARS clause 252.204-7000 ―Disclosure of Information and item 12 of the DD Form 254.

H.5. OBSERVANCE OF LEGAL HOLIDAYS AND EXCUSED ABSENCES. a. The Government hereby provides notice and the Contractor hereby acknowledges receipt that Government personnel observe the listed days as holidays and services under this contract will not be required on Federal holidays or closures by Executive Order.

* New Year‘s Day * Martin Luther King Jr Day* Presidents’ Day * Memorial Day * Independence Day * Labor Day * Columbus Day * Veterans Day * Thanksgiving Day * Christmas Day

b. In addition to the days designated as holidays, the Government observes the following days:

* Any other day designated by Federal Statute * Any other day designated by Executive Order * Any other day designated by a President‘s Proclamation

c. It is understood and agreed between the Government and the Contractor that observance of such days by Government personnel shall not otherwise be a reason for an additional period of performance, or entitlement to compensation except when services are required by the Government and actually performed on a holiday. Whenever the Government is shut down for some unforeseen reason (i.e. death of a former President, unusually severe weather), the shutdown falls within the scope of Executive Order 11582 of February 11, 1971 and of 5 USC 5546 and 6103(b), all of which govern the observance of

Page 36: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 36 of 90

holidays by Government agencies. Unforeseen shut downs will be treated as a Federal holiday and will be applied to Contractor personnel accordingly. Section 2 of the Executive Order does allow agencies to require that certain personnel report for work on days that the Government is shut down for reasons of national security, defense, or other public need.

H.6. MANDATORY TRAINING. All Contractor personnel requiring access to the DISANet shall complete DISA and DoD required training. DISA required training courses are found at https://cmis.disa.mil/training/lms/index.cfm?start=mtl. Personnel who fail to complete the required training by the stated deadlines for completion may have their access to the DISANet revoked and/or be removed from performance on the contract. In the event the services are impacted, reduced, compromised, etc., the Contracting Officer may request an equitable adjustment.

H.7. USE OF GOVERNMENT-FURNISHED COMPUTERS.

a. Computers furnished under this contract shall be used for official business only. Contractor personnel shall not use computers furnished under this contract for any use other than to perform the requirements of this contract. Contractor personnel shall not install any software on Government furnished computers unless consent is obtained from the KO, TM or Contracting Officer's Representative (COR). b. Information services available on the Government furnished computers shall only be used for official business only. Examples of information services include DISA network (DISANet), Internet, Intranet, World Wide Web, and electronic mail. c. Access to Government information services is granted as a privilege, and use of such services constitutes consent to monitoring. Information services use will be monitored to ensure the protection of DISA networks and information and to verify and enforce compliance with this contractual requirement. d. In the event contractor personnel use Government furnished computers and/or information services for other than official business, the contractor shall be required to provide the Government with monetary consideration in the form of credits against the contract as determined by the KO. In addition, if requested by the KO, the contractor shall be required to replace the individual who misused the Government furnished computers and/or information services within 10 working days. e. The following are examples of misuse of information services: (1) Illegal, fraudulent, or malicious activities. (2) Partisan political activity, political or religious lobbying or advocacy, or activities on behalf of organizations having no affiliation with DISA or DoD. (3) Activities whose purposes are for personal or commercial financial gain. These activities may include chain letters, solicitation of business or services, sales of personal property. (4) Unauthorized fundraising or similar activities, whether for commercial, personal, or charitable purposes. (5) Accessing, storing, processing, displaying or distributing offensive or obscene material such as pornography and hate literature. (6) Annoying or harassing another person, e.g., by sending or displaying uninvited e-mail of a personal nature or by using lewd or offensive language in an e-mail message. (7) Using another person's account or identity without his or her explicit permission, e.g., by forging e-mail. (8) Viewing, damaging, or deleting files or communications belonging to others without appropriate authorization or permission. (9) Permitting any unauthorized person to access a DISA or DoD-owned system. (10) Modifying or altering the operating systems or system configuration (including the installation of software) without obtaining written authorization from the KO, TM or COR.

Page 37: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 37 of 90

H.8. KEY PERSONNEL.

a. As prescribed by DARS 52.237-9000, key personnel will be identified by the Government based upon reviews of the Contractor’s Technical / Management proposal in response to the PWS requirements. Prior to substituting, removing, replacing, or diverting any of the specified individuals, the Contractor shall notify the Contracting Officer (KO), 15 working days in advance and shall submit a written request and justification (including proposed substitutions) in sufficient detail to permit evaluation of the impact on this Contract. The proposed substitution of personnel must meet or exceed the education, experience, and other technical requirements of the personnel being replaced. No change in personnel shall be made by the Contractor without the prior written consent of the Contracting Officer. However, in urgent situations, as determined or agreed to by the Contracting Officer, an oral request to substitute key personnel may be approved and subsequently ratified by the Contracting Officer in writing. Such ratification shall constitute the consent of the Contracting Officer required by this paragraph. The Contracting Officer will notify the Contractor within 10 working days after receipt of all required information of the decision on the substitution(s). In the event the proposed substitution of key personnel does not meet or exceed the education, experience, and other technical requirements of the personnel being replaced, the Government reserves the right to require continued performance of previously approved key personnel or to require substitution of acceptable replacements for the individuals specified below. The key personnel with the consent of the contracting parties, be amended from time to time during the course of the Contract to either add or delete personnel as appropriate.

b. Key personnel shall be identified by the Offeror via DARS 52.237-9000.

c. Notwithstanding any of the foregoing provisions, key personnel shall be furnished unless the Contractor has demonstrated to the satisfaction of the KO that the qualifications of the proposed substitute personnel are equal to or better than the qualifications of the personnel being replaced. In the event the proposed substitution of key personnel does not meet or exceed the education, experience, and other technical requirements of the personnel being replaced, the Government reserves the right to require continued performance of previously approved key personnel or to require substitution of acceptable replacements for the individuals specified.

H.9. PROPOSED PERSONNELIf any proposed personnel become unavailable after proposal submission, the contractor is required to provide a substitute upon award on the same terms and with equal or greater qualifications than the individual originally proposed.

H.10. NON-DISCLOSURE OF SENSITIVE AND/OR PROPRIETARY DATA.a. Access to Information. The Contractor recognizes that in the performance of this contract it may receive or have access to certain sensitive information, including information provided on a proprietary basis by other contractors, equipment manufacturers and other private or public entities. The Contractor agrees to use and examine this information exclusively in the performance of this contract and to take the necessary steps in accordance with Government regulations to prevent disclosure of such information to any party outside the Government or Government-designated support contractors possessing appropriate proprietary agreements, as listed in paragraphs a. through d. below.b. Indoctrination of Personnel. The Contractor agrees to indoctrinate its personnel who have access as to the sensitive nature of the information and the relationship under which the Contractor has possession of or access to the information. Contractor personnel shall not engage in any other action, venture or employment wherein sensitive information will be used for the profit of any party other than those furnishing the information. The Nondisclosure Agreement for Contractor Employees at Section J shall be signed by all indoctrinated personnel and forwarded to the Contracting Officer, Contracting Officer’s

Page 38: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 38 of 90

Representative (COR), and Task Order CORs for retention, prior to commencement of work. The Contractor shall restrict access to sensitive/proprietary information to the minimum number of employees necessary for contract performance.c. Signed Agreements.(1) The Contractor further agrees to sign an agreement to this effect with carriers, and other private or public entities providing proprietary data for performance under this contract. As part of this agreement, the Contractor shall inform all parties of its agreement to allow certain Government-designated contractors access to all data as required by the Government. One copy of each signed agreement shall be forwarded to the Contracting Officer. These shall be signed prior to work commencing.(2) In addition, the Contractor shall be required to coordinate and exchange directly with other contractors as designated by the Government for information pertinent and essential to performance of task orders issued under this contract. The Contractor shall discuss and attempt to resolve any problems between the Contractor and those contractors designated by the Government. The Contracting Officer shall be notified in writing of any disagreement(s) which has (have) not been resolved in a timely manner, and furnish the Contracting Officer copies of communications between the Contractor and associate contractor(s) relative to contract performance. Further, the close interchange between contractor(s) may require access to or release of proprietary data. In such an event, the Contractor shall enter into agreement(s) with the Government designated contractor (s) to adequately protect such proprietary data from unauthorized use or disclosure so long as it remains proprietary. A copy of such agreement shall be provided to the Contracting Officer.d. Remedy for Breach. The Contractor agrees that any breach or violation of the certifications or restrictions of this clause shall constitute a material and substantial breach of the terms, conditions and provisions of the contract and that the Government may, in addition to any other remedy available, terminate this contract for default in accordance with the provisions of FAR 52.249-6 - Termination (Cost-Reimbursement), FAR 52.259-6 – Termination (Cost-Reimbursement), Alt IV, and FAR 52.249-8 - Default (Fixed-Price Supply and Service). Nothing in this clause or contract shall be construed to mean that the Government shall be liable to the owners of proprietary information in any way for the unauthorized release or use of proprietary information by this Contractor or its subcontractors.

H.11. WORK ON A GOVERNMENT INSTALLATIONIn performing on-site work under this contract on a Government installation or in a Government building, the Contractor shall:a. Conform to the specific safety requirements established by a Task Order.b. Comply with the safety rules of the Government installation that concern related activities not directly addressed in this contract.c. Take all reasonable steps and precautions to prevent accidents and preserve the life and health of Contractor and Government personnel connected in any way with performance under this contract.d. Take such additional immediate precautions as the Contracting Officer, Contracting Officer's Representative (COR), or Task Order COR may reasonably require for safety and accident prevention purposes.e. Conform to all security requirements as specified in the DD Form 254 and security requirements as specified in the Task Order PWS/SOW.

H.12. SECURITY REQUIREMENTSa. This document is unclassified, however a Top Secret Facility Clearance is required for the performance under this contract. The work to be performed and the products to be delivered under this contract shall be accomplished in accordance with the Contract Security Classification Specification, DD Form 254, pertaining to this contract. The Contractor shall conscientiously follow the security guidance provided in the DD Form 254, the Classification Guide, and other guidance that may be established in writing by the Contracting Officer’s Representative (COR).

Page 39: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 39 of 90

b. The contractor shall comply with all appropriate security regulations in handling classified material and in publishing reports and other products under this contract. The contractor shall also have to provide storage facilities at the contractor’s locations for classified material up to and including TOP SECRET.c. All personnel assigned to this contract must be United States Citizens and must have been granted a TOP SECRET clearance. In addition, contractor personnel must possess SCI access under this effort. All such individuals must be apart from and in addition to any such personnel cleared for work on other contracts. The only exception to this rule will be when a specific individual has sufficient work-time available and the Contracting Officer’s Representative (COR) grants approval to dedicate a portion of his time to this contract. To minimize the administrative burden and cost to the Government for arranging such access, the contractor must indicate how the rotation and replacement of such individuals will be managed. Each submission shall clearly indicate how the contractor will manage personnel security.

CLAUSES INCORPORATED BY REFERENCE

252.239-7001 Information Assurance Contractor Training and Certification JAN 2008

CLAUSES INCORPORATED BY FULL TEXT

52.209-9000 ORGANIZATIONAL AND CONSULTANT CONFLICTS OF INTEREST (OCCI) (DEC 2014)

(a) An offeror shall identify in its proposal, quote, bid or any resulting contract, any potential or actual Organizational and Consultant Conflicts of Interest (OCCI) as described in FAR Subpart 9.5. This includes actual or potential conflicts of interests of proposed subcontractors. If an offeror identifies in its proposal, quote, bid or any resulting contract, a potential or actual conflict of interests the offeror shall submit an Organizational and Consultant Conflicts of Interest Mitigation Plan to the contracting officer. The Organizational and Consultant Conflicts of Interest Mitigation Plan shall describe how the offeror addresses potential or actual conflicts of interest and identify how they will avoid, neutralize, or mitigate present or future conflicts of interest.

(b) Offerors must consider whether their involvement and participation raises any OCCI issues, especially in the following areas when:

(1) Providing systems engineering and technical direction.

(2) Preparing specifications or work statements and/or objectives. (3) Providing evaluation services.(4) Obtaining access to proprietary information.

(c) If a prime contractor or subcontractor breaches any of the OCCI restrictions, or does not disclose or misrepresents any relevant facts concerning its conflict of interest, the government may take appropriate action, including terminating the contract, in additional to any remedies that may be otherwise permitted by the contract or operation of law.

(End of clause)

52.237-9000 KEY PERSONNEL (AUG 2011)

Page 40: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 40 of 90

The personnel listed below are considered essential to the work being performed hereunder. Prior to substituting, removing, replacing, or diverting any of the specified individuals, the Contractor shall notify the Contracting Officer 15 working days in advance and shall submit a written request and justification (including proposed substitutions) in sufficient detail to permit evaluation of the impact on this Contract. The proposed substitution of personnel must meet or exceed the education, experience, and other technical requirements of the personnel being replaced. No change in personnel shall be made by the Contractor without the prior written consent of the Contracting Officer. However, in urgent situations, as determined or agreed to by the Contracting Officer, an oral request to substitute key personnel may be approved and subsequently ratified by the Contracting Officer in writing. Such ratification shall constitute the consent of the Contracting Officer required by this paragraph. The Contracting Officer will notify the Contractor within 10 working days after receipt of all required information of the decision on the substitution(s). In the event the proposed substitution of key personnel does not meet or exceed the education, experience, and other technical requirements of the personnel being replaced, the Government reserves the right to require continued performance of previously approved key personnel or to require substitution of acceptable replacements for the individuals specified below. The key personnel listed below may, with the consent of the contracting parties, be amended from time to time during the course of the Contract to either add or delete personnel as appropriate.

Name Position/Labor CategoryProgram Manager

Additional Key Personnel will be identified at the Task Order Level.

(End of clause)

Page 41: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 41 of 90

Section I - Contract Clauses

CLAUSES INCORPORATED BY REFERENCE

52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees MAY 2014 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures MAY 2014 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or

Improper Activity MAY 2014

52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-12 Limitation On Payments To Influence Certain Federal

Transactions OCT 2010

52.203-13 Contractor Code of Business Ethics and Conduct OCT 2015 52.203-16 Preventing Personal Conflicts of Interest DEC 2011 52.203-17 Contractor Employee Whistleblower Rights and Requirement

To Inform Employees of Whistleblower Rights APR 2014

52.204-2 Security Requirements AUG 1996 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber

Content Paper MAY 2011

52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier

Subcontract Awards OCT 2016

52.204-13 System for Award Management Maintenance OCT 2016 52.204-21 Basic Safeguarding of Covered Contractor Information

Systems JUN 2016

52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment

OCT 2015

52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters

JUL 2013

52.209-10 Prohibition on Contracting With Inverted Domestic Corporations

NOV 2015

52.210-1 Market Research APR 2011 52.211-5 Material Requirements AUG 2000 52.215-2 Audit and Records--Negotiation OCT 2010 52.215-8 Order of Precedence--Uniform Contract Format OCT 1997 52.215-10 Price Reduction for Defective Certified Cost or Pricing Data AUG 2011 52.215-11 Price Reduction for Defective Certified Cost or Pricing Data--

Modifications AUG 2011

52.215-12 Subcontractor Certified Cost or Pricing Data OCT 2010 52.215-13 Subcontractor Certified Cost or Pricing Data--Modifications OCT 2010 52.215-15 Pension Adjustments and Asset Reversions OCT 2010 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 Certified Cost or Pricing Data or

Information Other Than Certified Cost or Pricing Data OCT 2010

52.215-20 Alt IV Requirements for Certified Cost or Pricing Data or Information Other Than Certified Cost or Pricing Data (Oct 2010) - Alternate IV

OCT 2010

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

OCT 2010

Page 42: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 42 of 90

52.215-21 Alt IV Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data -- Modifications (Oct 2010) - Alternate IV

OCT 2010

52.219-6 Notice Of Total Small Business Set-Aside NOV 2011 52.219-8 Utilization of Small Business Concerns NOV 2016 52.219-13 Notice of Set-Aside of Orders NOV 2011 52.219-14 Limitations On Subcontracting JAN 2017 52.222-3 Convict Labor JUN 2003 52.222-17 Nondisplacement of Qualified Workers MAY 2014 52.222-21 Prohibition Of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-29 Notification Of Visa Denial APR 2015 52.222-35 Equal Opportunity for Veterans OCT 2015 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-37 Employment Reports on Veterans FEB 2016 52.222-40 Notification of Employee Rights Under the National Labor

Relations Act DEC 2010

52.222-50 Combating Trafficking in Persons MAR 2015 52.222-54 Employment Eligibility Verification OCT 2015 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-6 Drug-Free Workplace MAY 2001 52.223-10 Waste Reduction Program MAY 2011 52.223-18 Encouraging Contractor Policies To Ban Text Messaging

While Driving AUG 2011

52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.227-1 Authorization and Consent DEC 2007 52.227-2 Notice And Assistance Regarding Patent And Copyright

Infringement DEC 2007

52.228-5 Insurance - Work On A Government Installation JAN 1997 52.229-3 Federal, State And Local Taxes FEB 2013 52.229-6 Taxes--Foreign Fixed-Price Contracts FEB 2013 52.232-1 Payments APR 1984 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-11 Extras APR 1984 52.232-17 Interest MAY 2014 52.232-18 Availability Of Funds APR 1984 52.232-23 Assignment Of Claims MAY 2014 52.232-25 Prompt Payment JAN 2017 52.232-33 Payment by Electronic Funds Transfer--System for Award

Management JUL 2013

52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business

Subcontractors DEC 2013

52.233-1 Disputes MAY 2014 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection Of Government Buildings, Equipment, And

Vegetation APR 1984

52.237-3 Continuity Of Services JAN 1991 52.239-1 Privacy or Security Safeguards AUG 1996 52.241-11 Multiple Service Locations FEB 1995 52.242-13 Bankruptcy JUL 1995 52.243-1 Changes--Fixed Price AUG 1987 52.244-5 Competition In Subcontracting DEC 1996 52.245-1 Government Property JAN 2017

Page 43: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 43 of 90

52.245-9 Use And Charges APR 2012 52.246-25 Limitation Of Liability--Services FEB 1997 52.248-1 Value Engineering OCT 2010 52.249-2 Termination For Convenience Of The Government (Fixed-

Price) APR 2012

52.249-8 Default (Fixed-Price Supply & Service) APR 1984 252.203-7000 Requirements Relating to Compensation of Former DoD

Officials SEP 2011

252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies

DEC 2008

252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7003 Agency Office of the Inspector General DEC 2012 252.203-7004 Display of Hotline Posters OCT 2016 252.203-7005 Representation Relating to Compensation of Former DoD

Officials NOV 2011

252.204-7000 Disclosure Of Information OCT 2016 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7005 Oral Attestation of Security Responsibilities NOV 2001 252.204-7008 Compliance With Safeguarding Covered Defense Information

Controls OCT 2016

252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

OCT 2016

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting

OCT 2016

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support

MAY 2016

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 Country that is a State Sponsor of Terrorism

OCT 2015

252.211-7007 Reporting of Government-Furnished Property AUG 2012 252.215-7000 Pricing Adjustments DEC 2012 252.215-7002 Cost Estimating System Requirements DEC 2012 252.217-7027 Contract Definitization DEC 2012 252.222-7006 Restrictions on the Use of Mandatory Arbitration Agreements DEC 2010 252.223-7004 Drug Free Work Force SEP 1988 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or

Hazardous Materials SEP 2014

252.225-7004 Report of Intended Performance Outside the United States and Canada--Submission after Award

OCT 2015

252.225-7012 Preference For Certain Domestic Commodities DEC 2016 252.225-7041 Correspondence in English JUN 1997 252.225-7048 Export-Controlled Items JUN 2013 252.226-7001 Utilization of Indian Organizations and Indian-Owned

Economic Enterprises, and Native Hawaiian Small Business Concerns

SEP 2004

252.227-7013 Rights in Technical Data--Noncommercial Items FEB 2014 252.227-7014 Rights in Noncommercial Computer Software and

Noncommercial Computer Software Documentation FEB 2014

252.227-7016 Rights in Bid or Proposal Information JAN 2011 252.227-7017 Identification and Assertion of Use, Release, or Disclosure

Restrictions JAN 2011

252.227-7028 Technical Data or Computer Software Previously Delivered to the Government

JUN 1995

Page 44: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 44 of 90

252.227-7030 Technical Data--Withholding Of Payment MAR 2000 252.227-7037 Validation of Restrictive Markings on Technical Data SEP 2016 252.232-7007 Limitation Of Government's Obligation APR 2014 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor

Personnel JUN 2013

252.239-7000 Protection Against Compromising Emanations JUN 2004 252.239-7010 Cloud Computing Services OCT 2016 252.239-7018 Supply Chain Risk OCT 2015 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished

Property APR 2012

252.245-7002 Reporting Loss of Government Property APR 2012 252.245-7003 Contractor Property Management System Administration APR 2012 252.245-7004 Reporting, Reutilization, and Disposal SEP 2016

CLAUSES INCORPORATED BY FULL TEXT

52.216-18 ORDERING. (OCT 1995)

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through 5 years after date of award (5 year ordering period).

(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.

(c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.

(End of clause)

52.216-19 ORDER LIMITATIONS (OCT 1995)

(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $10,000.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.

(b) Maximum order. The Contractor is not obligated to honor -

(1) Any order for a single item in excess of $200,000,000.00;

(2) Any order for a combination of items in excess of $200,000,000.00; or

(3) A series of orders from the same ordering office within 10 days that together call for quantities exceeding the limitation in paragraph (b) (1) or (2) of this section.

Page 45: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 45 of 90

(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.

(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 15 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.

(End of clause)

52.216-22 INDEFINITE QUANTITY. (OCT 1995)

(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.

(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum". The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum".

(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.

(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 7 years after date of award (includes the ID/IQ ordering period and task order extension of up to 2 years after the ID/IQ expiration as mentioned in Section F.)

(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 30 days.

(End of clause)

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

Page 46: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 46 of 90

(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 5 years from the date of award.(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):

FAR:http://farsite.hill.af.mil/vffara.htm

DFARS:http://farsite.hill.af.mil/vfdfar1.htm

DARS:https://www.ditco.disa.mil/hq/aqinfo.asp

(End of clause)

252.216-7006 ORDERING (MAY 2011)

(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued from 5 years after date of award. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c)(1) If issued electronically, the order is considered ``issued'' when a copy has been posted to the Electronic Document Access system, and notice has been sent to the Contractor. (2) If mailed or transmitted by facsimile, a delivery order or task order is considered ``issued'' when the Government deposits the order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services. (3) Orders may be issued orally only if authorized in the schedule. (End of Clause)

Page 47: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 47 of 90

252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS OUTSIDE THE UNITED STATES (JUN 2015)

(a) Definition. United States, as used in this clause, means, the 50 States, the District of Columbia, and outlying areas.

(b) Except as provided in paragraph (c) of this clause, the Contractor and its subcontractors, if performing or traveling outside the United States under this contract, shall--

(1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a U.S. entity;

(2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a non-transitory basis, register with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country nationals comply with any security related requirements of the Embassy of their nationality;

(3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information commensurate with that which the Department of Defense (DoD) provides to its military and civilian personnel and their families, to the extent such information can be made available prior to travel outside the United States; and

(4) Obtain and comply with the most current antiterrorism/force protection guidance for Contractor and subcontractor personnel.

(c) The requirements of this clause do not apply to any subcontractor that is--

(1) A foreign government;

(2) A representative of a foreign government; or

(3) A foreign corporation wholly owned by a foreign government.

(d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from DISA Industrial Security, (301) 225-1235.

(End of clause)

252.237-7023 CONTINUATION OF ESSENTIAL CONTRACTOR SERVICES (OCT 2010)

(a) Definitions. As used in this clause- (1) Essential contractor service means a service provided by a firm or individual under contract to DoD to support mission-essential functions, such as support of vital systems, including ships owned, leased, or operated in support of military missions or roles at sea; associated support activities, including installation, garrison, and base support services; and similar services provided to foreign military sales customers under the Security Assistance Program. Services are essential if the effectiveness of defense systems or operations has the potential to be seriously impaired by the interruption of these services, as determined by the appropriate functional commander or civilian equivalent. (2) Mission-essential functions means those organizational activities that must be performed under all circumstances to achieve DoD component missions or responsibilities, as determined by the appropriate functional commander or civilian equivalent. Failure to perform or sustain these functions would significantly affect DoD's ability to provide vital services or exercise authority, direction, and control.

Page 48: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 48 of 90

(b) The Government has identified all or a portion of the contractor services performed under this contract as essential contractor services in support of mission-essential functions. These services are listed in the PWS. (c)(1) The Mission-Essential Contractor Services Plan submitted by the Contractor, is incorporated in this contract. (2) The Contractor shall maintain and update its plan as necessary. The Contractor shall provide all plan updates to the Contracting Officer for approval. (3) As directed by the Contracting Officer, the Contractor shall participate in training events, exercises, and drills associated with Government efforts to test the effectiveness of continuity of operations procedures and practices. (d)(1) Notwithstanding any other clause of this contract, the Contractor shall be responsible to perform those services identified as essential contractor services during crisis situations (as directed by the Contracting Officer), in accordance with its Mission-Essential Contractor Services Plan. (2) In the event the Contractor anticipates not being able to perform any of the essential contractor services identified in accordance with paragraph (b) of this clause during a crisis situation, the Contractor shall notify the Contracting Officer or other designated representative as expeditiously as possible and use its best efforts to cooperate with the Government in the Government's efforts to maintain the continuity of operations. (e) The Government reserves the right in such crisis situations to use Federal employees, military personnel, or contract support from other contractors, or to enter into new contracts for essential contractor services. (f) Changes. The Contractor shall segregate and separately identify all costs incurred in continuing performance of essential services in a crisis situation. The Contractor shall notify the Contracting Officer of an increase or decrease in costs within ninety days after continued performance has been directed by the Contracting Officer, or within any additional period that the Contracting Officer approves in writing, but not later than the date of final payment under the contract. The Contractor's notice shall include the Contractor's proposal for an equitable adjustment and any data supporting the increase or decrease in the form prescribed by the Contracting Officer. The parties shall negotiate an equitable price adjustment to the contract price, delivery schedule, or both as soon as is practicable after receipt of the Contractor's proposal. (g) The Contractor shall include the substance of this clause, including this paragraph (g), in subcontracts for the essential services.

(End of clause)

Page 49: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 49 of 90

Section J - List of Documents, Exhibits and Other Attachments

Exhibit/Attachment Table of Contents

DOCUMENT TYPE DESCRIPTION PAGES DATE Attachment 1 ID/IQ Labor Categories 07-NOV-2017 Attachment 2 Solicitation DD254 07-NOV-2017 Attachment 3 Q and A Template 07-NOV-2017 Attachment 4 Pricing Worksheet Final 16-NOV-2017 Attachment 5 Past Performance

Reference Sheets 07-NOV-2017

Attachment 6 Past Performance Questionnaire

07-NOV-2017

Attachment 7 Past Performance Consent Letter

07-NOV-2017

Attachment 8 Offeror Staffing Summary 07-NOV-2017 Attachment 9 Task Order 1 PWS 16-NOV-2017 Attachment 10 Task Order 1 QASP 07-NOV-2017 Attachment 11 Task Order 1 Skill

Summary Matrix 07-NOV-2017

Page 50: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 50 of 90

Section K - Representations, Certifications and Other Statements of Offerors

CLAUSES INCORPORATED BY REFERENCE

52.204-19 Incorporation by Reference of Representations and Certifications.

DEC 2014

52.209-7 Information Regarding Responsibility Matters JUL 2013 52.237-8 Restriction on Severance Payments to Foreign Nationals AUG 2003 252.215-7009 Proposal Adequacy Checklist JAN 2014 252.219-7000 Advancing Small Business Growth SEP 2016 252.225-7003 Report of Intended Performance Outside the United States

and Canada--Submission with Offer OCT 2015

252.239-7017 Notice of Supply Chain Risk NOV 2013

CLAUSES INCORPORATED BY FULL TEXT

52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2017)

(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 541611.

(2) The small business size standard is $15,000,000.

(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)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies.

(2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is currently registered in System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes:

(     ) Paragraph (d) applies.

(     ) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation.

(c) (1) The following representations or certifications in SAM are applicable to this solicitation as indicated:

(i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless—

(A) The acquisition is to be made under the simplified acquisition procedures in Part 13;

(B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or

(C) The solicitation is for utility services for which rates are set by law or regulation.

Page 51: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 51 of 90

(ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000.

(iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation. This provision applies to all solicitations.

(iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management.

(v) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that—

(A) Are not set aside for small business concerns;

(B) Exceed the simplified acquisition threshold; and

(C) Are for contracts that will be performed in the United States or its outlying areas.(vi) 52.209-2; Prohibition on Contracting with Inverted Domestic Corporations--Representation.

(vii) 52.209-5; Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold.(viii) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations.

(ix) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government.

(x) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government.

(xi) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas.

(A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard.

(B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard.

(xii) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas.

(xiii) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity.

(xiv) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity.

(xv) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items.

Page 52: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 52 of 90

(xvi) 52.222-57, Representation Regarding Compliance with Labor Laws (Executive Order 13673). This provision applies to solicitations expected to exceed $50 million which are issued from October 25, 2016 through April 24, 2017, and solicitations expected to exceed $500,000, which are issued after April 24, 2017.Note to paragraph (c)(1)(xvi): By a court order issued on October 24, 2016, 52.222-57 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.

(xvii) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts.

(xviii) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA- designated items.(xix) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation. This provision applies to solicitations that include the clause at 52.204-7.)

(xx) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1.

(xxi) 52.225-4, Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225- 3.

(A) If the acquisition value is less than $25,000, the basic provision applies.

(B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies.

(C) If the acquisition value is $50,000 or more but is less than $77,533, the provision with its Alternate II applies.

(D) If the acquisition value is $77,533 or more but is less than $100,000, the provision with its Alternate III applies.

(xxii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5.

(xxiii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This provision applies to all solicitations.

(xxiv) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certification. This provision applies to all solicitations.

(xxv) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions.

(2) The following representations or certifications are applicable as indicated by the Contracting Officer:

[Contracting Officer check as appropriate.]

      (i) 52.204-17, Ownership or Control of Offeror.       (ii) 52.204-20, Predecessor of Offeror.

      (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.

Page 53: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 53 of 90

      (iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Certification.

      (v) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification.

      (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only).

      (vii) 52.227-6, Royalty Information.

      (A) Basic.

      (B) Alternate I.

      (viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software.(d) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.------------------------------------------------------------------------FAR Clause Title Date Change------------------------------------------------------------------------------ ---------- ------ ------------------------------------------------------------------------------

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM.

(End of provision)

52.209-12 CERTIFICATION REGARDING TAX MATTERS (FEB 2016)

(a) This provision implements section 523 of Division B of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts. (b) If the Offeror is proposing a total contract price that will exceed $5,000,000 (including options), the Offeror shall certify that, to the best of its knowledge and belief, it-- (1) Has [      ] filed all Federal tax returns required during the three years preceding the certification; (2) Has not [      ] been convicted of a criminal offense under the Internal Revenue Code of 1986; and

Page 54: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 54 of 90

(3) Has not [      ], more than 90 days prior to certification, been notified of any unpaid Federal tax assessment for which the liability remains unsatisfied, unless the assessment is the subject of an installment agreement or offer in compromise that has been approved by the Internal Revenue Service and is not in default, or the assessment is the subject of a non-frivolous administrative or judicial proceeding.

(End of provision)

52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (OCT 2014) - ALTERNATE I (SEPT 2015)

(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 541611.

(2) The small business size standard is $15,000,000.00

(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) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (b)(3) of this provision.] The offeror represents as part of its offer that-- (i) It ( ___ ) is, ( ___ ) is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(4)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ---- ___ ------.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (b)(4) of this provision.] The offeror represents as part of its offer that-- (i) It ( ___ ) is, ( ___ ) is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and

(ii) It [ ___ ] is, [ ___ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the

Page 55: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 55 of 90

representation in paragraph (b)(5)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ----- ___ -----.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation.

(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 it ( ___ ) is, ( ___ ) is not a veteran-owned small business concern.

(7) (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(6) of this provision.) The offeror represents as part of its offer that it ( ___ ) is, ( ___ ) is not a service-disabled veteran-owned small business concern.

(8) [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)(8)(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.

(9) (Complete if offeror represented itself as disadvantaged in paragraph (c)(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, 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

Page 56: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 56 of 90

(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.

(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)

52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JULY 2013)

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

Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority.

Page 57: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 57 of 90

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 (c) of this clause. Such a concern is ``not dominant in its field of operation'' when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity.

(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following:

(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.

(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract.

(3) For long-term contracts--

(i) Within 60 to 120 days prior to the end of the fifth year of the contract; and

(ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter.

(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/content/table-small-business-size-standards.

(d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees.

(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update.

(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.

(g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:

The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code      - assigned to contract number      .

(Contractor to sign and date and insert authorized signer's name and title).

Page 58: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 58 of 90

(End of clause)

252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2015)

Substitute the following paragraphs (d) and (e) for paragraph (d) of the provision at FAR 52.204-8: (d)(1) The following representations or certifications in the System for Award Management (SAM) database are applicable to this solicitation as indicated: (i) 252.209-7003, Reserve Officer Training Corps and Military Recruiting on Campus--Representation. Applies to all solicitations with institutions of higher education. (ii) 252.216-7008, Economic Price Adjustment--Wage Rates or Material Prices Controlled by a Foreign Government. Applies to solicitations for fixed-price supply and service contracts when the contract is to be performed wholly or in part in a foreign country, and a foreign government controls wage rates or material prices and may during contract performance impose a mandatory change in wages or prices of materials. (iii) 252.222-7007, Representation Regarding Combating Trafficking in Persons, as prescribed in 222.1771. Applies to solicitations with a value expected to exceed the simplified acquisition threshold.

(iv) 252.225-7042, Authorization to Perform. Applies to all solicitations when performance will be wholly or in part in a foreign country.

(v) 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services from Certain Foreign Entities--Representations. Applies to solicitations for the acquisition of commercial satellite services.

(vi) 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. Applies to all solicitations expected to result in contracts of $150,000 or more. (vii) 252.229-7012, Tax Exemptions (Italy)--Representation. Applies to solicitations when contract performance will be in Italy. (viii) 252.229-7013, Tax Exemptions (Spain)--Representation. Applies to solicitations when contract performance will be in Spain.

(ix) 252.247-7022, Representation of Extent of Transportation by Sea. Applies to all solicitations except those for direct purchase of ocean transportation services or those with an anticipated value at or below the simplified acquisition threshold. (2) The following representations or certifications in SAM are applicable to this solicitation as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] ____ (i) 252.209-7002, Disclosure of Ownership or Control by a Foreign Government. ____ (ii) 252.225-7000, Buy American--Balance of Payments Program Certificate. ____ (iii) 252.225-7020, Trade Agreements Certificate. ____ Use with Alternate I. ____ (iv) 252.225-7031, Secondary Arab Boycott of Israel.

Page 59: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 59 of 90

____ (v) 252.225-7035, Buy American--Free Trade Agreements--Balance of Payments Program Certificate. ____ Use with Alternate I. ____ Use with Alternate II. ____ Use with Alternate III.

____ Use with Alternate IV.

____ Use with Alternate V. (e) The offeror has completed the annual representations and certifications electronically via the SAM Web site at https://www.acquisition.gov/. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in FAR 52.204-8(c) and paragraph (d) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer, and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below ____ [offeror to insert changes, identifying change by provision number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

FAR/DFARS Clause # Title Date Change

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications located in the SAM database.

(End of provision)

252.239-7009 REPRESENTATION OF USE OF CLOUD COMPUTING (SEPT 2015)

(a) Definition. Cloud computing, as used in this provision, means a model for enabling ubiquitous, convenient, on-demand network access to a shared pool of configurable computing resources (e.g., networks, servers, storage, applications, and services) that can be rapidly provisioned and released with minimal management effort or service provider interaction. This includes other commercial terms, such as on-demand self-service, broad network access, resource pooling, rapid elasticity, and measured service. It also includes commercial offerings for software-as-a-service, infrastructure-as-a-service, and platform-as-a-service. (b) The Offeror shall indicate by checking the appropriate blank in paragraph (c) of this provision whether the use of cloud computing is anticipated under the resultant contract. (c) Representation. The Offeror represents that it-- ___ Does anticipate that cloud computing services will be used in the performance of any contract or subcontract resulting from this solicitation. ___ Does not anticipate that cloud computing services will be used in the performance of any contract or subcontract resulting from this solicitation.

Page 60: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 60 of 90

(End of provision)

Page 61: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 61 of 90

Section L - Instructions, Conditions and Notices to Bidders

SECTION L

Instructions, Conditions, and Notices to Offerors or Respondents

INFORMATION TO OFFERORS AND INSTRUCTIONS FOR PROPOSAL PREPARATION

L.1.0 National Leadership Command Capabilities Division (NLCC) Program Engineering Security & Technical (PEST) Indefinite Delivery / Indefinite Quantity (ID/IQ) and Task Order 1

L.1.1 Contract Information

For consideration in developing your proposal, the following information is provided.

This Request for Proposal (RFP) solicits for a single award Indefinite Delivery/ Indefinite Quantity (ID/IQ) Firm-Fixed Price (FFP) contract through a total Small Business set-aside, utilizing a best-value trade-off evaluation method. The resultant contract will be for National Leadership Command Capabilities Division (NLCC) Program Engineering Security & Technical (PEST) support.

A Top Secret Facility Site Clearance is required for this solicitation and contract. A DD254 will be issued with the RFP. All personnel performing work on this contract, to include sub-contractors and Independent Consultants, must possess a current FINAL Top Secret/ Sensitive Compartmented Information security clearance granted by the U.S. Government, and must also be approved as meeting Intelligence Community Directive 704 and JAFAN (Joint Air Force-Army-Navy) 6/4 standards. Offeror shall demonstrate that 100% of the individuals performing on this contract will be TS/SCI cleared with the ability to be read on to the DISA program on the effective dates of the contract.

The purpose of these instructions are to establish uniform evaluation procedures by the Source Selection Evaluation Teams (SST) for the development of the Best Value Decision by the Source Selection Authority (SSA) using the Trade-Off Process (See Federal Acquisition Regulation 15.101-1). In as much as the proposal shall describe the capability of the Offeror to perform the resulting contract, the proposal shall be specific and complete in every detail as well as be prepared simply and economically, providing a straightforward and concise description of capabilities to satisfactorily perform the contract.

L.2.0 General Instructions

(a) This 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 must include all data and information requested by the RFP and must be submitted in accordance with these instructions. The offer shall be compliant with the requirements as stated in the ID/IQ and Task Order 1 Performance Work Statement (PWS). Non-conformance with the instructions provided in this Information to Offerors may result in removal of the proposal from further evaluation.

(b) The 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 rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience and will base its evaluation on the information presented in the offeror's proposal.

Page 62: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 62 of 90

(c) Elaborate brochures or documentation, binding, detailed art work, internet hyperlinks, or other embellishments are unnecessary and are not desired.

(d) The proposal acceptance period is 180 days. The Offeror shall make a clear statement in Volume V- Contract Documentation that the proposal is valid through this date.

(e) In accordance with FAR Subpart 4.8 (Government Contract Files), the Government will retain one copy of all unsuccessful proposals. Unless the Offeror requests otherwise, the Government will destroy extra copies of such unsuccessful proposals.

L.2.1 General InformationL.2.1.1 Point(s) of ContactThe Contracting Officer (KO) and the Contracting Specialist(s) (CS) are the sole points of contact for this procurement. Address any questions or concerns you may have to the KO & CS. Written requests for clarification must be sent to the KO, Quinton Smith, [email protected] and CS, Michelle Rand, [email protected]. Oral communications are not permissible.

L.2.1.2 DebriefingsThe KO will notify offerors of any decision to exclude them from the competitive range; whereupon, they may request and receive a debriefing in accordance with FAR 15.505. Offerors excluded from the competitive range may request a pre-award debriefing or they may choose to wait until after the source selection decision to request a post-award debriefing. However, offerors excluded from the competitive range are entitled to no more than one debriefing for each proposal. The KO will notify unsuccessful offerors in the competitive range of the source selection decision in accordance with FAR 15.506. Upon such notification, unsuccessful offerors may request and receive a debriefing. Offerors desiring a debriefing must make their request in accordance with the requirements of FAR 15.505 or 15.506, as applicable. L.2.1.3 DiscrepanciesIf an offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the offeror shall immediately notify the KO in writing 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, therefore, the offeror’s initial proposal should contain the offeror’s best terms from a price and technical standpoint.

L.2.1.4 Electronic Reference Documents All referenced documents for this solicitation are available on the Federal Business Opportunities (FedBizOpps) web site at http://www.fedbizopps.gov. Potential offerors are encouraged to subscribe for real-time e-mail notifications when information has been posted to the website for this solicitation. The Government shall communicate all formal information regarding this solicitation via the FedBizOpps website. This is the only mechanism by which offerors will have access to this solicitation documentation released by the Government. It is the exclusive responsibility of interested/prospective contractors to gain access to and retain an account with FedBizOpps. Any and all technical, connectivity, or other access-related issues (electronic or physical) regarding the FedBizOpps must be directed to the FedBizOpps systems administrators, Federal Service Desk (FSD) by phone at 1-866-606-8220. The KO for this solicitation has no influence over FedBizOpps regulations, policy and protocol.

L.2.1.5 CommunicationsExchanges of source selection information between Government and offerors will be controlled by the KO. Email may be used to transmit such information to offerors only if the email can be sent and received encrypted and includes “Source Selection Information – See FAR 2.101 & 3.104” in the Subject

Page 63: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 63 of 90

line. Otherwise, source selection information will be transmitted via United States Post Office, commercial carrier like Federal Express or pick-up/delivery by a local representative.

L.2.1.6 Competitive Range DeterminationThe Government reserves the right to make award without discussions or establishment of a competitive range. In the event a competitive range is established and the KO 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 KO may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition. In accordance with FAR Part 15.306(c) (2), Offerors are advised that the competitive range may be further reduced for purposes of efficiency.

L.2.1.7 Special Notice to OfferorsThe Government's obligation under this contract for all option periods is contingent upon the availability of funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the KO for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the KO. The Government reserves the right to begin services for the contract based upon funds available. The award will be based on the successful offeror's proposal submitted in accordance with Section L herein.

L.2.2 Organization/Number of Copies/Page LimitsThe Offeror shall prepare the proposal as set forth in the Proposal Organization Table (Table 1.1 below). The titles and contents of the volumes shall be as defined in this table, all of which shall be within the required page limits and with the number of copies as specified. The contents of each proposal volume are described in Section L.3 – L.7. Instructions for Preparation of Proposal Content as noted in the table below.

Table 1.1 - Proposal Organization

VOLUMERFP

PARAGRAPH REFERENCE

VOLUME TITLE PAGE LIMIT

I L.3.0 Executive Summary

Part A L.3.1 Narrative Shall not exceed 3 pages

Part B L.3.2 Master Table of Contents No LimitPart C L.3.3 Glossary/ Acronym List No Limit

II L.4.0 Technical/Management Volume (ID/IQ and Task Order 1)

Part A L.4.2.2.1 Table of Contents No LimitPart B L.4.2.2.2 List of Tables and Drawings No Limit

Part C L.4.2.2.3 Technical Approach (including SCRM plan) to include ID/IQ and Task Order 1

Shall not exceed 30 pages. SCRM Plan

has no page limitations and does

not count towards the 30 pages listed

above.

Part D L.4.2.2.4 Management Approach to include ID/IQ and Task Order 1

Shall not exceed 15 pages

Part E L.4.2.2.5 Offeror Staffing Summary Spreadsheet No LimitPart F L.4.2.2.6 Letters of Intent No LimitPart G L.4.2.2.7 Resumes of Key Personnel Resumes shall not

Page 64: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 64 of 90

exceed 3 pages for each resume

proposed. III L.5.0 Past Performance Volume

Part A L.5.4.1 Summary Shall not exceed 2 pages

Part B L.5.4.2 Past Performance References Shall not exceed 3 pages per effort.

Part C L.5.4.3 Consent Letters 1 page per referenceIV L.6.0 Price Volume

Part A L.6.2.1 Introduction Shall not exceed 2 pages

Part B L.6.2.2 Price Narrative No Limit

Part C L.6.2.3 Government Provided Excel Workbook (ID/IQ and Task Order 1) No Limit

V L.7.0 to 7.2.4 Contract Documentation No Limit

L.2.2.1 Page LimitationsPage limitations shall be treated as maximums. If exceeded, the excess pages may not be read or considered in the evaluation of the proposal. Page limitations may be placed on responses to Evaluation Notices (ENs). The specified page limits for EN responses will be identified in the letters forwarding the ENs to the offerors. Page limitations shall not be circumvented by including inserted text boxes/pop-ups or internet links to additional information; such inclusions are not acceptable and will not be considered part of the proposal. The Government reserves the right not to consider for award any proposal that does not adhere to the administrative requirements of this solicitation. Each page shall be counted except as identified above. Pages shall be numbered per volume.

L.2.2.2 Page Size and Format

L.2.2.2.1 A page is defined as each face of a sheet of paper containing information. When both sides of a sheet display printed material, it shall be counted as two pages. Page size shall be 8.5 x 11 inches, not including foldouts. Pages shall be single spaced with space between paragraphs. Except for the reproduced sections of the solicitation document, the text size shall be no less than 11 point Arial or Times New Roman font for all text. Tracking, kerning, and leading values shall not be changed from the default values of the word processing or page layout software. Use at least one inch margins on the top and bottom and side margins. Pages shall be numbered sequentially by volume. These page format restrictions shall apply to responses to ENs. These limitations shall apply to electronic proposals.

L.2.2.2.2 Legible tables, charts, graphs and figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. For tables, charts, graphs and figures, the text shall be no smaller than 10 point Arial or Times New Roman font for all text included in a table.

L.2.2.3 Pricing InformationAll pricing information shall be addressed ONLY in the Price Proposal Volume.

L.2.2.4 Cross-ReferencingTo the greatest extent possible, each volume shall be written on a stand-alone basis so that its contents may be evaluated with a minimum of cross referencing to other volumes of the proposal. Information required for proposal evaluation which is not found in its designated volume will be assumed to have

Page 65: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 65 of 90

been omitted from the proposal. Cross-referencing within a proposal volume is permitted where its use would conserve space without impairing clarity.

L.2.2.5 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.

L.2.2.6 LabelingEach volume of the proposal should be separately labeled. A cover sheet should be provided in each volume, clearly marked as to the volume number, title, solicitation identification, and the offeror’s name. The Contractor shall apply all appropriate markings including those prescribed in accordance with FAR 3.104-4, Disclosure, Protection, and Marking of Contractor Bid or Proposal Information and Source Selection Information.

L.2.2.7 Glossary of Abbreviations and AcronymsA glossary of all abbreviations and acronyms used, with an explanation for each shall be provided as part of the executive summary. Glossaries of Abbreviations and Acronyms do not count against the page limitations.

L.2.2.8 Classified InformationYour response should not include classified information. If an Offeror believes its response must include classified information in order to be responsive to this solicitation, the Offeror shall immediately notify the KO and Contract Specialist in writing with specific rationale.

L.2.3. QuestionsQuestions regarding this RFP shall be submitted using the Blank Question and Response template, Attachment 3. All questions (technical or otherwise) must be submitted via email (subject line: “Questions HC1047-18-R-4002”) to [email protected] and [email protected] at any time but no later than 4:00 p.m EDT., on 24 November 2017. Questions and/or comments received after the specified date/time may not be addressed by the Government. All questions and answers will be published to the FedBizOpps portal once addressed. No oral communications are permissible.

L.2.4. Electronic Submission of OfferIn order to respond to this solicitation, electronic proposals are to be submitted in lieu of paper copies. The maximum size of each email transmission to the KO and Contract Specialist shall not exceed 20 MBs. Compressed files are not permitted given that zip files are stripped from emails IAW DISA’s security policy. The electronic copies of the proposal shall be submitted in a format readable by Microsoft (MS) Office Word 2010, MS Office Excel 2010, or Adobe Acrobat XI Pro, as applicable. For electronic copies, indicate on each document the volume number and title. Use separate files to permit rapid location of all portions, including subfactors, exhibits, annexes, and attachments, if any. Efforts by the Government to clarify or expedite installation of electronic proposal submissions, in accordance with FAR 15.207(c), will not be considered discussions. The Government is under no obligation to seek clarification regarding electronic proposal submissions if submissions cannot be opened or accessed.

It is the Offeror’s responsibility to assure its proposal is received by the date and time specified below. Complete proposal packages must be received by the time and date for which proposals are due in order to be considered for award. Responses received after the time and date for which proposals are will be considered late and will not be considered. Responses must be submitted electronically to the following:

Contract Specialist, Michelle Rand at [email protected]

Page 66: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 66 of 90

Contracting Officer, Quinton Smith at [email protected]

PROPOSAL DUE DATE: See Block 9 of the solicitation

It is the sole responsibility of the Offeror to ensure that the electronic files submitted are virus free and can be opened and read by the Government. Proposal submissions shall not be locked, encrypted, or otherwise contain barriers to opening. The Government strongly recommends that the Offeror test the files on more than one internal machine and more than one machine type or platform to ensure proposals are entirely virus free and accessible to the Government on any platform. In the event any file is corrupted or un-openable, the Offeror’s proposal may be rejected.

L.3.0 Volume I: EXECUTIVE SUMMARYIn the executive summary volume, the offeror shall provide the following information:

L.3.1 Part A- Narrative The narrative summary of the entire proposal should be concise, to include addressing the significant risks, and highlighting any key or unique features, excluding price. The salient features should tie in with Section M evaluation factors/subfactors. Any summary material presented here shall not be considered as meeting the requirements for any portions of other volumes of the proposal.

The Offeror should explain and provide their overall approach and supporting rationale for how they will execute the requirements of the contract.

L.3.2 Part B- Table of ContentsInclude a master table of contents of the entire proposal.

L.3.3- Part C - Glossary / Acronym ListInclude a master glossary / acronym list defining all acronyms utilized throughout the proposal.

L.4.0 Volume II: TECHNICAL/MANAGEMENT VOLUME

L.4.1 General The Technical/Management Volume should be specific and complete. Legibility, clarity, andcoherence are very important. Your responses will be evaluated against the technical/management subfactors defined in Section M, Evaluation Factors for Award. Using the instructions provided below, provide as specifically as possible the actual methodology you would use for accomplishing/satisfying these subfactors. All the requirements specified in the solicitation are mandatory. Do not merely reiterate the objectives or reformulate the requirements specified in the solicitation.

L.4.2 Format and Specific Content

L.4.2.1 Technical/Management Volume In the Technical/Management volume, address your proposed approach to meeting or exceeding the minimum performance or capability requirements of each technical/management subfactor, as well as the risks in your proposed approach in terms of technical/performance, cost, and/or schedule. The offeror shall include in this technical/management proposal the technical/management approach for the ID/IQ contract, as well as Task Order 1. The proposal for Task Order 1 will be evaluated in conjunction with the ID/IQ proposal for the purpose of making best value determination. The Government intends to award Task Order 1 at the same time as the issuance of the ID/IQ.

Page 67: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 67 of 90

L.4.2.1.1 Technical/Management RiskAddress technical/management risk by identifying those aspects of the proposal you consider to have the potential for disruption of schedule, increased cost, poor performance, the need for increased Government oversight, and/or the likelihood of unsuccessful contract performance. Describe the impact of each identified risk in terms of its potential to interfere with or prevent the successful accomplishment of other contract requirements (e.g., PWS or specification requirements), whether or not those requirements are identified as subfactors. Propose a realistic "work-around" or risk mitigators for identified risks that will eliminate or reduce risk to an acceptable level. Identify any new risks introduced by such risk mitigation.

L.4.2.2 Volume OrganizationThe Technical/Management volume shall be organized according to the following general outline:

Part A Table of ContentsPart B List of Tables and DrawingsPart C Technical Approach (ID/IQ and Task Order 1)Part D Management Approach (ID/IQ and Task Order 1)Part E Staffing Summary SpreadsheetPart F Letters of IntentPart G Resumes of Key Contract Personnel

L.4.2.2.1 Part A – Table of Contents. Submit a Table of Contents for Volume II.

L.4.2.2.2 Part B – List of Tables and Drawings. Include a list of Tables and Drawings utilized throughout the Technical / Management Volume.

L.4.2.2.3 Part C –Technical Approach

The offeror’s Technical Capabilities proposal should describe their capabilities to execute all tasks specified in Section 6 of the attached ID/IQ and Task Order 1 Performance Work Statement (PWS). It should clearly describe their approach to fully meet or exceed the requirements of the ID/IQ and Task Order 1 PWS. Additionally the offeror shall describe experience in executing work in this arena. This subfactor should also describe where the offeror sees risk and how they would solve, mitigate or reduce risks. Proposals should clearly show how the offeror will accomplish the tasks and why they have chosen that particular course.

L.4.2.2.3.1 Subfactor 1: Security Clearances

All proposed personnel performing work at the ID/IQ level (at time of proposal submission) and Task Order 1, to include sub-contractors and Independent Consultants, must possess a current FINAL Top Secret/ Sensitive Compartmented Information security clearance granted by the U.S. Government, and must also be approved as meeting Intelligence Community Directive 704 and JAFAN (Joint Air Force-Army-Navy) 6/4 standards. The Offeror shall demonstrate that 100% of the individuals performing at the ID/IQ and Task Order 1 will be TS/SCI cleared with the ability to be read on to the DISA program on the effective dates of the contract. Offeror shall submit a signed and certified letter stating that all personnel who will staff this contract hold a current TS/SCI clearance at time of proposal submission and that they will be available for full time assignment starting on day 1 of Task Order 1 performance or within the first two weeks of the period of performance. Offerors shall submit Letters of Intent from all personnel who will staff this contract to demonstrate that it possesses the ability to meet the Government’s requirement. Letters of Intent must be signed by each of the personnel who will staff this contract, and must specify

Page 68: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 68 of 90

that the individual holds a current TS/SCI clearance and will be available to begin performance on day 1 of Task Order 1 performance or within the first two weeks of the period of performance.

L.4.2.2.3.2 Subfactor 2: Supply Chain Risk Management (SCRM)The Offeror shall submit for Government evaluation and approval an acceptable Supply Chain Risk Management Plan. The plan must provide a systematic process for managing supply chain risk by identifying susceptibilities, vulnerabilities, and threats for the products and services rendered under this contract, as identified in the services column of the ID/IQ PWS SCRM section 15.j. and developing mitigation strategies to combat those threats.

L.4.2.2.3.3 Subfactor 3: Technical CapabilitiesThe Government will evaluate the offeror’s ability to demonstrate a complete understanding of the scope, objectives, and taskings outlined in the ID/IQ and Task Order 1 PWS, and their plan to meet or exceed the tasks and subtasks from Section 6 of both PWSs.

The offerors will be evaluated on their responses to the below PWS Tasks.

Telecommunication Network – Optical Engineering Support, PWS Section 6.2.1 (Refer to Task Order 1 PWS)The offeror shall address in their proposal how they shall provide Telecommunication Network – Optical Engineering support for the implementation and operational support of environments containing fiber optic transmission systems and DoDIN Infrastructure and Enterprise Services. Standards:

The offeror’s proposal conveys a sufficient understanding of designing, implementing, testing and maintaining of optical telecommunications networks.

The offeror’s proposal conveys a sufficient understanding of the DoDIN infrastructure and enterprise services.

The Offeror’s proposal conveys a sufficient understanding of planning, architecture, engineering, integration, and implementation of large scale optical network projects and programs that require a mission essential mindset with performance of key task to support the Government during times of natural disaster, war, and other times of unspecified crisis.

The Offeror’s proposal conveys a sufficient understanding of how to provide implementation and operational support for environments containing fiber optic transmission systems equipment (e.g., terminal optical line amplifiers, optical add/drop multiplexers and outside and inside plant equipment to include fiber optic patch panels and the like).

The Offeror’s proposal conveys a sufficient understanding of how to conduct technical site surveys, develop engineering design packages, drawing up presentations to include Analyses of Alternatives, white papers, Engineering Change Request and other engineering documentation in support of engineering/system engineering related tasks.

Consultant Engineering Support, (Refer to Task Order 1 PWS Section 6.2.4)The offeror shall address in their proposal how they shall provide consultant engineering support for the implementation and operational support of multiple information transport system to include DoDIN Infrastructure and Enterprise Services. Standards:

The Offeror’s proposal conveys a sufficient understanding of planning, designing, architecting, implementing, testing and maintaining transport networks to include Radio Frequency (RF) and optical based systems.

Page 69: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 69 of 90

The Offeror’s proposal conveys a sufficient understanding of the DoDIN space, terrestrial, and subsea infrastructures and enterprise services as well as National and International Telecom standards.

The Offeror’s proposal conveys a sufficient understanding of planning, architecture, engineering, integration, quality assurance, implementation and sustainment of large scale information transport and information services that require a mission essential mindset with performance of key task to support the Government during times of natural disaster, war, and other times of unspecified crisis.

The Offeror’s proposal conveys a sufficient understanding of how to provide implementation, integration, and operational support for environments containing fiber optic transmission systems equipment (e.g., terminal optical line amplifiers, optical add/drop multiplexers and outside and inside plant equipment to include fiber optic patch panels and the like).

The Offeror’s proposal conveys a sufficient understanding of how to develop engineering design packages, drawing up presentations to include Analyses of Alternatives, white papers, Engineering Change Request and other engineering documentation in support of engineering/system engineering related tasks.

The Offeror’s proposal conveys a sufficient understanding of the management of program level engineering efforts.

Information System Security Management, (Refer to Task Order 1 PWS Section 6.3.3): The offeror shall address in their proposal an understanding, knowledge, and an approach to perform cybersecurity (monitor, audit, analyze) enterprise information systems support for events to include unauthorized access, insider threat, hacking or penetration attempts from known threats, identifying presence of unauthorized software or malicious code on both classified and unclassified networks, such as Active Directory, firewalls, intrusion detection systems, log files, and remote access servers.

L.4.2.2.4 Part D –Management Approach

L.4.2.2.4.1 Subfactor 4- ID/IQ and Task Order 1 Management/StaffingThe Government will evaluate the offeror's ability to demonstrate a clear and sufficient management approach/methodology for the execution of the requirements of the ID/IQ and Task Order 1 PWS. The offeror shall provide a Program Management Plan, which shall include a detailed description of how the contractor intends to perform the tasks identified in this Performance Work Statement throughout the lifecycle of the contract. The Program Management Plan shall include a Transition Plan which provides the offeror’s approach to provide appropriate staffing levels on day 1 to ensure continuity of services while ramping up to be fully staffed within the first two weeks of Task Order 1 performance.The offeror shall describe how they will track and manage all resources to support the scope, objectives, and tasks outlined in the Task Order 1 PWS. The offeror’s proposed staffing approach shall include the following: (1) proposed approach to attract, recruit, hire, train and retain professionally credentialed management personnel and trained and certified technical personnel to meet the requirements of the ID/IQ and Task Order 1; (2) proposed approach to ensure continuity of services during personnel absences due to sickness, leave and voluntary or involuntary termination from employment (3) proposed process used to identify all personnel that hold Top Secret Clearance at time of proposal submission and during contract administration; (4) proposed process used by contractor to ensure fully-trained, top-quality personnel are provided to meet or exceed all requirements of the Performance Work Statement (PWS). The Government offeror shall provide a mix of labor categories and labor hours to meet or exceed the requirements of the Task Order 1 PWS, Section 6.

Page 70: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 70 of 90

L.4.2.2.5 Part E– Offeror Staffing Summary SpreadsheetThe offeror shall complete the Offeror Staffing Summary Spreadsheet (attachment 8) that provides a high level overview of the staffing for this effort for any proposed support at the ID/IQ level (ID/IQ PMO support) and for Task Order 1.

Letters of Intent and Resumes are not required for OPTIONAL TASKS (Task Order 1 PWS Section 6.3.7)

L.4.2.2.6 Part F –Letters of IntentOfferors shall submit Letters of Intent from all personnel who will staff this contract to demonstrate it has met this requirement. Letters of Intent must be signed by each of the personnel who will staff this contract, if awarded and must specify that the individual holds a current TS/SCI clearance and will be available to begin performance on day 1 of Task Order 1 performance or within the first two weeks of the period of performance.

Letters of Intent are not required for OPTIONAL TASKS (Task Order 1 PWS Section 6.3.7)

L.4.2.2.7 Part G –Resumes and Commitment Letters of Key PersonnelThe offeror shall submit Key Personnel resumes. The Labor Category descriptions are defined in Attachment 1- ID/IQ Labor Categories and Attachment 11- Task Order 1, Skills Summary Matrix, as well as the Key Personnel Sections of the PWS. The offeror shall provide resumes for all Key Personnel for evaluation purposes. Resumes shall not exceed three (3) pages each and do not count towards the volume page limitations. Resumes should include applicable certifications, education and experience. Resumes should clearly describe experience in terms of years, skills, positions and levels (senior, junior, entry level). It is critical that the offeror has properly provided key personnel with relevant expertise and qualifications who are ready and available. Key Personnel resumes submitted without commitments of Key Personnel may not be considered for evaluation. Commitment shall be demonstrated by the signed letters of intent submitted in Part F. Proof of commitment does not count against any page limits.

Resumes are not required for OPTIONAL TASKS (Task Order 1 PWS Section 6.3.7).

L.5.0 Volume III: PAST PERFORMANCE VOLUME

L.5.1 GeneralEach Offeror shall submit a past performance volume with its proposal, containing past performance information in accordance with the format contained in this Attachment 5, Past and Present Performance References. Offeror shall submit no more than three (3) total recent past/present performance efforts for evaluation, and each cited past performance shall not exceed three (3) pages. 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 performance.

Along with the information required in this paragraph, the Offeror shall submit a consent letter executed by each subcontractor, teaming partner, and/or joint venture partner, authorizing release of past performance information to the Offeror so the Offeror can respond to such information. Consent letters cannot exceed more than one page.

L.5.2 Recent Contracts

Recent efforts are those which have been performed during any portion of the last three (3) years from date of issuance of this RFP, including those efforts currently being performed. For those efforts

Page 71: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 71 of 90

currently being performed, the offeror must have been performing for at least six (6) months from the date of issuance of this RFP. Past performance information that fails this condition will not be further evaluated.

L.5.3 Relevant Contracts

Relevancy is determined by assessing whether the past performance effort proposed is relevant to the Technical/ Management subfactors and the Price Factor contained in the RFP. The scope and magnitude of Task Order 1 shall be considered for relevancy.

L.5.4 Specific Content 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 efforts accomplished by the offeror to resolve problems encountered on prior contracts as well as past efforts to identify and manage program risk. Merely having problems does not automatically equate to a limited or no confidence rating, since the problems encountered may have been on a more complex program, or an offeror may have subsequently demonstrated the ability to overcome the problems encountered. The offeror is required to clearly demonstrate management actions employed in overcoming problems and the effects of those actions in terms of improvements achieved or problems rectified. Categorize the relevant information into the specific technical/management subfactors used to evaluate the proposal.

The Past Performance volume will be organized according to the following general outline:

L.5.4.1 Part A- SummaryIn accordance with the page limitations set forth in Table 1.1, describe the roles of the Offeror, subcontractors, teaming partners, and/or joint venture partners.

L5.4.2 Part B- Present and Past Performance Reference Sheets and QuestionnairesOfferor shall submit no more than three (3) total recent past/present performance efforts for evaluation, and each cited past performance shall not exceed three (3) pages. (Note: Individual task orders under an ID/IQ contract are each considered to be one (1) past/present performance effort.) Information on up to two (2) recent contracts performed by an Offeror’s significant teaming partners/subcontractors and significant subcontractors considered most relevant in demonstrating their ability to perform the proposed effort may be submitted. The Government considers a significant subcontractor and/or teaming partner to be a company who provides 20% or more of the support required, and /or company who provides a critical portion of the effort required and/or influences the results of performance. The maximum number of past performance efforts submitted by the prime Offeror and its teaming partners may not exceed three (3) total. Therefore, it two (2) subcontractor efforts are submitted, then maximum number of efforts submitted by the prime would be one (1) effort. Submit information using the format contained in the Past and Present Performance Information attachment to the solicitation. Include rational supporting your assertion of relevance.

The Offeror shall provide the Past Performance Questionnaire and Cover Letter, attachment 6, to each of the customer Points of Contact identified for each of the relevant past performance efforts. In order to expedite the assessment process, the Offeror may complete Sections 1 and 2 of the Past Performance Questionnaire for the convenience of the Points of Contact. The Offeror shall not, however, complete any other section of the Past Performance Questionnaire. Once the questionnaires are completed by the POCs, the information contained therein shall be considered Source Selection Information in accordance with FAR 2.101 and 3.104 and shall not be released to the Offeror. Past Performance Questionnaires submitted for any Offeror’s team member shall clearly indicate the name of the Offeror within the

Page 72: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 72 of 90

questionnaire. Early submission of the Past Performance Questionnaires is encouraged. Questionnaires shall be sent directly via email to the Contract Specialist, Michelle Rand at [email protected] and the Contracting Officer, Quinton Smith at [email protected] no later than the proposal due time and date from the customer filling out the form. However, offerors should provide a copy of the sent questionnaires with their proposal.

Note: Individual task orders or call orders under an ID/IQ contract, GSA Schedule contract, or Blanket Purchase Agreement (BPA) are each considered to be one past/present performance effort. IDIQ contracts, GSA Schedule contracts, or BPAs submitted as references without an associated task order or with multiple task/call orders, will not be considered in the past performance evaluation.

L.5.4.3 Part C- Consent LettersIn accordance with the page limitations set forth in Table 1.1, the Offeror shall provide subcontractors, teaming partners, and/or joint venture partners consent or client authorization letters executed by each. These letters authorize the release of past performance information so the Offeror can respond to such information. A sample consent letter is provided at Attachment 7.

L.6.0 Volume IV– FACTOR 3: PRICE

L.6.1 General InstructionsThe following instructions are applicable to the prime offeror, subcontractors, teaming partners and joint venture partners. This section is to assist you in submitting information other than certified cost and pricing data that is required to evaluate the reasonableness and completeness of your proposed price. The Government will verify that all solicitation requirements have been priced, figures are correctly calculated, and prices are presented in a clear and useful format. Note that unreasonably high proposed prices, initially or subsequently, may be grounds for eliminating a proposal from competition. Additionally, unbalanced pricing poses an unacceptable risk to the Government and may be a reason to reject an offeror’s proposal.

The Offeror shall submit a schedule in accordance with the Government provided Excel Workbook (Attachment 4) and a methodology for this factor. Pricing shall not be provided in any other part of the proposal. The period of performance shall be one five-year ordering period.Offerors will propose fixed-price ceiling rates for the ID/IQ contract based on one year increments. The yearly cycles will start on the date of award. Offerors must also propose labor hours and rates for Task Order 1. Labor rates for Task Order 1 may not exceed the ceiling rates for the applicable labor categories proposed for the ID/IQ contract, but they may be discounted from those ceiling rates. Additionally, Offerors shall propose rates for a six month option extension if FAR Clause 52.217-8, “Option to Extend Services” is utilized. Proposed ID/IQ ceiling rates for the potential six-month extension under FAR Clause 52.217-8 must be identical to the rates proposed for Year 5 of the ID/IQ contract. For evaluation purposes, proposed Task Order 1 labor rates for the potential six-month extension under FAR Clause 52.217-8 must be identical to the rates proposed for the final option period. No subcontractor rates are required or permitted. In Task Orders, subcontractors fully burdened labor rates will be subject to the prime Offeror’s fixed price ceiling rates for fixed priced Task Orders/CLINS.

Each Offeror shall input their proposed rates into the Government provided Excel Workbook. Offerors should assume a 1 February 2018 start date. All applicable Labor Categories for the ID/IQ contract will have an associated number of hours based on the anticipated work needed for future Task Orders. Descriptions of the Labor Categories are provided in Attachment 1. Offerors shall input direct labor rates and indirect rates to include profit/fee. Indirect rates will be in accordance with Cost Accounting Standards. Rates will be calculated for both CONUS-site and OCONUS-site personnel. Offerors will

Page 73: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 73 of 90

insert rates into the Government provided Excel Workbook to calculate it’s proposed fully burdened labor rate for each labor category. Offerors shall apply their indirect rates in accordance with its Cost Accounting Disclosure Statement. DO NOT place hard coded numbers in the spreadsheet to calculate the fully burdened labor rates. See the “Instructions” tab in the Government provided Excel Workbook. The spreadsheet will calculate the total proposed price for the Offeror. The total fully burdened rate for each labor category will be the capped ceiling for that labor category for firm-fixed-priced Task Orders. This is the maximum rate for the labor category for use when proposing on Task Orders. Offerors may propose less than these rates on Task Orders.

Only the total proposed price will be used for tradeoffs between price and non-price factors. The total proposed price will consist of the proposed price of the ID/IQ contract (5 year ordering period and the option pricing for the additional 6-month period in accordance with FAR 52.217-8) and the proposed price of Task Order 1 ( 1-year base, plus 4, 1-year options and the additional 6-month period IAW FAR 52.217-8.)

L.6.1.1 Price Reasonableness and CompletenessThis solicitation is being made under anticipated conditions of adequate competition. This section is to assist you in submitting information other than certified cost or pricing data that is required to evaluate the reasonableness and completeness of your proposed price. Should the KO determine that conditions of adequate competition do not exist, and no exceptions apply, the Offeror may be required to provide certification of current cost or pricing data in accordance with FAR 15.406-2. The Government will verify that all solicitation requirements have been priced, figures are correctly calculated, and prices are presented in a clear and useful format. Note that unreasonably high proposed prices, initially or subsequently, may be grounds for eliminating a proposal from competition. Additionally, unbalanced pricing poses an unacceptable risk to the Government and may be a reason to reject an Offeror’s proposal. Price submissions should be sufficiently detailed to demonstrate their reasonableness. As this is a competed Firm Fixed Price effort, competition is largely determinative of price reasonableness.

L.6.1.2 Price InformationPricing submitted for the ID/IQ (5 year ordering period including option pricing for an additional six-month period that may be authorized IAW FAR 52.217-8 "Option to Extend Services" ) and Task Order 1 ( 1-year base period, 4 1-year options, and the 6 month extension of services) will be added together to determine an overall price for purposes of evaluation and trade-off. See FAR 52.217-8 which authorizes the Government to require continued performance of any services within the limits and at the rates specified in the contract. The pricing proposal should include separate line items by CLIN for the additional six-month period IAW FAR 52.217-8. These prices shall be identical to the proposed pricing in the six months prior to expiration of the ID/IQ. Fully loaded labor rates for the ID/IQ ordering period will be incorporated into Schedule B and related B-Tables upon Contract award and used as a capped ceiling rate for all fixed price orders placed post-ID/IQ award.

L.6.1.3 Supplemental Price InformationInformation beyond that required by this instruction shall not be submitted, unless you consider it essential to document or support your cost/price position. All information relating to the proposed price, including all required supporting documentation must be included in the section of the proposal designated as the Price Volume. Under no circumstances shall this information and documentation be included elsewhere in the proposal .

L.6.1.4 Pricing Information RequirementsIn accordance with FAR 15.403-1(b) and 15.403-3(a), data other than certified cost or pricing data may be required to support price reasonableness. Information shall be provided in accordance with FAR

Page 74: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 74 of 90

15.403-5. If, after receipt of proposals, the KO determines the required conditions of adequate competition do not exist and that there is insufficient information available to determine price reasonableness and none of the exceptions in FAR 15.403-1 apply, the offeror may be required to certify its submitted cost or pricing data (see: FAR 15.406-2 -- Certificate of Current Cost or Pricing Data).

Offeror and its subcontractor(s) shall provide whatever information is necessary to help the Government understand why the proposed prices are reasonable in its Price Narrative Document. Offeror and its subcontractor(s) shall disclose the location (CONUS or the OCONUS site per the PWS) of each proposed labor category in its price/cost proposal.

L.6.2 Volume OrganizationThe Price Volume shall consist of the following sections:

L.6.2.1 Part A - IntroductionThe offeror shall describe their methodology used to establish their price. The Offeror shall provide information describing and detailing the evaluation it performed to determine the reasonableness of subcontractor prices on hourly labor rates. This analysis shall be provided to the KO and may be submitted in accordance with the Offeror’s internal accounting procedures; there is no specified format. The prime contractor shall also specify what type of contract (firm-fixed-price, cost-reimbursement etc.) is proposed for each subcontractor. For any subcontractor proposed at or above the Truth In Negotiations Act (TINA) threshold, the Offeror shall provide, or instruct the subcontractor to provide evidence of accounting system adequacy if the subcontractor is performing on any basis other than Firm Fixed Price (FFP) or Time and Materials (T&M).

L.6.2.2 Part B- Price NarrativeThe price narrative shall provide whatever information is necessary to help the Government understand why the proposed prices are reasonable. Each Offeror's price proposal shall contain sufficient quantitative and narrative documentation necessary to adequately support and explain the prices proposed, to include subcontractor proposed prices.

L.6.2.3 Part C - Price Summary SpreadsheetOfferors are required to use the Government-provided Microsoft Excel Workbooks to submit the cost and pricing data supporting its proposed price, Attachment 4.

The price proposal shall be submitted using an .xls file (MS-Excel 2010) compatible format. The Microsoft Excel spreadsheet shall include all formulas and calculations and NOT be hard-numbered. Failure to comply with this section may result in Offeror’s cost submission being determined non responsive. DO NOT SUBMIT a .pdf file.

The Offeror’s spreadsheet shall also include option pricing for an additional six-month period that may be authorized IAW FAR 52.217-8.

The Offeror is required to submit prices for all labor categories proposed in accordance with the Performance Work Statement. The Offeror shall complete a labor rate tab in the workbook that encompasses fully-loaded/burdened labor rates for all labor categories proposed for all contract years. For Task Order 1 pricing, the labor rates and indirect loadings rates for the six-month option period shall be the same as those in effect for the final option period for evaluation purposes.

The Government-provided Microsoft Excel workbook is structured to facilitate the calculation of total labor hours proposed for each separate labor skill mix. If the Offeror elects to submit its own Excel

Page 75: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 75 of 90

workbook, it must include a schedule showing total proposed hours summarized by labor skill mix. This schedule shall include (and separately identify) subcontractors and inter-divisional transfer hours. In addition, the Offeror shall provide labor classification statements for each category of labor proposed (prime, subcontracts, and inter-divisional) describing position qualifications (education, years of experience, etc).

For Task Order 1, the Offeror must propose a CLIN 9999, Surge. The Government may require surge support during the base or any option period for Task Order 1. The Government is providing a percentage value to be used by all offerors when proposing surge: surge support will not exceed 18% of the offeror’s total proposed cost/price for the base and all option periods of Task Order 1, excluding the six-month extension of services pursuant to FAR 52.217-8. Offerors are instructed to propose this EXACT percentage for Surge CLIN 9999. In the event the Government does elect to exercise the Surge Option, surge support will be realigned under new or existing CLINs for the relevant task areas identified in the PWS, and an equal amount will be deducted from Optional Surge CLIN 9999. The Government will not conduct a cost realism analysis on Optional Surge CLIN 9999 if all other labor CLINs under the contract/task order are firm-fixed price.

For Task Order 1, the Offeror shall use the estimated Travel figures provided by the Government under the Pricing Summary tab as a plug amount in its price proposal for evaluation purposes only.

Base Year Travel- $165,000.00Option Year 1 Travel- $165,000.00Option Year 2 Travel- $165,000.00Option Year 3 Travel- $82,500.00Option Year 4 Travel- $82,500.00Six Month Extension- $41,250.00

All travel shall be authorized by the Contracting Officer’s Representative (COR) in writing prior to travel, and will be paid in accordance with FAR Part 31.205-46. The Contractor will be authorized to invoice monthly for all incurred travel costs approved by the COR.

L.7.0 Volume V – Contract Documentation

L.7.1 Representations and CertificationsThe purpose of this volume is to provide information to the Government for preparing the contract document and supporting file. The Offeror's proposal must include a signed copy of the solicitation (to include all subsequent amendments) and completion of Sections A through K.

L.7.1.1 Section A - Solicitation/Contract FormCompletion of blocks 12, 14, 15A/ B and 16 and signature and date for blocks 17 and 18 of the Standard Form (SF) 33. Signature by the Offeror on the SF33 constitutes an offer, which the Government may accept. Offerors must also submit signed copies of each SF30 which acknowledges receipt of every RFP Amendment.

The Offeror shall state in their Transmittal Letter that its proposal is valid for no less than 180 days from the date of submission of its’ proposal response to the RFP.

L.7.1.2 Section B-Supplies or Services and Costs/PricesNo submission is required.

Page 76: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 76 of 90

L.7.1.3 Section F - Deliveries or PerformanceNo submission is required.

L.7.1.4 Section G - Contract Administrative DataNo submission required.

L.7.1.5 Section H - Special Contract RequirementsSee RFP in addition to below.

Organizational Conflicts of Interest (OCI) Mitigation Plan The Offeror shall submit a Mitigation Plan that addresses all actual or potential Organizational and Consultant Conflicts of Interest (OCCI) as described in FAR Subpart 9.5. The plan should address the issues in adequate detail for the KO to determine whether an OCI exists or has or can been mitigated.

If an Offeror does not believe that any actual or potential OCCI exists, the Offeror shall include a statement to that effect as part of its proposal.

To facilitate resolution of any potential or actual OCCIs, Offerors are encouraged to submit their OCCI Plans in advance of the proposal submission due date.

The Offeror’s OCCI Mitigation Plan shall provide any and all methods to avoid, neutralize, or mitigate present and future conflicts of interest. The plan should encompass the prime and all teaming partners. The plan should be specific as related to this requirement. As part of its OCCI Mitigation Plan, the Offeror must identify which contracts or subcontracts it will continue to support and those it intends to terminate or allow to lapse to eliminate any conflicts of interest. It should also address other resolution and mitigation measures to include the divestment of business units.

The Government’s review of the offeror’s Organizational and Consultant Conflict of Interest (OCCI) Mitigation plan will consider the following in determining whether the plan is acceptable:

a) the degree to which the Offeror addressed OCCI concerns, b) the Offeror’s approach for mitigating actual OCCI issues, c) the Offeror’s approach to mitigate potential OCCI issues, d) the adequacy of its OCCI training and oversight programs, e) the adequacy of its procedures, and f) whether or not the Offeror’s OCCI plan and / or mitigation strategy complies with all regulatory and statutory requirements, including FAR Subpart 9.5.

L.7.1.6 Section I - Contract ClausesSee RFP. The Offeror shall comply with the clauses provided in Section I. Please note that many clauses require the prime Contractor to include the same or similar clause in contracts with subcontractors.

L.7.1.7 Section K - Representations, Certifications, and other Statements of OfferorsSee RFP. In addition, offerors must comply with the clause in Section I – 52.204-7 entitled “System for Award Management.” The Contracting Officer will check the System for Award Management (SAM) for those Offerors who have been determined to be within the competitive range. Offerors who are not registered in SAM will be advised of the need to register. An Offeror may be determined ineligible for contract award if not registered within SAM at time of award. Offerors are also required to complete additional representations, certifications, acknowledgments and statements reflected in Section K of this solicitation.

Page 77: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 77 of 90

L.7.2 Other Information Required

L7.2.1 Authorized Offeror PersonnelReference Section G for authorized offeror personnel including those individuals authorized to negotiate with the Government and Section H for ID/IQ Key Personnel.

L.7.2.2 Company/Division Address, Identifying Codes, and Applicable DesignationsProvide company/division's street address; CAGE code; DUNS code; TIN; and size of business (large or small). This same information must be provided if the work for this contract will be performed at any other locations. 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.

L.7.2.3 Government Furnished Property (GFP)The Government plans to provide a specific list of the items identified in the solicitation as GFP, at contract award. Offeror’s shall reference Performance Work Statement Section 13, “Government Furnished Equipment (GFE) / Government-Furnished Information (GFI)” for a summarization of such GFP. If the Offeror requires the use of Government furnished items other than those specified, the Offeror shall provide a listing including quantity, federal stock number, nomenclature, date needed and duration of availability, rental value per FAR 45.1 and 45.2, reason for need, and cross reference to cost / price volume paragraphs which pertain to GFP. The Offeror shall also provide the written authorization from the cognizant Contracting Office (KO), as applicable. The Offeror shall supply this information in the format shown in the table below.

Quantity

Federal Stock #

Nomenclature

Duration of Need (PoP)

Rental Value

Reason for Need

Cross Reference to Cost Proposal

L.7.2.4 DD254 Security ClassificationAll prime contractors shall include in the proposal a completed Form DD254. See Attachment 2.

CLAUSES INCORPORATED BY REFERENCE

52.204-7 System for Award Management OCT 2016 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.215-1 Instructions to Offerors--Competitive Acquisition JAN 2017 52.215-1 Alt I Instructions to Offerors--Competitive Acquisition (Jan 2017) -

Alternate I OCT 1997

52.215-20 Requirements for Certified Cost or Pricing Data or Information Other Than Certified Cost or Pricing Data

OCT 2010

Page 78: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 78 of 90

52.222-46 Evaluation Of Compensation For Professional Employees FEB 1993 52.222-56 Certification Regarding Trafficking in Persons Compliance

Plan. MAR 2015

52.237-1 Site Visit APR 1984

CLAUSES INCORPORATED BY FULL TEXT

52.216-1 TYPE OF CONTRACT (APR 1984)

The Government contemplates award of a Hybrid, FFP (labor) and Cost Reimbursable (Travel / ODCs) contract resulting from this solicitation.

(End of provision)

52.233-2 SERVICE OF PROTEST (SEP 2006) (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 Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from

Quinton A. SmithDefense Information Systems Agency

Procurement Directorate/ PL62P.O. Box 549

Ft. Meade, MD [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):

FAR: http://farsite.hill.af.mil/vffara.htm

DFARS: http://farsite.hill.af.mil/vfdfar1.htm

Page 79: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 79 of 90

DARS: https://www.ditco.disa.mil/hq/aqinfo.asp

(End of provision)

252.237-7024 NOTICE OF CONTINUATION OF ESSENTIAL CONTRACTOR SERVICES (OCT 2010)

(a) Definitions. Essential contractor service and mission-essential functions have the meanings given in the clause at 252.237-7023, Continuation of Essential Contractor Services, in this solicitation. (b) The offeror shall provide with its offer a written plan describing how it will continue to perform the essential contractor services listed in attachment --, Mission Essential Contractor Services, dated --------, during periods of crisis. The offeror shall-- (1) Identify provisions made for the acquisition of essential personnel and resources, if necessary, for continuity of operations for up to 30 days or until normal operations can be resumed; (2) Address in the plan, at a minimum-- (i) Challenges associated with maintaining essential contractor services during an extended event, such as a pandemic that occurs in repeated waves; (ii) The time lapse associated with the initiation of the acquisition of essential personnel and resources and their actual availability on site; (iii) The components, processes, and requirements for the identification, training, and preparedness of personnel who are capable of relocating to alternate facilities or performing work from home; (iv) Any established alert and notification procedures for mobilizing identified ``essential contractor service'' personnel; and (v) The approach for communicating expectations to contractor employees regarding their roles and responsibilities during a crisis.

(End of provision)

Page 80: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 80 of 90

Section M - Evaluation Factors for Award

SECTION M

M.1 SOURCE SELECTION

M.1. Basis for Contract AwardThis is a competitive best value trade-off source selection conducted in accordance with Federal Acquisition Regulation (FAR) 15.3, Source Selection, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the DISA Acquisition Regulation Supplement (DARS). These regulations are available electronically at http://www.ditco.disa.mil/hq/aqinfo.asp and http://farsite.hill.af.mil. The Government will select the best overall offer, based upon an integrated assessment of the evaluation factors and subfactors described below. Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical/management requirements, in addition to those identified as factors or subfactors. Failure to comply with the terms and conditions of the solicitation may result in the offeror being ineligible for award. A contract may be awarded to the offeror who is deemed responsible in accordance with the FAR, as supplemented, whose proposal conforms to the solicitation’s requirements (to include all stated terms, conditions, representations, certifications, and all other information required by Section L of this solicitation) and is judged, based on the evaluation factors and subfactors, to represent the best value to the Government. The Government seeks to award to the offeror who gives DISA the greatest confidence that it will best meet, or exceed, the requirements.

M.1.2 Evaluation ProcessThe source selection advisory council (SSAC) and the source selection evaluation board (SSEB) will strictly adhere to FAR Subpart 15.3, DFARS 215.303, DARS Subpart 15.3, and the evaluation process and criteria stated in Section M of the solicitation during evaluation of proposals. The technical proposal should include all information the offeror wants the Government to consider and evaluate regarding its company’s ability to perform all required tasks and conform to all required terms and conditions. The best value determination will be based on the stated evaluation factors.

The Government intends to evaluate proposals and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions or seek clarifications if the Contracting Officer (KO) determines they are necessary. Offerors may be asked to clarify certain aspects of their proposal (for example, the relevance of past performance information) or respond to adverse past performance information to which the Offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. Communication conducted to resolve minor or clerical errors will not constitute discussions and the KO reserves the right to award a contract without the opportunity for proposal revision.

The Government understands that specific proposed personnel may become unavailable between time of proposal submission and award as a result of circumstances beyond the offeror’s control. In such cases, the Government will continue to evaluate the proposal as submitted, but if the offeror is selected for award, it will be obligated to provide a substitute on the same terms and with equal or greater qualifications than the individual originally proposed.

In the event issues pertaining to a proposed contract cannot be resolved to the KO’s satisfaction, the Government reserves the right to withdraw and cancel the solicitation. In such event, offerors will be notified in writing. In the event a competitive range is established and the KO determines that the number

Page 81: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 81 of 90

of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the KO may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition.

M.1.3 Evaluation of OptionsThe ID/IQ contract resulting from this solicitation is intended to be a five year ordering period without options. Task orders will each specify a particular period of performance and may include options for additional periods of performance. Task Order 1 will include a one-year base period, and 4 one-year option periods. Notwithstanding the lack of options on the ID/IQ, the Government will include FAR clause 52.217-8 as part of the contract award. Should the Government make use of FAR 52.217-8, it would have the ability to extend the contract ordering period or any of the task orders’ period of performance for up to six additional months.

The prices for the six-month option shall be identical to the proposed pricing in the six months prior to expiration of the period of performance for each task. The total evaluated price will consist of the contractor’s proposed prices for each of the task orders’ periods of performance including the pricing for the additional six-month period. The Government may determine that an offer is unacceptable if the option prices or task order prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

M.1.4 Number of Contracts to be AwardedThe Government intends to award one contract for the DISA NLCC Program Engineering Security & Technical Support (NLCC PEST Support); however, the Government reserves the right to make no award at all. The Government intends to award the one attached task order at the same time it awards the base ID/IQ contract, but the Government reserves the right to not award the task order at time of ID/IQ award.

M.1.5 Rejection of OffersThe Government may reject any proposal that is evaluated to be nonviable in terms of program commitments, contract terms and conditions. Note that unreasonably high proposed prices, initially or subsequently, may be grounds for eliminating a proposal from competition.

M.2 EVALUATION FACTORS

M.2.1 Evaluation Factors and Subfactors M.2.1.1 The following evaluation factors and subfactors will be used to evaluate each proposal. The factors are listed in descending order of importance. The Government will employ a two-step evaluation for this acquisition. The Government will evaluate the offerors technical/management proposal against Subfactor 1: Security Clearance Requirements and Subfactor 2: Supply Chain Risk Management (SCRM) as “Acceptable / Unacceptable.” Offerors who are rated as “Unacceptable” in any of the “Acceptable / Unacceptable” evaluation criteria may not be further evaluated under Step Two.

In Step Two of the evaluation, the Government will evaluate the offerors proposals against the best value tradeoff criteria Subfactor 3: ID/IQ and Task Order 1 Technical Understanding, Subfactor 4: ID/IQ and Task Order 1 Management/ Staffing Approach and Factor 2: Past Performance and Factor 3: Price.

Factor 1: Technical/Management ApproachSubfactor 1: Security Clearance RequirementsSubfactor 2: Supply Chain Risk Management (SCRM)Subfactor 3: ID/IQ and Task Order 1 Technical UnderstandingSubfactor 4: ID/IQ and Task Order 1 Management/Staffing Approach

Page 82: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 82 of 90

Factor 2: Past PerformanceFactor 3: Price

M.2.1.2 Relative Importance of Factors and Subfactors. The relative importance of each factor and subfactor is as follows:

The Technical/Management Approach Factor is more important than the Past Performance Factor. In accordance with FAR 15.304(e), when combined the Technical/Management Approach Factor and the Past Performance Factor are significantly more important than the Price Factor.

M.2.2 Factor 1: ID/IQ and Task Order 1 Technical/Management ApproachThe technical/management approach evaluation will be evaluated using combined technical/management ratings and risk ratings. Each Subfactor will receive its own rating, and there will not be an overall rating at the Factor level. The combined technical/risk rating includes consideration of risk in conjunction with the strengths, weaknesses, and deficiencies in determining technical ratings. Combined technical/risk evaluations shall utilize the combined technical/risk ratings listed in Table 1.

Within Factor 1 – Technical / Management Approach, there are four (4) subfactors, which are listed below. The Technical/Management Subfactor #1 and #2 will be evaluated on an Acceptable/Not Acceptable (i.e., pass/fail) basis; Subfactors #3 and #4 are equal in importance will be evaluated in accordance with Table 1: COLOR SCHEME FOR THE COMBINED TECHNICAL/ MANAGEMENT AND RISK RATINGS. A “NOT ACCEPTABLE” rating on Subfactor #1 and/or #2 will render the Offeror’s proposal ineligible for award. Technical/Management Approach Subfactor ratings shall not be rolled up to an overall rating at the Technical/Management Approach Factor level.

Table 1. Combined Technical/Risk RatingsColor Rating Description

BLUE Outstanding

Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low.

PURPLE Good

Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low.

GREEN Acceptable

Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate.

YELLOW Marginal

Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high.

RED Unacceptable Proposal does not meet requirements and contains one or more deficiencies. Proposal is unawardable.

Definitions

Page 83: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 83 of 90

StrengthAn aspect of an offeror's proposal that has merit or exceeds specified performance or capability requirements in a way that will be advantageous to the Government during contract performance.

Weakness A flaw in the proposal that increases the risk of unsuccessful contract performance. See FAR 15.001.

DeficiencyA material failure of a proposal to meet a Government requirement or a combination of weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. See FAR 15.001.

The Offeror will be evaluated based on its demonstration of its understanding of the requirements outlined in the ID/IQ and Task Order 1 Performance Work Statement (PWS), to include their plan to fully meet or exceed the requirements: M.2.2.1 Subfactor 1: Security ClearanceThis subfactor will be evaluated on an "Acceptable / Unacceptable" basis. All personnel performing work at the ID/IQ level (at time of ID/IQ proposal submission) and Task Order 1 to include sub-contractors and Independent Consultants, must possess a current FINAL Top Secret/ Sensitive Compartmented Information security clearance granted by the U.S. Government, and must also be approved as meeting Intelligence Community Directive 704 and JAFAN (Joint Air Force-Army-Navy) 6/4 standards. Offeror shall demonstrate that 100% of the individuals performing on this ID/IQ contract (ID/IQ program management support) and Task Order 1 will be TS/SCI cleared with the ability to be read on to the DISA program on the effective dates of the contract. Offeror shall submit a signed and certified letter stating that all personnel who will staff this contract hold a current TS/SCI clearance at time of proposal submission and that they will be available for full time assignment on day 1 of Task Order 1 performance or within the first two weeks of the period of performance. Offers shall submit Letters of Intent from all personnel who will staff this contract to demonstrate that it possesses the ability to meet the Government’s requirement. Letters of Intent must be signed by each of the personnel who will staff this contract, and must specify that the individual holds a current TS/SCI clearance and will be available to begin performance on day 1 of Task Order 1 performance or within the first two weeks of the period of performance. A “NOT ACCEPTABLE” rating may cause the Offeror’s proposal to be eliminated from further consideration.

M.2.2.2 Subactor 2: Supply Chain Risk Management (SCRM)This subfactor will be evaluated on an "Acceptable / Unacceptable" basis. The Offeror shall submit for Government evaluation and approval an acceptable ID/IQ Supply Chain Risk Management Plan. The plan must provide a systematic process for managing supply chain risk by identifying susceptibilities, vulnerabilities, and threats for the products and services rendered under this contract, as identified in the services column of the ID/IQ PWS SCRM section 15.j. and developing mitigation strategies to combat those threats. A “NOT ACCEPTABLE” rating may cause the Offeror’s proposal to be eliminated from further consideration.

M.2.2.3. Subfactor 3: ID/IQ and Task Order 1 Technical Understanding The Government will evaluate the offeror’s ability to demonstrate a complete understanding of the scope, objectives, and taskings outlined in the overarching ID/IQ PWS and Task Order 1 PWS. The Government will evaluate the offeror’s technical understanding of the task areas and their ability to perform the required tasks. The Government will evaluate the offeror’s technical approach and their plan to meet or exceed the following tasks and subtasks from Section 6 of the PWS.

Telecommunication Network – Optical Engineering Support, (Refer to Task Order 1 PWS Section 6.3.1)

Page 84: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 84 of 90

The Government will evaluate the offeror’s ability to provide Telecommunication Network – Optical Engineering support for the implementation and operational support of environments containing fiber optic transmission systems and DoDIN Infrastructure and Enterprise Services.Standards:

The offeror’s proposal conveys a sufficient understanding of designing, implementing, testing and maintaining of optical telecommunications networks.

The offeror’s proposal conveys a sufficient understanding of the DoDIN infrastructure and enterprise services.

The Offeror’s proposal conveys a sufficient understanding of planning, architecture, engineering, integration, and implementation of large scale optical network projects and programs that require a mission essential mindset with performance of key task to support the Government during times of natural disaster, war, and other times of unspecified crisis.

The Offeror’s proposal conveys a sufficient understanding of how to provide implementation and operational support for environments containing fiber optic transmission systems equipment (e.g., terminal optical line amplifiers, optical add/drop multiplexers and outside and inside plant equipment to include fiber optic patch panels and the like).

The Offeror’s proposal conveys a sufficient understanding of how to conduct technical site surveys, develop engineering design packages, drawing up presentations to include Analyses of Alternatives, white papers, Engineering Change Request and other engineering documentation in support of engineering/system engineering related tasks.

Consultant Engineering Support, (Refer to Task Order 1 PWS Section 6.2.4)The Government will evaluate the offeror’s ability to provide consultant engineering support for the implementation and operational support of multiple information transport system to include DoDIN Infrastructure and Enterprise Services.Standards:

The Offeror’s proposal conveys a sufficient understanding of planning, designing, architecting, implementing, testing and maintaining transport networks to include Radio Frequency (RF) and optical based systems.

The Offeror’s proposal conveys a sufficient understanding of the DoDIN space, terrestrial, and subsea infrastructures and enterprise services as well as National and International Telecom standards.

The Offeror’s proposal conveys a sufficient understanding of planning, architecture, engineering, integration, quality assurance, implementation and sustainment of large scale information transport and information services that require a mission essential mindset with performance of key task to support the Government during times of natural disaster, war, and other times of unspecified crisis.

The Offeror’s proposal conveys a sufficient understanding of how to provide implementation, integration, and operational support for environments containing fiber optic transmission systems equipment (e.g., terminal optical line amplifiers, optical add/drop multiplexers and outside and inside plant equipment to include fiber optic patch panels and the like).

The Offeror’s proposal conveys a sufficient understanding of how to develop engineering design packages, drawing up presentations to include Analyses of Alternatives, white papers, Engineering Change Request and other engineering documentation in support of engineering/system engineering related tasks.

The Offeror’s proposal conveys a sufficient understanding of the management of program level engineering efforts.

Information System Security Management, (Refer to Task Order 1 PWS Section 6.3.3): The Government will evaluate the offeror’s understanding, knowledge, and an approach to perform cybersecurity (monitor, audit, analyze) enterprise information systems support for events to include

Page 85: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 85 of 90

unauthorized access, insider threat, hacking or penetration attempts from known threats, identifying presence of unauthorized software or malicious code on both classified and unclassified networks, such as Active Directory, firewalls, intrusion detection systems, log files, and remote access servers. M.2.2.4 Subfactor 4: ID/IQ and Task Order 1 Management/StaffingThe Government will evaluate the offeror's ability to demonstrate a clear and sufficient management approach/methodology for the execution of the requirements of the ID/IQ and Task Order 1 PWS. The Government will evaluate the offeror’s Program Management Plan to determine the offeror’s ability to perform the tasks identified in this Performance Work Statement throughout the lifecycle of the contract. The Government will also evaluate the offeror’s Transition Plan to determine the offerors ability to provide appropriate staffing levels on day 1 to ensure continuity of services while ramping up to be fully staffed within the first two weeks of Task Order 1 performance.

The Government will evaluate how the offeror will track and manage all resources to support the scope, objectives, and tasks outlined in the Task Order 1 PWS. The Government will evaluate the effectiveness and appropriateness of the offeror’s proposed staffing approach to include the following: (1) proposed approach to attract, recruit, hire, train and retain professionally credentialed management personnel and trained and certified technical personnel to meet the requirements of the ID/IQ and Task Order 1; (2) proposed approach to ensure continuity of services during personnel absences due to sickness, leave and voluntary or involuntary termination from employment (3) proposed process used to identify all personnel that hold Top Secret Clearance at time of proposal submission and during contract administration; (4) proposed process used by contractor to ensure fully-trained, top-quality personnel are provided to meet or exceed all requirements of the Performance Work Statement (PWS). The Government will evaluate how the offeror will provide a mix of labor categories and labor hours to meet or exceed the requirements of the Task Order 1 PWS, Section 6.

The Government will evaluate the quality and experience of their Key Personnel based on submitted resumes. The Labor Category descriptions are defined in Attachment 1- ID/IQ Labor Categories and Attachment 11- Task Order 1 Skill Summary Matrix and the Key Personnel Sections of the applicable PWS. The Contractor shall provide resumes for all Key Personnel for evaluation purposes. Resumes shall not exceed three (3) pages each and do not count towards the 15 page limitation. The resumes of Key Personnel must include required expertise and/or applicable certifications. It is critical that the offeror has properly provided key personnel with relevant expertise and qualifications who are ready and available. Key Personnel resumes submitted without commitments of Key Personnel may not be considered for evaluation. Commitment may be demonstrated by the signed letters of intent.

M.2.3 Factor 2: Past PerformanceOfferors will be evaluated on performance under existing and prior contracts and / or task orders for similar products or services. Offerors shall submit no more than three (3) total recent past / present performance efforts for evaluation, and each cited past performance effort shall not exceed three (3) pages. (Note: Individual task/call orders under an ID/IQ contract, GSA Schedule contract, or BPA are each considered to be one (1) past / present performance effort.) Information on up to two (2) recent contracts performed by an Offeror’s significant teaming partners / subcontractors and significant subcontractors considered most relevant in demonstrating their ability to perform the proposed effort may be submitted. The Government considers a significant subcontractor and / or teaming partner to be a company who provides 20% or more of the support required, and / or a company who provides a critical portion of the effort required and / or influences the results of performance. The maximum number of past performance efforts submitted by the prime Offeror and its teaming partners may not exceed three (3) total. Therefore, if two (2) subcontractor efforts are submitted, the maximum number of efforts submitted by the prime would be one (1) effort.

Page 86: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 86 of 90

References other than those identified by Offerors may be contacted by the Government, and the information received may be used in the past performance evaluation. Offerors for whom information on past performance is not available, or so sparse that no confidence assessment rating can be reasonably assigned, will not be evaluated favorably or unfavorably on past performance and as a result will receive an “Neutral Confidence” rating for the Past Performance Factor.

M.2.3.1 Recency AssessmentAn assessment of the past performance information will be made to determine if it is recent. To be recent, the effort must be ongoing or must have been performed during the past three (3) years from the date of issuance of this solicitation. For those efforts currently being performed, the offeror must have been performing for at least six (6) months from the date of issuance of this RFP. Past performance information that fails this condition will not be further evaluated.

M.2.3.2 Relevancy AssessmentThe Government will conduct an in-depth evaluation of all recent performance information obtained. The scope and magnitude of Task Order 1 shall be used for relevancy comparison. For each recent past performance reference reviewed, the relevance of the work performed will generally be assessed for the task areas in Section 6 and dollar value. A relevancy determination of the offeror’s past performance will be made based upon the aforementioned considerations. The past performance information forms and information obtained from other sources will be used to establish the degree of relevancy of past performance. Past performance efforts with higher relevance may be accorded greater weight than those with lower relevance. The Government will use the following degrees of relevancy when assessing recent, relevant contracts (DoD Source Selection Procedures, paragraph 3.1.3.1). Efforts assessed as Not Relevant will not be further evaluated.

Table 2. Past Performance Relevancy RatingsRating Definition

RELEVANT Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires.

SOMEWHAT RELEVANT

Present/past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires.

NOT RELEVANT Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires.

M.2.3.3 Performance Quality Assessment (How well the contractor performed on the contract.)The Government will consider the performance quality of recent and relevant efforts. For each recent/relevant past performance reference reviewed, the performance quality of the work performed will be assessed. The quality assessment consists of an in-depth evaluation of the past performance questionnaire responses, PPIRS information, interviews with Government customers, and if applicable, commercial clients. It may include interviews with DCMA officials or other sources known to the Government.

The Government will use the following quality ratings when assessing quality of recent, relevant contracts.

Table 3. Past Performance Quality AssessmentQuality Assessment Rating Description

During the contract period, contractor performance meets or met

Page 87: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 87 of 90

EXCEPTIONAL (E)contractual requirements and exceeds or exceeded many to the Government's benefit. The contractual performance of the element or sub-element being assessed was accomplished with few minor problems for which corrective actions taken by the contractor were highly effective.

VERY GOOD (VG)

During the contract period, contractor performance meets or met contractual requirements and exceeds or exceeded some to the Government's benefit. The contractual performance of the element or sub-element being assessed was accomplished with some minor problems for which corrective actions taken by the contractor were effective.

SATISFACTORY (S)During the contract period, contractor performance meets or met contractual requirements. The contractual performance of the element or sub-element being assessed contained some minor problems for which corrective actions taken by the contractor appear or were satisfactory.

MARGINAL (M)

During the contract period, contractor performance does not or did not meet some contractual requirements. The contractual performance of the element or sub-element being assessed reflects a serious problem for which the contractor has not yet identified corrective actions. The contractor's proposed actions appear only marginally effective or were not fully implemented.

UNSATISFACTORY(U)

During the contract period, contractor performance does not or did not meet most contractual requirements and recovery in a timely manner is not likely. The contractual performance of the element or sub-element contains serious problem(s) for which the contractor's corrective actions appear or were ineffective.

NOT APPLICABLE (N)Unable to provide a rating. Contract did not include performance for this aspect. Do not know.

M.2.3.4 Assigning Performance Confidence Assessment. As a result of the relevancy and quality assessments of the recent contracts evaluated, offerors will receive an integrated performance confidence assessment rating. The resulting performance confidence assessment rating is made at the past performance factor level and represents an overall evaluation of contractor performance. In the event that the Government is unable to obtain performance quality information for a reference, resulting in a "Not Applicable" Quality Assessment Rating, the relevance of that reference will not be considered in the overall Performance Confidence Assessment Rating. 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 an "Neutral Confidence" rating for the past performance factor.

The past performance factor will receive one of the performance confidence assessments described in the table below.

TABLE 4. PERFORMANCE CONFIDENCE ASSESSMENTS

Rating Description

SUBSTANTIAL Based on the offeror’s recent/relevant performance record, the

Page 88: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 88 of 90

CONFIDENCE Government has a high expectation that the offeror will successfully perform the required effort.

SATISFACTORY CONFIDENCE

Based on the offeror’s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort.

NEUTRAL CONFIDENCE

No recent/relevant performance record is available or the offeror’s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned.

LIMITED CONFIDENCE

Based on the offeror’s recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort.

NO CONFIDENCE Based on the offeror’s recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort.

M.2.4 Factor 3: PriceM.2.4.1 The Excel Workbook, once completed by the Offeror, will calculate the total fully burdened rates for each labor category as well as the total proposed price for the Offeror, using the designated number of hours for each labor category for both CONUS and OCONUS sites. ONLY the total proposed price will be used for tradeoff between price and non-price factors. The offeror’s price proposal will be evaluated for award purposes based upon the total price proposed for the ID/IQ and Task Order 1. The price will be determined by adding the total price of the ID/IQ (5 year ordering period and the 6 month extension) with the total price of Task Order 1 (1-year base period and 4, 1-year options, including option pricing for an additional 6-month period that may be authorized IAW FAR 52.217-8 and the SURGE CLIN).

M.2.4.2 The offeror’s price proposal will be evaluated, using one or more of the techniques defined in FAR 15.404, in order to determine if it is reasonable and complete. Normally, price reasonableness is established through price analysis techniques as described in FAR 15.404. For additional information see FAR 31.201-3.

M.2.4.3 Evaluation of Options. Evaluation of options shall not obligate the Government to exercise the option(s).

M.2.4.4 Unbalanced Pricing - Offerors are cautioned against submitting an offer that contains unbalanced pricing. Unbalanced pricing may increase performance risk and could result in payment of unreasonably high prices. Unbalanced pricing exists when, despite an acceptable proposal, the price of one or more items is significantly over or understated as indicated by the application of price analysis techniques. The Government will analyze offers to determine whether they are unbalanced with respect to separately priced items. Offers that are determined to be unbalanced may be rejected if the KO determines that the lack of balance poses an unacceptable risk to the Government.

M.2.4.5 Subcontracting – The Government will evaluate the offeror’s ability to comply with FAR 52.219-14, Limitations on Subcontracting, when subcontracting is proposed.

M.3 SOLICITATION REQUIREMENTS, TERMS AND CONDITIONSOfferors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical/management requirements, in addition to those identified as factors or

Page 89: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 89 of 90

subfactors. Failure to comply with the terms and conditions of the solicitation may result in the offeror being ineligible for award. In addition to conforming to all the requirements specified in this solicitation, an Offeror’s proposal will not be eligible for consideration for award unless the following conditions are met:(a) The proposal must comply in all material respects with the requirements of the law, regulation and conditions set forth in this solicitation; (b) The proposal must meet all mandatory solicitation requirements; (c) The Offeror must be determined responsible according to the standards of FAR Part 9 and Subpart 104-1.

M.4. SOURCE SELECTION PROCESSM.4.1 Responsibility and Compliance Review. The Government will review proposals for responsibility and compliancy. Any offeror determined to be non-responsive or non-compliance may be removed from further consideration.

M.4.2 Technical Evaluation. The Technical Evaluation Board (TEB) will evaluate the Technical/Management Approach subfactors individually as outlined above. The Past Performance Evaluation Board (PPEB) and the Price Evaluation Board (PEB) will evaluate the applicable proposal sections.

M.4.3 Source Selection Evaluation Board (SSEB). The SSEB will review all prepared reports and prices/costs. The SSEB will conduct a review of the Technical Evaluation Board’s evaluations of the proposals against the solicitation requirements and the approved evaluation criteria to ensure an equitable, impartial, and comprehensive evaluation against the solicitation requirements.The SSEB will not compare proposals against each other. The fundamental responsibility of the SSEB is to provide the Source Selection Advisory Council (SSAC) and the Source Selection Authority (SSA) with information to make an informed and reasoned selection. The SSEB will therefore prepare summary reports containing adjectival assessments for each factor and their supporting rationale, including the costs/prices for each Offeror and brief the SSAC. The SSAC will prepare a comparative analysis and brief the SSA and prepare any items for discussions.

M.4.4 Source Selection Advisory Council (SSAC). The primary role of the SSAC is to provide a written comparative analysis of offers and recommendation to the SSA for use in making the best value source selection decision. The SSAC also reviews the evaluation results of the SSEB to ensure the evaluation process follows the evaluation criteria and the ratings are appropriately and consistently applied.

M.4.5 Source Selection Authority. After all of the evaluations described above have been completed, the SSA will consider all factors and will independently exercise prudent business judgment to determine which Offeror provides the best value to the Government. This may include conducting a best-value trade-off. The results of the SSA’s decision shall be documented in the Source Selection Decision Document.

M.4.6 Discussions: Offerors are advised that it is the intent of the Government that awards will be made without discussions. However, the Government reserves the right to hold discussions if it determines that discussions are necessary. Therefore, proposals should be submitted on the most favorable terms that the Offeror can submit to the Government. The Government reserves the right to limit the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals in accordance with FAR Clause 52.215- 1(f)(4).

Page 90: imlive.s3.amazonaws.com Government... · Web view(b) Minimum. The minimum guaranteed award amount for this Indefinite-Delivery, Indefinite-Quantity (ID/IQ) Contract is $10,000.00

HC104718R4002

Page 90 of 90

M.4.7 Miscellaneous: The Government reserves the right to reject any or all proposals at any time prior to award, to negotiate with Offerors in a competitive range, if one is established, and to award Contracts to the Offerors with the most advantageous proposals to the Government.

M.4.8 Exceptions to the Contractual terms and conditions of the solicitation (e.g., standard terms and conditions) may result in a determination to reject a proposal.

M.5. Offerors are cautioned to submit information in the format specified in Section L,Instructions to Offerors.

CLAUSES INCORPORATED BY REFERENCE

52.217-5 Evaluation Of Options JUL 1990 52.232-15 Progress Payments Not Included APR 1984