3. Solicitation Number
W56JSR-17-R-0004
7. Issued By
Code
W56JSR
Rating
Page
DOA7
of
1
Pages
69
6. Requisition/Purchase Number
SEE SCHEDULE
APG, MD 21005-1846
NOTE: In sealed bid solicitations offer and offeror mean bid and bidder.
SOLICITATION
9. Sealed offers in original and
copies for furnishing the supplies or services in the Schedule will be received at the
place specified in item 8, or if handcarried, in the depository located in
until
(hour) local time
(Date).
Caution - Late Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and
conditions contained in this solicitation.
10. For Information
A. Name
B. Telephone (No Collect Calls)
C. E-mail Address
JOHNNY SCHULTZ
JOHNNY.R.SCHULTZ.CIV@MAIL.MIL
Call:
Area Code
Number
Ext.
(443)861-4862
(X)
Sec.
X
X
X
A
B
C
D
E
F
G
H
X
X
X
X
Description
Part I - The Schedule
Solicitation/Contract Form
Supplies or Services and Prices/Costs
Description/Specs./Work Statement
Packaging and Marking
Inspection and Acceptance
Deliveries or Performance
Contract Administration Data
Special Contract Requirements
X
X
X
X
X
Description
Page(s)
Part II - Contract Clauses
37
I
Contract Clauses
Part III - List Of Documents, Exhibits, And Other Attach.
53
J
List of Attachments
Part IV - Representations And Instructions
K
Representations, Certifications, and
54
Other Statements of Offerors
60
L
Instrs., Conds., and Notices to Offerors
67
M
Evaluation Factors for Award
17. Signature
20. Amount
22. Authority For Using Other Than Full And Open Competition:
10 U.S.C. 2304(c)(
)
41 U.S.C. 253(c)(
)
24. Administered By (If other than Item 7)
Code
Item
25
Code
CONTINUATION SHEET
MOD/AMD
Page
of
69
CONTINUATION SHEET
PIIN/SIIN W56JSR-17-R-0004
Page
of
69
MOD/AMD
B.1 Contract types on task orders and/or contract line item numbers (CLINs) may include Firm-Fixed-Price (FFP), Cost-Plus-Fixed-Fee
(CPFF) and Cost No Fee (CNF).
CONTINUATION SHEET
W56JSR-17-R-0004
Page
of
69
MOD/AMD
1001
SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
SIMPLE SYSTEM
_____________
AMOUNT
$__________________
See Range Pricing
____
FROM
1
9
17
________________
Range
Quantities
TO
__
UNIT PRICE
__________
8
$
16
$
25
$
_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
Deliveries or Performance
_________________________
1002
MEDIUM SYSTEM
_____________
$__________________
See Range Pricing
____
FROM
1
9
17
________________
Range
Quantities
TO
__
UNIT PRICE
__________
8
$
16
$
25
$
CONTINUATION SHEET
W56JSR-17-R-0004
Page
of
69
MOD/AMD
SUPPLIES/SERVICES
_________________________
Inspection
and Acceptance
INSPECTION: Destination
QUANTITY
UNIT
UNIT PRICE
AMOUNT
ACCEPTANCE: Destination
Deliveries or Performance
_________________________
1003
COMPLEX SYSTEM
______________
$__________________
See Range Pricing
____
FROM
1
9
17
________________
Range
Quantities
TO
__
UNIT PRICE
__________
8
$
16
$
25
$
_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
Deliveries or Performance
_________________________
1004
PROGRAM MANAGEMENT
__________________
$__________________
CONTINUATION SHEET
PIIN/SIIN
W56JSR-17-R-0004
Page
of
69
MOD/AMD
SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
LO
$__________________
** NSP **
LO
$__________________
** NSP **
_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
Deliveries or Performance
_________________________
6101
A001
_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423
A002
BRIEFING/DEMONSTRATION MATERIAL
_______________________________
CONTINUATION SHEET
W56JSR-17-R-0004
Page
of
69
MOD/AMD
SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
LO
$__________________
** NSP **
LO
$__________________
** NSP **
_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423
A003
MEETING MINUTES
_______________
_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423
B001
_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423
CONTINUATION SHEET
W56JSR-17-R-0004
Page
of
69
MOD/AMD
C001
SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
LO
$__________________
** NSP **
LO
$__________________
** NSP **
LO
$__________________
** NSP **
_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423
C002
_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423
C003
CONTINUATION SHEET
W56JSR-17-R-0004
Page
of
69
MOD/AMD
SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
LO
$__________________
** NSP **
LO
$__________________
** NSP **
LO
$__________________
** NSP **
_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423
C004
TRAINING EVENTS
_______________
_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423
D001
_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423
D002
CONTINUATION SHEET
W56JSR-17-R-0004
Page
10
of
69
MOD/AMD
SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
LO
$__________________
** NSP **
LO
$__________________
** NSP **
LO
$__________________
** NSP **
_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423
D003
_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423
D004
_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423
D005
CONTINUATION SHEET
W56JSR-17-R-0004
Page
11
of
69
MOD/AMD
SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
LO
$__________________
** NSP **
LO
$__________________
** NSP **
_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423
D006
_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423
D007
_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423
CONTINUATION SHEET
W56JSR-17-R-0004
Page
12
of
69
MOD/AMD
D008
SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
LO
$__________________
** NSP **
LO
$__________________
** NSP **
_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423
7000
_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
AS REQUIRED
CONTINUATION SHEET
PIIN/SIIN W56JSR-17-R-0004
Page
13
of
69
MOD/AMD
CONTINUATION SHEET
Page
14
of
69
MOD/AMD
C.3 Requirements
C.3.1 General
C.3.1.1 Materials, Equipment and Facilities
Government Furnished Material (GFM) and Government Furnished Equipment (GFE) will be provided to support this effort. GFE clauses will
be included in the contract. The Contractor shall be responsible for preventing damage to all GFM/GFE while moved, handled,
disassembled, inspected, repaired, modified, reassembled and stored. The Contractor shall be responsible for conducting all necessary
examinations, inspections, maintenance and tests. The Contractor shall be responsible for reporting all inspection results, maintenance
actions, losses and damage to the Government. If the Contractor loses or damages the equipment, it will be the Contractors
responsibility to replace or repair the equipment to the Governments satisfaction at no additional cost to the Government. GFM/GFE
items, except consumables, shall be returned to the Government in good condition upon completion of the contract. The determination of
"good condition will be made by the Procurement Contracting Officer (PCO) or designee at the PCOs sole discretion.
Government furnished materials, equipment, and facilities for this contract are identified in Appendix G - GFP.
The Government will provide access to computers, workstations, telephones, printers, and work related networks. The Government will
procure software licenses and hardware as required to enable the execution of the requirements of this PWS.
C.3.1.2 Security
The highest level of facility clearance required for performance on this contract is SECRET, with personnel clearances at the SECRET
level. The highest level of classified material the contractor will be required to safeguard at its own facility is NONE.
The following security requirements apply to contract and are further described in the DD Form 254, Contract Security Classification
Specification:
CONTINUATION SHEET
Page
15
of
69
MOD/AMD
CONTINUATION SHEET
Page
16
of
69
MOD/AMD
CONTINUATION SHEET
Page
17
of
69
MOD/AMD
C.3.2.1.2 The Contractor shall prepare customer source code and/or binaries for code analysis and submit into the automated tool suite.
The Government will provide the source code and/or binaries via email, external hard drive, optical media, or other means. The
contractor shall be responsible for packaging the provided source code and binaries into the format needed for scanning with the
automated tool suite, and for ensuring that the code compiles as required for analysis.
_____________________
Performance
Standards
STD: Notify the Government Technical Lead within 1 working day of any significant issues that will cause delays in the analysis.
AQL: 90%, submission of all notifications within 1 business day; 100%, submission of all remaining notifications within 2 business days.
CONTINUATION SHEET
Page
18
of
69
MOD/AMD
CONTINUATION SHEET
Page
19
of
69
MOD/AMD
CONTINUATION SHEET
Page
20
of
69
MOD/AMD
APPENDIX A
__________
PERSONNEL QUALIFICATIONS
________________________
__________________________________________________________________
Labor
Categories: Senior Software Developer Firm-Fixed-Price (FFP)
Critical Position: Yes
Location: Aberdeen Proving Ground, MD
Minimum Qualifications:
1. Contractor Personnel shall possess a Bachelors degree or an advanced degree in Computer Science, Electronics Engineering or other
Engineering or Technical discipline.
2. Contract personnel shall have a minimum of 5 years software engineering experience, Software Assurance and Security Engineering
experience, to include; developing and writing/coding new (or modifies existing) computer applications, software, or specialized utility
programs following software assurance best practices within the last 15 years.
3. Contractor personnel shall be capable of working independently or in a team leader capacity to design, develop, and maintain software
for a variety of engineering applications. Work with analysts to understand their analytic or interface requirements. Develop tools and
interfaces. Design, develop, and test operating systems-level software, compilers, and network distribution software applications. Set
operational specifications and formulate and analyze software requirements. Design embedded systems software.
4. Contractor personnel shall be certified in accordance with the DOD baseline requirements of DOD 8570.1M. Contractor personnel shall
have a DoD 8140.01 M Certification in Cyberspace Workforce Management (and most recent implementation guidance), Information Assurance
System Architect and Engineer (IASAE) Level II.
5. Computing Environment certificates can include GIAC GSSP, (ISC), CSSLP, HP ATP Fortify, or others as approved by the COR.
__________________________________________________________________________
Labor
Categories: Intermediate Software Developer - Firm-Fixed-Price (FFP)
Critical Position: No
Location: Aberdeen Proving Ground, MD
Minimum Qualifications:
1. Contractor Personnel shall possess a Bachelors degree or an advanced degree in Computer Science, Electronics Engineering or other
Engineering or Technical discipline.
2. Contractor personnel shall have a minimum of 2 Years software engineering experience, Software Assurance and Security Engineering
experience within the last 15 Years.
3. The contractor shall be able to design, develop, and maintain software for a variety of engineering applications. Work with analysts
to understand their analytic or interface requirements. Develop tools and interfaces. Design, develop, and test operating systems-level
software, compilers, and network distribution software applications. Set operational specifications and formulate and analyze software
requirements. Design embedded systems software.
4. Contractor personnel shall be certified in accordance with the DOD baseline requirements of DOD 8570.1M. DoD 8140.01 M Certification
in Cyberspace Workforce Management (and most recent implementation guidance), Information Assurance System Architect and Engineer
(IASAE) IAT Level I.
CONTINUATION SHEET
Page
21
of
69
MOD/AMD
______________________________________________________________________
Labor
Categories: Journeyman Technical Writer - Firm-Fixed-Price (FFP)
Critical Position: No
Location: Aberdeen Proving Ground, MD
Minimum Qualifications:
1. Contractor personnel shall possess an Associates degree in a related Information Technology field.
2. The contractor shall have at least 3 Years of information technology writing experience within the last 15 Years.
3. The contractor shall have experience and able to write technical specifications, reports, brochures, and/or manuals for internal
documentation, customer reference or publications. Analyzes technical literature available, writes descriptive copy, and verifies
documentation. Shall be capable of reviewing customer drawings and data and translate customer language into standard procedures and
product flow. Shall be able to edit, write, and/or rewrite technical articles, publications, presentations, and other materials to
communicate clearly and effectively on research findings, technical developments, and other information to a wide range of external
audiences. Shall be able to exercise quality control over documentation intended for external distribution.
__________________________________________________________________________________
Labor
Categories: Journeyman Quality Assurance Technician - Firm-Fixed-Price (FFP)
Critical Position: No
Location: Aberdeen Proving Ground, MD
Minimum Qualifications:
1. Contractor personnel shall possess a Bachelors degree in Computer Science, Electronics Engineering or other Engineering or Technical
discipline.
2. Contractor personnel shall have 2 Years of computer programming experience, to include Software Engineering within the last 10 Years.
Experience as a Software Engineer will provide practice in the nuances of logic behind many languages. Candidates should have a mix of
skills to include, but not limited to at least a subset of the following high-level languages: Java, C/C++/C#, .NET, JavaScript, XML,
ADA, Python, VBScript, Shell scripting, Assembler, and/or ABAP. Have a clear understanding and capable of navigating Assembly that is
generated from binary analysis.
3. The contractor shall be able to scan PowerShell scripts, and/or build an application for Visual Studio and Eclipse from a set of
source files such that tools that employ binary (e.g. Fortify) can be properly executed. Candidates shall be capable of executing a
dynamic analysis and be well-versed in black-box testing as well as penetration and/or fuzzing.
4. The Contractor personnel shall be able to map results to Common Weakness Elements (CWE), Common Vulnerability Elements (CVE), and
National Institute of Standards and Technology (NIST Security Technical Implementation Guide (STIG), and prepare detailed executive and
developer reports complete with suggested steps for remediation as necessary.
CONTINUATION SHEET
MOD/AMD
APPENDIX B
__________
____________________________
SOFTWARE
ASSURANCE TOOL LIST
Code DX, including the following tools which it runs and/or aggregates itself:
- Brakeman
- CAT.NET
- Checkstyle
- CppCheck
- Dependency-Check
- Findbugs
- FXCop
- Gendarme
- JSHint
- PMD
- PyLint
- Retire.js
Additionally, we will use the following tools and import their results into Code DX
- HP Fortify Static Code Analyzer
- Grammatech Code Sonar
- Klocwork Insight
This is a dynamic list and the Government will modify this list as required to support mission requirements.
Page
22
of
69
CONTINUATION SHEET
APPENDIX C
__________
______________________________________
CONTRACT
DATA REQUIREMENTS LIST (CDRL)
See External Document.
MOD/AMD
Page
23
of
69
CONTINUATION SHEET
Page
24
of
69
MOD/AMD
APPENDIX D
__________
___________________
DATA
ACCESSION LIST
In accordance with CDRL D002 "Data Accession List", the Contractor shall provide an inventory of internal technical data and software
generated and/or developed by the Contractor in the performance of the contract. In addition, the Government may require delivery of any
of the technical data or software items provided in the Data Accession List, in accordance with the provisions of DFARS 252.227-7027.
CONTINUATION SHEET
Page
25
of
69
MOD/AMD
APPENDIX E
__________
Antiterrorism (AT) and Operations Security (OPSEC) (19 February 2016)
_____________________________________________________________________
1. AT Level I training. This standard language is for contractor employees with an area of performance within an Army controlled
installation, facility or area:
All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access
areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation
of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected
contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 30 calendar
days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the
following website: http://jko.jten.mil.
2. AT Awareness Training for Contractor Personnel Traveling Overseas:
US based contractor employees and associated sub-contractor employees shall receive government provided area of responsibility (AOR)
specific AT awareness training as directed by AR 525-13. Specific AOR training content is directed by the combatant commander with the
unit ATO being the local point of contact. US based contractor employees and associated sub-contractor employees will submit an Isolated
Personnel Report (ISOPREP) prior to deployment, in accordance with AR 525-28, Personnel Recovery. The contractor is required to fill out
the survey on NIPRNET at https://prmsglobal.prms.af.mil/prmsconv/Profile/Survey/start.aspx prior to deployment.
3. iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled
installation, facility or area:
The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by
the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and
instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award
and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 30 calendar days after
contract award.
4. For contracts that require a formal OPSEC program:
For contracts that involve sensitive/critical/classified information and require work at a contractor facility, the contractor shall
develop an OPSEC Standing Operating Procedure (SOP)/Plan within 90 calendar days of contract award, to be reviewed and approved by the
responsible Government OPSEC officer. This plan will include a process to identify critical information, where it is located, who is
responsible for it, how to protect it and why it needs to be protected. The contractor shall implement OPSEC measures as ordered by the
commander. In addition, the contractor shall have an identified certified Level II OPSEC coordinator per AR 530-1.
For contracts that involve sensitive/critical/classified information and require work at a government facility, the contractor shall
request the organizational OPSEC Plan within seven (7) days of contract award. The OPSEC Plan will include the government's critical
information, why it needs to be protected, where it is located, who is responsible for it, and how it shall be protected.
5. For contracts that require OPSEC Training:
Per AR 530-1 Operations Security, the contractor employees shall complete Level I OPSEC Awareness training. New employees shall be
trained within 30 calendar days of their reporting for duty and annually thereafter. Level I OPSEC training is available at the
following website: http://cdse.edu/catalog/elearning/GS130.html (Duration: 45 minutes).
6. Army Training Certification Tracking System (ATCTS) registration for contractor employees who require access to government
information systems:
All contractor employees with access to a government info system shall be registered in the ATCTS (Army Training Certification Tracking
System) at commencement of services, and shall successfully complete the DOD Cybersecurity Awareness prior to access to the IS and then
annually thereafter.
7. For cybersecurity/information technology (IT) training:
All contractor employees and associated sub-contractor employees shall complete the DoD Cybersecurity awareness training before issuance
of network access and annually thereafter. All contractor employees working Cybersecurity/IT functions shall comply with DoD and Army
training requirements in DoDD 8570.01, DoD 8570.01-M and AR 25-2 within six months of appointment to Cybersecurity/IT functions.
8. For cybersecurity/information technology (IT) certification:
Per DoD 8570.01-M , DFARS 252.239.7001 and AR 25-2, the contractor employees supporting Cybersecurity/IT functions shall be
appropriately certified upon contract award. The baseline certification as stipulated in DoD 8570.01-M shall be completed upon contract
award.
9.
Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of
CONTINUATION SHEET
Page
26
of
69
MOD/AMD
CONTINUATION SHEET
Page
27
of
69
MOD/AMD
APPENDIX F
__________
___________________
CONTRACTOR
EMPLOYEE
PERSONAL FINANCIAL INTEREST / PROTECTION OF SENSITIVE INFORMATION AGREEMENT
___________________________________________________________________________
This Agreement refers to Contract/Order _____________________ entered into between the US Army Contracting Command and
____________________ (Contractor).
As an employee of the aforementioned Contractor, I understand that in connection with my involvement in the support of the abovereferenced Contract/Order, I may receive or have access to certain sensitive information relating to said Contract/Order, and/or may be
called upon to perform services which could have a potential impact on the financial interests of other companies, businesses or
corporate entities. I hereby agree that I will not discuss or otherwise disclose (except as may be legally or contractually required)
any such sensitive information maintained by US Army Contracting Command and US Army CECOM or by others on behalf of US Army Contracting
Command and US Army CECOM, to any person, including personnel in my own organization, not authorized to receive such information.
Sensitive information includes:
(a) Information provided to the contractor or the Government that would be competitively useful on current or future related
procurements; or
(b) Is considered source selection information or bid and proposal information as defined in FAR 2.101, and FAR 3.104-4; or
(c) Contains (1) information about a contractors pricing, rates, costs, schedule, or contract performance; or (2) the Governments
analysis of that information; or
(d) Program information relating to current or estimated budgets, schedules or other financial information relating to the program
office; or
(e) Is properly marked as source selection information or any similar markings.
Should sensitive information be provided to me under this Contract/Order, I agree not to discuss or disclose such information with/to
any individual not authorized to receive such information. If there is any uncertainty as to whether the disclosed information comprises
sensitive information, I will request my employer to request a determination in writing from the US Army Contracting Command Contracting
Officer as to the need to protect this information from disclosure.
I will promptly notify my employer if, during my participation in the subject Contract/Order, I am assigned any duties that could affect
the interests of a company, business or corporate entity in which either I, my spouse or minor children, or any member of my immediate
family/household has a personal financial interest. Financial interest is defined as compensation for employment in the form of wages,
salaries, commissions, professional fees, or fees for business referrals, or any financial investments in the business in the form of
direct stocks or bond ownership, or partnership interest (excluding non-directed retirement or other mutual fund investments). In the
event that, at a later date, I acquire actual knowledge of such an interest or my employer becomes involved in proposing for a
solicitation resulting from the work under this Contract/Order, as either an offeror, an advisor to an offeror, or as a subcontractor to
an offeror, I will promptly notify my employer. I understand this may disqualify me from any further involvement with this
Contract/Order, as agreed upon between US Army Contracting Command and my company.
Among the possible consequences, I understand that violation of any of the above conditions/requirements may result in my immediate
disqualification or termination from working on this Contract/Order pending legal and contractual review.
I further understand and agree that all Confidential, Proprietary and/or Sensitive Information shall be retained, disseminated,
released, and destroyed in accordance with the requirements of law and applicable Department of Defense, US Army CECOM, or US Army
Contracting Command directives, regulations, instructions, policies and guidance.
This Agreement shall be interpreted under and in conformance with the laws of the United States.
I agree to the Terms of this Agreement and certify that I have read and understand the above Agreement. I further certify that the
statements made herein are true and correct.
___________________________
Signature and Date
______________________________
Company
___________________________
Printed Name
______________________________
Phone Number
CONTINUATION SHEET
APPENDIX G
__________
___________________________________
Government
Furnished Property (GFP)
Laptops: Dell
Model Number: E6520
Quantity: 82
MOD/AMD
Page
28
of
69
CONTINUATION SHEET
___________
APPENDIX
H
_________
Artifacts
See External Document.
MOD/AMD
Page
29
of
69
CONTINUATION SHEET
PIIN/SIIN W56JSR-17-R-0004
Page
30
of
69
MOD/AMD
or
http://farsite.hill.af.mil/VFDFARA.HTM
or
http://farsite.hill.af.mil/VFAFARa.HTM
If the clause requires additional or unique information, then that information is provided immediately after the clause title.
E-1
E-2
Regulatory Cite
_______________
52.246-4
52.246-5
______________________________________________________________________
Title
INSPECTION OF SERVICES--FIXED-PRICE
INSPECTION OF SERVICES--COST-REIMBURSEMENT
____________
Date
AUG/1996
APR/1984
CONTINUATION SHEET
PIIN/SIIN W56JSR-17-R-0004
Page
31
of
69
MOD/AMD
or
http://farsite.hill.af.mil/VFDFARA.HTM
or
http://farsite.hill.af.mil/VFAFARa.HTM
If the clause requires additional or unique information, then that information is provided immediately after the clause title.
Regulatory Cite
_______________
52.242-15
252.211-7007
F-1
F-2
______________________________________________________________________
Title
STOP-WORK ORDER
REPORTING OF GOVERNMENT-FURNISHED PROPERTY
____________
Date
AUG/1989
AUG/2012
F.3 Deliverables
Number
A001
A002
A003
B001
C001
C002
C003
C004
D001
D002
D003
D004
D005
D006
D007
D008
Name
Conference, Working Group, Trip Report, 3.1.6
Briefing/Demonstration Material, 3.2.1.7
Meeting Minutes, 3.2.1.1 & 3.2.1.4
Performance and Cost Report, 3.1.5
Status of GFE Reports, 3.1.1 & 3.1.5
Status Report Critical Personnel Change, 3.1.7
Monthly Status Report, 3.1.5
Training Events, 3.2.1.8
Aggregated Report of Potential Defects, 3.2.1.3
Data Accession List, PWS Appendix D
Final Software Assurance Assessment Report, 3.2.1.9
Phase Out Plan, 3.1.4
Process and Procedures, 3.2.1.6
Summary View of Potential Defects, 3.2.1.3
Tailored Aggregated Report of Potential Defects, 3.2.1.3
Tailored Summary View of Potential Defects, 3.2.1.3
F.4 Performance
F.4.1 Period of Performance:
The IDIQ contract will have a five (5) year ordering period from the date of award. The period of performance for task orders will be
determined for each task order based on the task order requirements. The task order shall identify the period of performance for the
specific task.
F.1.2 Place of Performance:
Onsite: (Government Facility) Place of Performance for this effort shall be at Aberdeen Proving Ground, Maryland with specifics to be
determined on the Task Order.
Offsite: (Contractor Facility) The contractor may perform Task Order Management functions such as financial management, budget
analysis, material purchasing, etc. and other administrative tasks at their facility.
CONTINUATION SHEET
Page
32
of
69
MOD/AMD
______________________________________________________________________
Title
G-1
252.232-7006
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS
(a) Definitions. As used in this clause--
____________
Date
MAY/2013
"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or
organization.
"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the
entitlement system.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as
authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall-(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this
Web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice
Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the
WAWF home page at https://wawf.eb.mil/.
(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer
Protocol.
(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports
in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s).
FOR COST REIMBURSEMENT CLIN INVOICING - Cost Voucher
FOR FIRM-FIXED-PRICE CLIN INVOICING - 2-in-1 Invoice
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified
by the contracting officer.
Inspection: Destination
Acceptance: Destination
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in
WAWF when creating payment requests and receiving reports in the system.
Routing Data Table*
-----------------------------------------------------------------------Field Name in WAWF
Data to be entered in WAWF
-----------------------------------------------------------------------Pay Official DoDAAC
-TBDIssue By DoDAAC
W56JSR
Admin DoDAAC
-TBDInspect By DoDAAC
W90W2B
Ship To Code
W90W2B
Ship From Code
N/A
Mark For Code
N/A
Service Approver (DoDAAC)
-TBDService Acceptor (DoDAAC)
-TBDAccept at Other DoDAAC
N/A
LPO DoDAAC
N/A
CONTINUATION SHEET
Page
33
of
69
MOD/AMD
CONTINUATION SHEET
Page
34
of
69
MOD/AMD
CONTINUATION SHEET
PIIN/SIIN W56JSR-17-R-0004
Page
35
of
69
MOD/AMD
CONTINUATION SHEET
Page
36
of
69
MOD/AMD
CONTINUATION SHEET
PIIN/SIIN W56JSR-17-R-0004
Page
37
of
69
MOD/AMD
or
http://farsite.hill.af.mil/VFDFARA.HTM
or
http://farsite.hill.af.mil/VFAFARa.HTM
If the clause requires additional or unique information, then that information is provided immediately after the clause title.
I-1
I-2
I-3
I-4
I-5
I-6
Regulatory Cite
_______________
52.202-1
52.203-3
52.203-5
52.203-6
52.203-7
52.203-8
I-7
I-8
I-9
I-10
I-11
I-12
I-13
I-14
52.203-10
52.203-12
52.204-2
52.204-4
52.204-9
52.204-10
52.204-13
52.209-6
I-15
52.209-9
I-16
I-17
I-18
I-19
I-20
52.210-1
52.215-2
52.215-8
52.215-10
52.215-11
I-21
I-22
I-23
I-24
52.215-12
52.215-13
52.215-15
52.215-18
I-25
I-26
I-27
I-28
I-29
I-30
I-31
I-32
I-33
I-34
I-35
52.215-23
52.216-8
52.216-11
52.219-6
52.219-8
52.219-14
52.222-3
52.222-21
52.222-26
52.222-37
52.222-40
I-36
I-37
I-38
I-39
I-40
I-41
I-42
I-43
I-44
I-45
I-46
52.222-41
52.222-50
52.222-54
52.223-6
52.223-18
52.225-13
52.227-1
52.227-2
52.229-3
52.232-1
52.232-8
______________________________________________________________________
Title
DEFINITIONS
GRATUITIES
COVENANT AGAINST CONTINGENT FEES
RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT
ANTI-KICKBACK PROCEDURES
CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR
IMPROPER ACTIVITY
PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY
LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS
SECURITY REQUIREMENTS
PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER
PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL
REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS
SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH
CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY
MATTERS
MARKET RESEARCH
AUDIT AND RECORDS--NEGOTIATIONS
ORDER OF PRECEDENCE--UNIFORM CONTRACT FORMAT
PRICE REDUCTION FOR DEFECTIVE CERTIFIED COST OR PRICING DATA
PRICE REDUCTION FOR DEFECTIVE CERTIFIED COST OR PRICING DATA-MODIFICATIONS
SUBCONTRACTOR CERTIFIED COST OR PRICING DATA
SUBCONTRACTOR CERTIFIED COST OR PRICING DATA--MODIFICATIONS
PENSION ADJUSTMENTS AND ASSET REVERSIONS
REVERSION OR ADJUSTMENT OF PLANS FOR POSTRETIREMENT BENEFITS (PRB)
OTHER THAN PENSIONS
LIMITATIONS ON PASS-THROUGH CHARGES
FIXED FEE
COST CONTRACT--NO FEE
NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE
UTILIZATION OF SMALL BUSINESS CONCERNS
LIMITATIONS ON SUBCONTRACTING
CONVICT LABOR
PROHIBITION OF SEGREGATED FACILITIES
EQUAL OPPORTUNITY
EMPLOYMENT REPORTS ON VETERANS
NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS
ACT
SERVICE CONTRACT LABOR STANDARDS
COMBATING TRAFFICKING IN PERSONS
EMPLOYMENT ELIGIBILITY VERIFICATION
DRUG-FREE WORKPLACE
ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING
RESTRICTIONS ON CERTAIN FOREIGN PURCHASES
AUTHORIZATION AND CONSENT
NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT
FEDERAL, STATE, AND LOCAL TAXES
PAYMENTS
DISCOUNTS FOR PROMPT PAYMENT
____________
Date
NOV/2013
APR/1984
MAY/2014
SEP/2006
MAY/2014
MAY/2014
MAY/2014
OCT/2010
AUG/1996
MAY/2011
JAN/2011
OCT/2016
OCT/2016
OCT/2015
JUL/2013
APR/2011
OCT/2010
OCT/1997
AUG/2011
AUG/2011
OCT/2010
OCT/2010
OCT/2010
JUL/2005
OCT/2009
JUN/2011
APR/1984
NOV/2011
NOV/2016
NOV/2011
JUN/2003
APR/2015
SEP/2016
FEB/2016
DEC/2010
MAY/2014
MAR/2015
OCT/2015
MAY/2001
AUG/2011
JUN/2008
DEC/2007
DEC/2007
FEB/2013
APR/1984
FEB/2002
CONTINUATION SHEET
Page
38
MOD/AMD
I-47
I-48
I-49
I-50
I-51
I-52
I-53
I-54
I-55
I-56
I-57
I-58
I-59
I-60
I-61
I-62
I-63
I-64
I-65
I-66
I-67
I-68
I-69
I-70
I-71
I-72
I-73
I-74
Regulatory Cite
_______________
52.232-11
52.232-20
52.232-22
52.232-23
52.232-25
52.232-39
52.232-40
52.233-1
52.233-3
52.233-4
52.237-3
52.242-1
52.242-3
52.242-4
52.242-13
52.243-1
52.243-2
52.244-5
52.245-1
52.245-9
52.249-2
52.249-6
52.249-8
52.249-14
52.253-1
252.201-7000
252.203-7000
252.203-7001
I-75
I-76
I-77
I-78
I-79
I-80
I-81
I-82
I-83
252.203-7002
252.203-7003
252.204-7000
252.204-7002
252.204-7003
252.204-7004
252.204-7005
252.204-7006
252.204-7009
I-84
I-85
I-86
I-87
252.204-7012
252.204-7015
252.205-7000
252.209-7004
I-88
I-89
I-90
I-91
I-92
I-93
252.215-7000
252.215-7002
252.222-7006
252.223-7004
252.225-7048
252.226-7001
I-94
I-95
252.227-7013
252.227-7014
I-96
I-97
I-98
252.227-7016
252.227-7019
252.227-7025
I-99
I-100
I-101
I-102
252.227-7027
252.227-7030
252.227-7037
252.231-7000
______________________________________________________________________
Title
EXTRAS
LIMITATION OF COST
LIMITATION OF FUNDS
ASSIGNMENT OF CLAIMS (MAY 2014) -- ALTERNATE I (APR 1984)
PROMPT PAYMENT
UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
DISPUTES
PROTEST AFTER AWARD
APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM
CONTINUITY OF SERVICES
NOTICE OF INTENT TO DISALLOW COSTS
PENALTIES FOR UNALLOWABLE COSTS
CERTIFICATION OF FINAL INDIRECT COSTS
BANKRUPTCY
CHANGES--FIXED PRICE (AUG 1987) -- ALTERNATE I (APR 1984)
CHANGES - COST-REIMBURSEMENT (AUG 1987) -- ALTERNATE I (APR 1984)
COMPETITION IN SUBCONTRACTING
GOVERNMENT PROPERTY
USE AND CHARGES
TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE)
TERMINATION (COST REIMBURSEMENT)
DEFAULT (FIXED-PRICE SUPPLY AND SERVICE)
EXCUSABLE DELAYS
COMPUTER GENERATED FORMS
CONTRACTING OFFICER'S REPRESENTATIVE
REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS
PROHIBITION ON PERSONS CONVICTED OF FRAUD OR OTHER DEFENSE-CONTRACTRELATED FELONIES
REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS
AGENCY OFFICE OF THE INSPECTOR GENERAL
DISCLOSURE OF INFORMATION
PAYMENT FOR SUBLINE ITEMS NOT SEPARATELY PRICED
CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT
ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT
ORAL ATTESTATION OF SECURITY RESPONSIBILITIES
BILLING INSTRUCTIONS
LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR
REPORTED CYBER INCIDENT INFORMATION
SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING
NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT
PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS
SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE
GOVERNMENT OF A TERRORIST COUNTRY
PRICING ADJUSTMENTS
COST ESTIMATING SYSTEM REQUIREMENTS
RESTRICTIONS ON THE USE OF MANDTORY ARBITRATION AGREEMENTS
DRUG-FREE WORK FORCE
EXPORT-CONTROLLED ITEMS
UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC
ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS
RIGHTS IN TECHNICAL DATA--NONCOMMERCIAL ITEMS
RIGHTS IN NONCOMMERCIAL COMPUTER SOFTWARE AND NONCOMMERCIAL COMPUTER
SOFTWARE DOCUMENTATION
RIGHTS IN BID OR PROPOSAL INFORMATION
VALIDATION OF ASSERTED RESTRICTIONS--COMPUTER SOFTWARE
LIMITATIONS ON THE USE OR DISCLOSURE OF GOVERNMENT-FURNISHED
INFORMATION MARKED WITH RESTRICTIVE LEGENDS
DEFERRED ORDERING OF TECHNICAL DATA OR COMPUTER SOFTWARE
TECHNICAL DATA--WITHHOLDING OF PAYMENT
VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA
SUPPLEMENTAL COST PRINCIPLES
____________
Date
APR/1984
APR/1984
APR/1984
APR/1984
JUL/2013
JUN/2013
DEC/2013
MAY/2014
AUG/1996
OCT/2004
JAN/1991
APR/1984
MAY/2014
JAN/1997
JUL/1995
APR/1984
APR/1984
DEC/1996
APR/2012
APR/2012
APR/2012
MAY/2004
APR/1984
APR/1984
JAN/1991
DEC/1991
SEP/2011
DEC/2008
SEP/2013
DEC/2012
OCT/2016
DEC/1991
APR/1992
FEB/2014
NOV/2001
OCT/2005
OCT/2016
OCT/2016
MAY/2016
DEC/1991
OCT/2015
DEC/2012
DEC/2012
DEC/2010
SEP/1988
JUN/2013
SEP/2004
FEB/2014
FEB/2014
JAN/2011
SEP/2016
MAY/2013
APR/1988
MAR/2000
SEP/2016
DEC/1991
of
69
CONTINUATION SHEET
Page
39
of
69
MOD/AMD
I-103
I-104
I-105
I-106
I-107
I-108
I-109
I-110
I-111
I-112
I-113
I-114
I-115
I-116
Regulatory Cite
_______________
252.232-7003
252.232-7010
252.237-7010
252.239-7000
252.239-7001
252.242-7006
252.243-7001
252.243-7002
252.244-7001
252.245-7001
252.245-7002
252.245-7003
252.245-7004
252.246-7000
______________________________________________________________________
Title
ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS
LEVIES ON CONTRACT PAYMENTS
PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL
PROTECTION AGAINST COMPROMISING EMANATIONS
INFORMATION ASSURANCE CONTRACTOR TRAINING AND CERTIFICATION
ACCOUNTING SYSTEM ADMINISTRATION
PRICING OF CONTRACT MODIFICATIONS
REQUESTS FOR EQUITABLE ADJUSTMENT
CONTRACTOR PURCHASING SYSTEM ADMINISTRATION--BASIC
TAGGING, LABELING, AND MARKING OF GOVERNMENT-FURNISHED PROPERTY
REPORTING LOSS OF GOVERNMENT PROPERTY
CONTRACTOR PROPERTY MANAGEMENT SYSTEM ADMINISTRATION
REPORTING, REUTILIZATION, AND DISPOSAL
MATERIAL INSPECTION AND RECEIVING REPORT
I-117
52.215-21
REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN
CERTIFIED COST OR PRICING DATA--MODIFICATIONS (OCT 2010) -ALTERNATE IV (OCT 2010)
____________
Date
JUN/2012
DEC/2006
JUN/2013
JUN/2004
JAN/2008
FEB/2012
DEC/1991
DEC/2012
MAY/2014
APR/2012
APR/2012
APR/2012
SEP/2016
MAR/2008
OCT/2010
I-118
52.216-7
(FEB 1997)
FEB/1997
(a) Invoicing.
(1) The Government will make payments to the Contractor when requested as work progresses, but (except for small business concerns)
not more often than once every 2 weeks, in amounts determined to be allowable by the Contracting Officer in accordance with Federal
Acquisition Regulation (FAR) Subpart 31.2 in effect on the date of this contract and the terms of this contract. The Contractor may
submit to an authorized representative of the Contracting Officer, in such form and reasonable detail as the representative may require,
an invoice or voucher supported by a statement of the claimed allowable cost for performing this contract.
(2) Contract financing payments are not subject to the interest penalty provisions of the Prompt Payment Act. Interim payments made
prior to the final payment under the contract are contract financing payments, except interim payments if this contract contains
Alternate I to the clause at 52.232-25.
(3) The designated payment office will make interim payments for contract financing on the 30th day after the designated billing
office receives a proper payment request. In the event that the Government requires an audit or other review of a specific payment
request to ensure compliance with the terms and conditions of the contract, the designated payment office is not compelled to make
payment by the specified due date.
(b) Reimbursing costs.
(1) For the purpose of reimbursing allowable costs (except as provided in subparagraph (b)(2) of this clause, with respect to pension,
deferred profit sharing, and employee stock ownership plan contributions), the term costs includes only -(i) Those recorded costs that, at the time of the request for reimbursement, the Contractor has paid by cash, check, or other form
of actual payment for items or services purchased directly for the contract;
(ii) When the Contractor is not delinquent in paying costs of contract performance in the ordinary course of business, costs
incurred, but not necessarily paid, for -(A) Supplies and services purchased directly for the contract and associated financing payments to subcontractors, provided
payments determined due will be made
(1) In accordance with the terms and conditions of a subcontract or invoice; and
CONTINUATION SHEET
Page
40
of
69
MOD/AMD
CONTINUATION SHEET
Page
41
of
69
MOD/AMD
See
(C) Identification of prime contracts under which the contractor performs as a subcontractor.
(D) Description of accounting system (excludes contractors required to submit a CAS Disclosure Statement or contractors where the
description of the accounting system has not changed from the
previous year's submission).
(E) Procedures for identifying and excluding unallowable costs from the costs claimed and billed (excludes contractors where the
procedures have not changed from the previous year's submission).
(F) Certified financial statements and other financial data (e.g., trial balance, compilation, review, etc.).
(G) Management letter from outside CPAs concerning any internal control weaknesses.
(H) Actions that have been and/or will be implemented to correct the weaknesses described in the management letter from
subparagraph (G) of this section.
(I) List of all internal audit reports issued since the last disclosure of internal audit reports to the Government.
(J) Annual internal audit plan of scheduled audits to be performed in the fiscal year when the final indirect cost rate submission
is made.
(K) Federal and State income tax returns.
(L) Securities and Exchange Commission 10-K annual report.
(M) Minutes from board of directors meetings.
(N) Listing of delay claims and termination claims submitted which contain costs relating to the subject fiscal year.
(O) Contract briefings, which generally include a synopsis of all pertinent contract provisions, such as: Contract type, contract
amount, product or service(s) to be provided, contract performance
CONTINUATION SHEET
Page
42
of
69
MOD/AMD
CONTINUATION SHEET
Page
43
of
69
MOD/AMD
I-119
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 $500.00, 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 the contract total, $17,132,882.00;
(2) Any order for a combination of items in excess of the contract total $17,132,882.00; or
(3) A series of orders from the same ordering office within two (2) days that together call for quantities exceeding the limitation in
subparagraph (b)(1) or (2) of this section.
(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 two (2) days after issuance, with written
notice stating the Contractors 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)
I-120
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
CONTINUATION SHEET
Page
44
of
69
MOD/AMD
I-121
52.222-2
PAYMENT FOR OVERTIME PREMIUMS
JUL/1990
(a) The use of overtime is authorized under this contract if the overtime premium does not exceed $0.00 or the overtime premium is paid
for work -(1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns of production equipment,
or occasional production bottlenecks of a sporadic nature;
(2) By indirect-labor employees such as those performing duties in connection with administration, protection, transportation,
maintenance, standby plant protection, operation of utilities, or accounting;
(3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportation conveyances, and operations
in flight or afloat that are continuous in nature and cannot reasonably be interrupted or completed otherwise; or
(4) That will result in lower overall costs to the Government.
(b) Any request for estimated overtime premiums that exceeds the amount specified above shall include all estimated overtime for
contract completion and shall -(1) Identify the work unit; e.g., department or section in which the requested overtime will be used, together with present workload,
staffing, and other data of the affected unit sufficient to permit the Contracting Officer to evaluate the necessity for the overtime;
(2) Demonstrate the effect that denial of the request will have on the contract delivery or performance schedule;
(3) Identify the extent to which approval of overtime would affect the performance or payments in connection with other Government
contracts, together with identification of each affected contract; and
(4) Provide reasons why the required work cannot be performed by using multishift operations or by employing additional personnel.
(End of Clause)
I-122
52.244-2
SUBCONTRACTS
OCT/2010
CONTINUATION SHEET
Page
45
of
69
MOD/AMD
CONTINUATION SHEET
Page
46
of
69
MOD/AMD
None
(End of clause)
I-123
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 Date of Contract Award through 5 Year Base
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)(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)
I-124
52.203-13
CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT
(a) Definitions. As used in this clause--
OCT/2015
"Agent" means any individual, including a director, an officer, an employee, or an independent Contractor, authorized to act on behalf
of the organization.
"Full cooperation"-(1) Means disclosure to the Government of the information sufficient for law enforcement to identify the nature and extent of the
offense and the individuals responsible for the conduct. It includes providing timely and complete response to Government auditors and
investigators' request for documents and access to employees with information;
(2) Does not foreclose any Contractor rights arising in law, the FAR, or the terms of the contract. It does not require-(i) A Contractor to waive its attorney-client privilege or the protections afforded by the attorney work product doctrine; or
(ii) Any officer, director, owner, or employee of the Contractor, including a sole proprietor, to waive his or her attorney client
privilege or Fifth Amendment rights; and
(3) Does not restrict a Contractor from-(i) Conducting an internal investigation; or
(ii) Defending a proceeding or dispute arising under the contract or related to a potential or disclosed violation.
"Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a
business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).
"Subcontract" means any contract entered into by a subcontractor to furnish supplies or services for performance of a prime contract or
a subcontract.
"Subcontractor" means any supplier, distributor, vendor, or firm that furnished supplies or services to or for a prime contractor or
another subcontractor.
"United States," means the 50 States, the District of Columbia, and outlying areas.
CONTINUATION SHEET
Page
47
of
69
MOD/AMD
CONTINUATION SHEET
Page
48
of
69
MOD/AMD
I-125
52.204-19
INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS
DEC/2014
The Contractor's representations and certifications, including those completed electronically via the System for Award Management (SAM),
are incorporated by reference into the contract.
(End of clause)
I-126
52.204-21
BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS
(a) Definitions. As used in this clause--
JUN/2016
"Covered contractor information system" means an information system that is owned or operated by a contractor that processes, stores, or
transmits Federal contract information.
CONTINUATION SHEET
Page
49
of
69
MOD/AMD
CONTINUATION SHEET
Page
50
of
69
MOD/AMD
I-127
52.215-19
OCT/1997
I-128
52.219-28
JUL/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.
"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.
CONTINUATION SHEET
Page
51
of
69
MOD/AMD
I-129
52.222-35
EQUAL OPPORTUNITY FOR VETERANS
(a) Definitions. As used in this clause--
OCT/2015
"Active duty wartime or campaign badge veteran," "Armed Forces service medal veteran," "disabled veteran," "protected veteran,"
"qualified disabled veteran," and "recently separated veteran" have the meanings given at FAR 22.1301.
(b) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-300.5(a), as
of March 24, 2014. This clause prohibits discrimination against qualified protected veterans, and requires affirmative action by the
Contractor to employ and advance in employment qualified protected veterans.
(c) Subcontracts. The Contractor shall insert the terms of this clause in subcontracts of $150,000 or more unless exempted by rules,
regulations, or orders of the Secretary of Labor. The Contractor shall act as specified by the Director, Office of Federal Contract
Compliance Programs, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall
be appropriate to identify properly the parties and their undertakings.
(End of clause)
I-130
52.222-36
EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES
JUL/2014
(a) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-741.5(a), as
of March 24, 2014. This clause prohibits discrimination against qualified individuals on the basis of disability, and requires
affirmative action by the Contractor to employ and advance in employment qualified individuals with disabilities.
(b) Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order in excess of $15,000
unless exempted by rules, regulations, or orders of the Secretary, so that such provisions will be binding upon each subcontractor or
vendor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs of the U.S. Department of
Labor, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate
to identify properly the parties and their undertakings.
(End of clause)
CONTINUATION SHEET
PIIN/SIIN W56JSR-17-R-0004
Page
52
of
69
MOD/AMD
52.252-2
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:
http://www.acq.osd.mil/dpap/dars/far.html
http://farsite.hill.af.mil/VFAFARa.HTM
or
http://www.acq.osd.mil/dpap/dars/index.htm
or
(End of Clause)
I-132
52.252-6
APR/1984
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized
deviation is indicated by the addition of (DEVIATION) after the date of the clause.
(b) The use in this solicitation or contract of any DoD FAR SUPPLEMENT (48 CFR 2) clause with an authorized deviation is indicated by
the addition of (DEVIATION) after the name of the regulation.
(End of Clause)
CONTINUATION SHEET
Page
53
of
69
MOD/AMD
List of
________________
Addenda
Exhibit A
Exhibit B
Attachment 0001
Attachment 0002
Attachment 0003
____________________________________________________________
Title
CONTRACT DATA REQUIREMENTS LIST (CDRL)
SW CODE ASSESSMENT CLIN PRICE STRUCTURE
SW CODE ASSESSMENT PWS APPENDIX H ARTIFACTS
DD254
QASP
_______________
Date
19-JUL-2016
15-AUG-2016
14-OCT-2016
02-NOV-2016
08-NOV-2016
Number
of Pages
____________
026
001
010
013
010
Transmitted By
_______________
DATA
DATA
DATA
DATA
DATA
CONTINUATION SHEET
PIIN/SIIN W56JSR-17-R-0004
Page
54
of
69
MOD/AMD
or
http://farsite.hill.af.mil/VFDFARA.HTM
or
http://farsite.hill.af.mil/VFAFARa.HTM
If the provision requires additional or unique information, then that information is provided immediately after the provision title.
K-1
K-2
K-3
Regulatory Cite
_______________
252.203-7005
252.204-7008
252.227-7017
K-4
252.227-7028
______________________________________________________________________
Title
REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS
COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS
IDENTIFICATION AND ASSERTION OF USE, RELEASE, OR DISCLOSURE
RESTRICTIONS
TECHNICAL DATA OR COMPUTER SOFTWARE PREVIOUSLY DELIVERED TO THE
GOVERNMENT
K-5
52.204-8
ANNUAL REPRESENTATIONS AND CERTIFICATIONS
(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 541511.
____________
Date
NOV/2011
OCT/2016
JAN/2011
JUN/1995
APR/2016
CONTINUATION SHEET
Page
55
of
69
MOD/AMD
CONTINUATION SHEET
PIIN/SIIN W56JSR-17-R-0004
Page
56
of
69
MOD/AMD
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)
K-6
252.204-7007
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS
Substitute the following paragraphs (d) and (e) for paragraph (d) of the provision at FAR 52.204-8:
JAN/2015
(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.
CONTINUATION SHEET
PIIN/SIIN W56JSR-17-R-0004
Page
57
of
69
MOD/AMD
Applies to solicitations
252.225-7042, Authorization to Perform. Applies to all solicitations when performance will be wholly or in part in a foreign
(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 and contracts when contract performance will
be in Italy.
(viii) 252.229-7013, Tax Exemptions (Spain)--Representation. Applies to solicitations and contracts 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:
_n/a_
___
(i)
n/a
___
(ii)
n/a
___
(iii)
n/a
___
X
_
n/a
___
(iv)
(v)
n/a
___
n/a
___
n/a
___
n/a
___
n/a
___
(e) The offeror has completed the annual representations and certifications electronically via the SAM website at
https://www.acquisition.gov/. After reviewing the ORCA 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
Provision #
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.
CONTINUATION SHEET
Page
58
of
69
MOD/AMD
K-7
52.209-7
INFORMATION REGARDING RESPONSIBILITY MATTERS
(a) Definitions. As used in this provision--
JUL/2013
Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or
liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and
Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only
in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits,
corrective plans, or inspection of deliverables.
Federal contracts and grants with total value greater than $10,000,000 means-(1) The total value of all current, active contracts and grants, including all priced options; and
(2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity,
8(a), or requirements contracts (including task and delivery and multiple-award Schedules).
Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a
business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).
(b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000.
(c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the
information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and
complete as of the date of submission of this offer with regard to the following information:
(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or
performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted
in any of the following dispositions:
(i) In a criminal proceeding, a conviction.
(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement,
restitution, or damages of $5,000 or more.
(iii) In an administrative proceeding, a finding of fault and liability that results in-(A) The payment of a monetary fine or penalty of $5,000 or more; or
(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.
(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment
of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or
(c)(1)(iii) of this provision.
(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the
offeror has provided the requested information with regard to each occurrence.
(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through
maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7).
Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a
business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).
(End of provision)
K-8
252.203-7996
(DEV 2016O0003)
OCT/2015
CONTINUATION SHEET
Page
59
of
69
MOD/AMD
CONTINUATION SHEET
PIIN/SIIN W56JSR-17-R-0004
Page
60
of
69
MOD/AMD
or
http://farsite.hill.af.mil/VFDFARA.HTM
or
http://farsite.hill.af.mil/VFAFARa.HTM
If the provision requires additional or unique information, then that information is provided immediately after the provision title.
L-1
L-2
L-3
L-4
L-5
Regulatory Cite
_______________
52.204-7
52.204-16
52.215-1
52.215-16
52.215-22
L-6
L-7
L-8
52.222-24
52.237-10
252.215-7008
L-9
52.215-20
______________________________________________________________________
Title
SYSTEM FOR AWARD MANAGEMENT
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
INSTRUCTIONS TO OFFERORS--COMPETITIVE
FACILITIES CAPITAL COST OF MONEY
LIMITATIONS ON PASS-THROUGH CHARGES -- IDENTIFICATION OF SUBCONTRACT
EFFORT
PREAWARD ON-SITE EQUAL OPPORTUNITY COMPLIANCE EVALUATION
IDENTIFICATION OF UNCOMPENSATED OVERTIME
ONLY ONE OFFER
REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN
CERTIFIED COST OR PRICING DATA (OCT 2010) -- ALTERNATE IV (OCT
2010)
____________
Date
OCT/2016
JUL/2016
JAN/2004
JUN/2003
OCT/2009
FEB/1999
MAR/2015
OCT/2013
OCT/2010
L-10
52.216-1
TYPE OF CONTRACT
APR/1984
The Government contemplates award of a single-award IDIQ contract with Firm Fixed Price (FFP) and Cost Reimbursement CLINS.
(End of Provision)
L-11
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 filed with either the Contracting Officer or to
HQAMC(addressed as follows) by obtaining written and dated acknowledgment of receipt from:
Army Contracting Command - APG
Attention: Sonia Nance, Contracting Officer
6001 Combat Drive
Aberdeen Proving Ground, MD 21005
OR
Headquarters U.S. Army Materiel Command
Office of Command Counsel - Deputy Command Counsel
4400 Martin Road
RM: A6SE040.001
Redstone Arsenal, AL 35898-5000
Fax: (256) 450-8840
E-mail: usarmy.redstone.usamc.mbx.protests@mail.mil
CONTINUATION SHEET
Page
61
of
69
MOD/AMD
L-12
52.252-1
FEB/1998
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in
full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed
provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the
full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information
with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://www.arnet.gov/far/
L-13
52.252-5
or
http://www.acq.osd.mil/dpap/dars/index.htm
or
http://farsite.hill.af.mil/VFAFARa.HTM
APR/1984
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is
indicated by the addition of (DEVIATION) after the date of the provision.
(b) The use in this solicitation of any DoD FAR SUPPLEMENT (48 CFR Chapter 2) provision with an authorized deviation is indicated by the
addition of (DEVIATION) after the name of the regulation.
(End of clause)
CONTINUATION SHEET
Page
62
of
69
MOD/AMD
FILE NAME
Companyname-TechnicalApproach.pdf
Companyname-ManagementApproach.pdf
PAGE LIMIT
20
10
Companyname-PastPerformance.pdf
III. Cost/Price
Cost/Price Proposal
Companyname-CostPrice.xlsx
Pricing Methodology
Companyname-PricingMethodology.pdf
Spreadsheet
provided
Unlimited
Companyname-Solicitation.pdf
Unlimited
12
L.15.3 There is a page limitation on the Technical Approach and Past Performance volumes of 30 and 12 pages, respectively. The Technical
Ability portion of Volume 1 shall be limited to 20 pages and the Management portion of volume 1 shall be limited to 10 pages. Cover Page
and Table of Contents are excluded from the page count. There is no page limitation on the Cost/Price or Standard Form 33 volumes. Pages
in violation of these instructions, either by exceeding the margin, font or by exceeding the page limit for a particulate volume will
not be evaluated.
L.15.4 Offeror will also need to provide a signed Standard Form 33, acknowledgement of any amendments, completed Section B and Section
K, and any and all required information to support a responsibility determination per FAR Part 9.104.
L.15.5 Cost information shall not be included in Technical Volumes I or II.
L.15.6 Files shall be in read-only format. All cost/price information shall be submitted in the format stated in the table above.
CONTINUATION SHEET
Page
63
of
69
MOD/AMD
Technical Approach
Offerors proposed Technical Approach shall be incorporated in the contract at time of award and shall comply with all provisions within
the Technical approach.
The Technical Approach volume shall be organized into two (2) sections: Technical Ability & Management.
L.16.1 Technical Ability
The offeror shall demonstrate an understanding of the RFP (inclusive of the Performance Work Statement (PWS)) requirements and detail an
approach which provides the Government confidence that requirements of the RFP will be successfully performed. Specifically,
L.16.1.1 The proposal shall demonstrate the offerors ability, citing past experience where applicable, to perform Software Code
Assessments in Warfighter/Tactical Systems and Business/Enterprise Applications for the purpose of identifying potential
vulnerabilities, as required in PWS paragraph 3.2 (and all subparagraphs).
L.16.1.2 The proposal shall demonstrate the offerors understanding of processes and procedures employed, time-frames, applicable
regulations, final deliverables and outcomes as required in PWS Appendix H - Artifacts.
L.16.1.3 The proposal shall demonstrate the offerors ability to achieve the assessment time-frames in PWS paragraph 3.2, particularly
the automated and engineering analysis as required by subparagraphs 3.2.1.2, 3.2.1.3, and 3.2.1.9.
L.16.1.4 The proposal shall demonstrate domain knowledge for all three (3) levels of complexity and its applicability for satisfying the
requirements defined with specific task statements as they apply to PWS Section 3. Contract staff will be trained, experienced, and meet
an IA baseline certifications as identified in PWS Appendix A
L.16.1.5 Offeror shall redact information relative to classified contracts or orders.
L.16.2 Management
The offeror shall demonstrate an understanding and ability to manage the execution of the contract.
The offerors proposal shall include:
L.16.2.1 Operational Management A description of the offerors approach for the management of day-to-day operational execution of the
requirements defined in the PWS. The Government anticipates ongoing multiple duration task orders with varying timeframes , as such the
offeror shall discuss their approach to managing multiple task order.
L.16.2.2 Staffing Approach A description of the offerors staffing approach for recruiting, hiring, and retaining a qualified workforce
with sufficient personnel for PWS performance. The offeror shall address recruiting, hiring, and retaining of a qualified workforce on
an individual task order basis, as well as across multiple ongoing task orders. In addition, the offeror shall address their staffing
approach in the event of a break in service between task orders. The proposal shall demonstrate the offerors ability to fill short term
positions in accordance with PWS requirements without creating a break in service on individual task orders.
L.16.2.3 Workforce Qualifications The identification of qualifications, skillsets, experience, education, certifications, and security
clearance levels for successful performance (inclusive of any subcontractors)
L.17 VOLUME 2 - Past Performance
Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough
and complete past performance information rests with the offeror.
L.17.1 Offerors shall submit three (3) recent and relevant past performance references.
L.17.2 Recent efforts are defined as services and/or efforts during the past thirty-six (36) complete months from the issue date of this
CONTINUATION SHEET
Page
64
of
69
MOD/AMD
CONTINUATION SHEET
Page
65
of
69
MOD/AMD
CONTINUATION SHEET
Page
66
of
69
MOD/AMD
Solicitation Documents
L.19.1 The offeror shall complete Section K Representations, Certifications and Other Statements of Offerors of the Standard Form 33 in
accordance with FAR 52.204-8 Annual Representations and Certifications.
L.19.2 The offeror shall complete Exhibit B
Standard Form 33.
L.19.3 The offeror shall complete Block 6 and 7 of Attachment 0002 DD254 listed in Section J - List of Attachments
L.19.4 The offeror shall date, sign and return the completed Standard Form 33 and any amendments along with Exhibit B and C listed above
prior to the proposal due date as posted on FedBizOpps.
CONTINUATION SHEET
PIIN/SIIN W56JSR-17-R-0004
Page
67
of
69
MOD/AMD
or
http://farsite.hill.af.mil/VFDFARA.HTM
or
http://farsite.hill.af.mil/VFAFARa.HTM
If the provision requires additional or unique information, then that information is provided immediately after the provision title.
CONTINUATION SHEET
Page
68
of
69
MOD/AMD
TECHNICAL APPROACH
CONTINUATION SHEET
Page
69
of
69
MOD/AMD