You are on page 1of 72

DRAFT SOLICITATION COVER LETTER

This DRAFT Solicitation is for the Peace Corps Practice Management System and
Electronic Health Record. Comments are due by January 15, 2010 and shall be
submitted electronically to Denise Harper, dharper@peacecorps.gov. As this is a
DRAFT solicitation, interested parties are not to submit proposals. The Peace Corps
intends to issue a solicitation under full and open competition using commercial item
procedures at a later date.

Peace Corps’ goal is to revise the core Volunteer Delivery and Support (VDS) business
systems and processes required to manage all stages of the Volunteer lifecycle. The new
system must meet mandated governmental standards and be designed to efficiently and
comprehensively cope with changing Agency requirements, particularly those dealing
with growth, changes in countries of service, and varying Volunteer requirements.

For our purposes, VDS is broken into two subsystems, Practice Management System and
Electronic Health Record; and Volunteer Lifecycle Management System and Medical
Records.

Practice Management System and Electronic Health Record includes the following
processes: initial evaluation; support during service; and any extended support required
after service.

Volunteer Lifecycle Management System includes the following processes: marketing;


recruiting; application; applicant screening; volunteer requests from Peace Corps Posts;
evaluation and selection; placement; training; service and close of service; and ongoing
interaction as alumni.

The Peace Corps is requesting comments from interested parties regarding the content,
format, clarity, and any other aspects that are relevant to this DRAFT Solicitation.
Comments should be submitted electronically to Denise Harper,
dharper@peacecorps.gov.

In addition, the Peace Corps is specifically interested in comments from industry


regarding the following areas/questions.

1. Based on best commercial practices, should the software (proposed system) be


externally or internally hosted? What are the strengths and weaknesses of each
scenario? In addition, how do you propose to address the periodic low band
width and latency issues that exist at select overseas posts?

2. The Medical Pre-Service Screening Module, found in Sections C, paragraphs


1.3.1, 3.6.1, and 6.4. is in both this DRAFT Solicitation as well as DRAFT
Solicitation PC-10-R-KL01 on www.fbo.gov. Would this Medical Pre-Service
Screening Module be a limiting factor into the delivery and implementation of
your solution? The Peace Corps will evaluate responses to this question to
determine which final Solicitation is more appropriate for the Medical Pre-Service
Screening Module. It will not be in both final Solicitations.

3. The Peace Corps ultimately intends to award this requirement as a firm, fixed-
price contract, when the final Solicitation is issued. It is anticipated to pay the
contractor after the completion of specific phases. We view this requirement
as the purchase of a product with the majority of work being configuration,
set-up, and maintenance rather than the writing of code.

a. Is this contract type typical for this type of requirement? If not, what
would be the most appropriate contract type and why? Provide
strengths and weaknesses of using other contract types.

b. Is it possible to propose a phased Implementation Approach and fix-


price each phase individually? Provide strengths and weaknesses of
using other contract types.

4. Provide comment on any questions you may have regarding Section L,


Instructions to Offerors.

5. Provide comment on any questions you may have regarding Section M,


Evaluation Factors for Award.

6. Our current acquisition plan schedule is:

Draft Solicitation comments due January 15, 2010


Issue Final Solicitation March 15, 2010
Close Solicitation April 14, 2010
Complete Demonstrations by May 21, 2010
Award Contract June 14, 2010

Provide comment as to the capability of delivery within the desired


implementation schedule below:

4. System implementation/set-up 60 days after award


5. Pilot/phase testing to start 1 October 2010
6. Full Deployment – 18 months after award.

7. In relation to question #6, what is the typical delivery and implementation of


your software system from the date of contract award (6 months, 12 months,
etc.)?

Can you deliver to an accelerated schedule?

8. Provide an estimated cost for each phase (installation, set-up, configuration,


implementation, etc.) of product delivered and overall estimated cost for each
section below. Be sure to break out the cost of the Medical Pre-Service Screening
Module found in Sections C, paragraphs 1.3.1, 3.6.1, and 6.4 as a separate line
item.

a. Externally Hosted Optimum Delivery Schedule


b. Externally Hosted Accelerated Delivery Schedule
c. Internally Hosted Optimum Delivery Schedule
d. Internally Hosted Delivery Schedule

All estimated costs provided will not be considered an actual proposal, but, will
be used for planning and estimating purposes only.

The Agency does not intend to make an award based on the issuance of this DRAFT
Solicitation. All estimated costs provided in response to this DRAFT Solicitation
will not be considered an actual proposal, but, will be used for planning and
estimating purposes only. Nothing in this DRAFT solicitation shall obligate the
Agency to award a contract based on any information provided by vendors in
response to this DRAFT solicitation.

Practice Management System and Electronic Health


Record
SECTION C: PERFORMANCE WORK STATEMENT (PWS)

TABLE OF CONTENTS – FOR SECTION C


1.0 Volunteer Delivery and Support System Redesign: Overview
1.1 Existing VDS System
1.2 Goal of the Overall VDS Redesign Program
1.3 Goal of Medical Records and Practice Management Redesign
1.3.1 The Volunteer Support Health Information System (VSHIS)
2.0 Peace Corps: Overview
2.1 Background
2.2 Metrics for scalability
3.0 Peace Corps: Current Environment
3.1 Current Physical Environment
3.1.1 Domestic Operations
3.1.2 International Operations
3.2 Current Infrastructure and Standards
3.3 Current Systems
3.4 Current Architecture
3.5 Current Volunteer Delivery and Support (VDS) System
3.6 Current Volunteer Support Operation
3.6.1 Pre-Service (Screening)
3.6.2 Medical Records
3.6.3 Staging (On-Boarding)
3.6.4 In-Service (Field Support)
3.6.5 In-Service (PCMOs)
3.6.6 Epidemiology (Report & Analysis)
3.6.7 Program & Training
3.6.8 Quality Improvement (QI)
3.6.9 Office of Special Services (OSS)
3.6.10 Health Information Systems
3.6.11 Post-Service
4.0 Current Volunteer Support Medical Challenges
5.0 Overarching Objectives
5.1 PMS/EHR Objectives
6.0 General Requirements
6.1 Business Requirements
6.2 Technical Requirements
6.2.1 Service Oriented Architecture (SOA)
6.2.2 Peace Corps Specific SOA To-Be Environment
6.2.3 System Interfaces
6.2.4 Security Requirements
6.2.5 Hosting Support
6.2.6 Training
6.3 Implementation Plan
6.3.1 Planning
6.3.2 Configuration
6.3.3 Data Migration
6.3.4 Testing
6.3.5 Product Support
6.3.6 Software Upgrades
6.3.7 Help Desk Support
6.4 Medical Pre-Service Screening
1.0 VOLUNTEER DELIVERY AND SUPPORT SYSTEM
REDESIGN PROGRAM OVERVIEW
The Peace Corps is fielding two linked DRAFT RFPs, seeking industry-leading
contractors using best-of-breed commercial-off-the-shelf (COTS) software to
develop and upgrade the core business systems and processes required to manage
all stages of the Volunteer Delivery and Support (VDS) system. The two RFPs
are focused on 1) a Practice Management System (PMS) (PC-10-R-KL02)
incorporating an Electronic Health Record (EHR) and 2) Volunteer Lifecycle
Management (PC-10-R-KL01).
This DRAFT RFP addresses solely the needs of the Practice Management
System and Electronic Health Record (PMS/EHR). Information on Volunteer
Lifecycle Management is provided as reference material to aid Contractors in
understanding the context of the entirety of the Volunteer Delivery and Support
System, and to enable them to address required linkages.
1.1 Existing VDS System
The existing VDS System was developed to organize and administer the
Agency’s central business processes required for recruitment, placement
and medical support of Volunteers for two years of overseas service and
continuing interaction after service.
The existing System is a patchwork of paper-based and electronic systems
developed over many years and requires a comprehensive revision in order
to meet new governmental requirements and to cope with anticipated
expansion.
1.2 Goal of the Overall VDS Redesign Program
The goal of the overall VDS System Redesign is to develop and upgrade
the core VDS business systems and processes required to manage all
stages of the Volunteer lifecycle, encompassing both medical management
and support of the Volunteer.
7. Practice Management System and Electronic Health Record
includes the following processes:
8. Medical support for Volunteers in the field during service, and
any service-related support required after service.
9. Volunteer Lifecycle Management System (which is not part of
this RFP) includes the following processes:
10. Marketing; recruiting; application; requests from Posts;
evaluation and selection; placement; training; service; close of
service; and ongoing interaction as alumni.
1.3 Goal of Practice Management System and Electronic Health Record
Redesign
Peace Corps seeks a PMS and EHR that supports the lifecycle of the
Volunteer from initial pre-service contact through post-service medical care.
1.3.1 The Volunteer Support Health Information System (VSHIS)
Straddling both the Volunteer Lifecycle Management and the PMS/EHR
system is the need for a comprehensive Volunteer Support Health
Information System (VSHIS) that will encompass Pre-Service Screening,
In-Service Care, and Post Service support in conjunction with the lifecycle
of the Volunteer.
The new system must meet mandated governmental standards and be
designed to efficiently and comprehensively cope with changing Agency
requirements, particularly those dealing with growth, changes in countries
of service, and varying Volunteer requirements.

2.0 PEACE CORPS: BACKGROUND


2.1 Background
President Kennedy formed the Peace Corps with an executive order on
March 1, 1961 and in 1979, it was made a fully independent agency.
Since its founding, Peace Corps has served in 138 developing countries,
and nearly 200,000 American citizens have served as Peace Corps
Volunteers (PCVs). The Peace Corps has approximately 2000+
employees, 800 of whom work in the United States at headquarters in
Washington DC and in 9 regional recruiting offices, and 1200 who work in
our Posts throughout the world.
Peace Corps through the Office of Volunteer Support is responsible for the
coordination, management, and oversight of all medical, mental health and
dental care of persons enrolled as Peace Corps Trainees, Volunteers and
recipients of Federal Employees’ Compensation Act (FECA) claims
through the Department of Labor. Peace Corps is responsible for ongoing
medical care of issues that arise from volunteer service.
The Office of Volunteer Support, with approximately 70 staff, has three
core medical units:
11. Pre-Service (Screening)
12. In-Service (Field Support)
13. Post-Service (Returned Volunteer Support)
Additional units include the following:
14. Program and Training Unit (PTU)
15. Office of Special Services (mental health, organizational
development, coaching)
16. Health Information Systems (HIS)
17. Epidemiology
18. Quality Improvement (QI)
19. Medical Records
Each of the three core units has the responsibility for providing
comprehensive support and care throughout the Volunteer/Trainee
lifecycle.
Peace Corps Volunteers serve at a “grassroots” level in 70+ countries. In
order to become a Peace Corps Volunteer, each applicant must meet skill,
suitability, medical, and legal criteria before assignment to a Peace Corps
office, or Post, abroad. Approximately 8,000 Volunteers are currently
serving around the world. Each Peace Corps Post is staffed by one or
more Peace Corps Medical Officers (PCMOs). There are currently
approximately 130 worldwide. PCMOs are in charge of fully-functional,
ambulatory health units which provide comprehensive care to Trainees
and Volunteers. See the Peace Corps website www.peacecorps.gov for
more information.
Some Posts are in resource-challenged environments where electricity and
connectivity are unreliable. Post headquarters offices are located in major
cities, but Volunteers are placed in both urban and rural environments.
Communication between and among headquarters, regional recruitment
staff (including field-based and contract recruiters), Posts, Volunteers, and
alumni must function within this context.
2.2 Metrics for scalability
Over 180,000 individuals contact the Peace Corps each year expressing an
interest in Volunteer Service. In fiscal year 2009, 15,386 individuals
completed an application to serve in the Peace Corps. Recruitment and
Placement (Office of Volunteer Recruitment and Selection – VRS),
interviewed and assessed about 63% (9,706) of these applicants. From
this group, approximately 52% (7,900) of the total number of applicants
were recommended for Peace Corps Volunteer service.
The Pre-Service Unit conducts medical screening on all recommended
recruits. Of those who complete the medical screening requirements,
approximately 5% are medically not qualified; 10% are medically deferred
until a condition becomes stable and screening resumes at a later date; and
85% of those who complete the medical screening process are found
qualified for placement.
Of the 85% who are medically qualified, there are three subsets of medical
qualifications:
20. 46% are qualified to be placed at any site in any country;
21. 35% are qualified for any site in a country that has resources
which can support their unique medical history and status;
22. 4% are qualified for a very limited number of sites in a very
limited number of countries that may be able to support their
unique medical history and status.
Generally, 15-30% of all recommended recruits do not complete the
application process.
Because of the two-year service term, approximately half of the Volunteers
cycle in or out each year. In 2009, the Peace Corps expects to deploy
approximately 4,000 Volunteers out of approximately 15,000 applications
and support approximately 8,000 Volunteers in 70+ developing countries.
The Peace Corps anticipates significant growth in the next five years. As
many as 6,000 Volunteers may be recruited each year, with up to 12,000
serving abroad at any given time.

3.0 PEACE CORPS: CURRENT ENVIRONMENT


3.1 Current Physical Environment
3.1.1 Domestic Operations
Peace Corps headquarters is located in Washington, DC. There are
nine Regional Recruiting Offices located in the following cities:
23. Atlanta, GA
24. Boston, MA
25. Chicago, IL
26. Dallas, TX
27. Los Angeles, CA
28. New York, NY
29. San Francisco, CA
30. Seattle, WA
31. Arlington, VA
While most Recruiters currently operate out of the Regional
Recruiting Offices, Peace Corps has been moving towards the
placement of more field-based Recruiters.
3.1.2 International Operations
Peace Corps’ international offices and their operations are called
Posts. They are spread out world-wide amongst three
administrative regions: Africa; EMA (Europe, Mediterranean and
Asia) and IAP (Inter America and Pacific.) Typically the Post
headquarters office is in the capital city of each host country. Each
Post uses remote sites for training and other administrative and
medical functions. Volunteers are placed at work sites in rural and
urban communities throughout the host country.
Please note that due to programming needs, emergency situations,
and other reasons, a number of Posts can be opened or closed in
any given year. In emergency situations, Volunteers may need to
be pulled out on short notice. Below is the current listing of Posts
by Regions.
Africa
32. Benin
33. Botswana
34. Burkina Faso
35. Cameroon
36. Cape Verde
37. Ethiopia
38. Ghana
39. Guinea
40. Kenya
41. Lesotho
42. Liberia
43. Madagascar
44. Malawi
45. Mali
46. Mauritania
47. Mozambique
48. Namibia
49. Niger
50. Rwanda
51. Senegal
52. Sierra Leone
53. South Africa
54. Swaziland
55. Tanzania
56. The Gambia
57. Togo
58. Uganda
59. Zambia
EMA
60. Albania
61. Armenia
62. Bulgaria
63. Cambodia
64. Georgia
65. Jordan
66. Kazakhstan
67. Kyrgyz Republic
68. Macedonia
69. Moldova
70. Mongolia
71. Morocco
72. Philippines
73. Republic of Azerbaijan
74. Romania
75. Thailand
76. The Peoples Republic of China
77. Turkmenistan
78. Ukraine
IAP
20 Belize
79. Costa Rica
80. Dominican Republic
81. Eastern Caribbean
82. Ecuador
83. El Salvador
84. Federated States of Micronesia
85. Fiji
86. Guatemala
87. Guyana
88. Honduras
89. Indonesia
90. Jamaica
91. Mexico
92. Nicaragua
93. Panama
94. Paraguay
95. Peru
96. Samoa
97. Suriname
98. Tonga
99. Vanuatu
3.2 Current Infrastructure and Standards
Current infrastructure is defined in Current Architecture, section 3.4
below. For Peace Corps system development standards please refer to the
Peace Corps’ Systems Development Lifecycle (SDLC) Handbook
Version 4.2 (Attachment 1: SDLC Handbook) The SDLC outlines the
policies, standards and lifecycle that govern information technology
systems at Peace Corps.
3.3 Current Systems
Over the past 20-plus years, Peace Corps information systems and
technology has incorporated a variety of platforms, system owners and
functions to support various activities at overseas Posts and all domestic
locations. Recent initiatives have included examples such as the following:
a financial system (Odyssey), an overseas infrastructure system (GSS 3.0),
databases for in-service Volunteers (VIDA and VRT) and a medical system
(Expert). (See Attachment 2, VDS System Models, for a full listing of
Peace Corps Systems and data flows. See also Attachment 9, EA Systems
Map. This map provides a depiction of the multiplicity of systems and
platforms required to support the current VDS system.)
Some of these systems have been built in a piecemeal fashion that
reflected shifting priorities, available funding and current technology.
(See Table 1 below) Roughly four eras of technology can be identified.
While the earliest period, Mainframe, had been successfully migrated to
other systems, Peace Corps maintains three separate periods of software
and systems development.
Even with the latest iterations of Peace Corps IT systems to support the
medical mission, the current system remains primarily a paper and
process-based system. Assistive/automated workflows are not well
implemented, if at all, and much information resides outside of any IT
system in file folders and cabinets and in locally developed spreadsheets
created by individual offices or Posts.

Table 1

EraMainframe PCApps BizApps .NET/Aquifer

Windows
Mainframe UNIX/Windows UNIX/Windows
Data Tier SQL Server
Oracle Oracle Oracle
Oracle

Application Tier ColdFusion .NET/Aquifer

Thick Client Smart Client


Presentation TierDumb Terminal Web Forms
Oracle Forms ASP .NET

Time

3.4 Current Architecture


The Peace Corps Segment Architecture consists of seven systems spread
amongst three segment areas. The segments are illustrated below in Table
2.
100. Core Mission Area Segments consist of the Volunteer
Delivery and Support System (VDS), Medical Services and Post
Services.
101. The Business Services Segments consist of Human
Resources, Financials Systems and Inspector General Systems.
102. Enterprise Services consist of the Domestic Network,
Global Network, IAP Network, EMA Network and Africa
Network.
The Peace Corps Technical Architecture is predominated by Wintel
systems. Windows XP is the desktop operating system and Windows
2000, 2005 and 2008 physical and virtual servers reside in the on-site data
center. Additionally, there are several HP-UX and Linux systems in the
on-site data center. Peace Corps maintains a disaster recovery site outside
of Washington, DC.
Databases include Oracle 10i and Microsoft SQL Server 2000, 2005 and
2008. Many, if not all, business units and overseas Posts maintain their
own Access and Excel-based data. File and print services are managed via
Windows 2005 and 2008 servers. Active Directory (AD) is in place and a
single AD structure is being implemented at all overseas Posts connected
to the Peace Corps global network.
Approximately a third of all Posts (all of IAP and a few Posts in EMA and
Africa) are integrated into the Peace Corps global network via a VPN
using Cisco appliances providing WAN acceleration. The remaining Posts
are disconnected from the Peace Corps global network but are on the
Internet via local ISPs and have their own un-trusted domains. The
architecture allows communication of all Posts to HQ via custom-built
applications.
Peace Corps Systems have been developed using Oracle Forms,
ColdFusion, Java, J2EE & .NET. Users in the US and at Posts typically
have multiple logins to access different systems. Single sign-on has yet to
be implemented.

Table 2

3.5 Current Volunteer Delivery and Support (VDS)


System
The VDS is a complex mix of formal and informal processes that span
systems, databases, organizational divisions, culture, time and space.
Many parts are automated, others are not. In many regards, the process is
very well documented. Differing historical initiatives created a rich and
detailed description of processes, data, challenges and opportunities.
The medical mission is illustrated in terms of the Office of Volunteer
Support Lifecycle in the VS Lifecycle diagrams (Attachment 3).

Table 3
Early Core
Functions

Table 3 illustrates the integral relationship amongst Recruitment,


Placement, and Medical Screening. The other departments of
Volunteer Support are integrated with other phases of the Volunteer
lifecycle.
3.6 Current Volunteer Support Operation
(See Appendix A and B and Attachment 4, Medical Services IT
Systems.)
3.6.1 Pre-Service (Screening)
All Peace Corps and Peace Corps Response Applicants must go
through a medical/dental review process before being qualified for
service. The review process is carried out by the Pre-Service Unit
in Volunteer Support. Applicants are screened for medical, mental
health, and dental clearance.
Please note: for purposes of this document, health screening
includes medical, mental and dental evaluations.
103. Nomination: By the time of nomination, an applicant has
already submitted to the Pre-Service Unit a medical history
called a Health Status Review (HSR) (Attachment 5). Ninety-
eight percent of HSRs are received online. When applicants are
nominated by the Recruitment offices, they are automatically
added to a queue to receive a health evaluation kit. The Pre-
Service Office uses the Peace Corps Applications Expert
System (See Table 2 and Attachment 6, HSR Questions Rules)
to produce health examination forms for each applicant.
104. Evaluation Process: Applicants undergo a heath
evaluation using the forms described above. Physicians,
specialists and dentists of the applicants’ choosing are required
to complete the forms in their entirety. Upon completion of all
of the requested information, applicants submit the forms to the
Pre-Service Unit via secure email, fax or regular mail. Pre-
Service nurses and administrative support staff review and
process the information in order to document eligibility for
service and to identify medical accommodation needs.
Resources utilized throughout the screening and
accommodation process include the following: Screening
Guidelines (Attachment 7); Peace Corps policies; consultation
with medical and mental health advisors; Country Health
Resource Survey information; Accommodation Lists
(Attachment 10); and the manual input of staff.
105. Disposition: Nurses can determine that applicants are
medically qualified to serve worldwide, medically qualified to
serve with country limitations, medically qualified to serve
with coordinated post acceptance, medically deferred, or
medically not qualified. Dental qualification is done separately
by a dentist and applicants are either dentally qualified or not
dentally qualified. Mental health qualifications are performed
in conjunction with mental health advisors from the Office of
Special Services. Both medical and dental qualification is
necessary to serve. The entire review process from
nomination to the decision regarding an applicant’s eligibility
for service generally takes between 3 and 6 months.
106. Placement: Once applicants have been found qualified to
serve either worldwide or with accommodations, the Placement
Office begins to match the Applicants’ skill sets and medical
needs to countries that can accommodate both.
Because the matching takes place several months after
introduction to program options by a recruiter, this delay
contributes to an increased applicant dropout rate between the
point of nomination and the point of invitation to a program.
3.6.2 Medical Records
The Medical Records Unit manages all health records and releases
medical information to authorized providers and persons. The core
functions of the Medical Records Unit are the creation,
distribution, tracking, and archiving of Volunteer health records.
The current system for creating medical records requires manual
collation of information gathered in Pre-Service, scanning all paper
documents and then burning compact discs that contain an
Applicant’s entire medical record for each country.
Other responsibilities include the maintenance and monitoring of
health record policies and procedures. This includes providing
copies of health information upon request from Applicants,
Volunteers and RPCVs.
3.6.3 Staging (On-Boarding)
Oversight of the health and well being of Volunteers begins in
Staging; it ends with their close of Peace Corps service. Staging
activities include providing required immunizations for country
entry and providing cursory assessment of medical status.
3.6.4 In-Service (Field Support)
The Field Support unit supports the work of the Peace Corps
Medical Officers (PCMO) in the field through a process of
receiving information via email or fax from the PCMO, consulting
in-house or with panel specialists, reviewing past medical records,
and formulating a health care guidance and disposition. Health care
needs that exceed the capability in-country result in a medical
evacuation (medevac) of Volunteers from their Posts to a facility
that can provide the appropriate level of care (in the United States
or another country). PCMOs are updated on the status of medevacs
via secure email and fax systems. Field support provides 24 hour
support coverage to PCMOs via email and phone.
3.6.5 In-Service (PCMOs)
Peace Corps Medical Officers duties include the following:
107. Provide comprehensive ambulatory primary care services
to Trainees and Volunteers in-country.
108. Contribute to documentation initiated in Pre-Service.
109. Assess local health resources to maintain a country health
resource database for the accommodation process.
110. Download the scanned medical record from a CD to create
a paper medical record for Post.
111. Maintain a small office pharmacy and inventory system.
112. Communicate with Volunteers and headquarters staff
regarding health care issues via email, fax and telephone,
including text messages.
113. Contribute to the monthly Epidemiological Surveillance
System (ESS) reports by electronically submitting
Trainee/Volunteer health data to the Epidemiology Unit.
3.6.6 Epidemiology (Report & Analysis)
The Epidemiology (Epi) Unit develops, maintains, and analyzes
reportable health events and surveillance systems. The core
functions of the Surveillance and Epidemiology Unit are to provide
oversight of health surveillance of Volunteers through the
Epidemiological Surveillance System and other health surveillance
systems, conduct studies to analyze health conditions and identify
risk factors for certain conditions among Volunteers, and assist in
the design of prevention strategies.
Due to the limited nature of the stove-piped systems in Volunteer
Support, the Epi Unit is limited in its ability to analyze data
without significant manual labor.
3.6.7 Program & Training
The Program and Training Unit (PTU) provides oversight of
headquarters-sponsored training events for the PCMOs worldwide.
This unit will be involved in the training of the PCMOs on the new
PMS/EHR. The PTU manually tracks the credentials of all
PCMOs and their yearly training attendance.
3.6.8 Quality Improvement (QI)
The Quality Improvement Unit develops health system policies,
monitors the effectiveness of health care, and provides information
and analysis on health conditions and programs. The core functions
of the Quality Improvement Unit are to develop, disseminate, and
monitor medical policies and procedures.
3.6.9 Office of Special Services (OSS)
The Office of Special Services (OSS) assists Posts in the
management of Volunteer behavioral and adjustment challenges
through telephone and secure email consultations. The OSS staff
also provides input into the mental health screening process by
providing direction of qualification for service based on the
applicant’s mental health history.
3.6.10 Health Information Systems
The Health Information Systems Unit (HIS) provides support to
the existing health information infrastructure of Volunteer Support.
The HIS gathers and reports information and data of private health
insurance contracts utilized by the returned Volunteers. The HIS
also engages in tracking, usage and updating of business and
medical forms used in VS.
3.6.11 Post-Service
The primary business of the Post Service Unit (PSU) is to assist
Returned Peace Corps Volunteers (RPCVs) with Post-Service
health benefits documentation and processing. This requires
communication among the RPCV, Department of Labor, and PSU.
The PSU relies upon the all documentation from Pre-Service and
In-Service to process claims made by RPCVs.

4.0 CURRENT VOLUNTEER SUPPORT MEDICAL


CHALLENGES
114. Historically limited budgets have resulted in piecemeal and stove-piped
development of independent databases which have hampered effective
communications with applicants and resulted in ineffective integration of data
between users. Current systems span multiple technological platforms.
115. Under the Peace Corps Act, federal employees of the Agency are term-
limited to five years. The “five-year rule” results in increased staff turnover
and reduces institutional knowledge and memory.
116. Diverse existing systems require integration with each other. The new
PMS/EHR system will need to phase out these historical applications in
multiple cycles in order to reduce the overall risk to the agency.
117. The various existing databases limit data communication, integration,
collection and sorting of Volunteer health information, epidemiological
statistics, medical supplies and costs, and the effects of certain health
conditions on Volunteers and their service. Unreliable or scanty data prevents
effective management decision-making that affects medical placement and in-
country support of Volunteers.
118. As health conditions change in applicant populations, the current system is
not able to capture those changes in a timely manner to assist in appropriate
placement and/or management decisions.
119. Peace Corps has over 70 overseas Posts interconnected by a distributed
world-wide network; many suffer from low-bandwidth, high-latency
connections and inconsistent electrical supply requiring smart client
applications.
120. The determining factors of placement eligibility are not currently available
during the recruitment and application phase. This contributes to applicant
dropout after recruitment, medical, and placement resources have been
devoted to the processing of each recruit.

5.0 OVERARCHING OBJECTIVES


The systems supporting the VDS Program shall:
1. Provide a coherent, integrated system using industry standard best practices
that ensures seamless integration with current applications, including but not
limited to the new proposed Volunteer Lifecycle Management System.
2. Provide for system implementation/set-up 60 days after award, with pilot
phase testing to start 1 October, 2010, and full deployment completed 18
months after the award.
3. Provide a modern system architecture that will provide long term, cost
effective maintenance, ease of use, short learning curves, and be easy to
manage.
4. Meet the overall goals and requirements of Peace Corps proposed Business
and Technical Requirements (Appendix A and B).
5. Enable better communication via information sharing and workflow by
creating synergy between and among integrated systems.
6. Include mechanisms to provide and support reusable service development and
service governance policy and incorporate version management to support
future versions as the system continue to mature.
7. Ensure that appropriate information is available to staff and Post based upon
the defined roles and responsibilities of users.
8. Provide tools to enable flexible reporting to support informed business and
policy decisions.
9. Provide scalability to support increased demands related to applicant
processing and health management of Volunteers while reducing associated
Agency costs of hardware, staff, processing and overhead.
10. Provide metrics throughout the Medical and Volunteer lifecycle to identify
opportunities for process oversight and improvement.
11. Provide necessary security and privacy provisions, policies, procedures and
oversight to meet federally-mandated security/HIPAA regulations for both the
applicants and the Agency.
12. Insure the system has a common look, set of data values, branding, and access
and processing methods.
13. Implement a system which is sustainable, independent of specific staff and
which is not affected by the ramifications of frequent staff turnover (the
Agency’s 5-year rule).

5.1 PMS/EHR Objectives


In addition to the Overarching Objectives, the systems supporting the
PMS/EHR program shall:
121. Maintain an expanded electronic health record that captures
and records all relevant health, dental, and counseling information from
internal and external sources using a standardized format.
122. Incorporate existing Peace Corps Screening policies, criteria
and guidelines into the new system. This will give Pre-Service staff the
ability to match health, dental, and behavioral suitability of Applicants to
healthcare clinical resources and conditions in the field. Peace Corps is
looking for solutions to the process of matching applicant medical needs
with the resources available in the country of service.
123. Provide comprehensive, preconfigured clinical care templates
(care plans) and guidelines for utilization in ambulatory care settings.
This will provide Volunteer Support and PCMOs with increased clinical
decision-making capabilities.
124. Provide a Practice Management System for headquarters and
overseas staff to access medical and administrative information during
initial evaluation; during service; and any extended support required
after service.
125. Collect, track and generate reports on data for all components of
the PMS/EHR.
126. Track medical supply and pharmaceutical inventory costs and
usage patterns.
127. Share information with other Peace Corps departments,
overseas posts, and external providers that operate within the current
Peace Corps technical environment (financial, human resources and
Volunteer tracking systems).
128. Provide a modern, secure system of architecture that will meet
and adapt to governmental standards and Agency requirements for
information management.

6.0 General Requirements


The Contractor shall provide a web-based PMS/EHR System. The Contractor
shall provide a system and services that address the Business and Technical
Requirements specified in Appendices A and B.
In summary:
· The PMS/EHR System, services, and interfaces acquired under this
contract will be deployed in phases throughout the period of performance
in order to reduce risks to the Agency and the VDS Program.
 If external hosting is proposed, it shall be required for all testing, pilot and
production systems. The hosting facility must meet all Peace Corps’
physical and cyber security requirements for hosting Sensitive but
Unclassified (SBU) data (Attachment 8: FIPS-199; Section 6.2.4:
Security Requirements).
 Additionally, the Contractor shall be required to produce status reports,
training, assessments of pilot system implementations, and Help Desk
services on an ongoing and as-required basis.
 The Contractor shall submit an implementation plan describing how it will
meet the requirements specified in this solicitation.
Once the PMS/EHR System is implemented and enters production mode, the
provider will be required to ensure that the PMS/EHR System is continuously
available on a “24/7” basis as defined and agreed to in the Service Level
Agreements. (Appendix B)
6.1 Business Requirements
The system must meet the requirements found in Appendix A, Business
Requirements.
6.2 Technical Requirements
The system shall conform to the technical environment as described within
this section and the detailed requirements as specified within Appendix B.
6.2.1 Service Oriented Architecture (SOA)
Peace Corps’ future Information Technologies architectural
direction will embrace the use of SOA. Refer to A Practical
Guide to Federal Service Oriented Architecture version 1.1
June 30, 2008 (http://www.whitehouse.gov/omb/e-
gov/pgfsoa.aspx) for more details on the definition and
recommended approach in implementing a Service Oriented
Architecture within the federal government.
6.2.2 Peace Corps Specific SOA To-Be Environment
The future SOA architectural direction for Peace Corps will make
use of an Enterprise Service Bus (ESB), as depicted in Table 4. An
ESB will enable communications and information sharing between
major applications, including those being solicited via the VDS
Program RFPs. The SOA architecture must meet the overall goals
and requirements of Peace Corps business process. It should create
synergy between systems and provide solutions in the areas of
information sharing and application integration. The SOA
architecture should also include mechanisms to provide and
support reusable service development and service governance
policy. It must also incorporate service version management to
comply with different service versions. Specific Technical
Requirements are provided within Appendix B.
6.2.3 System Interfaces
The Contractor’s proposal is required to address system interfaces that
automate data exchanges between the PMS/EHR System of this
solicitation, and other Peace Corps systems as described below and
illustrated in Table 4:
129. Volunteer Lifecycle Management System
130. Existing Software
131. Odyssey (E-Business Financials and HRMS/Payroll)
132. FORPost/ForHQ (Post/HQ portions of Odyssey)
133. Microsoft Office SharePoint Server (MOSS)
134. CIRS (Crime Incident Reporting System, used to report
crimes against Volunteers to HQ)
135. VIDA (Volunteer Information Database Application, used
to track Volunteer and basic program information at Post)
136. PCVRT (Peace Corps Volunteer Reporting Tool, used to
track Volunteer activities and their impact)
137. Legacy Peace Corps Applications (Includes many of the
applications built using Oracle Forms and ColdFusion to
support the current VDS system)
The systems mentioned above do not currently have any SOA interfaces.
Those interfaces will be developed as part of the integration effort required
during the gap analysis phase of the VDS Program and are not covered
under this requirement. Development of an enterprise service bus is
currently in the planning stages to support a SOA-based system.
Additionally, the Contractor shall define requirements for implementing
appropriate interfaces to allow data exchanges for purposes of eliminating
manual procedures and for tracking the status of new applicants, current
volunteers and RPCVs.
For information purposes only: please note that the new Volunteer
Lifecycle Management System will be composed of various activity
components including, but not limited to the following: marketing;
recruiting; application; requests from Posts; evaluation and selection;
placement; training; service; close of service; and ongoing interaction as
alumni.

Table 4

6.2.4 Security Requirements


The PMS/EHR System is a Major Application (MA) in the Peace
Corps System Inventory as based upon the Office of Management
and Budget (OMB) Circular A- 130 Appendix III
http://www.whitehouse.gov/omb/circulars_a130_a130appendix_iii.
Furthermore, the PMS/EHR System has been categorized as a high
impact system based on criteria provided in the Federal
Information Processing Standards (FIPS) - Standards for Security
Categorization of Federal Information and Information Systems
http://csrc.nist.gov/publications/fips/fips199/FIPS-PUB-199-
final.pdf evaluation. (Attachment 8: FIPS-199)
The PMS/EHR System must meet the requirements of all relevant
National Institute of Standards and Technology Special
Publications (NIST)
http://csrc.nist.gov/publications/PubsSPs.html , including but not
limited to SP 800-18, Guide for Developing Security Plans for
Federal Information Systems; SP 800-30, Risk Management Guide
for Information Technology Systems; 800-34, Contingency
Planning Guide for Information Technology Systems; SP 800-37,
Guide for the Security Certification and Accreditation of Federal
Information Systems; SP 800-53, Recommended Security Controls
for Federal Information Systems; and SP 800-60, Guide for
Mapping Types of Information and Information Systems to
Security Categories. All Federal Information Processing Standard
(FIPS) publications also apply, including FIPS-199 Standards for
Security Categorization of Federal Information and Information
Systems, and FIPS-200 Minimum Security Requirements for
Federal Information and Information Systems.
6.2.5 Hosting Support
The Contractor is required to provide proposals for both internal
and external hosting options, including the development, testing,
pilots, phased implementation and production operation of the
PMS/EHR System. The externally hosted solution is required to
meet the technical requirements as specified in Appendix B,
section 14 and meet Service Level Agreements as identified
therein.
6.2.6 Training
The Contractor is required to propose best practice, timing for, and
place of training and documentation for the PMS/EHR System.
Training shall be provided at the Peace Corps Washington DC
Headquarters site.
Training and documentation shall be generated, as applicable, for
testing, acceptance and for each production phase.
The following types of training are required:
 Training-of-Trainers (TOT) (Peace Corps In-house
staff)
Training is for overall system use and navigation as well as
specific sub-functions. TOT Training shall cover all levels
of end users from Functional Processors, High-End Users
with special permissions through to Managers with special
approvals and overviews
 Peace Corps System Administrators
Training and documentation shall be provided directly to
Peace Corps designated System Administrators.
 Peace Corps Technical Development Staff
Training and documentation shall be provided directly to
Peace Corps technical development and support staff for
the purpose of data reporting and interface processing
across the Enterprise Service Bus.
6.3 Implementation Plan
The Contractor shall develop an implementation plan addressing, at a
minimum, the areas below. The following activities occur within the
context of the Peace Corps SDLC (Attachment 1: SDLC Handbook)
6.3.1 Planning
The Contractor shall support planning efforts that include, but are
not limited to, analyzing organizational needs; defining goals;
objectives and metrics; planning implementation to include which
components will be rolled out; identifying and mapping
requirements to system components; scheduling and assigning
resources for a successful implementation based on organizational
requirements; and backup and disaster recovery planning.
6.3.2 Configuration
It is anticipated that the PMS/EHR System will consist of one or
more best-of-breed commercially available products with limited
custom development. Therefore, the Contractor shall be required
to provide a fully configured system that will be available, via Web
access, to all users within the Peace Corps environment. The
Contractor shall propose only fully commercialized software.
6.3.3 Data Migration
The Contractor shall migrate data from existing legacy systems to
the PMS/EHR System. The Contractor shall conduct all activities
required to successfully convert and migrate existing data from its
current location and format to the new physical location and format
defined by the PMS/EHR System.
6.3.4 Testing
Testing will be conducted at various stages throughout the life
cycle of the PMS/EHR System. The Contractor shall provide
technical support to assist with error detection prior to rollout and
to ready the system for the production environment.
6.3.5 Product Support
Technical Support shall consist of Product Support and Software
updates as specified in Appendix B, Technical Requirements. Such
technical support services are provided in accordance with the
Contractor’s software technical support policies in effect at the
time the services are provided. During the period of performance
of this contract, the Contractor shall not materially reduce the level
of service provided in its technical support policies in effect as of
the effective date of the contract.
The Contractor’s Product Support shall include, but not be limited
to, the following:
138. 24/7 problem diagnosis and resolution, as defined
within the Service Level Agreements will provide technical
users with information and assistance
139. Near-time solutions through 24/7 web and
telephone access to technical expertise as defined within
the Service Level Agreements
140. Rich, web-based technical resources, including
technical repositories; rapid information access; and the
ability to log and track service
141. Contractor Support Services for PMS/EHR System
development for all system releases and patches
142. Solutions based on global standards and best
practices to ensure consistent, accurate support
143. High-quality problem analysis and responsiveness
on submitted service requests – method/SLA
144. Prioritization of service requests based on problem
severity
6.3.6 Software Upgrades
Contractor software assistance and problem resolution shall
include, but not be limited to, the following:
145. Program updates, including general maintenance releases
and selected functionality releases
146. Documentation updates
147. Bug information and patches as made available
148. “Upgrade” means a subsequent release of the program that
the Contractor generally makes available for program licenses
to its supported customers provided Peace Corps has ordered
software upgrades for such program licenses for the relevant
time period. Upgrade does not include any release, option, or
future program that the Contractor licenses separately
The Contractor shall notify the COTR of any new upgrades to
enhance the system. The Peace Corps reserves the right to accept
or decline proposed software upgrades. There shall be no
additional cost for upgrades and enhancements that are part of the
core product.
6.3.7 Help Desk Support
Help Desk technical support will be provided as tier-2 through the
Peace Corps Help Desk. The Peace Corps Help Desk will provide
all direct user support (including, but not limited to, hardware,
software, and network) to the users as the tier-1 Help Desk. The
Contractor will only be contacted by the Peace Corps Help Desk to
resolve issues relating to the PMS/EHR System application itself.
No users will directly contact the Contractor and the Contractor
will not have to address any issues relating to user access to Peace
Corps systems. The cost for this service shall be included in the
proposal.
The Contractor shall provide support on a 24/7 basis as mutually
agreed in Service Level Agreement. For description of the
requirement, please see Appendix B, Section 8, the
“Maintenance/Support” portion of the technical requirement. The
Contractor shall provide status reports based upon the agreed upon
Service Level Agreements.
6.4 Medical Pre-Service Screening
The Contractor is required to specifically describe how it will fulfill
requirements to provide Medical Pre-Service Screening sub-function
which are described in section 3.6.1 above. Specific requirements can be
found within Appendix A Section 2.
The Medical Pre-Service Screening function is at the nexus of the
Volunteer Lifecycle Management System and the proposed PMS/EHR
System. In addition to reports from applicants’ medical and dental
providers, health information is taken from the Health Status Review
(HSR) (Attachment 5) and employs International Statistical Classification
of Diseases (ICD) codes in the proposed Medical Records and Practice
Management system.
The Contractor shall propose how HSR data input will be matched against
criteria contained within the Screening Guidelines to provide next stage
processing for applicant screening. Attachment 7 (Sample Screening
Guidelines and Index) provides examples of screening criteria and
processing requirements. The index of the Screening Guidelines
demonstrates the breadth of the screening guidelines. This is provided to
the Contractor to help understand the scope of this activity.
Section D Packaging and Marking

Packaging and Marking, where applicable, shall be in accordance with best commercial
practices.

Section E Inspection and Acceptance

Inspection and Acceptance will be done in accordance with FAR 52.212-4, incorporated
herein.

E.1 Quality Assurance Plan


The Contractor’s Quality Assurance Plan (QAP) shall outline a strategy and identify
mechanisms for ensuring that all products and services meet quality standards for
completeness, accuracy, and timeliness.
The QAP must describe the quality control methods employed to ensure satisfactory
service under this contract. The QAP must state how the Quality Assurance (QA)
program is managed and how QA functions are performed; such as configuration
management, the application of industry standards, use of best practices, version control,
security monitoring, preventive maintenance, training for personnel, etc. Additionally,
monitoring techniques must be identified (e.g., inspection regimen, customer input,
audits) to ensure the effectiveness of such QA activities.

E.2 General Acceptance Criteria


Overall performance standards and acceptance criteria for all deliverables are as follows:
149. All reports and written deliverables must be thorough and complete and
submitted to the designated recipient without requiring further revision or editing.
150. All reports and written deliverables must be submitted to the designated
recipient with no factual or technical corrections necessary prior to any
submission to the reviewing organization.
151. The Contractor shall work closely with the COTR to identify deliverable
requirements and set deliverable scope prior to initiating work.
152. All deliverables shall be submitted in hard copy (where applicable) and in
electronic format.
153. All deliverables shall be submitted on or before the due date specified in
the Deliverable Schedule in Section F.
154. Any waiver or exception to performance standards must be requested to
the COTR and Contracting Officer in writing 48 hours before the requirement is
due.
155. The Contractor shall notify the COTR and Contracting Officer that a
Peace Corps dependency is not being met that will impact a requirement.
Notification shall be within 2 days of the deadline.

E.3 Monitoring Plan


The Contractor shall perform the contract in a timely and satisfactory way. The primary
objective of any progress monitoring technique is to compare actual progress versus that
called for in the contract. A variety of techniques may be used to monitor progress in this
contract. They may include:
156. Progress/Status Reports. Monthly progress reports shall track the
Contractor’s actual progress compared to the approved schedule. The progress
report shall identify delay factors (if any) and status of work planned versus actual
start and completion dates, including percentage of completion and cost status.
Status reports shall be provided to the COTR in a format and forum determined
by the COTR.
157. Special Reports and Notifications. Periodic progress updates shall be
supplemented by documented meetings, telephone calls, and other notices so that
any problems that impede timely performance may be immediately brought to the
attention of the COTR. Special reports shall be provided to the COTR in a format
and forum determined by the COTR.
The Peace Corps will use comparisons of work performed to work scheduled to ensure
conformance with contract requirements.

Section F Deliveries or Performance


All deliverables and reports are the property of the Peace Corps and shall be marked “For
Official Use Only” by the Contractor. The Peace Corps maintains ownership to the
domain name. The Peace Corps may authorize the Contractor to release a document or
portion thereof. Peace Corps will provide any such authorization in writing to the
Contracting Officer. Verbal authorization is not sufficient and the Contractor shall not
rely on such verbal authorization.
All deliverables and reports shall be made to the attention of the COTR to:
Peace Corps
1111 20th Street, N.W.
Washington, DC 20526
All deliverables shall be produced using products approved by the COTR. The
Contractor shall plan to provide a 5-business-day review period for draft deliverables,
incorporate applicable changes as agreed to by the COTR, and then prepare final
deliverable after incorporated changes have been vetted with all concerned groups.
The Contractor shall provide a progressively elaborated project implementation plan,
including the project plan and work breakdown structure (WBS) for the Practice
Management System and Electronic Health Record (PMS/EHR) System within 15
business days of contract award. The plan must define the Contractor’s approach,
resources, and time line for accomplishing the project elements during the life of the
contract. The Peace Corps will review the plan and provide feedback to the Contractor
within 5 business days.
The Contractor shall incorporate the Peace Corps’ comments and/or changes and submit a
final version of the PMS/EHR System Implementation Plan within 5 business days. The
following issues shall be included within the plan:
158. Implementation of pilot systems and deployment of production systems
159. Implementation of any interfaces needed to support data workflows
160. Identification and implementation of information security processes
161. Approach and timing for providing PMS/EHR System training
162. Providing ongoing system maintenance and support
The Contractor shall submit individual implementation plans for each system (including
pilot systems) scheduled for implementation for each Peace Corps organizational
component. The implementation plans must include the same information categories
referenced above. These plans shall be submitted within 5 days prior to the agreed-upon
milestone dates in the implementation plan.
Implementation of Pilot Systems
The PMS/EHR System will be implemented in phases. For each major rollout, the
Contractor shall deploy a pilot system on a limited scale to test and evaluate its
functionality, performance, and usability. The Contractor shall prepare implementation
plans and supporting documentation and afterwards provide a written assessment for each
pilot system. The written assessment shall outline improvements/enhancements to the
system that will be implemented before deployment of the operational system. Peace
Corps will evaluate, and must approve, the pilot system with the agreed upon
improvements/enhancements prior to it being deployed as an operational system to all
Peace Corps organizational components. Precise dates for the deployment of pilot and
operational subsystems of the PMS/EHR System are unknown at this time; however,
planned phasing of deployments and other delivery dates are shown in Table 5. It is
assumed that all Technical Requirements as outlined in Appendix B shall be addressed as
part of the following deliverables.

TABLE 5
Delivery Date
Deliverable Description (business days)

YEAR ONE
Hosting Provide ASP/hosting support for the Within 30 days after contract
PMS/EHR System award

Revised Project PlanProgressive elaboration of project plan within 15 days after contract
based upon contract award date and Peace award
Corps staff assignments
Revised Work Revised Work Breakdown Structure based within 15 days after contract
Breakdown Structure upon contract award date and Peace Corps award
staff assignments
Gap Analysis Conduct a gap analysis to determine within 30 days after contract
variance between Peace Corps requirements award
and the new system; produce final report
Initial Security Produce an initial Risk Assessment as within 30 days after contract
Documentation described in the NIST Special Publication award
800-53

Electronic Health Prepare implementation plan and deliver Deliver pilot system within 60
Record supporting documentation; Implement and days after contract award
verify functionality of pilot system
requirements as outlined in Appendix A,
Section 1; Conduct evaluation of
deployment readiness.
Medical Screening Prepare implementation plan and deliver Deliver pilot system within 60
supporting documentation; Implement and days after contract award
verify functionality of pilot system
requirements as outlined in Appendix A,
Section 2; Conduct evaluation of
deployment readiness.

Clinical Care Plans Prepare implementation plan and deliver Deliver pilot system within 60
supporting documentation; Implement and days after contract award
verify functionality of pilot system
requirements as outlined in Appendix A,
Section 3; Conduct evaluation of
deployment readiness.
Practice Management Prepare implementation plan and deliver Deliver pilot system within 60
System supporting documentation; Implement and days after contract award
verify functionality of pilot system
requirements as outlined in Appendix A,
Section 4; Conduct evaluation of
deployment readiness.
Practice Management Prepare implementation plan and deliver Deliver pilot system within 60
System Reports supporting documentation; Implement and days after contract award
verify functionality of pilot system
requirements as outlined in Appendix A,
Section 5; Conduct evaluation of
deployment readiness.
Medical Inventory Prepare implementation plan and deliver Deliver pilot system within 6
supporting documentation; Implement and months after contract award
verify functionality of pilot system
requirements as outlined in Appendix A,
Section 6; Conduct evaluation of
deployment readiness.
Information Sharing Prepare implementation plan and deliver Deliver pilot system within 6
supporting documentation; Implement and months after contract award
verify functionality of pilot system
requirements as outlined in Appendix A,
Section 7; Conduct evaluation of
deployment readiness.
System Architecture Prepare implementation plan and deliver Deliver pilot system within 60
supporting documentation; Implement and days after contract award
verify functionality of pilot system
requirements as outlined in Appendix A,
Section 8; Conduct evaluation of
deployment readiness.

Pilot Assessments Provide a written assessment of each pilot Report must be submitted
system identified above. Peace Corps will within 30 days of the
evaluate, and must approve, the pilot system deployment of each pilot system
prior to it being deployed as an operational
system to all Peace Corps organizational
components
Draft Security Produce draft security documentation as Deliver security documentation
Documentation described in NIST Special Publication 800- within 30 days of the
53 deployment of each pilot system
Bi-Weekly Status Status meeting to discuss project status Every other week
Meetings
EVM Report Earned Value Management Report Every Month
Bi-Monthly Executive Project brief to executive staff Every other month
Briefings
Special Reports and Periodic progress updates and As Needed
Notifications communications on an as needed basis

YEAR TWO
Electronic Health Prepare implementation plan and deliver Deliver final operational system
Record supporting documentation; Implement and within 60 days months after
verify functionality of final operational completion of the pilot
system requirements as outlined in
Appendix A, Section 1; Conduct evaluation
of deployment readiness.
Medical Screening Prepare implementation plan and deliver Deliver final operational system
supporting documentation; Implement and within 60 days after completion
verify functionality of final operational of the pilot
system requirements as outlined in
Appendix A, Section 2; Conduct evaluation
of deployment readiness.

Clinical Care Plans Prepare implementation plan and deliver Deliver final system within 60
supporting documentation; Implement and days after completion of the
verify functionality of final operational pilot
system requirements as outlined in
Appendix A, Section 3; Conduct evaluation
of deployment readiness.
Practice Management Prepare implementation plan and deliver Deliver final system within 60
System supporting documentation; Implement and days after completion of the
verify functionality of final operational pilot
system requirements as outlined in
Appendix A, Section 4; Conduct evaluation
of deployment readiness.
Practice Management Prepare implementation plan and deliver Deliver final system within 60
System Reports supporting documentation; Implement and days after completion of the
verify functionality of final operational pilot
system requirements as outlined in
Appendix A, Section 5; Conduct evaluation
of deployment readiness.
Medical Inventory Prepare implementation plan and deliver Deliver final system within 6
supporting documentation; Implement and months after completion of the
verify functionality of final operational pilot
system requirements as outlined in
Appendix A, Section 6; Conduct evaluation
of deployment readiness.
Information Sharing Prepare implementation plan and deliver Deliver final system within 6
supporting documentation; Implement and months after completion of the
verify functionality of final operational pilot
system requirements as outlined in
Appendix A, Section 7; Conduct evaluation
of deployment readiness.
System Architecture Prepare implementation plan and deliver Deliver final system within 60
supporting documentation; Implement and days after completion of the
verify functionality of final operational pilot
system requirements as outlined in
Appendix A, Section 8; Conduct evaluation
of deployment readiness.

Final Assessments Provide a written assessment of the system Report must be submitted
identified above. Peace Corps will evaluate, within 30 days of the
and must approve, the system prior to it deployment of the final system
being deployed as an operational system to
all Peace Corps organizational components
Security Test and Provide a security test and evaluation of the Deliver security documentation
Evaluation final system as required for certification and before the final system is
accreditation as outlined in Appendix E deployed
Final Security Produce final security documentation as Deliver security documentation
Documentation described in the Security Requirements within 30 days of the
documentation outlined in Appendix E deployment of the final system

Bi-Weekly Status Status meeting to discuss project status Every other week
Meetings
Bi-Monthly Executive Project brief to executive staff Every other month
Briefings
EVM Report Earned Value Management Report Every Month
Special Reports and Periodic progress updates and As Needed
Notifications communications on an as needed basis

YEARS THREE, FOUR and FIVE

Maintenance and Submit monthly maintenance and support On the 30th of each month
Support reports to the COTR

Section G Contract Administration Data

G.1 Contract Management


Notwithstanding the Contractor’s responsibility for total management during the performance
of this contract, the administration of the contract will require maximum coordination between
the Peace Corps and the Contractor. The following individuals will be the Contractor’s points
of contact:
a. Contracting Officer (CO)
TBD

b. Contracting Officers Technical Representative (COTR


TBD

G.2 Contracting Officer Responsibilities


All contract administration will be effected by the CO. Communications pertaining to
contractual administrative matters shall be addressed to the CO. No changes in or deviation
form the Contract shall be affected without a written modification to the contract/s executed
by the CO, authorizing such changes.

The Contracting Officer (CO) is the only person authorized to approve changes or modify any of
the requirements under this contract. In the event the Contractor effects any change at the
direction of any person other than the CO, the change will be considered to have been made
without authority and no adjustment will be made in the contract price to cover any increase in
costs incurred as a result.

The Contractor shall submit requests for modification of this contract to the CO with a copy of the
request to the appropriate Contracting Officer’s Technical Representative (COTR).

Contractual problems of any nature that may arise during the life of this contract must be handled
in conformance with very specific public laws and regulations (e.g., Federal Acquisition
Regulation). Only the CO is authorized to formally resolve such problems. Therefore, the COTR
and the Contractor are hereby directed to bring all such contractual problems to the immediate
attention of the CO.

Requests for information on matters related to this contract, such as explanation of terms,
reference requests, payment disputes, and contract interpretation, shall be submitted to the CO.

G.3 COTR Responsibilities


The CO has appointed TBD as the Contracting Officer’s Technical Representative.. The COTR
will represent the CO in the technical phases of the work. The COTR will provide no supervisory
or instructional assistance to Contractor personnel.

The COTR is not authorized to change any of the terms and conditions of the contract. Changes
in the scope of work will be made only by the CO by properly executed modifications to the
contract. The COTR responsibilities shall include:

163. Conducting inspection and acceptance in accordance with FAR 52.212-4.

164. Monitoring the Contractor's performance to ensure compliance with technical


requirements of the contract.

165. Review and approval of monthly status reports, etc.

166. Review and approval of monthly invoices.

167. Verifying and certifying that the items have been inspected and meet the requirements of
the contract.

168. Immediately notifying the CO, in writing, if performance is not proceeding satisfactorily.

169. Ensuring that changes in work under the contract are not initiated before a modification is
issued by the CO.

170. Providing the CO with a written request and justification for changes.

171. Upon approval of the CO, furnishing interpretations relative to the meaning of technical
specifications, and technical advice relative to CO approvals of subcontracts, overtime,
travel to general purpose meetings, etc.

172. Inspecting and accepting services, including visiting the Contractor's facilities to check
performance as authorized by contract inspection clause on a non-interference basis. This
may include, but is not limited to, evaluation of the following:

173. Actual performance versus schedule and reported performance; and


174. Changes in technical performance which may affect financial status, personnel or labor
difficulties, over extension of resources, etc.

175. At the completion of the contract, the COTR informs the CO concerning the following:

176. All deliverables and services required to be furnished and/or performed under the
contract; and

177. Prepares a performance report detailing compliance with requirements, quality


assurance, timely completion, and any problems associated with the contract/TOs.

178. The COTR will furnish technical information to the CO to provide specific details,
milestones to be met within the terms of the contract, and any other information of a
technical nature necessary to perform the work specified in the contract. The COTR shall
not issue any instructions which would constitute a contractual change. The COTR is NOT
authorized to re-delegate his/her authority.

G.4 Contractual Problems


Contractual problems, of any nature, that may arise during the life of this contract must be
handled in conformance with specific laws and regulations. The Contractor and the COTR shall
bring all contracting problems to the immediate attention of the Contracting Officer. Only the
Contracting officer is authorized to formally resolve such problems.

G.5 Requests for Information


Requests for information on matters related to this contract, such as explanation of terms and
contract interpretation, shall be submitted in writing to the Contracting Officer. Written
communications shall make reference to the contract number and shall be submitted to the
Contracting Officer.

G.6 Invoice Requirements


Invoices shall be submitted in accordance with FAR 52.212-4, incorporated herein. All invoices
shall be electronic and submitted via email to: gapdomesticinvoice@peacecorps.gov

G.7 Invoice Certification


Upon receipt of the invoices, the Peace Corps will check the invoices for correctness and
appropriateness of the charges and will ensure that chargeable items appearing on the invoices
have been formally accepted by the Peace Corps. In the event that the Peace Corps discovers
any discrepancies in the invoice, the Peace Corps Contracting Officer and COR will, in addition to
following the requirements of the Prompt Payment Act, take steps necessary to resolve the
discrepancies with the Contractor.

G.8 Invoice Payment


Invoices will be paid in accordance with FAR 52.212-4, incorporated herein.

G.9 Withholding of Contract Payments


Notwithstanding any other payment provision of this contract, failure of the Contractor to
submit required reports when due, or failure to perform or deliver required services/supplies
may result in the withholding of payments under this contract. Payments may be withheld
unless such failure arises out of circumstances beyond the Contractor’s control and without
fault or negligence on the part of the Contractor, as provided for in the relevant contract
clauses. The Peace Corps shall promptly notify the Contractor of its intention to withhold
payment of any voucher or invoice in full; however, if only a portion(s) of the invoice are being
withheld, then the voucher may be processed without notification to the Contractor to prevent
delay in payment.
G.11 Interpretation or Modification
No oral or written statement of any person and no written statement of anyone other than the
CO shall modify or otherwise affect the terms or meaning or this contract. Requests for
interpretations, modifications or changes must be made in writing to the CO. The COTR can
only respond (verbally or in writing) to technical matters.

G.12 Key Personnel (May 2003)


(a) The personnel specified below are considered to be essential to the work being performed
under this contractual arrangement. During the first ninety (90) calendar days of performance, the
Contractor shall make no substitutions of key personnel unless the substitution is necessitated by
illness, death or termination of employment. The Contractor shall notify within 15 calendar days
after the occurrence of any of these events and provide the information required by paragraph (b)
of this clause. After the initial 90-calendar day period, the Contractor shall submit the information
required by paragraph
(b) to the Contracting Officer at least 15 calendar days prior to making any permanent
substitutions.

(b) Prior to diverting any of the specified individuals to other projects, or otherwise substituting
any other personnel for specified personnel, the Contractor shall notify the Contracting Officer
reasonably in advance but not less than 15 calendar days prior and shall submit justification
(including proposed substitutions) in sufficient detail to permit evaluation of the impact on the
contract effort. Proposed substitutions must have comparable qualifications to those of the
persons being replaced. No diversion shall be made by the Contractor without the written consent
of the Contracting Officer; provided that the Contracting Officer may ratify a diversion or
substitution in writing and that ratification shall constitute the consent of the Contracting Officer
required by this clause. The Contracting Officer shall respond to the request within 15 calendar
days of receipt. The contract may be modified from time to time during the course of the contract
to either add or delete personnel, as appropriate. At a minimum, Key Personnel are considered to
be the following: (List Key Personnel and Title)

Name Title
TBD Project Manager
TBD Chief Technology Manager

Section H Special Contract Requirements

H.1 INFORMATION SECURITY REQUIREMENTS


i. Disclosure of Information. Information made available to the Contractor by the Government
for the performance or administration of this effort shall be used only for those purposes and
shall not be used in any other way without the written agreement of the Contracting Officer.
Contractor agrees to assume responsibility for protecting the confidentiality of Government
records, which are not public information. Each Contractor or employee of the Contractor to
whom information may be made available or disclosed shall be notified in writing by the
Contractor that such information may be disclosed only for a purpose and to the extent
authorized herein.
ii. Ensure that all Services meet federal security requirements as specified in federal
regulations and legislation, to include but not limited to::
179. OMB Circular A-130 Appendix III (Management of
Information Resources);
180. OMB Memorandum M-06-16 (Protection of Sensitive Agency
Information, June 23, 2006);
181. OMB Memorandum M-06-19 (Reporting Incidents Involving
Personally Identifiable Information, July 12, 2006);
182. OMB Memorandum M-07-11 (Implementation of Commonly
Accepted Security Configurations for Windows Operating Systems); and
183. Federal Information Security Management Act of 2002
(Public Law 107-347 Section III).
184. National Institute of Standards (NIST) Special Publication
800-53

iii. Ensure that the all Services meet the security requirements as specified in Federal
Information Processing Standard (FIPS) Documents, such as:
a) Federal Information Processing Standard (FIPS) Publication 140-2, Security
Requirements for Cryptographic Modules;
b) FIPS 197, Advanced Encryption Standard;
c) FIPS 199, Standards for Security Categorization of Federal Information and Information
Systems
d) FIPS 200, Minimum Security Requirements for Federal Information and Information
Systems; and
e) FIPS 201, Personal Identification of Federal Employees and Contractors.

iv. Ensure their Service management and maintenance activities do not infringe upon or
compromise the confidentiality, integrity and availability of the Peace Corps Odyssey System,
telecommunications traffic and core telecommunications infrastructure.

v. All Peace Corps policies, including Manual Section (MS) 542

H.2 DATA SECURITY REQUIREMENTS


Peace Corps information systems contain sensitive information, as defined in the Computer
Security Act of 1987 (PL 100-235), and contain personal information subject to the Privacy Act of
1974 (PL 93-579 and amendments). It will be the Contractor’s responsibility to familiarize and
brief employees and subcontractors on the provisions of the Privacy Act. FAR clauses, 52.224-1:
“Privacy Act Notification”, 52.224-2: “Privacy Act” and 52.239-1 “Privacy or Security Safeguards”,
are hereby incorporated by reference.

The confidentiality and disclosure provisions of Title VII of the Civil Rights Act of 1964 and Title I
of the American with Disabilities Act prohibit disclosure of any charge or charge-related
information. The Contractor shall agree that such information will not be disclosed and will only
be used for the performance of their responsibilities under this contract.

H. 3 FAR 52.204-9, Personnel Identity Verification of Contractor Personnel (Sept 2007)


(a) The Contractor shall comply with agency personal identity verification procedures identified in
the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of
Management and Budget (OMB) guidance M-05-24 and Federal Information Processing
Standards Publication (FIPS PUB) Number 201.
(b) The Contractor shall insert this clause in all subcontracts when the subcontractor is required
to have routine physical access to a Federally-controlled facility and/or routine access to a
Federally-controlled information system.

H.4 Notification of Compromise or Breach


185. A breach and/or incident means the loss of control, compromise, unauthorized
disclosure, unauthorized acquisition, unauthorized access, or any similar term referring to
situations where persons other than authorized users and for other than authorized
purposes have access or potential access to Peace Corps Personally Identifiable
Information (PII) or Covered Information, whether in physical or electronic form.
186. Any events, incidents, violations or other activities that may involve the
compromise or potential compromise of Peace Corps information provided to the
Contractor shall be reported immediately. In accordance with Peace Corps’ Manual
Section 899, Breach Notification Response Plan, the Contractor shall provide notification
of a suspected or known breach promptly (within 4 hours) by calling Peace Corps’
Domestic Services Help Desk at 1-202-692-1000.
187. If a suspected or known breach occurs, the Contractor shall work with and
provide necessary information, as requested, to the Peace Corps Incident Response
Team. The contractor shall be held financially liable for all damages resulting from any
breach of information security if such breach is caused by the contractor, persons
employed by the contractor, or electronic systems controlled by the contractor.
188. Contractor must provide proof of liability coverage as part of their proposal.
Estimated liability is valued at $200 per record exposed during a breach.

H.5 PERSONNEL SECURITY REQUIREMENTS


It is the policy of Peace Corps to exclude from employment any persons who have engaged in
intelligence activity or related work or who have been employed by or connected with an
intelligence Agency. Contractor personnel include subcontractors as well.
189. All Contractor personnel assigned to these tasks must be able to read, write,
speak, and understand English.
190. All Contractor personnel accessing the Peace Corps HQ Data Center, where the
majority of the LAN/WAN equipment and network server are housed, must be U.S.
citizens.
191. All Contractor personnel who will be working onsite and certain offsite personnel,
designated by the CO, shall complete either a Limited Background Investigation (LBI) or
Access National Agency Check with Inquiry (ANACI).
192. Peace Corps representatives shall have the option to validate all clearance levels
and authorities.
193. All Contractor and Subcontractor personnel shall complete Peace Corps Security
Awareness Training prior to working with Peace Corps information;
194. Contractor questions on information security policies, procedures, or standards
should be referred to the COTR.
195. At the conclusion of the contract, Contractor shall provide a complete archive
copy of all Peace Corps information created or updated under this contract; files will be in
an agreed-upon format to support use and manipulation by commercial off-the-shelf office
automation products independent of this contract and any proprietary applications of the
contractor
196. Contractor and Subcontractors shall remove all Peace Corps information from
their servers, networks, storage devices and all other information system components
upon completion of the work under this task order. The Contractor’s representative shall
provide written certification attesting to the completion of this activity.

H.6 Personnel Security Clearances for On-Site Contractor Personnel (JUL 2003)
All contractor employees who will be required to work on-site at Peace Corps facilities must
undergo personnel security processing consisting of, at a minimum, a National Agency Check
(NAC).

Companies assigning contract employees to positions requiring access to classified information


will obtain security clearances for those employees through the Peace Corps, Office of Personnel
Security, at no cost to the company. At the beginning of a contract or when new personnel are
assigned to an existing contract, the Contractor will be required to submit a Personnel Security
Questionnaire, Standard Form 86 to the Contracting Officer’s Representative (COR). In addition,
two copies of Form FD-258 (Contractor Fingerprint Cards) and a Fair Credit Reporting Act
Release, will be furnished. All forms must be furnished to the COR three (3) business days prior
to the contract employee reporting for duty.

M/HRM/SEC will conduct expedited checks of selected information and if no disqualifying issues
are discovered, will advise the Physical Security Office that an “interim” security clearance has
been granted and that an identification badge may be issued to the contract employee. The
interim security clearance will permit the contract employee to have access to classified
information at the specified level (Confidential, Secret or Top Secret) as required in the
performance of his/her duties and to work on-site prior to the completion of the investigation and
the issuance of a final security clearance.

If at any time during the course of the investigation, a disqualifying issue is discovered that could
impact the approval of a contract employee’s final security clearance, the interim security
clearance will be withdrawn and the contract employee will be barred from unescorted access to
Peace Corps facilities until the disqualifying issue can be resolved.

If for any reason, at the sole discretion of the Office of Personnel Security, a contract employee’s
security clearance is denied, withdrawn or revoked, the Contractor shall immediately furnish a
qualified contract employee to provide the services required under the contract.

Those companies assigning contract employees to positions which will not require access to
classified information will obtain site access authorizations for those employees through the
Peace Corps, Office of Personnel Security, at no cost to the company. At the beginning of a
contract, or when new personnel are assigned to an existing contract, the Contractor will be
required to submit to the Contracting Officer’s Representative (COR) the Personnel Security
Questionnaire (SF-85, SF-85P or SF-86) appropriate for the sensitivity of the position in which the
contactor employee will work, in addition to two (2) copies of Form FD-258 (Contractor Fingerprint
Cards) and a Fair Credit Reporting Act Release. All forms must be furnished to the COR three (3)
business days prior to the time the contractor employee is expected to begin work. SEC will
conduct expedited checks of selected information and if no issues are present, will notify the
Office of Physical Security that a “No Objection Waiver” (NOW) has been granted and that a
building pass may be issued to the employee. The NOW will permit the contractor employee to
work on-site at Peace Corps facilities prior to the completion of the investigation and the issuance
of final site access authorizations.

If however, during the course of the investigation, an issue is discovered that could impact on the
utilization of the contract employee on-site at Peace Corps facilities, the NOW will be withdrawn
and the contractor employee will be bared from unescorted access to Peace Corps facilities until
the precipitating issue can be resolved.

If for any reason, at the sole discretion of the Peace Corps, the Office of Personal Security denies
a contract employee a NOW or a final site access authorization; the contractor shall immediately
furnish a suitable employee to provide the required services.

At the end of a contractor employee’s performance at the Peace Corps facility, whether at the end
of the contract or during the period of performance, the contractor employee shall turn in his/her
Peace Corps issued identification badge to the Office of Personnel Security prior to departure.
The applicable Peace Corps Staffing Analyst for the COR will promptly remove the contractor
employee from Peace Corps software tracking systems such as e-mail, Personnel Tracking
System (PTS), etc.

H.7 CONFIDENTIALITY/DISSEMINATION OF INFORMATION


The confidentiality and disclosure provisions of Title VII of the Civil Rights Act of 1964 and Title I
of the American with Disabilities Act prohibit disclosure of any charge or charge-related
information. The Contractor shall agree that such information will not be disclosed and will only
be used for the performance of their responsibilities under this contract.

There shall be no dissemination or publication, except within and between the Contractor and
any subcontractors, of information obtained or developed under this contract or contained in
the reports to be furnished pursuant to this contract, without the prior written approval of the
Contracting Officers Technical Representative (COTR) or the CO.
H.8 GOVERNMENT PROPERTY
The Contractor must be responsible for safeguarding all government property provided for
Contractor use. Damage to, or loss of, U.S. Government Property when it is due to the
Contractor’s negligence shall result in the Contractor being liable for repair or replacement
thereof. The Government may withhold from amounts otherwise due the Contractor any amount
the Contracting Officer determines to be necessary to protect the Government against loss as a
result of Contractor negligence.

H.9 OBSERVANCE OF LEGAL HOLIDAYS AND ADMINISTRATIVE LEAVE (AUG


2002)
(a)(1) Peace Corps observes the following days as holidays—
New Year’s Day Martin Luther King’s Birthday President’s Day
Memorial Day Independence Day Labor Day
Columbus Day Veteran’s Day Thanksgiving Day
Christmas Day

Any other day designated by Federal law, Executive Order or Presidential Proclamation.
(2) When any holiday specified in (a)(1) falls on a Saturday, the preceding Friday shall be
observed. When any such holiday falls on a Sunday, the following Monday shall be
observed. Observances of such days by Government personnel shall not be cause for
additional period of performance or entitlement to compensation except as set forth in the
contract. If the Contractor’s personnel work on a holiday, no form of holiday or other premium
compensation will be reimbursed either as a direct or indirect cost, unless authorized
pursuant to an overtime clause elsewhere in this contract.
(b)(1) Peace Corps may close a Peace Corps facility for all or a portion of a business day as
a result of-
(A) Granting administrative leave to non-essential Peace Corps employees (e.g.,
unanticipated holiday);
(B) Inclement weather;
(C)I Failure of Congress to appropriate operational funds;
(D) Or any other reason.
(2) In such cases, Contractor personnel not classified as essential, i.e., not performing critical
round-the-clock services or tasks, who are not already on duty at the facility shall not report to
the facility. Such Contractor personnel already present shall be dismissed and shall leave the
facility.
(3) The Contractor agrees to continue to provide sufficient personnel to perform round-the-
clock requirements of critical tasks already in operation or scheduled for performance during
the period in which Peace Corps employees are dismissed, and shall be guided by any
specific instructions of the Contracting Officer or his/her duly authorized representative.
When Contractor personnel services are not required or provided due to closure of a Peace
Corps facility as described in this clause, the Contractor shall be compensated as follows—
(1) For fixed-price contracts, deductions in the Contractor’s price will be computed as follows

(A) The deduction rate in dollars per day will be equal to the per month contract price
divided by 21 days per month.
(B) The deduction rate in dollars per day will be multiplied by the number of days
services are not required or provided.
If services are provided for portions of days, appropriate adjustment will be made by
the Contracting Officer to ensure that the Contractor is compensated for services
provided.
(2) For cost-reimbursement, time-and-materials and labor-hour type contracts, Peace Corps
shall not reimburse as direct costs, the costs of salaries or wages of Contractor personnel for
the period during which such personnel are dismissed from, or do not have access to, the
facility.
(d) If administrative leave is granted to Contractor personnel as a result of conditions
stipulated in any “Excusable Delays” clause of this contract, it will be without loss to the
Contractor. The cost of salaries and wages to the Contractor for the period of any such
excused absence shall be a reimbursable item of direct cost hereunder for employees whose
regular time is normally charged, and a reimbursable item of indirect cost for employees
whose time is normally charged indirectly in accordance with the Contractor’s accounting
policy.
H.10 ORGANIZATIONAL CONFLICT OF INTEREST
General

The term “organizational conflict of interest” means that the Contractor (which term hereinafter
shall be deemed to include its chief executives, directors, any consultants, or subcontractors
utilized under this contract other than a vendor selling incidental material) has interests which (i)
may diminish its capacity to give impartial, technically sound, objective assistance and advice in
performing this contract, (ii) may otherwise result in a biased work product under this contract, or
(iii) may result in an unfair competitive advantage to itself or others.

The Contractor’s attention is directed to FAR Subpart 9.5, Organizational Conflicts of Interest. In
the execution of certain contract tasks, it is anticipated that assigned Contractor personnel will
require access to confidential or proprietary business, technical and financial information
belonging to the Government or other companies. The information may include but is not limited
to pre-decisional budget and acquisition sensitive information, preparation of specifications or
work statements, and evaluation services. After receipt thereof, the Contractor and affected
individuals shall treat such information as confidential and agree not to appropriate such
information to its own use or to disclose such information to third parties unless specifically
authorized by the contracting officer in writing. The foregoing obligations, however, shall not apply
to:
Information which, at the time of receipt by the Contractor, is in the public domain;
Information which is published after receipt thereof by the Contractor or otherwise becomes part
of the public domain through no fault of the Contractor;

Information which the Contractor can demonstrate was in his possession at the time of receipt
thereof and was not acquired directly or indirectly from the Government or other companies;

Information, which the Contractor can demonstrate, was received by it from a third party that did
not require the Contractor to hold it in confidence.
The Contractor shall obtain the written agreement, in a form satisfactory to the contracting officer,
of each employee permitted access, whereby the employee agrees that he will not discuss,
divulge or disclose any such information or data to any person or entity except those persons
within the Contractor’s organization directly concerned with the performance of the contract.
The Contractor agrees, if requested by the Government, to sign an agreement identical, in all
material respects, to the provisions of this clause, with each company supplying information to the
Contractor under this contract, and to supply a copy of such agreement to the contracting officer.
From time to time upon request of the contracting officer, the Contractor shall supply the
Government with reports itemizing information received as confidential, proprietary, pre-decisional
budget information, or acquisition sensitive information, and setting forth the company or
companies from which the Contractor received such information.

The Contractor agrees that upon request by the Contracting Officer it will execute a contracting
officer approved agreement with any party whose facilities or proprietary data it is given access to
or is furnished, restricting use and disclosure of the data or the information obtained from the
facilities. Upon request by the contracting officer, Contractor personnel shall also sign such an
agreement.

If after award, the Contractor discovers an organizational conflict of interest, with respect to this
contract, it shall make an immediate and full disclosure in writing to the Contracting Officer. The
disclosure shall include identification of the conflict, the manner in which it arose, and a
description of the action the Contractor has taken or proposes to take to avoid, eliminate or
neutralize the conflict. The Government may, however, terminate the contract.

In the event that the Contractor was aware of an organizational conflict of interest prior to award
of this contract and did not disclose the conflict to the Contracting Officer or becomes aware of an
organizational conflict of interest after award of this contract and does not disclose the conflict of
interest within ten (10) working days of becoming aware of such conflict, the Government may
terminate the contract and the Contractor shall not be entitled to reimbursement of any cost
incurred in performing this contract or payment of any fee there under. Further, such costs shall
not be allocable or chargeable, directly or indirectly, to any other contract with the Government.

The rights and remedies of the Government provided in this clause shall not be exclusive and are
in addition to any other rights and remedies of the Government provided by law or under this
contract.

The Contractor agrees that during performance of the contract and for a period of three (3) years
after the completion of performance of this contract, the Contractor, including all divisions thereof,
and any affiliate of the Contractor, any joint venture involving the Contractor, any entity into or
with which it may subsequently merge or affiliate, or any other successor or assign of the
Contractor, shall not:
(a) Supply information or material received from this contract, to any firm
participating in or having a known prospective interest in the subject matter areas
for which the sensitive information described in paragraph (i) above was initially
submitted, nor enter into any contractual relationship which would affect or
appear to affect the equity and integrity of its recommendations.
(b) Furnish to the United States Government, either as a prime Contractor or as a
subcontractor, any component of any system for which the sensitive information
described in paragraph (1) above was initially submitted, that it is not currently
obligated to deliver for defense purposes.

This provision shall flow down to all subcontracts and teaming agreements.

No data provided to the Contractor or collected by the Contractor for the purpose of work
performance shall be used outside of the contract. At the end of the contract term, the Contractor
and all subcontractors shall return said data and destroy additional copies of said data files, etc.

H.11 USE OF PEACE CORPS NAME AND LOGO (NOVEMBER 2008)


The Contractor shall make no publicity announcements or issue other public relations or
promotional materials mentioning the Contractor’s connection with Peace Corps without first
consulting with the Contracting Officer. Further the Contractor shall not use the Peace Corps
name and/or logo in conjunction with, or proximity to, the Contractor’s logo, trademark, trade
name or facsimile thereof (co-branding) without the advance written concurrence of the
Contracting Officer.

H.12 RIGHTS TO INTELLECTUAL AND/OR CREATIVE DATA (MAY 2003)


All Contractor’s rights or interests, including but not limited to, rights under copyright laws (federal
otherwise) and copyright common law, in any and all deliverable items, collateral materials, or any
other products created or provided under this contract shall hereby be assigned and transferred
to the Peace Corps in this contract, including the right to modify same, to use same, and to
authorize others to use same in their original or modified form for any purpose.

Part II – Contract Clauses

Section I Contract Clauses

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 15
days.
(End of clause)

52.217-9 Option to Extend the Term of the Contract. (MAR 2000)


(a) The Government may extend the term of this contract by written notice to the Contractor
within 5 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 60 months.

(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):
https://www.acquisition.gov/far/ or www.arnet.gov.

52.204-7 Central Contractor Registration (Apr 2008)


52.224-1 Privacy Act Notification (Apr 1984)
52.224-2 Privacy Act (Apr 1984)
52.239-1 Privacy or Security Safeguards (Aug 1996)

52.212-4 Contract Terms and Conditions—Commercial Items. (MAR 2009)


(a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that
conform to the requirements of this contract. The Government reserves the right to inspect or test
any supplies or services that have been tendered for acceptance. The Government may require
repair or replacement of nonconforming supplies or reperformance of nonconforming services at
no increase in contract price. If repair/replacement or reperformance will not correct the defects or
is not possible, the Government may seek an equitable price reduction or adequate consideration
for acceptance of nonconforming supplies or services. The Government must exercise its post-
acceptance rights—
(1) Within a reasonable time after the defect was discovered or should have been
discovered; and
(2) Before any substantial change occurs in the condition of the item, unless the change is
due to the defect in the item.
(b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as
a result of performance of this contract to a bank, trust company, or other financing institution,
including any Federal lending agency in accordance with the Assignment of Claims Act
(31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide
commercial purchase card), the Contractor may not assign its rights to receive payment under
this contract.
(c) Changes. Changes in the terms and conditions of this contract may be made only by
written agreement of the parties.
(d) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended
(41 U.S.C. 601-613). Failure of the parties to this contract to reach agreement on any request for
equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a
dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is
incorporated herein by reference. The Contractor shall proceed diligently with performance of this
contract, pending final resolution of any dispute arising under the contract.
(e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference.
(f) Excusable delays. The Contractor shall be liable for default unless nonperformance is
caused by an occurrence beyond the reasonable control of the Contractor and without its fault or
negligence such as, acts of God or the public enemy, acts of the Government in either its
sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes,
unusually severe weather, and delays of common carriers. The Contractor shall notify the
Contracting Officer in writing as soon as it is reasonably possible after the commencement of any
excusable delay, setting forth the full particulars in connection therewith, shall remedy such
occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting
Officer of the cessation of such occurrence.
(g) Invoice.
(1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if
authorized) to the address designated in the contract to receive invoices. An invoice must include

(i) Name and address of the Contractor;
(ii) Invoice date and number;
(iii) Contract number, contract line item number and, if applicable, the order number;
(iv) Description, quantity, unit of measure, unit price and extended price of the items
delivered;
(v) Shipping number and date of shipment, including the bill of lading number and weight
of shipment if shipped on Government bill of lading;
(vi) Terms of any discount for prompt payment offered;
(vii) Name and address of official to whom payment is to be sent;
(viii) Name, title, and phone number of person to notify in event of defective invoice; and
(ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the
invoice only if required elsewhere in this contract.
(x) Electronic funds transfer (EFT) banking information.
(A) The Contractor shall include EFT banking information on the invoice only if
required elsewhere in this contract.
(B) If EFT banking information is not required to be on the invoice, in order for the
invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking
information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-
33, Payment by Electronic Funds Transfer—Central Contractor Registration, or 52.232-34,
Payment by Electronic Funds Transfer—Other Than Central Contractor Registration), or
applicable agency procedures.
(C) EFT banking information is not required if the Government waived the requirement
to pay by EFT.
(2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903)
and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR Part 1315.
(h) Patent indemnity. The Contractor shall indemnify the Government and its officers,
employees and agents against liability, including costs, for actual or alleged direct or contributory
infringement of, or inducement to infringe, any United States or foreign patent, trademark or
copyright, arising out of the performance of this contract, provided the Contractor is reasonably
notified of such claims and proceedings.
(i) Payment.—
(1) Items accepted. Payment shall be made for items accepted by the Government that
have been delivered to the delivery destinations set forth in this contract.
(2) Prompt payment. The Government will make payment in accordance with the Prompt
Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR Part 1315.
(3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see
52.212-5(b) for the appropriate EFT clause.
(4) Discount. In connection with any discount offered for early payment, time shall be
computed from the date of the invoice. For the purpose of computing the discount earned,
payment shall be considered to have been made on the date which appears on the payment
check or the specified payment date if an electronic funds transfer payment is made.
(5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or
invoice payment or that the Government has otherwise overpaid on a contract financing or
invoice payment, the Contractor shall—
(i) Remit the overpayment amount to the payment office cited in the contract along with a
description of the overpayment including the—
(A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment,
liquidation errors, date(s) of overpayment);
(B) Affected contract number and delivery order number, if applicable;
(C) Affected contract line item or subline item, if applicable; and
(D) Contractor point of contact.
(ii) Provide a copy of the remittance and supporting documentation to the Contracting
Officer.
(6) Interest.
(i) All amounts that become payable by the Contractor to the Government under this
contract shall bear simple interest from the date due until paid unless paid within 30 days of
becoming due. The interest rate shall be the interest rate established by the Secretary of the
Treasury as provided in Section 611 of the Contract Disputes Act of 1978 (Public Law 95-563),
which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this
clause, and then at the rate applicable for each six-month period as fixed by the Secretary until
the amount is paid.
(ii) The Government may issue a demand for payment to the Contractor upon finding a
debt is due under the contract.
(iii) Final decisions. The Contracting Officer will issue a final decision as required by
33.211 if—
(A) The Contracting Officer and the Contractor are unable to reach agreement on the
existence or amount of a debt within 30 days;
(B) The Contractor fails to liquidate a debt previously demanded by the Contracting
Officer within the timeline specified in the demand for payment unless the amounts were not
repaid because the Contractor has requested an installment payment agreement; or
(C) The Contractor requests a deferment of collection on a debt previously demanded
by the Contracting Officer (see 32.607-2).
(iv) If a demand for payment was previously issued for the debt, the demand for payment
included in the final decision shall identify the same due date as the original demand for payment.
(v) Amounts shall be due at the earliest of the following dates:
(A) The date fixed under this contract.
(B) The date of the first written demand for payment, including any demand for
payment resulting from a default termination.
(vi) The interest charge shall be computed for the actual number of calendar days
involved beginning on the due date and ending on—
(A) The date on which the designated office receives payment from the Contractor;
(B) The date of issuance of a Government check to the Contractor from which an
amount otherwise payable has been withheld as a credit against the contract debt; or
(C) The date on which an amount withheld and applied to the contract debt would
otherwise have become payable to the Contractor.
(vii) The interest charge made under this clause may be reduced under the procedures
prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract.
(j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to
the supplies provided under this contract shall remain with the Contractor until, and shall pass to
the Government upon:
(1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or
(2) Delivery of the supplies to the Government at the destination specified in the contract, if
transportation is f.o.b. destination.
(k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties.
(l) Termination for the Government’s convenience. The Government reserves the right to
terminate this contract, or any part hereof, for its sole convenience. In the event of such
termination, the Contractor shall immediately stop all work hereunder and shall immediately
cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this
contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage
of the work performed prior to the notice of termination, plus reasonable charges the Contractor
can demonstrate to the satisfaction of the Government using its standard record keeping system,
have resulted from the termination. The Contractor shall not be required to comply with the cost
accounting standards or contract cost principles for this purpose. This paragraph does not give
the Government any right to audit the Contractor’s records. The Contractor shall not be paid for
any work performed or costs incurred which reasonably could have been avoided.
(m) Termination for cause. The Government may terminate this contract, or any part hereof, for
cause in the event of any default by the Contractor, or if the Contractor fails to comply with any
contract terms and conditions, or fails to provide the Government, upon request, with adequate
assurances of future performance. In the event of termination for cause, the Government shall not
be liable to the Contractor for any amount for supplies or services not accepted, and the
Contractor shall be liable to the Government for any and all rights and remedies provided by law.
If it is determined that the Government improperly terminated this contract for default, such
termination shall be deemed a termination for convenience.
(n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract
shall pass to the Government upon acceptance, regardless of when or where the Government
takes physical possession.
(o) Warranty. The Contractor warrants and implies that the items delivered hereunder are
merchantable and fit for use for the particular purpose described in this contract.
(p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor
will not be liable to the Government for consequential damages resulting from any defect or
deficiencies in accepted items.
(q) Other compliances. The Contractor shall comply with all applicable Federal, State and local
laws, executive orders, rules and regulations applicable to its performance under this contract.
(r) Compliance with laws unique to Government contracts. The Contractor agrees to comply
with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain
Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. 3701, et seq.,
Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58, Anti-Kickback Act of 1986;
41 U.S.C. 265 and 10 U.S.C. 2409 relating to whistleblower protections; Section 1553 of the
American Recovery and Reinvestment Act of 2009 relating to whistleblower protections for
contracts funded under that Act; 49 U.S.C. 40118, Fly American; and 41 U.S.C. 423 relating to
procurement integrity.
(s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by
giving precedence in the following order:
(1) The schedule of supplies/services.
(2) The Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance
with Laws Unique to Government Contracts paragraphs of this clause.
(3) The clause at 52.212-5.
(4) Addenda to this solicitation or contract, including any license agreements for computer
software.
(5) Solicitation provisions if this is a solicitation.
(6) Other paragraphs of this clause.
(7) The Standard Form 1449.
(8) Other documents, exhibits, and attachments.
(9) The specification.
(t) Central Contractor Registration (CCR).
(1) Unless exempted by an addendum to this contract, the Contractor is responsible during
performance and through final payment of any contract for the accuracy and completeness of the
data within the CCR database, and for any liability resulting from the Government’s reliance on
inaccurate or incomplete data. To remain registered in the CCR database after the initial
registration, the Contractor is required to review and update on an annual basis from the date of
initial registration or subsequent updates its information in the CCR database to ensure it is
current, accurate and complete. Updating information in the CCR does not alter the terms and
conditions of this contract and is not a substitute for a properly executed contractual document.
(2)(i) If a Contractor has legally changed its business name, “doing business as” name, or
division name (whichever is shown on the contract), or has transferred the assets used in
performing the contract, but has not completed the necessary requirements regarding novation
and change-of-name agreements in FAR Subpart 42.12, the Contractor shall provide the
responsible Contracting Officer a minimum of one business day’s written notification of its
intention to (A) change the name in the CCR database; (B) comply with the requirements of
Subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the
responsible Contracting Officer. The Contractor must provide with the notification sufficient
documentation to support the legally changed name.
(ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this
clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the
absence of a properly executed novation or change-of-name agreement, the CCR information
that shows the Contractor to be other than the Contractor indicated in the contract will be
considered to be incorrect information within the meaning of the “Suspension of Payment”
paragraph of the electronic funds transfer (EFT) clause of this contract.
(3) The Contractor shall not change the name or address for EFT payments or manual
payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment
of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in
the CCR database. Information provided to the Contractor’s CCR record that indicates payments,
including those made by EFT, to an ultimate recipient other than that Contractor will be
considered to be incorrect information within the meaning of the “Suspension of payment”
paragraph of the EFT clause of this contract.
(4) Offerors and Contractors may obtain information on registration and annual confirmation
requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757.

(End of clause)

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive


Orders—Commercial Items. (Sep 2009)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)
clauses, which are incorporated in this contract by reference, to implement provisions of law or
Executive orders applicable to acquisitions of commercial items:
(1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).
___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).
(2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).
(3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-
78).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting
Officer has indicated as being incorporated in this contract by reference to implement provisions
of law or Executive orders applicable to acquisitions of commercial items:

[Contracting Officer check as appropriate.]

_X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with
Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).
_X_ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L.
110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).
__ (3) 52.203-15, Whistleblower Protections under the American Recovery and
Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts
funded by the American Recovery and Reinvestment Act of 2009.)
__ (4) 52.204-11, American Recovery and Reinvestment Act—Reporting Requirements
(Mar 2009) (Pub. L. 111-5).
__ (5) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a).
_X_ (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business
Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)
(15 U.S.C. 657a).
__ (7) [Reserved]
__ (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644).
__ (ii) Alternate I (Oct 1995) of 52.219-6.
__ (iii) Alternate II (Mar 2004) of 52.219-6.
__ (9)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).
__ (ii) Alternate I (Oct 1995) of 52.219-7.
__ (iii) Alternate II (Mar 2004) of 52.219-7.
_X_ (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2)
and (3)).
_X_ (11)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)).
__ (ii) Alternate I (Oct 2001) of 52.219-9.
_X_ (iii) Alternate II (Oct 2001) of 52.219-9.
__ (12) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)).
_X_ (13) 52.219-16, Liquidated Damages—Subcon-tracting Plan (Jan 1999) (15 U.S.C.
637(d)(4)(F)(i)).
__ (14)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged
Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it
shall so indicate in its offer).
__ (ii) Alternate I (June 2003) of 52.219-23.
__ (15) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged
Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).
__ (16) 52.219-26, Small Disadvantaged Business Participation Program—
Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).
__ (17) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-
Aside (May 2004) (15 U.S.C. 657 f).
_X_ (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009)
(15 U.S.C. 632(a)(2)).
_X_ (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
_X_ (20) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2009)
(E.O. 13126).
_X_ (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
_X_ (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
_X_ (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the
Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212).
_X_ (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)
(29 U.S.C. 793).
_X_ (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the
Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212).
_X_ (26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or
Fees (Dec 2004) (E.O. 13201).
__ (27) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989).
(Not applicable to the acquisition of commercially available off-the-shelf items or certain other
types of commercial items as prescribed in 22.1803.)
__ (28)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–
Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of
commercially available off-the-shelf items.)
__ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the
acquisition of commercially available off-the-shelf items.)
__ (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C.
8259b).
__ (30)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal
Computer Products (Dec 2007) (E.O. 13423).
__ (ii) Alternate I (Dec 2007) of 52.223-16.
__ (31) 52.225-1, Buy American Act—Supplies (Feb 2009) (41 U.S.C. 10a-10d).
__ (32)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act
(June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805
note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138).
__ (ii) Alternate I (Jan 2004) of 52.225-3.
__ (iii) Alternate II (Jan 2004) of 52.225-3.
__ (33) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301
note).
_X_ (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s,
proclamations, and statutes administered by the Office of Foreign Assets Control of the
Department of the Treasury).
__ (35) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C.
5150).
__ (36) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area
(Nov 2007) (42 U.S.C. 5150).
__ (37) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002)
(41 U.S.C. 255(f), 10 U.S.C. 2307(f)).
__ (38) 52.232-30, Installment Payments for Commercial Items (Oct 1995)
(41 U.S.C. 255(f), 10 U.S.C. 2307(f)).
_X_ (39) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor
Registration (Oct 2003) (31 U.S.C. 3332).
__ (40) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor
Registration (May 1999) (31 U.S.C. 3332).
__ (41) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332).
_X_ (42) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
__ (43)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels
(Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).
__ (ii) Alternate I (Apr 2003) of 52.247-64.
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to
commercial services, that the Contracting Officer has indicated as being incorporated in this
contract by reference to implement provisions of law or Executive orders applicable to
acquisitions of commercial items:
[Contracting Officer check as appropriate.]
__ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).
__ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)
(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
__ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment
(Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
__ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment
(Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
__ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for
Maintenance, Calibration, or Repair of Certain Equipment—Requirements (Nov 2007) (41 351, et
seq.).
__ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for
Certain Services—Requirements (Feb 2009) (41 U.S.C. 351, et seq.).
__ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009)
(Pub. L. 110-247).
__ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)).
(d) Comptroller General Examination of Record. The Contractor shall comply with the
provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in
excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit
and Records—Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the
Comptroller General, shall have access to and right to examine any of the Contractor’s directly
pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records,
materials, and other evidence for examination, audit, or reproduction, until 3 years after final
payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor
Records Retention, of the other clauses of this contract. If this contract is completely or partially
terminated, the records relating to the work terminated shall be made available for 3 years after
any resulting final termination settlement. Records relating to
appeals under the disputes clause or to litigation or the settlement of claims arising under or
relating to this contract shall be made available until such appeals, litigation, or claims are finally
resolved.
(3) As used in this clause, records include books, documents, accounting procedures and
practices, and other data, regardless of type and regardless of form. This does not require the
Contractor to create or maintain any record that the Contractor does not maintain in the ordinary
course of business or pursuant to a provision of law.
(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of
this clause, the Contractor is not required to flow down any FAR clause, other than those in this
paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the
extent of the flow down shall be as required by the clause—
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-
252, Title VI, Chapter 1 (41 U.S.C. 251 note)).
(ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2)
and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract
(except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction
of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer
subcontracting opportunities.
(iii) [Reserved]
(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam
Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212).
(vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)
(29 U.S.C. 793).
(vii) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or
Fees (Dec 2004) (E.O. 13201).
(viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).
(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).
___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).
(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for
Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C.
351, et seq.).
(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for
Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.).
(xii) 52.222-54, Employment Eligibility Verification (Jan 2009).
(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009)
(Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels
(Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance
with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a
minimal number of additional clauses necessary to satisfy its contractual obligations.

(End of clause)

Part III List of Documents, Exhibits, and Attachments

Section J List of Documents, Exhibits, and Attachments

Appendices:
A: Business Requirements
B: Technical Requirements

Attachments:

1) SDLC Handbook
2) Volunteer Delivery System – System Models
3) Volunteer Support (VS) Lifecycle Diagrams
4) Medical Services IT Systems
5) Health Status Review (HSR)
6) HSR Questions Rules
7) Screening Guideline Samples and Index
8) FIPS – 199
9) Enterprise Architecture Systems Map
10) Sample Accommodation List
11) Vendor Information Form

Part IV Representation and Instruction

Section K – Representations, certifications, and other statements of offerors or


respondents.

52.212-3 Offeror Representations and Certifications—Commercial Items. (Aug 2009)


An offeror shall complete only paragraph (b) of this provision if the offeror has completed the
annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not
completed the annual representations and certifications electronically at the ORCA website, the
offeror shall complete only paragraphs (c) through (m) of this provision.
(a) Definitions. As used in this provision—
“Emerging small business” means a small business concern whose size is no greater than
50 percent of the numerical size standard for the NAICS code designated.
“Forced or indentured child labor” means all work or service—
(1) Exacted from any person under the age of 18 under the menace of any penalty for its
nonperformance and for which the worker does not offer himself voluntarily; or
(2) Performed by any person under the age of 18 pursuant to a contract the enforcement of
which can be accomplished by process or penalties.
“Inverted domestic corporation” means a foreign incorporated entity which is treated as an
inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be
incorporated in the United States, or used to be a partnership in the United States, but now is
incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a
foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with
the rules and definitions of 6 U.S.C. 395(c).
“Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-
9999, except—
(1) FSC 5510, Lumber and Related Basic Wood Materials;
(2) Federal Supply Group (FSG) 87, Agricultural Supplies;
(3) FSG 88, Live Animals;
(4) FSG 89, Food and Related Consumables;
(5) FSC 9410, Crude Grades of Plant Materials;
(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;
(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;
(8) FSC 9610, Ores;
(9) FSC 9620, Minerals, Natural and Synthetic; and
(10) FSC 9630, Additive Metal Materials.
“Place of manufacture” means the place where an end product is assembled out of
components, or otherwise made or processed from raw materials into the finished product that is
to be provided to the Government. If a product is disassembled and reassembled, the place of
reassembly is not the place of manufacture.
“Restricted business operations” means business operations in Sudan that include power
production activities, mineral extraction activities, oil-related activities, or the production of military
equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007
(Pub. L. 110-174). Restricted business operations do not include business operations that the
person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of
2007) conducting the business can demonstrate—
(1) Are conducted under contract directly and exclusively with the regional government of
southern Sudan;
(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets
Control in the Department of the Treasury, or are expressly exempted under Federal law from the
requirement to be conducted under such authorization;
(3) Consist of providing goods or services to marginalized populations of Sudan;
(4) Consist of providing goods or services to an internationally recognized peacekeeping
force or humanitarian organization;
(5) Consist of providing goods or services that are used only to promote health or education;
or
(6) Have been voluntarily suspended.
“Service-disabled veteran-owned small business concern”—
(1) Means a small business concern—
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans
or, in the case of any publicly owned business, not less than 51 percent of the stock of which is
owned by one or more service-disabled veterans; and
(ii) The management and daily business operations of which are controlled by one or
more service-disabled veterans or, in the case of a service-disabled veteran with permanent and
severe disability, the spouse or permanent caregiver of such veteran.
(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 size
standards in this solicitation.
“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 business concern” means a concern which 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 its
stock is owned by one or more women; and whose management and daily business operations
are controlled by one or more women.
“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; and
(2) Whose management and daily business operations are controlled by one or more
women.
(b)
(1) Annual Representations and Certifications. Any changes provided by the offeror in
paragraph (b)(2) of this provision do not automatically change the representations and
certifications posted on the Online Representations and Certifications Application (ORCA)
website.
(2) The offeror has completed the annual representations and certifications electronically via
the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the
offeror verifies by submission of this offer that the representations and certifications currently
posted electronically at FAR 52.212-3, Offeror Representations and Certifications—Commercial
Items, have been entered or updated in 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 paragraphs ______________.
[Offeror to identify the applicable paragraphs at (c) through (n) of this provision that the offeror
has completed for the purposes of this solicitation only, if any.
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.
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 ORCA.]
(c) Offerors must complete the following representations when the resulting contract will be
performed in the United States or its outlying areas. Check all that apply.
(1) Small business concern. The offeror represents as part of its offer that it  is,  is not a
small business concern.
(2) Veteran-owned small business concern. [Complete only if the offeror represented itself
as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part
of its offer that it  is,  is not a veteran-owned small business concern.
(3) Service-disabled veteran-owned small business concern. [Complete only if the offeror
represented itself as a veteran-owned small business concern in paragraph (c)(2) of this
provision.] The offeror represents as part of its offer that it  is,  is not a service-disabled
veteran-owned small business concern.
(4) Small disadvantaged business concern. [Complete only if the offeror represented itself
as a small business concern in paragraph (c)(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.
(5) Women-owned small business concern. [Complete only if the offeror represented itself
as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it
 is,  is not a women-owned small business concern.
Note: Complete paragraphs (c)(6) and (c)(7) only if this solicitation is expected to exceed the
simplified acquisition threshold.
(6) Women-owned business concern (other than small business concern). [Complete only if
the offeror is a women-owned business concern and did not represent itself as a small business
concern in paragraph (c)(1) of this provision.] The offeror represents that it  is a women-owned
business concern.
(7) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small
business offerors may identify the labor surplus areas in which costs to be incurred on account of
manufacturing or production (by offeror or first-tier subcontractors) amount to more than
50 percent of the contract price:____________________________________
(8) Small Business Size for the Small Business Competitiveness Demonstration Program
and for the Targeted Industry Categories under the Small Business Competitiveness
Demonstration Program. [Complete only if the offeror has represented itself to be a small
business concern under the size standards for this solicitation.]
(i) [Complete only for solicitations indicated in an addendum as being set-aside for
emerging small businesses in one of the designated industry groups (DIGs).] The offeror
represents as part of its offer that it  is,  is not an emerging small business.
(ii) [Complete only for solicitations indicated in an addendum as being for one of the
targeted industry categories (TICs) or designated industry groups (DIGs).] Offeror represents as
follows:
(A) Offeror’s number of employees for the past 12 months (check the Employees
column if size standard stated in the solicitation is expressed in terms of number of employees);
or
(B) Offeror’s average annual gross revenue for the last 3 fiscal years (check the
Average Annual Gross Number of Revenues column if size standard stated in the solicitation is
expressed in terms of annual receipts).
(Check one of the following):
Number of Employees Average Annual Gross Revenues
__ 50 or fewer __ $1 million or less
__ 51–100 __ $1,000,001–$2 million
__ 101–250 __ $2,000,001–$3.5 million
__ 251–500 __ $3,500,001–$5 million
__ 501–750 __ $5,000,001–$10 million
__ 751–1,000 __ $10,000,001–$17 million
__ Over 1,000 __ Over $17 million
(9) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price
Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small
Disadvantaged Business Participation Program—Disadvantaged Status and Reporting, and the
offeror desires a benefit based on its disadvantaged status.]
(i) General. The offeror represents that either—
(A) It  is,  is not certified by the Small Business Administration as a small
disadvantaged business concern and identified, on the date of this representation, as a certified
small disadvantaged business concern in the database maintained by the Small Business
Administration (PRO-Net), and that no material change in disadvantaged ownership and control
has occurred since its certification, and, where the concern is owned by one or more individuals
claiming disadvantaged status, the net worth of each individual upon whom the certification is
based does not exceed $750,000 after taking into account the applicable exclusions set forth at
13 CFR 124.104(c)(2); or
(B) It  has,  has not submitted a completed application to the Small Business
Administration or a Private Certifier to be certified as a small disadvantaged business concern in
accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that
no material change in disadvantaged ownership and control has occurred since its application
was submitted.
(ii)  Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged
Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that
complies with the requirements in 13 CFR 124.1002(f) and that the representation in
paragraph (c)(9)(i) of this provision is accurate for the small disadvantaged business concern that
is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged
business concern that is participating in the joint venture: ________________.]
(10) HUBZone small business concern. [Complete only if the offeror represented itself as a
small business concern in paragraph (c)(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 (c)(10)(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.
(d) Representations required to implement provisions of Executive Order 11246—
(1) Previous contracts and compliance. The offeror represents that—
(i) It  has,  has not participated in a previous contract or subcontract subject to the
Equal Opportunity clause of this solicitation; and
(ii) It  has,  has not filed all required compliance reports.
(2) Affirmative Action Compliance. The offeror represents that—
(i) It  has developed and has on file,  has not developed and does not have on file, at
each establishment, affirmative action programs required by rules and regulations of the
Secretary of Labor (41 cfr parts 60-1 and 60-2), or
(ii) It  has not previously had contracts subject to the written affirmative action programs
requirement of the rules and regulations of the Secretary of Labor.
(e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352).
(Applies only if the contract is expected to exceed $100,000.) By submission of its offer, the
offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have
been paid or will be paid to any person for influencing or attempting to influence an officer or
employee of any agency, a Member of Congress, an officer or employee of Congress or an
employee of a Member of Congress on his or her behalf in connection with the award of any
resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a
lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete
and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide
the name of the registrants. The offeror need not report regularly employed officers or employees
of the offeror to whom payments of reasonable compensation were made.
(f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation
(FAR) 52.225-1, Buy American Act—Supplies, is included in this solicitation.)
(1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this
provision, is a domestic end product and that for other than COTS items, the offeror has
considered components of unknown origin to have been mined, produced, or manufactured
outside the United States. The offeror shall list as foreign end products those end products
manufactured in the United States that do not qualify as domestic end products, i.e., an end
product that is not a COTS item and does not meet the component test in paragraph (2) of the
definition of “domestic end product.” The terms “commercially available off-the-shelf (COTS) item”
“component,” “domestic end product,” “end product,” “foreign end product,” and “United States”
are defined in the clause of this solicitation entitled “Buy American Act—Supplies.”
(2) Foreign End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________

[List as necessary]

(3) The Government will evaluate offers in accordance with the policies and procedures of
FAR Part 25.
(g)(1) Buy American Act—Free Trade Agreements—Israeli Trade Act Certificate. (Applies only
if the clause at FAR 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act, is
included in this solicitation.)
(i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or
(g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the
offeror has considered components of unknown origin to have been mined, produced, or
manufactured outside the United States. The terms “Bahrainian, Moroccan, Omani, or Peruvian
end product,” “commercially available off-the-shelf (COTS) item,” “component,” “domestic end
product,” “end product,” “foreign end product,” “Free Trade Agreement country,” “Free Trade
Agreement country end product,” “Israeli end product,” and “United States” are defined in the
clause of this solicitation entitled “Buy American Act—Free Trade Agreements–Israeli Trade Act.”
(ii) The offeror certifies that the following supplies are Free Trade Agreement country end
products (other than Bahrainian, Moroccan, Omani, or Peruvian end products) or Israeli end
products as defined in the clause of this solicitation entitled “Buy American Act—Free Trade
Agreements—Israeli Trade Act”:
Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, or
Peruvian End Products) or Israeli End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________

[List as necessary]

(iii) The offeror shall list those supplies that are foreign end products (other than those
listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled
“Buy American Act—Free Trade Agreements—Israeli Trade Act.” The offeror shall list as other
foreign end products those end products manufactured in the United States that do not qualify as
domestic end products, i.e., an end product that is not a COTS item and does not meet the
component test in paragraph (2) of the definition of “domestic end product.”
Other Foreign End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________

[List as necessary]

(iv) The Government will evaluate offers in accordance with the policies and procedures
of FAR Part 25.
(2) Buy American Act—Free Trade Agreements—Israeli Trade Act Certificate, Alternate I. If
Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following
paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this
solicitation entitled “Buy American Act—Free Trade Agreements—Israeli Trade Act”:
Canadian End Products:
Line Item No.
_______________________________________
_______________________________________
_______________________________________

[List as necessary]

(3) Buy American Act—Free Trade Agreements—Israeli Trade Act Certificate, Alternate II. If
Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following
paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in
the clause of this solicitation entitled “Buy American Act—Free Trade Agreements—Israeli Trade Act”:
Canadian or Israeli End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________

[List as necessary]

(4) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade
Agreements, is included in this solicitation.)
(i) The offeror certifies that each end product, except those listed in paragraph (g)(4)(ii) of
this provision, is a U.S.-made or designated country end product, as defined in the clause of this
solicitation entitled “Trade Agreements.”
(ii) The offeror shall list as other end products those end products that are not U.S.-made
or designated country end products.
Other End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________

[List as necessary]

(iii) The Government will evaluate offers in accordance with the policies and procedures
of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of
U.S.-made or designated country end products without regard to the restrictions of the Buy
American Act. The Government will consider for award only offers of U.S.-made or designated
country end products unless the Contracting Officer determines that there are no offers for such
products or that the offers for such products are insufficient to fulfill the requirements of the
solicitation.
(h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the
contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to
the best of its knowledge and belief, that the offeror and/or any of its principals—
(1)  Are,  are not presently debarred, suspended, proposed for debarment, or declared
ineligible for the award of contracts by any Federal agency;
(2)  Have,  have not, within a three-year period preceding this offer, been convicted of or
had a civil judgment rendered against them for: commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a Federal, state or local
government contract or subcontract; violation of Federal or state antitrust statutes relating to the
submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, tax evasion, violating Federal criminal tax laws,
or receiving stolen property;
(3)  Are,  are not presently indicted for, or otherwise criminally or civilly charged by a
Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of
this clause; and
(4)  Have,  have not, within a three-year period preceding this offer, been notified of any
delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains
unsatisfied.
(i) Taxes are considered delinquent if both of the following criteria apply:
(A) The tax liability is finally determined. The liability is finally determined if it has been
assessed. A liability is not finally determined if there is a pending administrative or judicial
challenge. In the case of a judicial challenge to the liability, the liability is not finally determined
until all judicial appeal rights have been exhausted.
(B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the
taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is
not delinquent in cases where enforced collection action is precluded.
(ii) Examples.
(A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212,
which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a
delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this
will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.
(B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax
liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to
request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to
the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the
taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior
opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability.
Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has
exercised all judicial appeal rights.
(C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159.
The taxpayer is making timely payments and is in full compliance with the agreement terms. The
taxpayer is not delinquent because the taxpayer is not currently required to make full payment.
(D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent
because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code).
(i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive
Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being
acquired under this solicitation that are included in the List of Products Requiring Contractor
Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).]
(1) Listed end products.
Listed End Product Listed Countries of Origin
___________________ ___________________
___________________ ___________________
(2) Certification. [If the Contracting Officer has identified end products and countries of
origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii)
by checking the appropriate block.]
[ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision
that was mined, produced, or manufactured in the corresponding country as listed for that
product.
[ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision
that was mined, produced, or manufactured in the corresponding country as listed for that
product. The offeror certifies that it has made a good faith effort to determine whether forced or
indentured child labor was used to mine, produce, or manufacture any such end product
furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware
of any such use of child labor.
(j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the
acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate
whether the place of manufacture of the end products it expects to provide in response to this
solicitation is predominantly—
(1) In the United States (Check this box if the total anticipated price of offered end
products manufactured in the United States exceeds the total anticipated price of offered end
products manufactured outside the United States); or
(2)  Outside the United States.
(k) Certificates regarding exemptions from the application of the Service Contract Act.
(Certification by the offeror as to its compliance with respect to the contract also constitutes its
certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The
contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.]
[ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR
22.1003-4(c)(1). The offeror  does  does not certify that—
(i) The items of equipment to be serviced under this contract are used regularly for other
than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of
an exempt subcontract) in substantial quantities to the general public in the course of normal
business operations;
(ii) The services will be furnished at prices which are, or are based on, established
catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair
of such equipment; and
(iii) The compensation (wage and fringe benefits) plan for all service employees
performing work under the contract will be the same as that used for these employees and
equivalent employees servicing the same equipment of commercial customers.
[ ] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror  does  does not
certify that—
(i) The services under the contract are offered and sold regularly to non-Governmental
customers, and are provided by the offeror (or subcontractor in the case of an exempt
subcontract) to the general public in substantial quantities in the course of normal business
operations;
(ii) The contract services will be furnished at prices that are, or are based on, established
catalog or market prices (see FAR 22.1003-4(d)(2)(iii));
(iii) Each service employee who will perform the services under the contract will spend
only a small portion of his or her time (a monthly average of less than 20 percent of the available
hours on an annualized basis, or less than 20 percent of available hours during the contract
period if the contract period is less than a month) servicing the Government contract; and
(iv) The compensation (wage and fringe benefits) plan for all service employees
performing work under the contract is the same as that used for these employees and equivalent
employees servicing commercial customers.
(3) If paragraph (k)(1) or (k)(2) of this clause applies—
(i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the
Contracting Officer did not attach a Service Contract Act wage determination to the solicitation,
the offeror shall notify the Contracting Officer as soon as possible; and
(ii) The Contracting Officer may not make an award to the offeror if the offeror fails to
execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting
Officer as required in paragraph (k)(3)(i) of this clause.
(l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if
the offeror is required to provide this information to a central contractor registration database to
be eligible for award.)
(1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this
provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting
requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the
Internal Revenue Service (IRS).
(2) The TIN may be used by the Government to collect and report on any delinquent
amounts arising out of the offeror’s relationship with the Government (31 U.S.C. 7701(c)(3)). If
the resulting contract is subject to the payment reporting requirements described in FAR 4.904,
the TIN provided hereunder may be matched with IRS records to verify the accuracy of the
offeror’s TIN.
(3) Taxpayer Identification Number (TIN).
 TIN: ________________________________.
 TIN has been applied for.
 TIN is not required because:
 Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not
have income effectively connected with the conduct of a trade or business in the United States
and does not have an office or place of business or a fiscal paying agent in the United States;
 Offeror is an agency or instrumentality of a foreign government;
 Offeror is an agency or instrumentality of the Federal Government.
(4) Type of organization.
 Sole proprietorship;
 Partnership;
 Corporate entity (not tax-exempt);
 Corporate entity (tax-exempt);
 Government entity (Federal, State, or local);
 Foreign government;
 International organization per 26 CFR 1.6049-4;
 Other ________________________________.
(5) Common parent.
 Offeror is not owned or controlled by a common parent;
 Name and TIN of common parent:
Name ________________________________.
TIN _________________________________.
(m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies
that the offeror does not conduct any restricted business operations in Sudan.
(n) Prohibition on Contracting with Inverted Domestic Corporations.
(1) Relation to Internal Revenue Code. A foreign entity that is treated as an inverted
domestic corporation for purposes of the Internal Revenue Code at 26 U.S.C. 7874 (or would be
except that the inversion transactions were completed on or before March 4, 2003), is also an
inverted domestic corporation for purposes of 6 U.S.C. 395 and for this solicitation provision (see
FAR 9.108).
(2) Representation. By submission of its offer, the offeror represents that it is not an inverted
domestic corporation and is not a subsidiary of one.

(End of provision)

SECTION L Instructions, conditions, and notices to offerors or respondents

All Proposals are due no later than 4:00 p.m. on April 14, 2010. Proposals must be submitted
to Denise Harper at dharper@peacecorps.gov. Questions regarding this Solicitation must be
submitted in writing to Ms. Harper no later than 4:00 a.m. on March 29, 2010.

Proposals shall be submitted electronically in two (2) separate volumes as defined below.
Submissions should be provided in workable files that are unlocked/unprotected. Electronic file
submissions that cannot be readily opened by the Peace Corps may be considered non-
responsive. A Word or Excel document is preferred. One inch margins and an 11 point font size
for all documents and attachments is required. In addition to the requirements of FAR 52.212-1
below, proposals are to be broken out as follows:

Volume I Complete Technical Proposal

The Technical Proposal must be separated into sections 1 through 6 identified herein. The
maximum page limit of the technical proposal, including cover sheets and attachments is
75 pages.

1. Technical capability of the Proposed Solution

197. Offerors must describe the features of the solution proposed, their
Service Level
Agreements (SLAs) and describe how it complies with all of the RFP
Objectives and Requirements. Specify, in the same order as found in
Appendices A (Business Requirements) and B (Technical Requirements) of
the RFP, if the proposed solution is compliant, or non compliant. If compliant,
explain how it is compliant. If non-compliant explain what must be done to
become compliant. If Contractor’s explanation of a non-compliant item does
not fully satisfy the Peace Corps, the item will be considered non-compliant
and the Contractor’s proposal will be eliminated from further consideration. If
the proposal is non- compliant in any of the mandatory requirements, it will
not be evaluated further and Contractor’s firm will be eliminated from further
consideration.
Aside from the requirements in Sections A and B and those outlined in
Section C of this solicitation, the Offeror shall ensure that the totality of the
proposed solution is clearly delineated to Peace Corps.

b. Hosting, to include both Internally and Externally Packaged Hosting.


(Refer to Section C, paragraph 6.2.5) Describe which hosting option is the best
for your solution and why. Describe how Hosting would be implemented,
including the timeline. Also describe what support would be required from the
Peace Corps for both internal and external hosting, including labor, materials,
building infrastructure, and any other support needed.

c. Technology Scalability and Security (SAS 70 certification is desired).


Provide SAS 70 Certification Record. Confirm that they meet all security
requirements as well as all HIPAA requirements. Either provide a Certification or
a full cost solution on how the system will meet Certification and Accreditation
(C&A) requirements as specified in Section C, paragraph 6.2.4.

198. Implementation Approach and Schedule

Offerors shall state if they comply with the desired implementation schedule as noted in
Section C, paragraph 6.3 and SDLC, Attachment 1 and provide:

A. An Optimum Implementation Approach and Schedule and


B. An Accelerated Implementation Approach and Schedule

For each approach, offerors must provide:

i. Project Plan
The implementation approach and schedule must outline the offerors’
understanding of the Peace Corps environment and the offerors’ approach to
implementing the Practice Management System and Electronic Health Record.
The approach must define how resources will be managed and layout the time
line for accomplishing the project elements during the base year and option years
of the contract. The following issues must also be included within the approach:

199. Implementation of pilot systems and deployment of production systems


200. Implementation of any interfaces needed to support data workflows
201. Identification and implementation of information security processes
202. Approach and timing for providing system training
203. Provision of ongoing system maintenance and support

ii. Work Breakdown Structure that is in sync with the Project Plan

iii. Quality Assurance Plan (QAP)


The QAP shall outline a strategy and identify mechanisms and control methods
for ensuring that all products and services meet quality standards for
completeness, accuracy, and timeliness to ensure contract performance.
The QAP must state how to manage the Quality Assurance (QA) program and
perform QA functions such as configuration management, the application of
industry standards, use of best practices, version control, security monitoring,
preventive maintenance, training for personnel, etc. Additionally, monitoring
techniques (e.g. inspection regimen, customer input, audits, etc.) must be
described to ensure the effectiveness of such QA activities. If a hosted solution
is proposed, include service standards (SLAs), and incentives and disincentives
associated with service standards (SLAs).

iv. Risk Management Plan. The primary risks associated with this effort
include; cost control, security management, system interfaces, maintenance, and
reliability. The Risk Management Plan shall minimize these risks and
recommend how to maintain compliance throughout the duration of the contract.
The plan must highlight specific noncompliance risks, as well as proactive
mitigation strategies that will be managed jointly by Peace Corps and the
Contractor.

3. Corporate Capability
204. Provide evidence that the offeror has the experience, structure, and
capability, both technically and financially, to administer a contract of this
size, scope, and complexity. Offeror shall provide sufficient documentation
from accredited government or business source to certify Offeror’s
capabilities.

205. Key Personnel. Submit resumes of Key Personnel identified in the


Implementation Plan and Schedule. At a minimum, the Key Personnel are
considered to be the Project Manager and the chief technology manager.
Provide skill set for all other personnel proposed. Personnel will be
evaluated against the project plan to assure sufficiency of capacity.

4. Past Performance. Offerors must either provide the below information or


affirmatively state that it possesses no relevant directly related or similar past
performance.

PAST PERFORMANCE INFORMATION


The offeror shall describe its past performance on directly related or similar Federal,
State and local government, and private contracts and subcontracts it has held within the
last 3 years and all contracts and subcontracts currently in progress which are of similar
scope, magnitude and complexity to that which is detailed in the RFP. (The information
must be clear whether the work by the offeror was done as a prime contractor or a
subcontractor). Offerors who describe similar contracts and subcontracts shall provide a
detailed explanation demonstrating the similarity of the contracts to the requirements of
the RFP.

The offeror shall provide the following information regarding its past performance.

A. Contract Number(s) and type of contract;

B. Procuring Agency and name of reference point(s) of contact (not to


exceed 3) and telephone number(s) at the Federal, State, Local Government or
Commercial entity for which the contract was performed;

C. Dollar value of the Contract;

D. Period of Performance;
E. Detailed description of the work performed;

F. Relevancy of the contract to this proposed requirement;

G. Clear statements describing whether the contract was completed on


time, with a quality product conforming to the contract, without any degradation in
performance or customer satisfaction. Discuss any cost growth if the contract was not
completed for the original contract amount; and

H. The number, type, frequency, duration and impact of any quality, delivery
or cost problems in performing the contract, the corrective action taken, if any, and the
effectiveness of the corrective action.

5. Small Business Subcontracting Plan shall be submitted in accordance with FAR


19.704

6. Complete the Vendor Information Form (Attachment 11)

Volume II Complete Price/Cost Proposal - The maximum page limit of the price proposal
including any cover sheet and attachments is 10 pages.

The Price/Cost Proposal must be separated out into the following sections 4 sections:

1. Externally Hosted Optimum Delivery Schedule


2. Externally Hosted Accelerated Delivery Schedule
3. Internally Hosted Optimum Delivery Schedule
4. Externally Hosted Accelerated Delivery Schedule

Each of the possible 4 different firm fixed-prices shall be clearly marked and separated.
Each proposal must then be further divided into phases that can be traced to the
Implementation Plan proposed and priced accordingly. All prices shall include the
price/cost for all products and services necessary to meet the requirements of the
Performance Work Statement; including but not limited to: configuration and set-up,
implementation, licensing costs, hosting fees, training costs, consulting fees, annual
maintenance, travel, and any other direct costs.

The Medical Pre-Service Screening Requirement must be separately priced.

52.212-1 Instructions to Offerors—Commercial Items. (JUNE 2008)


(a) North American Industry Classification System (NAICS) code and small business size
standard. The NAICS code and small business size standard for this acquisition appear in
Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for
a concern which submits an offer in its own name, but which proposes to furnish an item which it
did not itself manufacture, is 500 employees.
(b) Submission of offers. Submit signed and dated offers to the office specified in this
solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the
SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers
must show—
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of offers;
(3) The name, address, and telephone number of the offeror;
(4) A technical description of the items being offered in sufficient detail to evaluate
compliance with the requirements in the solicitation. This may include product literature, or other
documents, if necessary;
(5) Terms of any express warranty;
(6) Price and any discount terms;
(7) “Remit to” address, if different than mailing address;
(8) A completed copy of the representations and certifications at FAR 52.212-3 (see
FAR 52.212-3(b) for those representations and certifications that the offeror shall complete
electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Past performance information, when included as an evaluation factor, to include recent
and relevant contracts for the same or similar items and other references (including contract
numbers, points of contact with telephone numbers and other relevant information); and
(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of
agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to
furnish required representations or information, or reject the terms and conditions of the
solicitation may be excluded from consideration.
(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for
30 calendar days from the date specified for receipt of offers, unless another time period is
specified in an addendum to the solicitation.
(d) Product samples. When required by the solicitation, product samples shall be submitted at
or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation,
these samples shall be submitted at no expense to the Government, and returned at the sender’s
request and expense, unless they are destroyed during preaward testing.
(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative
terms and conditions or commercial items for satisfying the requirements of this solicitation. Each
offer submitted will be evaluated separately.
(f) Late submissions, modifications, revisions, and withdrawals of offers.
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or
withdrawals, so as to reach the Government office designated in the solicitation by the time
specified in the solicitation. If no time is specified in the solicitation, the time for receipt is
4:30 p.m., local time, for the designated Government office on the date that offers or revisions are
due.
(2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government
office designated in the solicitation after the exact time specified for receipt of offers is “late” and
will not be considered unless it is received before award is made, the Contracting Officer
determines that accepting the late offer would not unduly delay the acquisition; and—
(A) If it was transmitted through an electronic commerce method authorized by the
solicitation, it was received at the initial point of entry to the Government infrastructure not later
than 5:00 p.m. one working day prior to the date specified for receipt of offers; or
(B) There is acceptable evidence to establish that it was received at the Government
installation designated for receipt of offers and was under the Government’s control prior to the
time set for receipt of offers; or
(C) If this solicitation is a request for proposals, it was the only proposal received.
(ii) However, a late modification of an otherwise successful offer, that makes its terms
more favorable to the Government, will be considered at any time it is received and may be
accepted.
(3) Acceptable evidence to establish the time of receipt at the Government installation
includes the time/date stamp of that installation on the offer wrapper, other documentary evidence
of receipt maintained by the installation, or oral testimony or statements of Government
personnel.
(4) If an emergency or unanticipated event interrupts normal Government processes so that
offers cannot be received at the Government office designated for receipt of offers by the exact
time specified in the solicitation, and urgent Government requirements preclude amendment of
the solicitation or other notice of an extension of the closing date, the time specified for receipt of
offers will be deemed to be extended to the same time of day specified in the solicitation on the
first work day on which normal Government processes resume.
(5) Offers may be withdrawn by written notice received at any time before the exact time set
for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the
solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time
before the exact time set for receipt of offers, subject to the conditions specified in the solicitation
concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized
representative if, before the exact time set for receipt of offers, the identity of the person
requesting withdrawal is established and the person signs a receipt for the offer.
(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate
offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer
should contain the offeror’s best terms from a price and technical standpoint. However, the
Government reserves the right to conduct discussions if later determined by the Contracting
Officer to be necessary. The Government may reject any or all offers if such action is in the public
interest; accept other than the lowest offer; and waive informalities and minor irregularities in
offers received.
(h) Multiple awards. The Government may accept any item or group of items of an offer, unless
the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule,
offers may not be submitted for quantities less than those specified. The Government reserves
the right to make an award on any item for a quantity less than the quantity offered, at the unit
prices offered, unless the offeror specifies otherwise in the offer.
(i) Availability of requirements documents cited in the solicitation.
(1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item
Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item
descriptions cited in this solicitation may be obtained for a fee by submitting a request to—

GSA Federal Supply Service Specifications Section


Suite 8100
470 East L’Enfant Plaza, SW
Washington, DC 20407

Telephone (202) 619-8925


Facsimile (202) 619-8978.

(ii) If the General Services Administration, Department of Agriculture, or Department of


Veterans Affairs issued this solicitation, a single copy of specifications, standards, and
commercial item descriptions cited in this solicitation may be obtained free of charge by
submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will
be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the
following ASSIST websites:
(i) ASSIST (http://assist.daps.dla.mil).
(ii) Quick Search (http://assist.daps.dla.mil/quicksearch).
(iii) ASSISTdocs.com (http://assistdocs.com).
(3) Documents not available from ASSIST may be ordered from the Department of Defense
Single Stock Point (DoDSSP) by—
(i) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard);
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600
EST; or
(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA
19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization
responsible for their preparation, publication, or maintenance.
(j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000,
and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the
Central Contractor Registration (CCR) database.) The offeror shall enter, in the block with its
name and address on the cover page of its offer, the annotation “DUNS” or “DUNS+4” followed by
the DUNS or DUNS+4 number that identifies the offeror’s name and address. The DUNS+4 is the
DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to
establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT)
accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS
number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United
States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at
http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the
local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an
offeror for a Government contract when contacting the local Dun and Bradstreet office.
(k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by
submission of an offer, the offeror acknowledges the requirement that a prospective awardee
shall be registered in the CCR database prior to award, during performance and through final
payment of any contract resulting from this solicitation. If the Offeror does not become registered
in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will
proceed to award to the next otherwise successful registered Offeror. Offerors may obtain
information on registration and annual confirmation requirements via the internet at
http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757.
(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall
disclose the following information, if applicable:
(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed
offeror’s offer.
(2) The overall evaluated cost or price and technical rating of the successful and the
debriefed offeror and past performance information on the debriefed offeror.
(3) The overall ranking of all offerors, when any ranking was developed by the agency
during source selection.
(4) A summary of the rationale for award;
(5) For acquisitions of commercial items, the make and model of the item to be delivered by
the successful offeror.
(6) Reasonable responses to relevant questions posed by the debriefed offeror as to
whether source-selection procedures set forth in the solicitation, applicable regulations, and other
applicable authorities were followed by the agency.

(End of provision)

SECTION M Evaluation Factors for Award

52.212-2 Evaluation—Commercial Items. (JAN 1999)


(a) The Government will award a contract resulting from this solicitation to the responsible
offeror whose offer conforming to the solicitation will be most advantageous to the Government,
price and other factors considered.

The following factors shall be used to evaluate offers in descending order of


importance, with the non-price factors (factors i, ii, iii, iv, v, and vi) when combined, being
significantly more important than cost or price (factor vii)

Additionally, non-price factors i, ii, iii, iv, and v are considered significantly more
important than non-price factor vi.

The Government reserves the right to make an award to other than the lowest priced
Offeror if the Contracting Officer determines that to do so would be most advantageous to
the Government.

(i) Technical capability of the solution offered to meet the Government


requirement;
1. Product Capability and Features, including Medical Pre-Service Screening, for
meeting the functional requirements of the RFP
2. Hosting, to include both Internal and External hosting.
3. Technology, Scalability and Security

(ii) Demonstration of product proposed. Demonstrations will be conducted ONLY


with the most highly rated offerors in the Competitive Range. The Peace Corps Office of
Acquisitions and Contract Management will contact those offerors in the Competitive
Range to arrange a presentation date and time.

Demonstrations will be conducted at the Peace Corps Headquarters in Washington DC.


It is the responsibility of offerors to pay for all costs associated with preparing and
performing the Demonstration. Audio/Visual equipment requirements shall be identified
in your proposal. Demonstrations will be limited to 2 hours. A Questions and Answer
Session will follow the 2 hour Demonstration after a short break.

Demonstrations shall be conducted only by the offeror staff, proposed subcontractors if


any, and include all Key Personnel. Personnel listed to provide the demonstration shall
be qualified to discuss the requirements and technical approach in full detail.
Discussions will not be permitted as a part of the demonstration.

Demonstrations will be evaluated based on the look and feel of the product, navigation,
the ease of use, as well as roll ups for reports, and graphics, work flow engine, how to
tailor to meet needs, management reports, the ability to meet technical requirements, the
assessment of scenarios.

Offerors shall demonstrate how their solutions satisfy essential functional, technical, and
security requirements in the following areas:

206. Maintain an expanded electronic health record (EHR) based approach to


records management.

207. Incorporate existing Peace Corps medical screening policies, criteria and
guidelines.

208. Provide comprehensive, preconfigured clinical care templates (care


plans) and guidelines.

209. Provide a Practice Management System.

210. Collect, track and generate Practice Management System (PMS) reports.

211. Track medical supply and pharmaceutical inventory costs and usage
patterns.

212. Share Information with Other Peace Corps Departments, Overseas


posts, and External Providers.

8. Provide a Modern, Secure System of Architecture.

Offerors will be provided with 4 scenarios and walk through how their solution will satisfy
the essential functional, technical, and security requirements. More specifics will be
provided when scheduling demonstrations, including the due date for slides.

Scenario 1: An applicant with no medical issues becomes a


Volunteer, serves for 2 years in South Africa and upon
completion converts to Returned Peace Corps Volunteer
(RPCV) status.

Scenario 2: A Returned Peace Corps Volunteer (RPCV) with a valid


medical claim for chronic diarrhea from serving in an
African country reapplies to Peace Corps to serve a
second tour in a new Post.

Scenario 3: Provide the current inventory of Tamiflu medication by


Post and utilization rate per week over the last 90 days.

Scenario 4: Provide the names and locations of currently serving


Volunteers with ICD 9 493.0.

(iii) Implementation Approach and Schedule.


The proposed Implementation Approach and Schedule, to include the Project Plan, WBS,
QAP, and Risk Management Plan will be evaluated against the current Peace Corps
Project Timeline for feasibility of implementation as noted in Section C, paragraph 5. As
part of the implementation plan, offerors must provide a schedule that recognizes
strategies for overall risk reduction.

The implementation approach and schedule must outline the offerors’ understanding of
the Peace Corps environment and the offerors’ approach to implementing the Practice
Management System and Electronic Health Record. The approach must define how
resources will be managed and layout the timeline for accomplishing the project elements
during the base year and option years of the contract. The following issues must also be
included within the approach:

213. Implementation of pilot systems and deployment of production systems


214. Implementation of any interfaces needed to support data workflows
215. Identification and implementation of information security processes
216. Approach and timing for providing system training
217. Provision of ongoing system maintenance and support

(iv) Corporate Capability


218. Provide evidence that the offeror has the experience, structure, and
capability, both technically and financially, to administer a contract of this
size, scope, and complexity. Offeror shall provide sufficient documentation
from accredited government or business source to certify Offeror’s
capabilities.

219. Key Personnel. Submit resumes of Key Personnel identified in the


Implementation Plan and Schedule. At a minimum, the Key Personnel are
considered to be the Project Manager and the chief technology manager.
Provide skill set for all other personnel proposed. Personnel will be
evaluated against the project plan to assure sufficiency of capacity.

(v) Past Performance. In evaluating past performance, the Government may contact
some of the references provided by the offeror. In addition, the contracting officer may
also obtain information from customers known to the Government, consumer protection
organizations, and any other sources that may have useful and relevant information.

Offerors must either provide the information requested in Section L or affirmatively state
that it possesses no relevant directly related or similar past performance.
In evaluating past performance, greater emphasis will be placed on contracts and
subcontracts that are directly related or similar in scope, magnitude, and complexity to
the instant requirement.

(vi) Small Business Subcontracting Plan will be evaluated in accordance with FAR
19.704

(vii) Price.

The Price/Cost Proposal must be separated out into the following sections 4 sections:

1. Externally Hosted Optimum Delivery Schedule


2. Externally Hosted Accelerated Delivery Schedule
3. Internally Hosted Optimum Delivery Schedule
4. Externally Hosted Accelerated Delivery Schedule

Each of the possible 4 different firm fixed-prices shall be clearly marked and separated.
Each proposal must then be further divided into phases that can be traced to the
Implementation Plan proposed and priced accordingly. All prices shall include the
price/cost for all products and services necessary to meet the requirements of the
Performance Work Statement; including but not limited to: configuration and set-up,
implementation, licensing costs, hosting fees, training costs, consulting fees, annual
maintenance, travel, and any other direct costs.

The Medical Pre-Service Screening Requirement must be separately priced.

(b) Options. The Government will evaluate offers for award purposes by adding the total price
for all options to the total price for the basic requirement. The Government may determine that an
offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall
not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the
successful offeror within the time for acceptance specified in the offer, shall result in a binding
contract without further action by either party. Before the offer’s specified expiration time, the
Government may accept an offer (or part of an offer), whether or not there are negotiations after
its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

You might also like