You are on page 1of 149

SOLICITATION, OFFER, AND AWARD

NUMBER

2. CONTRACT

3. SOLICITATION

1. THIS CONTRACT IS A RATED ORDER


UNDER DPAS (15 CFR 700)

CODE

DHS - Customs & Border Protection


Department of Homeland Security
1300 Pennsylvania Ave, NW
Procurement Directorate - NP 1310
Washington

8. ADDRESS

PAGE

5. DATE ISSUED

PAGES

149

6. REQUISITION/PURCHASE

NUMBER

0020067677

03/16/2012

OFFER TO (if other than item 7)

1300 Pennsylvania Ave, NW


Procurement Directorate - NP 1310
Washington

DC 20229

OF

4. TYPE OF SOLICITATION
SEALED BID (IFB)
NEGOTIATED (RFP)

NUMBER

HSBP1012R0020
7. ISSUED BY

RATING

DC 20229

NOTE:

In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".
SOLICITATION
copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if
5
9. Sealed offers in original and
until
4:30PM
04/20/2012
SEE PROVISION L.18
local time
hand carried, in the depository located in
(Hour)

(City)

(Date)

CAUTION - LATE Submission, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and conditions
contained in this solicitation.
A. NAME:
B. TELEPHONE
C. EMAIL ADDRESS
(Include area code)
10. FOR INFORMATION
(NO COLLECT CALLS)
CALL:
Shaun G. Saad
SHAUN.SAAD@DHS.GOV

202-344-1971

11. TABLE OF CONTENTS


(X) SEC.

DESCRIPTION
PART

X
X
X
X
X
X
X
X

(X) SEC.

DESCRIPTION
PART

FORM

SOLICITATION/CONTRACT

SUPPLIES

DESCRIPTION/SPECS./WORK

PACKAGING

AND MARKING

INSPECTION

AND ACCEPTANCE

DELIVERIES

OR PERFORMANCE

CONTRACT

SPECIAL

OR SERVICES

AND PRICES/COSTS

PART

STATEMENT

III - LIST OF DOCUMENTS,

LIST OF ATTACHMENTS

REPRESENTATIONS,
OTHER STATEMENTS

X
X

INSTRS.,

EVALUATION

DATA

REQUIREMENTS

II- CONTRACT

PAGE (S )
CLAUSES

CLAUSES

CONTRACT

PART

ADMINISTRATION

CONTRACT

PAGE (S )

I - THE SCHEDULE

EXHIBITS

IV - REPRESENTATIONS

AND INSTRUCTIONS

CERTIFICATIONS
OF OFFERORS

CONDS., AND NOTICES


FACTORS

AND OTHER ATTACH.

AND

TO OFFERORS

FOR AWARD

OFFER (Must be fully completed by offeror)


Item 12 does not apply if the solicitation includes the provisions at 52.214-16 , Minimum Bid Acce ptance Period.
calendar days (60 calendar days unless a different period is
120
12. In compliance with the above, the undersigned agrees, if this offer is accepted within
NOTE:

inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item,
delivered at the desi gnated point(s) , whithin the time s pecified in the schedule.
13. DISCOUNT FOR PROMPT PAYMENT
10 CALENDAR DAYS (%)
20 CALENDAR DAYS (%)
30 CALENDAR DAYS (%)
CALENDAR DAYS (%)
(See Section I, Clause No. 52.232-8)
14. ACKNOWLEDGMENT
OF AMENDMENTS
(The offeror acknowledges receipt of amendments to the SOLICITATION
for offerors
and related documents numbered and dated):

AMENDMENT

CODE

15A.

NO.

FACILITY

DATE

AMENDMENT

CODE

DATE

16. NAME AND TITLE OF PERSON AUTHORIZED


TO SIGN OFFER (Type or print)

NAME
AND
ADDRESS
OF
OFFEROR
NO. (Include area code) 15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM
ABOVE - ENTER SUCH ADDRESS IN SCHEDULE

15B. TELEPHONE

NO.

18. OFFER DATE

17. SIGNATURE

AWARD (To be completed by Government)


19. ACCEPTED

AS TO ITEMS NUMBERED

22. AUTHORITY

FOR USING OTHER THAN FULL AND OPEN COMPETITION:

10 U.S.C. 2304 (c) (


24. ADMINISTERED

41 U.S.C. 253 (c) (

BY (If other than item 7)

26. NAME OF CONTRACTING

OFFICER

21. ACCOUNTING

20. AMOUNT

CODE

(Type or print)

AND APPROPRIATION

INFORMATION

23. SUBMIT INVOICES TO ADDRESS SHOWN IN


(4 copies unless otherwise specified)
25. PAYMENT WILL BE MADE BY

27. UNITED STATES

ITEM

CODE

OF AMERICA

28. AWARD DATE

(Signature of Contracting Officer)


IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.

AUTHORIZED FOR LOCAL REPRODUCTION


Previous edition is unusable

STANDARD FORM 33
(Rev.9-97)
Prescribed by GSA FAR (48 CFR) 53.214 (c)

HSBP1012R0020
TABLE OF CONTENTS
Table Of Contents
SOLICITATION/CONTRACT FORM ............................................................................................................ 5
SECTION A
SECTION B
SUPPLIES OR SERVICES & PRICES OR COSTS ..................................................................................... 6
B.1
SCHEDULE OF SUPPLIES/SERVICES ............................................................................................................... 6
B.2
CONTRACT TYPE (OCT 2008) ............................................................................................................................ 6
B.3
CONTRACT MINIMUM / MAXIMUM ..................................................................................................................... 6
SECTION C
SPECIFICATIONS/SOW/SOO/ORD ............................................................................................................ 7
C.1
SPECIFICATIONS, STATEMENT OF WORK, OR STATEMENT OF OBJECTIVES ATTACHED (MAR 2003).. 7
SECTION D
PACKAGING & MARKING ........................................................................................................................... 8
D.1
PACKAGING, PACKING AND MARKING (MAR 2003) ........................................................................................ 8
SECTION E
INSPECTION & ACCEPTANCE ................................................................................................................... 9
E.1
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) ................................................................ 9
E.2
52.246-4 INSPECTION OF SERVICES -- FIXED-PRICE (AUG 1996)................................................................. 9
E.3
52.246-6 INSPECTION TIME-AND-MATERIAL AND LABOR-HOUR (MAY 2001)........................................... 9
SECTION F
DELIVERIES OR PERFORMANCE ........................................................................................................... 10
F.1
PERIOD OF PERFORMANCE (MAR 2003) ....................................................................................................... 10
F.2
TERM OF CONTRACT WITH OPTION(S) (MAR 2003) ..................................................................................... 10
SECTION G
CONTRACT ADMINISTATION DATA ........................................................................................................ 11
G.1
3052.242-72 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (DEC 2003).............................. 11
G.2
CONTRACTING OFFICER'S AUTHORITY (MAR 2003) .................................................................................... 11
G.3
SUBMISSION OF INVOICES (JUN 2009) .......................................................................................................... 11
SECTION H
SPECIAL CONTRACT REQUIREMENTS.................................................................................................. 13
H.1
GOVERNMENT CONSENT OF PUBLICATION/ENDORSEMENT (MAR 2003) ............................................... 13
H.2
SECURITY PROCEDURES (OCT 2009) ............................................................................................................ 13
H.3
POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE (JUL 2010) ............................................ 15
H.4
SPECIAL SECURITY REQUIREMENT - CONTRACTOR PRE-SCREENING (SEP 2011) ............................... 16
H.5
ORDERING PROCEDURES - SERVICES (OCT 2007) ..................................................................................... 16
H.6
ORDERING OF AS NEEDED SERVICES (MAR 2003)...................................................................................... 17
H.7
DISCLOSURE OF INFORMATION (MAR 2003)................................................................................................. 18
H.8
NON-PERSONAL SERVICE (MAR 2003)........................................................................................................... 18
H.9
ADDITIONAL CONTRACTOR PERSONNEL REQUIREMENTS (OCT 2007) ................................................... 19
H.10
TRAVEL COSTS (AUG 2008) ............................................................................................................................. 19
H.11
3052.215-70 KEY PERSONNEL OR FACILITIES (DEC 2003) .......................................................................... 19
SECTION I
CONTRACT CLAUSES .............................................................................................................................. 21
I.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) .................................................................. 21
I.2 52.202-1 DEFINITIONS (JAN 2012)........................................................................................................................ 21
I.3 52.203-5 COVENANT AGAINST CONTINGENT FEES (APR 1984)...................................................................... 21
I.4 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) ..................... 21
I.5 52.203-7 ANTI-KICKBACK PROCEDURES (OCT 2010)........................................................................................ 21
I.6 52.203-8 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER
ACTIVITY (JAN 1997) ....................................................................................................................................................... 21
I.7 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997) ..................... 21
I.8 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (OCT 2010). 21
I.9 52.203-13 CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT (APR 2010).................................... 21
I.10
52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY
2011) 21
I.11
52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008) .................................................................. 21
I.12
52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011)................... 21
I.13
52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL
2010) 21
I.14
52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH
CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (DEC 2010)................................ 21
I.15
52.215-2 AUDIT AND RECORDS-NEGOTIATION (OCT 2010)......................................................................... 21
I.16
52.215-8 ORDER OF PRECEDENCE-UNIFORM CONTRACT FORMAT (OCT 1997)..................................... 21
I.17
52.216-31 TIME-AND-MATERIALS/LABOR-HOUR PROPOSAL REQUIREMENTSCOMMERCIAL ITEM
ACQUISITION (FEB 2007)................................................................................................................................................ 21
I.18
52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS
(JAN 2011)......................................................................................................................................................................... 21
I.19
52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (JAN 2011) ........................................................ 21
Page 2

HSBP1012R0020
I.20
52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2011) ALTERNATE II (OCT 2001) ................ 21
I.21
52.219-16 LIQUIDATED DAMAGES - SUBCONTRACTING PLAN (JAN 1999)................................................ 21
I.22
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2009) .................... 21
I.23
52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997)............................................. 22
I.24
52.222-3 CONVICT LABOR (JUN 2003)............................................................................................................. 22
I.25
52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) ............................................................ 22
I.26
52.222-26 EQUAL OPPORTUNITY (MAR 2007)................................................................................................ 22
I.27
52.222-35 EQUAL OPPORTUNITY FOR VETERANS (SEP 2010) ................................................................... 22
I.28
52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (OCT 2010) .................................. 22
I.29
52.222-37 EMPLOYMENT REPORTS ON VETERANS (SEP 2010) ................................................................. 22
I.30
52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT
(DEC 2010)........................................................................................................................................................................ 22
I.31
52.222-41 SERVICE CONTRACT ACT OF 1965 (NOV 2007) ........................................................................... 22
I.32
52.222-43 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT - PRICE ADJUSTMENT
(MULTIPLE YEAR AND OPTION CONTRACTS) (SEP 2009) ......................................................................................... 22
I.33
52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009).................................................................. 22
I.34
52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION (JAN 2009) ............................................................... 22
I.35
52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011) .......................... 22
I.36
52.223-6 DRUG-FREE WORKPLACE (MAY 2001)............................................................................................ 22
I.37
52.223-15 ENERGY EFFICIENCY IN ENERGY-CONSUMING PRODUCTS (DEC 2007)................................ 22
I.38
52.223-17 AFFIRMATIVE PROCUREMENT OF EPA-DESIGNATED ITEMS IN SERVICE AND
CONSTRUCTION CONTRACTS(MAY 2008)................................................................................................................... 22
I.39
52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG
2011) 22
I.40
52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)............................................. 22
I.41
52.227-1 AUTHORIZATION AND CONSENT (DEC 2007)................................................................................. 22
I.42
52.227-2 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT (DEC
2007) 22
I.43
52.227-3 PATENT INDEMNITY (APR 1984)....................................................................................................... 22
I.44
52.228-5 INSURANCE-WORKON A GOVERNMENT INSTALLATION (JAN 1997) ......................................... 22
I.45
52.228-11 PLEDGES OF ASSETS (SEP 2009).................................................................................................. 22
I.46
52.229-3 FEDERAL, STATE, AND LOCAL TAXES (APR 2003) ........................................................................ 22
I.47
52.232-1 PAYMENTS (APR 1984)...................................................................................................................... 22
I.48
52.232-4 PAYMENTS UNDER TRANSPORTATION CONTRACTS AND TRANSPORTATION-RELATED
SERVICES CONTRACTS (APR 1984) ............................................................................................................................. 22
I.49
52.232-8 DISCOUNTS FOR PROMPT PAYMENT (FEB 2002) ......................................................................... 22
I.50
52.232-9 LIMITATION ON WITHHOLDING OF PAYMENTS (APR 1984) ......................................................... 22
I.51
52.232-11 EXTRAS (APR 1984) ......................................................................................................................... 22
I.52
52.232-17 INTEREST (OCT 2010)...................................................................................................................... 23
I.53
52.232-23 ASSIGNMENT OF CLAIMS (JAN 1986) ............................................................................................ 23
I.54
52.232-25 PROMPT PAYMENT (OCT 2008)...................................................................................................... 23
I.55
52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION
(OCT 2003)........................................................................................................................................................................ 23
I.56
52.233-1 DISPUTES (JUL 2002) ALTERNATE I (DEC 1991) ............................................................................ 23
I.57
52.233-3 PROTEST AFTER AWARD (AUG 1996) ............................................................................................. 23
I.58
52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)........................................... 23
I.59
52.237-3 CONTINUITY OF SERVICES (JAN 1991) ........................................................................................... 23
I.60
52.242-13 BANKRUPTCY (JUL 1995) ................................................................................................................ 23
I.61
52.243-1 CHANGES - FIXED-PRICE (AUG 1987) ALTERNATE IV (APR 1984)............................................... 23
I.62
52.243-3 CHANGES TIME-AND-MATERIALS OR LABOR-HOURS (SEP 2000)........................................... 23
I.63
52.244-2 SUBCONTRACTS (OCT 2010)............................................................................................................ 23
I.64
52.244-5 COMPETITION IN SUBCONTRACTING (DEC 1996)......................................................................... 23
I.65
52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (DEC 2010) ............................................................. 23
I.66
52.247-5 FAMILIARIZATION WITH CONDITIONS (APR 1984)......................................................................... 23
I.67
52.247-6 FINANCIAL STATEMENT (APR 1984) ................................................................................................ 23
I.68
52.247-17 CHARGES (APR 1984) ...................................................................................................................... 23
I.69
52.247-21 CONTRACTOR LIABILITY FOR PERSONAL INJURY AND/OR PROPERTY DAMAGE (APR 1984)
23
I.70
52.247-27 CONTRACT NOT AFFECTED BY ORAL AGREEMENT (APR 1984) .............................................. 23
I.71
52.247-28 CONTRACTOR'S INVOICES (APR 1984)......................................................................................... 23

Page 3

HSBP1012R0020
I.72
52.249-1 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (SHORT FORM)
(APR 1984) ........................................................................................................................................................................ 23
I.73
52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (MAY 2004)......... 23
I.74
52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) (APR 1984) ALTERNATE I (APR 1984).......... 23
I.75
52.253-1 COMPUTER GENERATED FORMS (JAN 1991) ................................................................................ 23
I.76
52.203-14 DISPLAY OF HOTLINE POSTER(S) (DEC 2007)............................................................................. 23
I.77
52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS
(JAN 2011)......................................................................................................................................................................... 24
I.78
52.216-18 ORDERING (OCT 1995) .................................................................................................................... 24
I.79
52.216-19 ORDER LIMITATIONS (OCT 1995)................................................................................................... 25
I.80
52.216-22 INDEFINITE QUANTITY (OCT 1995) ................................................................................................ 25
I.81
52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) .................................................................................. 25
I.82
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)............................................... 26
I.83
52.228-1 BID GUARANTEE (SEP 1996) ............................................................................................................ 26
I.84
52.228-2 ADDITIONAL BOND SECURITY (OCT 1997) ..................................................................................... 26
I.85
52.228-16 PERFORMANCE AND PAYMENT BONDS -- OTHER THAN CONSTRUCTION ............................ 27
I.86
52.232-7 PAYMENTS UNDER TIME-AND-MATERIALS AND LABOR-HOUR CONTRACTS (FEB 2007)....... 27
I.87
52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)..................................................................... 30
I.88
3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUN 2006) .................. 31
I.89
3052.219-70 SMALL BUSINESS SUBCONTRACTING PLAN REPORTING (JUN 2006) ................................. 32
I.90
3052.222-70 STRIKES OR PICKETING AFFECTING TIMELY COMPLETION OF THE CONTRACT WORK
(DEC 2003)........................................................................................................................................................................ 32
I.91
3052.222-71 STRIKES OR PICKETING AFFECTING ACCESS TO A DHS FACILITY (DEC 2003)................. 33
I.92
3052.228-70 INSURANCE (DEC 2003) .............................................................................................................. 33
I.93
3052.242-71 DISSEMINATION OF CONTRACT INFORMATION (DEC 2003) ................................................. 33
SECTION J
LIST OF ATTACHMENTS........................................................................................................................... 34
J.1 LIST OF ATTACHMENTS........................................................................................................................................ 34
SECTION K
REPRESENTATIONS, CERTIFICATIONS, OTHER STATEMENTS OF OFFEROR................................ 35
K.1
52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2011) .............................................. 35
K.2
52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JAN 2011) ......................................... 37
K.3
52.225-20 PROHIBITION ON CONDUCTING RESTRICTED BUSINESS OPERATIONS IN SUDAN-CERTIFICATION (AUG 2009)........................................................................................................................................... 38
SECTION L
INSTRUCTIONS, CONDITIONS, & NOTICES TO OFFERORS................................................................ 40
L.1 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) .................................. 40
L.2 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991)............................................. 40
L.3 52.214-35 SUBMISSION OF OFFERS IN U.S. CURRENCY (APR 1991) ............................................................. 40
L.4 52.215-1 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (JAN 2004) ..................................... 40
L.5 52.215-16 FACILITIES CAPITAL COST OF MONEY (JUN 2003).......................................................................... 40
L.6 52.216-1 TYPE OF CONTRACT (APR 1984).......................................................................................................... 40
L.7 52.233-2 SERVICE OF PROTEST (SEP 2006) ...................................................................................................... 40
L.8 52.250-2 SAFETY ACT COVERAGE NOT APPLICABLE (FEB 2009)................................................................... 40
L.9 3052.219-71 DHS MENTOR-PROTEGE PROGRAM (JUN 2006).......................................................................... 41
L.10
AGENCY LEVEL PROTEST NOTICE (APR 2003)............................................................................................. 41
L.11
SMALL BUSINESS SUBCONTRACTING PLAN (OCT 2007) ............................................................................ 41
L.12
GENERAL INSTRUCTIONS FOR THE PREPARATION OF PROPOSALS (OCT 2008) .................................. 42
L.13
VIRTUAL READING ROOM ................................................................................................................................ 52
L.14
PRE-PROPOSAL CONFERENCE ...................................................................................................................... 52
L.15
SOLICITATION QUESTIONS.............................................................................................................................. 52
L.16
NOTICE OF REQUIRED BID GUARANTEE....................................................................................................... 52
L.17
NOTICE OF COST OR PRICING DATA ............................................................................................................. 52
L.18
SUBMISSION OF OFFERS................................................................................................................................. 53
SECTION M
EVALUATION FACTORS FOR AWARD .................................................................................................... 54
M.1
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) .............................. 54
M.2
52.217-5 EVALUATION OF OPTIONS (JUL 1990)............................................................................................. 54
M.3
GENERAL EVALUATION INFORMATION (OCT 2008) ..................................................................................... 54
M.4
EVALUATION CRITERIA (JUN 2007)................................................................................................................. 54
M.5
COST OR PRICE EVALUATION (MAR 2003) .................................................................................................... 59
M.6
BASIS OF AWARD (TRADE-OFF ANALYSIS) (JUN 2007) ............................................................................... 60
M.7
RELATIVE IMPORTANCE OF EVALUATION FACTORS (JUN 2007)............................................................... 60

Page 4

HSBP1012R0020

SECTION A SOLICITATION/CONTRACT FORM


See Page 1 (SF 33)

Page 5

HSBP1012R0020

SECTION B SUPPLIES OR SERVICES & PRICES OR COSTS


B.1 SCHEDULE OF SUPPLIES/SERVICES
See Attachment 1

B.2 CONTRACT TYPE (OCT 2008)

The Government anticipates a single award of an IDIQ type contract with a hybrid of Fixed-Price (CLIN 1.0) and Timeand-Materials (CLIN 2.0) CLINs with the majority of the requirement being Fixed-Price.Due to the uncertainty of the
proposed labor mix for CLIN 2.0, a ceiling price will be established at the time of award and the contractor may exceed
that price only at its own risk.

[End of Clause]

B.3 CONTRACT MINIMUM / MAXIMUM

The minimum contract amount is 12 operational weeks (per sector) plus all associated fuel costs.
The maximum contract amount is 260 operational weeks (per sector) plus all associated fuel costs and surge/flex hours.
[End of Clause]

Page 6

HSBP1012R0020

SECTION C SPECIFICATIONS/SOW/SOO/ORD
C.1 SPECIFICATIONS, STATEMENT OF WORK, OR STATEMENT OF OBJECTIVES ATTACHED (MAR 2003)
The Performance Work Statement (PWS) (See Attachment 2) which describes the work to be performed hereunder,
although attached, is incorporated and made a part of this document with the same force and effect of "specifications" as
described in the clause, Order of Precedence, FAR 52.215-8, incorporated by herein by reference.
[End of Clause]

Page 7

HSBP1012R0020

SECTION D PACKAGING & MARKING


D.1 PACKAGING, PACKING AND MARKING (MAR 2003)
Material shall be packaged, packed and marked for shipment in such a manner that will insure acceptance by common
carriers and safe delivery at destination.
Packages shall be clearly identified on the outer wrapping with the contract number and delivery /task order number, if
applicable.
[End of Clause]

Page 8

HSBP1012R0020

SECTION E INSPECTION & ACCEPTANCE


E.1 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):
www.acquisition.gov
I.

FEDERAL ACQUISITION REGULATION (48 CHAPTER 1) CLAUSES

NUMBER

TITLE

E.2 52.246-4 INSPECTION OF SERVICES -- FIXED-PRICE (AUG 1996)


E.3 52.246-6 INSPECTION TIME-AND-MATERIAL AND LABOR-HOUR (MAY 2001)

Page 9

HSBP1012R0020

SECTION F DELIVERIES OR PERFORMANCE


F.1 PERIOD OF PERFORMANCE (MAR 2003)

The period of performance of this contract shall be for a 12 month base period plus four (4) twelve (12) month option
periods as follows:
Base Period29 August 2012 to 28 August 2013
Option Period One - 29 August 2013 to 28 August 2014
Option Period Two - 29 August 2014 to 28 August 2015
Option Period Three - 29 August 2015 to 28 August 2016
Option Period Four - 29 August 2016 to 28 August 2017
The above dates are subject to change at time of award.
The period of performance for any task order issued during any of the abovementioned ordering/effective periods shall be
stated within such order.
[End of Clause]

F.2 TERM OF CONTRACT WITH OPTION(S) (MAR 2003)


The contract term shall be for a period of 12 months from the date of award, subject to the Government's option to extend
the term of the contract in accordance with the clause entitled, "Option to Extend the Term of the Contract" FAR 52.217-9
contained herein.
[End of Clause]

Page 10

HSBP1012R0020

SECTION G CONTRACT ADMINISTATION DATA


G.1 3052.242-72 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (DEC 2003)
(a)The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical
Representative (COTR) to perform functions under the contract such as review or inspection and acceptance of
supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will
provide a written notice of such designation to the Contractor within five working days after contract award or for
construction, not less than five working days prior to giving the Contractor the notice to proceed. The designation letter
will set forth the authorities and limitations of the COTR under the contract.
(b)The Contracting Officer cannot authorize the COTR or any other representative to sign documents, such as contracts,
contract modifications, etc., that require the signature of the Contracting Officer.
(End of Clause)

G.2 CONTRACTING OFFICER'S AUTHORITY (MAR 2003)


The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. In
the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the
changes 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 thereof. The Contracting Officer shall be the only individual authorized to
accept nonconforming work, waive any requirement of the contract, or to modify any term or condition of the contract.
The Contracting Officer is the only individual who can legally obligate Government funds. No cost chargeable to the
proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the Contracting
Officer.
[End of Clause]

G.3 SUBMISSION OF INVOICES (JUN 2009)


Copies of invoices (paper submissions) may be submitted to the following addresses OR as an alternative, to the email
addresses cited below:
1. Payment Center:
DHS/U.S. Customs and Border Protection
National Finance Center/Commercial Accounts
P. O. Box 68908
Indianapolis, Indiana46268
OR as an alternative:
Email: cbpinvoices@dhs.gov
Note Only for awards with payment terms less than net 30:
The Subject line for all Emailed invoices to the National Finance Center must include the text
Per CBP, Net [state # days] Invoice.
2. Contracting Officer's Technical Representative (fill in at time of award):
DHS/U.S. Customs and Border Protection
Attention: TBD

OR as an alternative:
Page 11

HSBP1012R0020
Email: TBD
3. Contracting Officer (or Contract Administrator):
DHS/U.S. Customs and Border Protection
Attention: SHAUN G. SAAD
1300 PENNSYLVANIA AVE, NW
NP STE 1310
WASHINGTON, DC20229

OR as an alternative:
Email: SHAUN.SAAD@DHS.GOV
To constitute a proper invoice, the invoice shall include all the items required by Federal Acquisition Regulation (FAR)
32.905.

TIME &MATERIALS INVOICE SUBMISSION REQUIREMENTS


In accordance with the Department of Homeland Security (DHS) and Defense Contract Audit Agency (DCAA)
Memorandum of Understanding as revised on May 2, 2011, DCAA will now review all Cost Reimbursement and Time and
Material/Labor Hour Contract interim vouchers as follows:
(1) all vouchers in excess of $1 million dollars; and
(2) all first vouchers under a DHS contract or delivery order.

Contractors are required to submit a copy of all interim vouchers (meeting the criteria above) to the cognizant DCAA Field
Audit Office at the same time the original voucher is sent to the COTR/CO.

[End of Clause]

Page 12

HSBP1012R0020

SECTION H SPECIAL CONTRACT REQUIREMENTS


H.1 GOVERNMENT CONSENT OF PUBLICATION/ENDORSEMENT (MAR 2003)
Under no circumstances shall the Contractor, or anyone acting on behalf of the Contractor, refer to the supplies, services,
or equipment furnished pursuant to the provisions of this contract in any news release or commercial advertising without
first obtaining explicit written consent to do so from the Contracting Officer
The Contractor agrees not to refer to awards in commercial advertising in such a manner as to state or imply that the
product or service provided is endorsed or preferred by the Federal Government or is considered by the Government to
be superior to other products or services.
[End of Clause]

H.2 SECURITY PROCEDURES (OCT 2009)


A. Controls
1. The Contractor shall comply with the U.S. Customs and Border Protection (CBP) administrative, physical and
technical security controls to ensure that the Governments security requirements are met.
2. All Government furnished information must be protected to the degree and extent required by local rules,
regulations, and procedures. The Contractor shall comply with all security policies contained in CBP Handbook
1400-05C, Information Systems Security Policies and Procedures Handbook.
3. All services provided under this contract must be compliant with the Department of Homeland Security (DHS)
information security policy identified in DHS Management Directive (MD) 4300.1, Information Technology Systems
Security Program and DHS 4300A, Sensitive Systems Handbook.
4. All Contractor employees under this contract must wear identification access badges when working in CBP
facilities. Prior to Contractor employees departure/separation, all badges, building passes, parking permits, keys
and pass cards must be given to the Contracting Officers Technical Representative (COTR). The COTR will
ensure that the cognizant Physical Security official is notified so that access to all buildings and facilities can be
revoked. NOTE: For contracts within the National Capitol Region (NCR), the Office of Internal Affairs, Security
Management Division (IA/SMD) should be notified if building access is revoked.
5. All Contractor employees must be registered in the Contractor Tracking System (CTS) database by the Contracting
Officer (CO) or COTR. The Contractor shall provide timely start information to the CO/COTR or designated
government personnel to initiate the CTS registration. Other relevant information will also be needed for
registration in the CTS database such as, but not limited to, the contractors legal name, address, brief job
description, labor rate, Hash ID, schedule and contract specific information. The CO/COTR or designated
government personnel shall provide the Contractor with instructions for receipt of CTS registration information.
Additionally, the CO/COTR shall immediately notify IA/SMD of the contractors departure/separation.
6. The Contractor shall provide employee departure/separation date and reason for leaving to the CO/COTR in
accordance with CBP Directive 51715-006, Separation Procedures for Contractor Employees. Failure by the
Contractor to provide timely notification of employee departure/separation in accordance with the contract
requirements shall be documented and considered when government personnel completes a Contractor
Performance Report (under Business Relations) or other performance related measures.
B. Security Background Investigation Requirements
1. In accordance with DHS Management Directive (MD) 11055, Suitability Screening Requirements for Contractors,
Part VI, Policy and Procedures, Section E, Citizenship and Residency Requirements, contractor employees who
require access to sensitive information must be U.S. citizens or have Lawful Permanent Resident (LPR) status. A
waiver may be granted, as outlined in MD 11055, Part VI, Section M (1).

Page 13

HSBP1012R0020
2. Contractor employees that require access to DHS IT systems or development, management, or maintenance of
those systems must be U.S. citizens in accordance with MD 11055, Part VI, Section E (Lawful Permanent Resident
status is not acceptable in this case). A waiver may be granted, as outlined in MD 11055, Part VI, Section M (2)
3. Provided the requirements of DHS MD 11055 are met as outlined in paragraph 1, above, contractor employees
requiring access to CBP facilities, sensitive information or information technology resources are required to have a
favorably adjudicated background investigation (BI) or a single scope background investigation (SSBI) prior to
commencing work on this contract. Exceptions shall be approved on a case-by-case basis with the employees
access to facilities, systems, and information limited until the Contractor employee receives a favorably adjudicated
BI or SSBI. A favorable adjudicated BI or SSBI shall include various aspects of a Contractor employees life,
including employment, education, residences, police and court inquires, credit history, national agency checks, and
a CBP Background Investigation Personal Interview (BIPI).
4. The Contractor shall submit within ten (10) working days after award of this contract a list containing the full name,
social security number, place of birth (city and state), and date of birth of employee candidates who possess
favorably adjudicated BI or SSBI that meets federal investigation standards.. For employee candidates needing a
BI for this contract, the Contractor shall require the applicable employees to submit information and documentation
requested by CBP to initiate the BI process.
5. Background Investigation information and documentation is usually submitted by completion of standard federal
and agency forms such as Questionnaire for Public Trust and Selected Positions or Questionnaire for National
Security Positions; Fingerprint Chart; Fair Credit Reporting Act (FCRA) form; Criminal History Request form; and
Financial Disclosure form. These forms must be submitted to the designated CBP official identified in this contract.
The designated CBP security official will review the information for completeness.
6. The estimated completion of a BI or SSBI is approximately sixty (60) to ninety (90) days from the date of receipt of
the properly completed forms by CBP security office. During the term of this contract, the Contractor is required to
provide the names of contractor employees who successfully complete the CBP BI or SSBI process. Failure of any
contractor employee to obtain and maintain a favorably adjudicated BI or SSBI shall be cause for dismissal. For
key personnel, the Contractor shall propose a qualified replacement employee candidate to the CO and COTR
within 30 days after being notified of an unsuccessful candidate or vacancy. For all non-key personnel contractor
employees, the Contractor shall propose a qualified replacement employee candidate to the COTR within 30 days
after being notified of an unsuccessful candidate or vacancy. The CO/COTR shall approve or disapprove
replacement employees. Continuous failure to provide contractor employees who meet CBP BI or SSBI
requirements may be cause for termination of the contract.
C. Security Responsibilities
1. The Contractor shall ensure that its employees follow the general procedures governing physical, environmental,
and information security described in the various DHS CBP regulations identified in this clause. The contractor
shall ensure that its employees apply proper business practices in accordance with the specifications, directives,
and manuals required for conducting work under this contract. Applicable contractor personnel will be responsible
for physical security of work areas and CBP furnished equipment issued under this contract.
2. The CO/COTR may require the Contractor to prohibit its employees from working on this contract if continued
employment becomes detrimental to the publics interest for any reason including, but not limited to carelessness,
insubordination, incompetence, or security concerns.
3. Work under this contract may require access to sensitive information as defined under Homeland Security
Acquisition Regulation (HSAR) Clause 3052.204-71, Contractor Employee Access, included in the
solicitation/contract. The Contractor shall not disclose, orally or in writing, any sensitive information to any person
unless authorized in writing by the CO.
4. The Contractor shall ensure that its employees who are authorized access to sensitive information, receive training
pertaining to protection and disclosure of sensitive information. The training shall be conducted during and after
contract performance.
5. Upon completion of this contract, the Contractor shall return all sensitive information used in the performance of the
contract to the CO/COTR. The Contractor shall certify, in writing, that all sensitive and non-public information has
been purged from any Contractor-owned system.

Page 14

HSBP1012R0020
D. Notification of Contractor Employee Changes
1. The Contractor shall notify the CO/COTR via phone, facsimile, or electronic transmission, immediately after a
personnel change become known or no later than five (5) business days prior to departure of the employee.
Telephone notifications must be immediately followed up in writing. Contractors notification shall include, but is not
limited to name changes, resignations, terminations, and reassignments to another contract.
2. The Contractor shall notify the CO/COTR and program office (if applicable) in writing of any proposed change in
access requirements for its employees at least fifteen (15) days, or thirty (30) days if a security clearance is to be
obtained, in advance of the proposed change. The CO/COTR will notify the Office of Information and Technology
(OIT) Information Systems Security Branch (ISSB) of the proposed change. If a security clearance is required, the
CO/COTR will notify IA/SMD.
E. Non-Disclosure Agreements
When determined to be appropriate, Contractor employees are required to execute a non-disclosure agreement (DHS
Form 11000-6) as a condition to access sensitive but unclassified information.
[End of Clause]

H.3 POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE (JUL 2010)


a. Contractor Performance Evaluation
Interim and final performance evaluation reports will be prepared on this contract or order in accordance with FAR
Subpart 42.15. A final performance evaluation report will be prepared at the time the work under this contract or order
is completed. In addition to the final performance evaluation report, an interim performance evaluation report will be
prepared annually to coincide with the anniversary date of the contract or order.
Interim and final performance evaluation reports will be provided to the contractor via the Contractor Performance
Assessment Reporting System (CPARS) after completion of the evaluation. The CPARS Assessing Official
Representatives (AORs) will provide input for interim and final contractor performance evaluations. The AORs may be
Contracting Officers Technical Representatives (COTRs), project managers, and/or contract specialists. The CPARS
Assessing Officials (AOs) are the contracting officers (CO) who will sign the evaluation report and forward it to the
contractor representative via CPARS for comments.
The contractor representative is responsible for reviewing and commenting on proposed ratings and remarks for all
evaluations forwarded by the AO. After review, the contractor representative will return the evaluation to the AO via
CPARS.
The contractor representative will be given a minimum of thirty (30) days to submit written comments or a rebuttal
statement. Within seven (7) days of the comment period, the contractor representative may request a meeting with the
AO to discuss the evaluation report. The AO may complete the evaluation without the contractor representatives
comments if none are provided within the thirty (30) day comment period. Any disagreement between the AO/CO and
the contractor representative regarding the performance evaluation report will be referred to the CPARS Reviewing
Officials (ROs). Once the RO completes the review, the evaluation is considered complete and the decision is final.
Copies of the evaluations, contractor responses, and review comments, if any, will be retained as part of the contract
file and may be used in future award decisions.
b. Primary and Alternate Corporate Senior Contractor Representatives
The contractor must identify a primary and alternate Corporate Senior Contractor Representative for this contract and
provide the full name, title, phone number, email address, and business address to the CO within 30 days after award.
c. Electronic access to contractor Performance Evaluations
The AO/CO will request CPARS user access for the contractor by forwarding the contractors primary and alternate
representatives information to the CPARS Focal Point (FP).

Page 15

HSBP1012R0020
The FP is responsible for CPARS access authorizations for Government and contractor personnel. The FP will set up
the user accounts and will create system access to CPARS.
The CPARS application will send an automatic notification to users when CPARS access is granted. In addition,
contractor representatives will receive an automated email from CPARS when an evaluation report has been
completed.
[End of Clause]

H.4 SPECIAL SECURITY REQUIREMENT - CONTRACTOR PRE-SCREENING (SEP 2011)


1. Contractors requiring recurring access to Government facilities or access to sensitive but unclassified information
and/or logical access to Information Technology (IT) resources shall verify minimal fitness requirements for all
persons/candidates designated for employment under any Department of Security (DHS) contract by pre-screening the
person /candidate prior to submitting the name for consideration to work on the contract. Pre-screening the candidate
ensures that minimum fitness requirements are considered and mitigates the burden of DHS having to conduct
background investigations on objectionable candidates. The Contractor shall submit only those candidates that have
not had a felony conviction within the past 36 months or illegal drug use within the past 12 months from the date of
submission of their name as a candidate to perform work under this contract. Contractors are required to flow this
requirement down to subcontractors. Pre-screening involves contractors and subcontractors reviewing:
a. Felony convictions within the past 36 months. An acceptable means of obtaining information on felony convictions
is from public records, free of charge, or from the National Crime Information Center (NCIC).
b. Illegal drug use within the past 12 months. An acceptable means of obtaining information related to drug use is
through employee self certification, by public records check; or if the contractor or subcontractor already has drug
testing in place. There is no requirement for contractors and/or subcontractors to initiate a drug testing program if
they do not have one already in place.
c. Misconduct such as criminal activity on the job relating to fraud or theft within the past 12 months. An acceptable
means of obtaining information related to misconduct is through employee self certification, by public records
check, or other reference checks conducted in the normal course of business.
2. Pre-screening shall be conducted within 15 business days after contract award. This requirement shall be placed in all
subcontracts if the subcontractor requires routine physical access, access to sensitive but unclassified information,
and/or logical access to IT resources. Failure to comply with the pre-screening requirement will result in the
Contracting Officer taking the appropriate remedy.
Definition: Logical Access means providing an authorized user the ability to access one or more computer system
resources such as a workstation, network, application, or database through automated tools. A logical access control
system (LACS) requires validation of an individual identity through some mechanism such as a personal identification
number (PIN), card, username and password, biometric, or other token. The system has the capability to assign different
access privileges to different persons depending on their roles and responsibilities in an organization.
[End of Clause]
H.5 ORDERING PROCEDURES - SERVICES (OCT 2007)
Any services to be performed under this contract shall be ordered by issuance of task orders. Such task orders
may be issued at any time during the period of performance of this contract provided that any task order issued shall be
completed within the period specified in the order.
Ordering of services under this contract shall be accomplished in one (1) of two (2) ways as follows:
(1) The Contracting Officer (CO) will issue a task order to the Contractor, using contractual rates, for a specific
requirement under the contract without the request of a proposal from the Contractor. This may occur with respect to any
CLIN. However, when an order is issued under CLIN 2.0 (Surge/Flex/Travel/Fuel Time and Materials), the parties shall
seek to definitize that task order as soon as practicable after the order is issued.

Page 16

HSBP1012R0020
(2) The Contracting Officer (CO) will forward a task order request to the Contractor which will describe technical
requirements for deliverable products, performance standards, acceptable criteria, performance schedules, etc. in
sufficient detail to permit accurate estimation of cost, work, hours, etc.
Within ten (10) working days after receipt of the task order request, unless a different period is specified, the
Contractor will submit a written proposal responding to the Government's requirement. The contractor's proposal shall
contain, as a minimum, the following:
Task Requirements. A narrative description of the Contractor's understanding of the functions required to satisfy the
requirements. The Contractor's proposal shall also state the purpose of the task order to ensure the Contractor's
understanding of the requirement.
Proposal Solution. A narrative description of the Contractor's proposed solution -- plans for performance, technical
approach, and any problems envisioned.
Assumptions. The proposal shall identify any assumptions on the Contractor's part used in developing the proposal and
costs.
Milestones and Deliverables. Definition of milestones, deliverables, and schedule for them. Include a statement of the
Contractor's understanding of acceptance criteria.
Staffing Schedule. A staffing schedule by individual Contractor skill level employee.
Resumes of personnel. If required. Resumes need not be provided unless personnel are proposed whose resumes have
not been previously furnished to the Government.
After the Contracting Officer's Technical Representative (COTR) has completed an evaluation of the Contractor's
proposal, the CO may conduct discussions with the Contractor to resolve any outstanding issues. Following any required
discussions with the Contractor, the CO will issue a written task order incorporating the Contractor's technical and cost
proposal as accepted. All task orders issued under this contract shall conform to the provisions of the contract clauses
FAR 52.216-18 "Ordering," and FAR 52.216-9, Order Limitation, contained in the contract.
The only office(s) authorized to issue task orders under this contract are:
U.S. Customs and Border Protection
Office of Administration
Procurement Directorate
Oral orders under this contract are not authorized.
[End of Clause]
H.6 ORDERING OF AS NEEDED SERVICES (MAR 2003)
The following procedures are established for the ordering of all as-needed line items under CLIN 2.0 (Surge/Flex - Time
and materials) as identified in the Schedule.
The Contracting Officer's Technical Representative (COTR) shall prepare a request for services. The Contracting Officer
(CO) will then request a written quotation from the Contractor as to the number of hours and/or amount of materials
required to accomplish the work. The CO will evaluate the proposal to determine the reasonableness of the Contractor's
quotation. The CO shall then provide the Contractor with a written authorization (or oral authorization that must be
confirmed in writing) identifying, at a minimum, the following: the contract number; a description of the work to be
performed; an estimate of the number of hours and/or material(s) required to perform the work; and the period of
performance.
In some instances, a written quotation from the Contractor may not always be requested before a written authorization or
task order is issued. If a task order or written authorization is issued directly to the Contractor for tasks under CLIN 2.0
without the request of a quotation from the Contractor, the parties shall seek to definitize that task order as soon as
practicable after the order is issued.

Page 17

HSBP1012R0020
The Contractor shall be paid for documented actual hours worked and/or material(s) or the amount authorized in the
written authorization, whichever is less, upon submission of billing documents pursuant to FAR 52.232-7 Payments Under
Time-And-Material and Labor-Hour Contracts. If the Contractor determines that additional hours and/or material(s) are
required in excess of those authorized in writing, the Contractor shall notify the Contracting Officer and obtain written
approval prior to working those additional hours.
[End of Clause]

H.7 DISCLOSURE OF INFORMATION (MAR 2003)


A. General
Any information made available to the Contractor by the Government shall be used only for the purpose of carrying out
the provisions of this contract and shall not be divulged or made known in any manner to any persons except as may
be necessary in the performance of the contract.
B. Technical Data Rights
The Contractor shall not use, disclose, reproduce, or otherwise divulge or transfuse to any persons any technical
information or data licensed for use by the Government that bears any type of restrictive or proprietary legend except
as may be necessary in the performance of the contract. Refer to the Rights in Data clause for additional information.
C. Privacy Act
In performance of this contract the Contractor assumes the responsibility for protection of the confidentiality of all
Government records and/or protected data provided for performance under the contract and shall ensure that (a) all
work performed by any subcontractor is subject to the disclosure restrictions set forth above and (b) all subcontract
work be performed under the supervision of the Contractor or their employees.
[End of Clause]

H.8 NON-PERSONAL SERVICE (MAR 2003)


1. The Government and the contractor agree and understand the services to be performed under this contract are nonpersonal in nature. The Contractor shall not perform any inherently Governmental functions under this contract as
described in Office of Federal Procurement Policy Letter 92-1
2. The services to be performed under this contract do not require the Contractor or his employees to exercise personal
judgment and discretion on behalf of the Government, but rather, the Contractor's employees will act and exercise
personal judgment and discretion on behalf of the Contractor.
3. The parties also recognize and agree that no employer-employee relationship exists or will exist between the
Government and the Contractor. The Contractor and the Contractor's employees are not employees of the Federal
Government and are not eligible for entitlement and benefits given federal employees. Contractor personnel under this
contract shall not:
(a) Be placed in a position where there is an appearance that they are employed by the Government or are under the
supervision, direction, or evaluation of any Government employee. All individual employee assignments any daily
work direction shall be given by the applicable employee supervisor.
(b) Hold him or herself out to be a Government employee, agent or representative or state orally or in writing at any
time that he or she is acting on behalf of the Government. In all communications with third parties in connection
with this contract, Contractor employees shall identify themselves as such and specify the name of the company of
which they work.
(c) Be placed in a position of command, supervision, administration or control over Government personnel or
personnel of other Government contractors, or become a part of the government organization. In all
communications with other Government Contractors in connection with this contract, the Contractor employee shall
Page 18

HSBP1012R0020
state that they have no authority to change the contract in any way. If the other Contractor believes this
communication to be direction to change their contract, they should notify the CO for that contract and not carry out
the direction until a clarification has been issued by the CO.
4. If the Contractor believes any Government action or communication has been given that would create a personal
service relationship between the Government and any Contractor employee, the Contractor shall promptly notify the
CO of this communication or action.
5. Rules, regulations directives and requirements which are issued by U.S. Customs & Border Protection under their
responsibility for good order, administration and security are applicable to all personnel who enter U.S. Customs &
Border Protection installations or who travel on Government transportation. This is not to be construed or interpreted
to establish any degree of Government control that is inconsistent with a non-personal services contract.
[End of Clause]

H.9 ADDITIONAL CONTRACTOR PERSONNEL REQUIREMENTS (OCT 2007)


The Contractor will ensure that its employees will identify themselves as employees of their respective company while
working on U.S. Customs & Border Protection (CBP) contracts. For example, contractor personnel shall introduce
themselves and sign attendance logs as employees of their respective companies, not as CBP employees.
The contractor will ensure that their personnel use the following format signature on all official e-mails generated by CBP
computers:
[Name]
(Contractor)
[Position or Professional Title]
[Company Name]
Supporting the XXX Division/Office...
U.S. Customs & Border Protection
[Phone]
[FAX]
[Other contact information as desired]
[End of Clause]

H.10 TRAVEL COSTS (AUG 2008)


Costs for transportation, lodging, meals, and incidental expenses shall be reimbursed in accordance with Federal
Acquisition Regulation (FAR) Subsection 31.205-46 and acceptable accounting procedures.
If it becomes necessary for the contractor to use the higher actual expense method repetitively or on a continuing basis in
a particular area (see FAR 31.205-46(3)(iii)), the contractor must obtain advance approval from the contracting officer and
comply with all requirements for justifications and documentation set forth in FAR Subsection 31.205-46 for allowability of
travel costs.
As provided in FAR 31.205-46(a)(5), the Contracting Officer may consider an advance agreement (see FAR 31.109) with
the contractor to avoid confusion in the treatment of costs anticipated to be incurred in unusual or special travel situations.
The advance agreement shall be incorporated in the contract.
[End of Clause]

H.11 3052.215-70 KEY PERSONNEL OR FACILITIES (DEC 2003)

(a) The personnel or facilities specified below are considered essential to the work being performed under this contract
and may, with the consent of the contracting parties, be changed from time to time during the course of the contract by
adding or deleting personnel or facilities, as appropriate.
Page 19

HSBP1012R0020
(b) Before removing or replacing any of the specified individuals or facilities, the Contractor shall notify the Contracting
Officer, in writing, before the change becomes effective. The Contractor shall submit sufficient information to support
the proposed action and to enable the Contracting Officer to evaluate the potential impact of the change on this
contract. The Contractor shall not remove or replace personnel or facilities until the Contracting Officer approves the
change.
The Key Personnel or Facilities under this Contract:

Program Manager (1)

Sector Managers (9)

Page 20

HSBP1012R0020

SECTION I
I.1

CONTRACT CLAUSES

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):
www.acquisition.gov
I.

FEDERAL ACQUISITION REGULATION (48 CHAPTER 1) CLAUSES

NUMBER
TITLE
I.2 52.202-1 DEFINITIONS (JAN 2012)
I.3

52.203-5 COVENANT AGAINST CONTINGENT FEES (APR 1984)

I.4

52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006)

I.5

52.203-7 ANTI-KICKBACK PROCEDURES (OCT 2010)

I.6

52.203-8 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER


ACTIVITY (JAN 1997)

I.7

52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997)

I.8

52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (OCT 2010)

I.9

52.203-13 CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT (APR 2010)

I.10 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011)
I.11 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008)
I.12 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011)
I.13 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2010)
I.14 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS
DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (DEC 2010)
I.15 52.215-2 AUDIT AND RECORDS-NEGOTIATION (OCT 2010)
I.16 52.215-8 ORDER OF PRECEDENCE-UNIFORM CONTRACT FORMAT (OCT 1997)
I.17 52.216-31 TIME-AND-MATERIALS/LABOR-HOUR PROPOSAL REQUIREMENTSCOMMERCIAL ITEM
ACQUISITION (FEB 2007)
I.18 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS
(JAN 2011)
I.19 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (JAN 2011)
I.20 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2011) ALTERNATE II (OCT 2001)
I.21 52.219-16 LIQUIDATED DAMAGES - SUBCONTRACTING PLAN (JAN 1999)
I.22 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2009)
Page 21

HSBP1012R0020
I.23 52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997)
I.24 52.222-3 CONVICT LABOR (JUN 2003)
I.25 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999)
I.26 52.222-26 EQUAL OPPORTUNITY (MAR 2007)
I.27 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (SEP 2010)
I.28 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (OCT 2010)
I.29 52.222-37 EMPLOYMENT REPORTS ON VETERANS (SEP 2010)
I.30 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC
2010)
I.31 52.222-41 SERVICE CONTRACT ACT OF 1965 (NOV 2007)
I.32 52.222-43 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT - PRICE ADJUSTMENT
(MULTIPLE YEAR AND OPTION CONTRACTS) (SEP 2009)
I.33 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009)
I.34 52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION (JAN 2009)
I.35 52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011)
I.36 52.223-6 DRUG-FREE WORKPLACE (MAY 2001)
I.37 52.223-15 ENERGY EFFICIENCY IN ENERGY-CONSUMING PRODUCTS (DEC 2007)
I.38 52.223-17 AFFIRMATIVE PROCUREMENT OF EPA-DESIGNATED ITEMS IN SERVICE AND CONSTRUCTION
CONTRACTS(MAY 2008)
I.39 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)
I.40 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)
I.41 52.227-1 AUTHORIZATION AND CONSENT (DEC 2007)
I.42 52.227-2 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT (DEC 2007)
I.43 52.227-3 PATENT INDEMNITY (APR 1984)
I.44 52.228-5 INSURANCE-WORKON A GOVERNMENT INSTALLATION (JAN 1997)
I.45 52.228-11 PLEDGES OF ASSETS (SEP 2009)
I.46 52.229-3 FEDERAL, STATE, AND LOCAL TAXES (APR 2003)
I.47 52.232-1 PAYMENTS (APR 1984)
I.48 52.232-4 PAYMENTS UNDER TRANSPORTATION CONTRACTS AND TRANSPORTATION-RELATED
SERVICES CONTRACTS (APR 1984)
I.49 52.232-8 DISCOUNTS FOR PROMPT PAYMENT (FEB 2002)
I.50 52.232-9 LIMITATION ON WITHHOLDING OF PAYMENTS (APR 1984)
I.51 52.232-11 EXTRAS (APR 1984)
Page 22

HSBP1012R0020
I.52 52.232-17 INTEREST (OCT 2010)
I.53 52.232-23 ASSIGNMENT OF CLAIMS (JAN 1986)
I.54 52.232-25 PROMPT PAYMENT (OCT 2008)
I.55 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (OCT
2003)
I.56 52.233-1 DISPUTES (JUL 2002) ALTERNATE I (DEC 1991)
I.57 52.233-3 PROTEST AFTER AWARD (AUG 1996)
I.58 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)
I.59 52.237-3 CONTINUITY OF SERVICES (JAN 1991)
I.60 52.242-13 BANKRUPTCY (JUL 1995)
I.61 52.243-1 CHANGES - FIXED-PRICE (AUG 1987) ALTERNATE IV (APR 1984)
I.62 52.243-3 CHANGES TIME-AND-MATERIALS OR LABOR-HOURS (SEP 2000)
I.63 52.244-2 SUBCONTRACTS (OCT 2010)
I.64 52.244-5 COMPETITION IN SUBCONTRACTING (DEC 1996)
I.65 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (DEC 2010)
I.66 52.247-5 FAMILIARIZATION WITH CONDITIONS (APR 1984)
I.67 52.247-6 FINANCIAL STATEMENT (APR 1984)
I.68 52.247-17 CHARGES (APR 1984)
I.69 52.247-21 CONTRACTOR LIABILITY FOR PERSONAL INJURY AND/OR PROPERTY DAMAGE (APR 1984)
I.70 52.247-27 CONTRACT NOT AFFECTED BY ORAL AGREEMENT (APR 1984)
I.71 52.247-28 CONTRACTOR'S INVOICES (APR 1984)
I.72 52.249-1 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (SHORT FORM) (APR
1984)
I.73 52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (MAY 2004)
I.74 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) (APR 1984) ALTERNATE I (APR 1984)
I.75 52.253-1 COMPUTER GENERATED FORMS (JAN 1991)
I.76 52.203-14 DISPLAY OF HOTLINE POSTER(S) (DEC 2007)
(a) Definition.
United States, as used in this clause, means the 50 States, the District of Columbia, and outlying areas.
(b) Display of fraud hotline poster(s). Except as provided in paragraph (c)-(1) During contract performance in the United States, the Contractor shall prominently display in common work areas
within business segments performing work under this contract and at contract work sites-Page 23

HSBP1012R0020
(i) Any agency fraud hotline poster or Department of Homeland Security (DHS) fraud hotline poster identified in
paragraph (b)(3) of this clause; and
(ii) Any DHS fraud hotline poster subsequently identified by the Contracting Officer.
(2) Additionally, if the Contractor maintains a company website as a method of providing information to employees, the
Contractor shall display an electronic version of the poster(s) at the website.
(3) Any required posters may be obtained as follows:
Poster Link:
http://www.oig.dhs.gov/assets/Hotline/DHS_OIG_Hotline-optimized.jpg
DHS OIG Hotline Page:
http://www.oig.dhs.gov/index.php?option=com_content&view=article&id=51&Itemid=133

(c) If the Contractor has implemented a business ethics and conduct awareness program, including a reporting
mechanism, such as a hotline poster, then the Contractor need not display any agency fraud hotline posters as
required in paragraph (b) of this clause, other than any required DHS posters.
(d) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (d), in all
subcontracts that exceed $5,000,000, except when the subcontract-(1) Is for the acquisition of a commercial item; or
(2) Is performed entirely outside the United States.
(End of clause)
I.77 52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS
(JAN 2011)
(a) The Contractor shall update the information in the Federal Awardee Performance and Integrity Information System
(FAPIIS) on a semi-annual basis, throughout the life of the contract, by posting the required information in the Central
Contractor Registration database at http://www.ccr.gov.
(b)(1) The Contractor will receive notification when the Government posts new information to the Contractor's record.
(2) The Contractor will have an opportunity to post comments regarding information that has been posted by the
Government. The comments will be retained as long as the associated information is retained, i.e., for a total period
of 6 years. Contractor comments will remain a part of the record unless the Contractor revises them.
(3)(i) Public requests for system information posted prior to April 15, 2011, will be handled under Freedom of
Information Act procedures, including, where appropriate, procedures promulgated under E.O. 12600.
(ii) As required by section 3010 of Public Law 111-212, all information posted in FAPIIS on or after April 15, 2011,
except past performance reviews, will be publicly available.
(End of clause)
I.78 52.216-18 ORDERING (OCT 1995)
(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task
orders by the individuals or activities designated in the Schedule. Such orders may be issued from the date of contract
award until the expiration date of the base period or any option period (if exercised).
(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict
between a delivery order or task order and this contract, the contract shall control.

Page 24

HSBP1012R0020
(c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail.
Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.
(End of clause)
I.79 52.216-19 ORDER LIMITATIONS (OCT 1995)
(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less
than 12 operational weeks (per sector), the Government is not obligated to purchase, nor is the Contractor obligated to
furnish, those supplies or services under the contract.
(b) Maximum order. The Contractor is not obligated to honor-(1) Any order for a single item in excess of 52 operational weeks (per sector) (CLIN 1.0) or 80,000 T&M hours (CLIN
2.0);
(2) Any order for a combination of items in excess of 52 operational weeks (per sector) and 80,000 T&M hours; or
(3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the
limitation in paragraph (b)(1) or (2) of this section.
(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal
Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the
Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.
(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum
order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 2 business days
after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the
reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.
(End of clause)
I.80 52.216-22 INDEFINITE QUANTITY (OCT 1995)
(a) This is an indefinite-quantity contract for the supplies or services specified and effective for the period stated, in the
Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased
by this contract.
(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause.
The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the
Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order
at least the quantity of supplies or services designated in the Schedule as the "minimum."
(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the
number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or
performance at multiple locations.
(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by
the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's
rights and obligations with respect to that order to the same extent as if the order were completed during the contract's
effective period; provided that the Contractor shall not be required to make any deliveries under this contract after
February 28, 2018.
(End of clause)
I.81 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

Page 25

HSBP1012R0020
exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of the
effective period's expiration date.
(End of clause)
I.82 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 30 days of contract
expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least
60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months
(not including the exercise of 52.217-8).
(End of clause)
I.83 52.228-1 BID GUARANTEE (SEP 1996)
(a) Failure to furnish a bid guarantee in the proper form and amount, by the time set for opening of bids, may be cause for
rejection of the bid.
(b) The bidder shall furnish a bid guarantee in the form of a firm commitment, e.g., bid bond supported by good and
sufficient surety or sureties acceptable to the Government, postal money order, certified check, cashier's check,
irrevocable letter of credit, or, under Treasury Department regulations, certain bonds or notes of the United States. The
Contracting Officer will return bid guarantees, other than bid bonds-(1) To unsuccessful bidders as soon as practicable after the opening of bids; and
(2) To the successful bidder upon execution of contractual documents and bonds (including any necessary
coinsurance or reinsurance agreements), as required by the bid as accepted.
(c) The amount of the bid guarantee shall be twenty (20) percent of the bid price or $3,000,000.00 (THREE MILLION
DOLLARS), whichever is less.
(d) If the successful bidder, upon acceptance of its bid by the Government within the period specified for acceptance, fails
to execute all contractual documents or furnish executed bond(s) within 10 days after receipt of the forms by the
bidder, the Contracting Officer may terminate the contract for default.
(e) In the event the contract is terminated for default, the bidder is liable for any cost of acquiring the work that exceeds
the amount of its bid, and the bid guarantee is available to offset the difference.
(End of provision)
I.84 52.228-2 ADDITIONAL BOND SECURITY (OCT 1997)

The Contractor shall promptly furnish additional security required to protect the Government and persons supplying labor
or materials under this contract if -(a) Any surety upon any bond, or issuing financial institution for other security, furnished with this contract becomes
unacceptable to the Government;
(b) Any surety fails to furnish reports on its financial condition as required by the Government;
(c) The contract price is increased so that the penal sum of any bond becomes inadequate in the opinion of the
Contracting Officer; or

Page 26

HSBP1012R0020
(d) An irrevocable letter of credit (ILC) used as security will expire before the end of the period of required security. If the
Contractor does not furnish an acceptable extension or replacement ILC, or other acceptable substitute, at least 30 days
before an ILCs scheduled expiration, the Contracting officer has the right to immediately draw on the ILC.
(End of Clause)
I.85 52.228-16 PERFORMANCE AND PAYMENT BONDS -- OTHER THAN CONSTRUCTION
(a) Definitions. As used in this clause -Original contract price means the award price of the contract or, for requirements contracts, the price payable for the
estimated quantity; or for indefinite-quantity contracts, the price payable for the specified minimum quantity. Original
contract price does not include the price of any options, except those options exercised at the time of contract award.
(b) The Contractor shall furnish a performance bond (Standard Form 1418) for the protection of the Government in an
amount equal to 100 percent of the original contract price and a payment bond (Standard Form 1416) in an amount equal
to 100 percent of the original contract price.
(c) The Contractor shall furnish all executed bonds, including any necessary reinsurance agreements, to the Contracting
Officer, within 10 days, but in any event, before starting work.
(d) The Government may require additional performance and payment bond protection if the contract price is increased.
The Government may secure additional protection by directing the Contractor to increase the penal amount of the existing
bonds or to obtain additional bonds.
(e) The bonds shall be in the form of firm commitment, supported by corporate sureties whose names appear on the list
contained in Treasury Department Circular 570, individual sureties, or by other acceptable security such as postal money
order, certified check, cashiers check, irrevocable letter of credit, or, in accordance with Treasury Department regulations,
certain bonds or notes of the United States. Treasury Circular 570 is published in the Federal Register, or may be
obtained from the:
U.S. Department of Treasury
Financial Management Service
Surety Bond Branch
3700 East West Highway, Room 6F01
Hyattsville, MD20782
Or via the internet at http://www.fms.treas.gov/c570/index.html
(End of Clause)

I.86 52.232-7 PAYMENTS UNDER TIME-AND-MATERIALS AND LABOR-HOUR CONTRACTS (FEB 2007)
The Government will pay the Contractor as follows upon the submission of vouchers approved by the Contracting Officer
or the authorized representative:
(a) Hourly rate. (1) Hourly rate means the rate(s) prescribed in the contract for payment for labor that meets the labor
category qualifications of a labor category specified in the contract that are-(i) Performed by the Contractor;
(ii) Performed by the subcontractors; or
(iii) Transferred between divisions, subsidiaries, or affiliates of the Contractor under a common control.
(2) The amounts shall be computed by multiplying the appropriate hourly rates prescribed in the Schedule by the
number of direct labor hours performed.
Page 27

HSBP1012R0020
(3) The hourly rates shall be paid for all labor performed on the contract that meets the labor qualifications specified in
the contract. Labor hours incurred to perform tasks for which labor qualifications were specified in the contract will
not be paid to the extent the work is performed by employees that do not meet the qualifications specified in the
contract, unless specifically authorized by the Contracting Officer.
(4) The hourly rates shall include wages, indirect costs, general and administrative expense, and profit. Fractional
parts of an hour shall be payable on a prorated basis.
(5) Vouchers may be submitted once each month (or at more frequent intervals, if approved by the Contracting
Officer), to the Contracting Officer or authorized representative. The Contractor shall substantiate vouchers
(including any subcontractor hours reimbursed at the hourly rate in the schedule) by evidence of actual payment
and by-(i) Individual daily job timekeeping records;
(ii) Records that verify the employees meet the qualifications for the labor categories specified in the contract; or
(iii) Other substantiation approved by the Contracting Officer.
(6) Promptly after receipt of each substantiated voucher, the Government shall, except as otherwise provided in this
contract, and subject to the terms of paragraph (e) of this clause, pay the voucher as approved by the Contracting
Officer or authorized representative.
(7) Unless otherwise prescribed in the Schedule, the Contracting Officer may unilaterally issue a contract modification
requiring the Contractor to withhold amounts from its billings until a reserve is set aside in an amount that the
Contracting Officer considers necessary to protect the Government's interests. The Contracting Officer may require
a withhold of 5 percent of the amounts due under paragraph (a) of this clause, but the total amount withheld for the
contract shall not exceed $50,000. The amounts withheld shall be retained until the Contractor executes and
delivers the release required by paragraph (f) of this clause.
(8) Unless the Schedule prescribes otherwise, the hourly rates in the Schedule shall not be varied by virtue of the
Contractor having performed work on an overtime basis. If no overtime rates are provided in the Schedule and
overtime work is approved in advance by the Contracting Officer, overtime rates shall be negotiated. Failure to
agree upon these overtime rates shall be treated as a dispute under the Disputes clause of this contract. If the
Schedule provides rates for overtime, the premium portion of those rates will be reimbursable only to the extent the
overtime is approved by the Contracting Officer.
(b) Materials. (1) For the purposes of this clause-(i) Direct materials means those materials that enter directly into the end product, or that are used or consumed
directly in connection with the furnishing of the end product or service.
(ii) Materials means-(A) Direct materials, including supplies transferred between divisions, subsidiaries, or affiliates of the Contractor
under a common control;
(B) Subcontracts for supplies and incidental services for which there is not a labor category specified in the
contract;
(C) Other direct costs (e.g., incidental services for which there is not a labor category specified in the contract,
travel, computer usage charges, etc.); and
(D) Applicable indirect costs.
(2) If the Contractor furnishes its own materials that meet the definition of a commercial item at 2.101, the price to be
paid for such materials shall not exceed the Contractor's established catalog or market price, adjusted to reflect the(i) Quantities being acquired; and
Page 28

HSBP1012R0020
(ii) Actual cost of any modifications necessary because of contract requirements.
(3) Except as provided for in paragraph (b)(2) of this clause, the Government will reimburse the Contractor for
allowable cost of materials provided the Contractor-(i) Has made payments for materials in accordance with the terms and conditions of the agreement or invoice; or
(ii) Ordinarily makes these payments within 30 days of the submission of the Contractor's payment request to the
Government and such payment is in accordance with the terms and conditions of the agreement or invoice.
(4) Payment for materials is subject to the Allowable Cost and Payment clause of this contract. The Contracting Officer
will determine allowable costs of materials in accordance with Subpart 31.2 of the Federal Acquisition Regulation
(FAR) in effect on the date of this contract.
(5) The Contractor may include allocable indirect costs and other direct costs to the extent they are-(i) Comprised only of costs that are clearly excluded from the hourly rate;
(ii) Allocated in accordance with the Contractor's written or established accounting practices; and
(iii) Indirect costs are not applied to subcontracts that are paid at the hourly rates.
(6) To the extent able, the Contractor shall-(i) Obtain materials at the most advantageous prices available with due regard to securing prompt delivery of
satisfactory materials; and
(ii) Take all cash and trade discounts, rebates, allowances, credits, salvage, commissions, and other benefits.
When unable to take advantage of the benefits, the Contractor shall promptly notify the Contracting Officer and
give the reasons. The Contractor shall give credit to the Government for cash and trade discounts, rebates,
scrap, commissions, and other amounts that have accrued to the benefit of the Contractor, or would have
accrued except for the fault or neglect of the Contractor. The Contractor shall not deduct from gross costs the
benefits lost without fault or neglect on the part of the Contractor, or lost through fault of the Government.
(7) Except as provided for in 31.205-26(e) and (f), the Government will not pay profit or fee to the prime Contractor on
materials.
(c) If the Contractor enters into any subcontract that requires consent under the clause at 52.244-2, Subcontracts, without
obtaining such consent, the Government is not required to reimburse the Contractor for any costs incurred under the
subcontract prior to the date the Contractor obtains the required consent. Any reimbursement of subcontract costs
incurred prior to the date the consent was obtained shall be at the sole discretion of the Government.
(d) Total cost. It is estimated that the total cost to the Government for the performance of this contract shall not exceed the
ceiling price set forth in the Schedule, and the Contractor agrees to use its best efforts to perform the work specified in
the Schedule and all obligations under this contract within such ceiling price. If at any time the Contractor has reason
to believe that the hourly rate payments and material costs that will accrue in performing this contract in the next
succeeding 30 days, if added to all other payments and costs previously accrued, will exceed 85 percent of the ceiling
price in the Schedule, the Contractor shall notify the Contracting Officer giving a revised estimate of the total price to
the Government for performing this contract with supporting reasons and documentation. If at any time during
performing this contract, the Contractor has reason to believe that the total price to the Government for performing this
contract will be substantially greater or less than the then stated ceiling price, the Contractor shall so notify the
Contracting Officer, giving a revised estimate of the total price for performing this contract, with supporting reasons and
documentation. If at any time during performing this contract, the Government has reason to believe that the work to
be required in performing this contract will be substantially greater or less than the stated ceiling price, the Contracting
Officer will so advise the Contractor, giving the then revised estimate of the total amount of effort to be required under
the contract.
(e) Ceiling price. The Government will not be obligated to pay the Contractor any amount in excess of the ceiling price in
the Schedule, and the Contractor shall not be obligated to continue performance if to do so would exceed the ceiling
price set forth in the Schedule, unless and until the Contracting Officer notifies the Contractor in writing that the ceiling
Page 29

HSBP1012R0020
price has been increased and specifies in the notice a revised ceiling that shall constitute the ceiling price for
performance under this contract. When and to the extent that the ceiling price set forth in the Schedule has been
increased, any hours expended and material costs incurred by the Contractor in excess of the ceiling price before the
increase shall be allowable to the same extent as if the hours expended and material costs had been incurred after the
increase in the ceiling price.
(f) Audit. At any time before final payment under this contract, the Contracting Officer may request audit of the vouchers
and supporting documentation. Each payment previously made shall be subject to reduction to the extent of amounts,
on preceding vouchers, that are found by the Contracting Officer or authorized representative not to have been
properly payable and shall also be subject to reduction for overpayments or to increase for underpayments. Upon
receipt and approval of the voucher designated by the Contractor as the "completion voucher" and supporting
documentation, and upon compliance by the Contractor with all terms of this contract (including, without limitation,
terms relating to patents and the terms of paragraphs (f) and (g) of this clause), the Government shall promptly pay
any balance due the Contractor. The completion voucher, and supporting documentation, shall be submitted by the
Contractor as promptly as practicable following completion of the work under this contract, but in no event later than 1
year (or such longer period as the Contracting Officer may approve in writing) from the date of completion.
(g) Assignment and Release of Claims. The Contractor, and each assignee under an assignment entered into under this
contract and in effect at the time of final payment under this contract, shall execute and deliver, at the time of and as a
condition precedent to final payment under this contract, a release discharging the Government, its officers, agents,
and employees of and from all liabilities, obligations, and claims arising out of or under this contract, subject only to the
following exceptions:
(1) Specified claims in stated amounts, or in estimated amounts if the amounts are not susceptible of exact statement
by the Contractor.
(2) Claims, together with reasonable incidental expenses, based upon the liabilities of the Contractor to third parties
arising out of performing this contract, that are not known to the Contractor on the date of the execution of the
release, and of which the Contractor gives notice in writing to the Contracting Officer not more than 6 years after
the date of the release or the date of any notice to the Contractor that the Government is prepared to make final
payment, whichever is earlier.
(3) Claims for reimbursement of costs (other than expenses of the Contractor by reason of its indemnification of the
Government against patent liability), including reasonable incidental expenses, incurred by the Contractor under the
terms of this contract relating to patents.
(h) Interim payments on contracts for other than services.
(1) Interim payments made prior to the final payment under the contract are contract financing payments. Contract
financing payments are not subject to the interest penalty provisions of the Prompt Payment Act.
(2) The designated payment office will make interim payments for contract financing on the 30th day after the
designated billing office receives a proper payment request. In the event that the Government requires an audit or
other review of a specific payment request to ensure compliance with the terms and conditions of the contract, the
designated payment office is not compelled to make payment by the specified due date.
(i) Interim payments on contracts for services. For interim payments made prior to the final payment under this contract,
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.
(End of clause)
I.87 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an
authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause.
(b) The use in this solicitation or contract of any FAR or HSAR clause with an authorized deviation is indicated by the
addition of (DEVIATION) after the name of the regulation.
(End of clause)
Page 30

HSBP1012R0020
I.88 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUN 2006)
(a) Prohibitions.
Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from
entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as
defined in this clause, or with any subsidiary of such an entity. The Secretary shall waive the prohibition with respect
to any specific contract if the Secretary determines that the waiver is required in the interest of national security.
(b)Definitions. As used in this clause:
Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of
1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by
substituting more than 50 percent for at least 80 percent each place it appears.
Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland
Security Act, 6 U.S.C. 395, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of
1986.
Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if,
pursuant to a plan (or a series of related transactions)
(1) The entity completes the direct or indirect acquisition of substantially all of the properties held directly or indirectly
by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic
partnership;
(2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held
(i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic
corporation by reason of holding stock in the domestic corporation; or
(ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic
partnership by reason of holding a capital or profits interest in the domestic partnership; and
(3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business
activities in the foreign country in which or under the law of which the entity is created or organized when compared
to the total business activities of such expanded affiliated group.
Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section
7701(a) of the Internal Revenue Code of 1986, respectively.
(c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated
entity should be treated as an inverted domestic corporation.
(1) Certain stock disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic
corporation these shall not be taken into account in determining ownership:
(i) Stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or
(ii) Stock of such entity which is sold in a public offering related to an acquisition described in section 835(b)(1) of
the Homeland Security Act, 6 U.S.C. 395(b)(1).
(2) Plan deemed in certain cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the
properties of a domestic corporation or partnership during the 4-year period beginning on the date which is 2 years
before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a
plan.
(3) Certain transfers disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall
be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this
section.
Page 31

HSBP1012R0020
(d) Special rule for related partnerships. For purposes of applying section 835(b) of the Homeland Security Act, 6 U.S.C.
395 (b) to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which
are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated
as a partnership.
(e) Treatment of Certain Rights.
(1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests
incident to the transaction, as follows:
(i) warrants;
(ii) options;
(iii) contracts to acquire stock;
(iv) convertible debt instruments; and
(v) others similar interests.
(2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the
present value of the transaction or to disregard transactions whose recognition would defeat the purpose of section
835.
(f)Disclosure. The offeror under this solicitation represents that [Check one]:
[__] it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the
criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003;
[__] it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of
(HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it has submitted a request for waiver pursuant to 3009.1087004, which has not been denied; or
[__] it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of
(HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it plans to submit a request for waiver pursuant to 3009.1087004.
(g)A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been
applied for, shall be attached to the bid or proposal.
(End of Clause)
I.89 3052.219-70 SMALL BUSINESS SUBCONTRACTING PLAN REPORTING (JUN 2006)
(a) The Contractor shall enter the information for the Subcontracting Report for Individual Contracts (formally the
Standard Form 294 (SF 294)) and the Summary Subcontract Report (formally the Standard Form 295 (SF-295))
into the Electronic Subcontracting Reporting System (eSRS) at http://www.esrs.gov.
The Contractor shall include this clause in all subcontracts that include the clause at (FAR) 48 CFR 52.219-9.
(End of Clause)

I.90 3052.222-70 STRIKES OR PICKETING AFFECTING TIMELY COMPLETION OF THE CONTRACT WORK (DEC
2003)
Notwithstanding any other provision hereof, the Contractor is responsible for delays arising out of labor disputes, including
but not limited to strikes, if such strikes are reasonably avoidable. A delay caused by a strike or by picketing which
constitutes an unfair labor practice is not excusable unless the Contractor takes all reasonable and appropriate action to
end such a strike or picketing, such as the filing of a charge with the National Labor Relations Board, the use of other
available Government procedures, and the use of private boards or organizations for the settlement of disputes.
(End of Clause)

Page 32

HSBP1012R0020
I.91 3052.222-71 STRIKES OR PICKETING AFFECTING ACCESS TO A DHS FACILITY (DEC 2003)
If the Contracting Officer notifies the Contractor in writing that a strike or picketing:
(a) is directed at the Contractor or subcontractor or any employee of either; and
(b) impedes or threatens to impede access by any person to a DHS facility where the site of the work is located, the
Contractor shall take all appropriate action to end such strike or picketing, including, if necessary, the filing of a charge
of unfair labor practice with the National Labor Relations Board or the use of other available judicial or administrative
remedies.

I.92 3052.228-70 INSURANCE (DEC 2003)


In accordance with the clause entitled "Insurance--Work on a Government Installation" [or Insurance--Liability to Third
Persons] in Section I, insurance of the following kinds and minimum amounts shall be provided and maintained during the
period of performance of this contract:
(a)Worker's compensation and employer's liability. The contractor shall, as a minimum, meet the requirements specified
at (FAR) 48 CFR 28.307-2(a).
(b)General liability. The contractor shall, as a minimum, meet the requirements specified at (FAR) 48 CFR 28.307-2(b).
(c)Automobile liability. The contractor shall, as a minimum, meet the requirements specified at (FAR) 48 CFR 28.307-2(c).

I.93 3052.242-71 DISSEMINATION OF CONTRACT INFORMATION (DEC 2003)


The Contractor shall not publish, permit to be published, or distribute for public consumption, any information, oral or
written, concerning the results or conclusions made pursuant to the performance of this contract, without the prior written
consent of the Contracting Officer. An electronic or printed copy of any material proposed to be published or distributed
shall be submitted to the Contracting Officer.
(End of Clause)

Page 33

HSBP1012R0020

SECTION J LIST OF ATTACHMENTS


J.1 LIST OF ATTACHMENTS
Attachment No. No. of Pages
1
2
3
4
5
6
7

15
36
10
6
16
3
2

Attachment Title
SCHEDULE B
PERFORMANCE WORK STATEMENT (PWS)
SUBCONTRACTING PLAN OUTLINE
PAST PERFORMANCE QUESTIONAIRRE
QUALITY ASSURANCE SURVEILLANCE PLAN (QASP)
SAMPLE TASK ORDER
WAGE DETERMINATIONS

Page 34

HSBP1012R0020

SECTION K REPRESENTATIONS, CERTIFICATIONS, OTHER STATEMENTS OF OFFEROR


K.1 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2011)
(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 561612.
(2) The small business size standard is .
(3) The small business size standard for a concern which submits an offer in its own name, other than on a
construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500
employees.
(b)(1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (d) of this
provision applies.
(2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has
completed the ORCA electronically, the offeror may choose to use paragraph (d) of this provision instead of
completing the corresponding individual representations and certifications in the solicitation. The offeror shall
indicate which option applies by checking one of the following boxes:
[ ] (i) Paragraph (d) applies.
[ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications
in the solicitation.
(c)(1) The following representations or certifications in ORCA are applicable to this solicitation as indicated:
(i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firmfixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless-(A) The acquisition is to be made under the simplified acquisition procedures in Part 13;
(B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or
(C) The solicitation is for utility services for which rates are set by law or regulation.
(ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This
provision applies to solicitations expected to exceed $150,000.
(iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the clause at
52.2047, Central Contractor Registration.
(iv) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that-(A) Are not set aside for small business concerns;
(B) Exceed the simplified acquisition threshold; and
(C) Are for contracts that will be performed in the United States or its outlying areas.
(v) 52.209-2, Prohibition on Contracting with Inverted Domestic CorporationsRepresentation. This provision
applies to solicitations using funds appropriated in fiscal years 2008, 2009, or 2010.
(vi) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the
contract value is expected to exceed the simplified acquisition threshold.
(vii) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to invitations for bids except those in
which the place of performance is specified by the Government.

Page 35

HSBP1012R0020
(viii) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is
specified by the Government.
(ix) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations
when the contract will be performed in the United States or its outlying areas.
(A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast
Guard.
(B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard.
(x) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the
contract will be performed in the United States or its outlying areas.
(xi) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the
clause at 52.22226, Equal Opportunity.
(xii) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for
construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity.
(xiii) 52.222-38, Compliance with Veterans Employment Reporting Requirements. This provision applies to
solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the
contract is not for acquisition of commercial items.
(xiv) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or
specify the use of USDA-designated items; or include the clause at 52.2232, Affirmative Procurement of
Biobased Products Under Service and Construction Contracts.
(xv) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use
of, EPA-designated items.
(xvi) 52.225-2, Buy American Act Certificate. This provision applies to solicitations containing the clause at 52.2251.
(xvii) 52.225-4, Buy American ActFree Trade AgreementsIsraeli Trade Act Certificate. (Basic, Alternate I, and
Alternate II) This provision applies to solicitations containing the clause at 52.2253.
(A) If the acquisition value is less than $25,000, the basic provision applies.
(B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies.
(C) If the acquisition value is $50,000 or more but is less than $67,826, the provision with its Alternate II applies.
(xviii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at
52.2255.
(xix) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This provision
applies to all solicitations.
(xx) 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification. This provision applies to all solicitations.
(xxi) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision
applies to-(A) Solicitations for research, studies, supplies, or services of the type normally acquired from higher
educational institutions; and
(B) For DoD, NASA, and Coast Guard acquisitions, solicitations that contain the clause at 52.21923, Notice of
Price Evaluation Adjustment for Small Disadvantaged Business Concerns.

Page 36

HSBP1012R0020
(2) The following certifications are applicable as indicated by the Contracting Officer:
[Contracting Officer check as appropriate.]
[] (i) 52.219-22, Small Disadvantaged Business Status.
[] (A) Basic.
[] (B) Alternate I.
[] (ii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.
[] (iii) 52.222-48, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration,
or Repair of Certain Equipment Certification.
[] (iv) 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Certain Services
Certification.
[] (v) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated
Products (Alternate I only).
[] (vi) 52.227-6, Royalty Information.
[] (A) Basic.
[] (B) Alternate I.
[] (vii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software.
(d) The offeror has completed the annual representations and certifications electronically via the Online Representations
and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information,
the offeror verifies by submission of the offer that the representations and certifications currently posted electronically
that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last
12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard
applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this
offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying
change by clause number, title, date].These amended representation(s) and/or certification(s) are also incorporated in
this offer and are current, accurate, and complete as of the date of this offer.
FAR CLAUSE #
___________

TITLE

DATE

CHANGE

___________ ____________

_____________

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the
representations and certifications posted on ORCA.
(End of provision)
K.2 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JAN 2011)
(a) Definitions. As used in this provision
Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a
determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian
Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes
administrative proceedings at the Federal and State level but only in connection with performance of a Federal
contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection
of deliverables.
Federal contracts and grants with total value greater than$10,000,000 means

Page 37

HSBP1012R0020
(1) The total value of all current, active contracts and grants, including all priced options; and
(2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinitequantity,8(a), or requirements contracts (including task and delivery and multiple-award Schedules).
Principal means an officer, director, owner, partner, or a person having primary management or supervisory
responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business
segment; and similar positions).
(b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater
than$10,000,000.
(c) If the offeror checked has in paragraph (b) of this provision, the offeror represents, by submission of this offer, that
the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is
current, accurate, and complete as of the date of submission of this offer with regard to the following information:
(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the
award to or performance by the offeror of a Federal contractor grant, been the subject of a proceeding, at the
Federal or State level that resulted in any of the following dispositions:
(i) In a criminal proceeding, a conviction.
(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty,
reimbursement, restitution, or damages of $5,000 or more.
(iii) In an administrative proceeding, a finding of fault and liability that results in
(A) The payment of a monetary fine or penalty of$5,000 or more; or
(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.
(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an
acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in
paragraphs(c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.
(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision,
whether the offeror has provided the requested information with regard to each occurrence.
(d) The offeror shall post the information in paragraphs(c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required
through maintaining an active registration in the Central Contractor Registration database at http://www.ccr.gov (see
52.204-7).
(End of provision)
K.3 52.225-20 PROHIBITION ON CONDUCTING RESTRICTED BUSINESS OPERATIONS IN SUDAN-CERTIFICATION (AUG 2009)
(a) Definitions. As used in this provision-Business operations means engaging in commerce in any form, including by acquiring, developing, maintaining,
owning, selling, possessing, leasing, or operating equipment, facilities, personnel, products, services, personal
property, real property, or any other apparatus of business or commerce.
Marginalized populations of Sudan means-(1) Adversely affected groups in regions authorized to receive assistance under section 8(c) of the Darfur Peace and
Accountability Act (Pub. L. 109-344) (50 U.S.C. 1701 note); and
(2) Marginalized areas in Northern Sudan described in section 4(9) of such Act.

Page 38

HSBP1012R0020
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.
(b) Certification. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business
operations in Sudan.
(End of provision)

Page 39

HSBP1012R0020

SECTION L INSTRUCTIONS, CONDITIONS, & NOTICES TO OFFERORS


L.1 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they
were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that
the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In
lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide
the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed
electronically at this/these address(es):
www.acquisition.gov
I

FEDERAL ACQUISITION REQULATION (48 CFR CHAPTER 1) PROVISIONS

NUMBER
TITLE
L.2 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991)
L.3 52.214-35 SUBMISSION OF OFFERS IN U.S. CURRENCY (APR 1991)
L.4 52.215-1 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (JAN 2004)
L.5 52.215-16 FACILITIES CAPITAL COST OF MONEY (JUN 2003)
L.6 52.216-1 TYPE OF CONTRACT (APR 1984)

The Government contemplates a single award of an IDIQ type contract, with a hybrid of Fixed-Price and Time & Materials
CLINs with the majority of the requirement being Fixed-Price.

(End of provision)

L.7 52.233-2 SERVICE OF PROTEST (SEP 2006)


(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and
copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting
Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from
Kerri A. Bishop
Customs and Border Protection
1300 Pennsylvania Ave, NW, NP STE 1310
Washington, DC20229
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the
GAO.
(End of provision)
L.8 52.250-2 SAFETY ACT COVERAGE NOT APPLICABLE (FEB 2009)
The Government has determined that for purposes of this solicitation the product(s) or service(s) being acquired by this
action are neither presumptively nor actually entitled to a pre-determination that the products or services are qualified antiterrorism technologies as that term is defined by the Support Anti-terrorism by Fostering Effective Technologies Act of
2002 (SAFETY Act), 6 U.S.C. 441-444. This determination does not prevent sellers of technologies from applying for
SAFETY Act protections in other contexts. Proposals in which either acceptance or pricing is made contingent upon
SAFETY Act designation as a qualified anti-terrorism technology or SAFETY Act certification as an approved product for

Page 40

HSBP1012R0020
homeland security of the proposed product or service will not be considered for award. See Federal Acquisition
Regulation subpart 50.2.
(End of provision)
L.9 3052.219-71 DHS MENTOR-PROTEGE PROGRAM (JUN 2006)
(a) Large businesses are encouraged to participate in the DHS Mentor-Protege program for the purpose of providing
developmental assistance to eligible small business protege entities to enhance their capabilities and increase their
participation in DHS contracts.
(b) The program consists of:
(1) Mentor firms, which are large prime contractors capable of providing developmental assistance;
(2) Protege firms, which are small businesses, veteran-owned small businesses, service-disabled veteran-owned small
businesses, HUBZone small businesses, small disadvantaged businesses, and women-owned small business
concerns; and
(3) Mentor-Protege agreements, approved by the DHS OSDBU.
(c) Mentor participation in the program means providing business developmental assistance to aid Protege in developing
the requisite expertise to effectively compete for and successfully perform DHS contracts and subcontracts.
(d) Large business prime contractors serving as mentors in the DHS Mentor-Protege program, are eligible for a postaward incentive for subcontracting plan credit. The mentor may receive credit for costs it incurs to provide assistance
to a protege firm. The mentor may use this additional credit towards attaining its subcontracting plan participation goal
under the same or another DHS contract. The amount of credit given to a mentor firm for these protege developmental
assistance costs shall be calculated on a dollar for dollar basis and reported in the Summary Subcontract Report via
the Electronic Subcontracting Reporting System (eSRS) at http://www.esrs.gov. For example, a mentor/large business
prime contractor would report a $10,000 subcontract to the protege/small business subcontractor and $5,000 of
developmental assistance to the protege/small business subcontractor as $15,000. The Mentor and Protege will
submit a signed joint statement agreeing on the dollar value of the developmental assistance and the Summary
Subcontract Report.
(e) Contractors interested in participating in the program are encouraged to contact the DHS OSDBU for more
information.
(End of Clause)

L.10 AGENCY LEVEL PROTEST NOTICE (APR 2003)


Offerors are notified that per FAR 33.103(d)(4), an independent review of the grounds for a protest is available at a level
above the contracting officer as an alternative to the protest to the agency contracting officer, not as an additional appeal
after the protest to the agency contracting officer has been resolved. A choice to protest to the agency contracting officer
therefore relieves the U.S. Customs & Border Protection of any further internal review or appeal after the contracting
officer's decision.
[End of Provision]

L.11 SMALL BUSINESS SUBCONTRACTING PLAN (OCT 2007)


As part of its initial proposal, each large business offeror shall submit a subcontracting plan, as prescribed in FAR 52.2199 (ALT II). Use of the subcontracting plan outline contained in this solicitation (See Attachment 3) is optional; however,
plans must contain all elements included in the outline.
[End of Provision]

Page 41

HSBP1012R0020
L.12 GENERAL INSTRUCTIONS FOR THE PREPARATION OF PROPOSALS (OCT 2008)
Each Offeror's proposal submitted in response to this solicitation shall be prepared in two volumes: Volume I
Price/Business Proposal and Volume II - Technical Proposal. Each of the parts shall be separate and complete in itself so
that evaluation of one may be accomplished independently from evaluation of the other. The proposals shall be submitted
both in hard copy and electronic media (CD-ROM) using Microsoft Word 2003 (or higher versions when available) for text
submissions and Excel 2003 (or higher versions when available) for spreadsheet submissions.
Offerors must submit initial proposals that are fully responsive to the Governments requirements and that clearly
demonstrate the Offerors capabilities and approach to meeting the requirements.
Offerors shall prepare proposals and provide all required information in accordance with the following chart and
subsequent instructions included herein. Elaborate brochures or documentation, binding, detailed artwork, or other
embellishments are unnecessary and will be discarded if submitted as part of the Offerors proposal. Failure of a proposal
to comply with these instructions may be grounds for exclusion of the proposal from further consideration.
Volume
I
II (Section 1)
II (Section 2)
II (Section 3)

Volume Title
Price/Business
Technical
Technical
Technical

Soft/Hard Copies
1/original + 5
1/original + 5
1/original + 5
1/original + 5

Page Limit
No Limit
2 (1 front and back)
50 (25 front and back)
No Limit

Page Limitations: Page limitations shall be treated as maximums. If exceeded, the excess pages will not be evaluated.
Instead, they will be removed and retained in the solicitation file. When both sides of a sheet display print material, it shall
be counted as two (2) pages. Each page shall be counted except for the following:
Cover Pages
Tables of Contents
Glossaries
Acronym List
Requirements Traceability Matrix
Titled Tab Pages
Resumes of Key Personnel
Sample Reports
Staffing Tables and Matrices
Preliminary Sector Transportation Plans
Cross Referencing: Each volume shall be written on a stand-alone basis so that its contents may be evaluated with a
minimum of cross referencing to other volumes of the proposal.
Indexing: Each volume shall contain a detailed Table of Contents to delineate the contents within the volume.
Glossary of Abbreviations and Acronyms: If abbreviations and acronyms are used in Volume II - Technical Proposal,
include a glossary that contains a listing of all abbreviations and acronyms used with an explanation for each.
Page Size and Format: Text shall be single-spaced, on 8 1/2 x 11 inch paper (except as specifically noted), with a
minimum one-inch margin all around. Pages shall be numbered consecutively. A page printed on both sides shall be
counted as two pages. Submission as double-sided printing/copying on recycled paper is encouraged. 11 x 17 sized
fold-out pages may be used for tables, charts, graphs, or pictures that cannot be legibly presented on 8 x 11 paper.
An 11 x 17 printed on one side is a two sheet equivalent (with regards to the page count limitations). Print shall be of a
minimum 12-point font size or a maximum 10 characters per inch (10-pitch, pica) spacing. Bolding, underlining, and italics
may be used to identify topic demarcations or points of emphasis. Graphic presentations, including tables, while not
subject to the same font size and spacing requirements, shall have spacing and text that is easily readable.
Tabbing: Offeror shall separate all Tabs and sections within the Price and Technical Proposals with a titled cut sheet.
Failure of a proposal to comply with these instructions may be grounds for exclusion of the proposal from further
consideration.
A. Volume I - Business Management Information - Cost/Price Proposal
Page 42

HSBP1012R0020
The Business Management Information - Cost/Price Proposal shall be submitted in one original and five (5) copies.
Section 1 - Signed Proposal
The Standard Form 33, Solicitation, Offer and Award, (SF 33) is being used for this solicitation. This form is used by the
Government as a Request for Proposal and upon submission by the offeror it becomes the offeror's proposal. As such, it
is an "offer" which can be unilaterally accepted by the Contracting Officer and awarded on said SF 33. The same concept
pertains to any Amendments (SF30) issued under the solicitation. The Contractor's offer and the Government's
acceptance form the contract. Therefore, the following points must be strictly adhered to by the offeror in submitting the
proposal:
(a) Three (3) originally executed copies of Standard Form 33 (with Blocks 12 through 18 completed) and any
Amendments (SF30); and Section K fully executed shall be submitted.
(b) The SF 33 and any Amendments (SF30) must be executed by a representative of the offeror authorized to commit the
offeror to contractual obligations. The authority to sign a proposal, but not an offer, subject to unilateral acceptance
and award, is not sufficient authorization to sign the SF 33.
(c) UNDER NO CIRCUMSTANCES MAKE ALTERATIONS OR CHANGES TO THE SF 33 OR THE RELATED PAGES
WHICH ARE A PART OF THE ENCLOSED REQUEST FOR PROPOSAL AND PROPOSAL PACKET. Offerors are to
complete those parts that require items such as prices, place of performance, etc., when such items are called for in
the enclosed request for proposal. A place is provided to insert such information.
Section 2- Schedule B
A completed Schedule B shall be completed in accordance with Attachment 1. Offerors should also reference the
Sample Task Order (see Attachment 6) and complete the sample pricing schedule accordingly and include in this
section.
The Offerors price proposal shall include a completed Section B Schedule of Supplies/Services. All Contract Line Items
shall be offered in order for the Offeror to be considered for award. All pricing information submitted by Offerors is for the
exclusive use of the Government.
Price proposals shall adhere to the pricing structure established in Section B Schedule of Supplies/Services. Each
Offerors price proposal shall be based on the Offerors Technical and Management proposals approach to fulfill the
Government requirements, the Governments specifications and other contractual requirements. Offerors shall furnish a
brief but comprehensive statement concerning the estimating procedures used in preparing the offer and to specifically
include a description of the offeror's established estimating procedures. If the prices to be used are based on a published
price list, or catalog, the Offeror shall so state, and provide a copy of the document with their price proposal. If the prices
are to be based on established market price, not otherwise published, or are prices applicable only to the proposed
contract, the Offeror shall so state and shall provide the rationale for their use and the methodology used to develop the
price.
FIXED PRICE CLIN INSTRUCTIONS
The Government expects that this contracts Fixed Price CLINs will be awarded based upon adequate price competition.
However, in order to determine whether or not the prices are fair and reasonable, the Offeror shall provide complete
pricing information in the basis of estimate (BOE) to support proposed prices in a Work Breakdown Structure (WBS)
format that adheres to the Performance Work Statement (PWS), The offerors BOE for the CLIN Core Transportation
Fixed-Price Weekly Operational Rate will include all labor, vehicles, equipment, supplies, fleet operations and
maintenance (excluding fuel) in accordance with the PWS Appendices A-C. The offeror shall provide the basis of the FTE
with a breakout of the productive and non-productive hours. Non-productive hours include time such as vacation,
holidays and sick leave. All prime contractor costs must be submitted in Microsoft Excel 2003 with working formulas and
calculations. The principal places of performance will be the nine (9) Southwest sectors: Del Rio; El Centro; El Paso;
Laredo; Marfa; Rio GrandeValley; San Diego; Tucson and Yuma.
FIXED PRICE SUBCONTRACTOR INSTRUCTIONS
Subcontractors shall provide the details of their cost proposals in the same format as the prime offerors costs, for labor,
material and travel costs. All subcontractor costs must be submitted in Microsoft Excel 2003 with working formulas and
calculations. If the subcontractor does not wish to provide proprietary data to the prime offeror, it may be sent directly to
Page 43

HSBP1012R0020
the Government. Subcontractor cost data provided separately must be received by the time, date, and location specified
for the receipt of proposals. The prime offeror is responsible for the subcontractor information being submitted in a timely
manner. The subcontractors package should be clearly marked with the RFP number, the name of the prime offeror, and
a statement that the package is subcontractor data relevant to the proposal from the prime offeror. The offeror must
include a detailed cost or price analysis, for each subcontractor, of the subcontractor costs describing the reasons why the
costs from each subcontractor are considered to be fair and reasonable. The offeror must also describe in their BOE,
how the prospective subcontractors were chosen, rationale for selection, and the contract type for each proposed
subcontractor. Additionally, the offeror shall identify the areas of the scope of work and the level of effort the
subcontractors are anticipated to perform. The offeror shall also describe their management structure and internal
controls to ensure efficient and quality performance from the subcontractors.
COST REIMBURSEMENT TRAVEL INSTRUCTIONS
Contractor personnel may conduct local and non-local travel duty trips in support of the efforts described in the PWS. The
Government has provided funds of $200,000 for the Base Period and each of the four Option Periods for a total of
$1,000,000 for the period of performance. Local and non-local travel costs are subject to Federal Acquisition Regulation
Subpart 31.205-46, Travel and the Federal Travel Regulation and shall be based on the current Government authorized
per-diem rates for Hotel, Airfare, Meals and Incidental Expenses (M&IE) and Vehicle use.
TIME & MATERIAL (T&M) CLIN INSTRUCTIONS
For the Time & Material CLIN, Surge/Flex and Mobile Transport Response Team (MTRT), the contractor will provide cost
detail that shows the cost build up for both the labor and material (vehicle) cost elements to include the costs for Low
Capacity, Medium Capacity and Low Capacity Vehicles. For the T&M CLINs, the proposed labor and material (vehicle)
prices will be based on a full cost-build-up that will include as required: direct labor, direct material, fringe, overhead,
General and Administrative (G&A), material handling costs, cost of money and fee. The offeror shall clearly explain in
detail all pricing or estimating techniques and or methodologies utilized (projections, rates, ratios, percentages, etc.) and
shall support the proposed costs in such a manner that audit, computation, and verification can be easily accomplished.
The offeror has the responsibility to fully document its cost proposal and provide clear traceability. Failure to provide such
documentation and traceability may result in upward and downward adjustments to costs as part of the cost realism
analysis.
For the T&M CLIN, the proposed costs should be based on the offerors standard estimating practices. All proposals must
be complete, self-sufficient, and respond directly to the requirements of the solicitation. Any commitments made in the
proposal shall become part of the resultant contract. Apparent inconsistencies between promised performance and
proposed prices shall be fully explained by the offeror. Any significant inconsistency, if unexplained, raises a fundamental
issue of the offerors understanding and/or ability to perform the contract. This may be a basis for rejection of the
proposal.
In addition, the offerors accounting system must be adequate for determining costs applicable to a T&M contract in
accordance with FAR 16.601. The offeror shall also include in their proposals a summary of whether or not the offeror's
accounting system has been approved by the cognizant Administrative Contracting Officer (ACO) and whether or not the
offerors accounting system has been reviewed by the Defense Contract Audit Agency (DCAA). Offeors shall identify in
their proposals and provide the names, addresses and telephone numbers of their cognizant ACO and DCAA. Offerors
will be ineligible for award if they do not have an adequate accounting system unless the Government determines that the
offerors corrective action plan for correcting the accounting system is timely and acceptable.
Labor - The offeror shall submit a full unsanitized cost proposal in Microsoft Excel 2003 that shows in detail, the proposed
labor categories, proposed direct labor rates for each labor category, proposed labor hours for each labor category, and
total labor dollar amount for each T&M labor category, which equals the direct labor rate multiplied times the labor hours,
as shown below in Table 1 - Direct Labor Cost Calculation Example for T&M Rate Build - Up. The offeror shall
submit this information for each year of the period of performance, and the offeror shall also include an overall summary
that shows the overall sum of the total labor hours for all years of the period of performance by labor category and the
overall sum of the total labor dollar amounts for all years of the period of performance by labor category. All Microsoft
Excel 2003 spreadsheets must contain formulas that show all calculations, and the links between worksheets must be
working. All Microsoft Excel 2003 worksheets must be unlocked.

Page 44

HSBP1012R0020

Table 1 - Direct Labor Cost Calculation Example for T&M Rate Build-Up

Labor Category

Labor
Hours

Direct
Labor
Rate

Total Direct
Labor Dollars

Guard (Supervisory)

1,920

$ 12.00

$23,040.00

Guard (Non-Supervisory)

1,920

$14.00

$26,880.00

Medical Transport Officer

1,920

$16.00

$30,720.00

Total Direct Labor Cost

5,760

$80,640.00

The offeror shall provide a detailed job description for each of the proposed labor categories. The detailed job description
shall describe the type of work that will be performed and the education and experience requirements for each of the
proposed labor categories.
A BOE shall be provided to describe how the proposed direct labor rates were developed. The offeror shall provide and
explain in detail whether DCAA audited rates, Forward Pricing Rate Agreements (FPRAs), Forward Pricing Rate
Proposals (FPRPs), provisional billing rates, survey data, or other types of data were used to develop the direct labor
rates. If key employee labor rates are proposed, the offeror shall provide the employees name, actual salary information,
education, and qualifications. If key employees are contingent upon contract award, the offeror shall provide signed offer
letters for all proposed key employees in addition to the employees name, education, and qualifications. For any labor
escalation proposed, the offeror shall set forth the basis for the escalation including how the amount was arrived at, how it
is applied, and when it will be applied. The offeror shall also provide a detailed breakdown of the productive and the nonproductive hours. Non-productive hours include time such as vacation, holidays, and sick leave.
Fringe For the T&M rate build-up, the offeror shall provide a detailed explanation on the basis of the proposed fringe
costs and factors. If a Forward Pricing Rate Agreement (FPRA) is issued, all rates contained therein and agreed to, shall
be used in the development of the proposed costs. For all FPRAs and Forward Pricing Rate Proposals (FPRPs) utilized
in an offerors cost proposal, the offeror is to provide a statement identifying the agreement by report number, date issued,
and the issuing agencys office and phone number. A signed copy of the FPRA and/or FPRP shall be included in the
offerors cost proposal. Should an offeror deviate from the published FPRA agreement, a written explanation and
justification shall be included in the offerors cost proposal, along with the rationale and methodology used for the rate
development and a clear description of the projected rate. Offerors that do not have established FPRA/FPRP are
required to provide rationale explaining all proposed fringe rates and factors, any assumptions, basis of applications,
budgetary data, and any estimated calculations for the proposed period of performance. The rationale shall also include
detailed breakdown by element of costs included in the fringe rate pool. The offeror shall indicate whether the fringe cost
computations are based upon historical or projected data. Actual pool expenses, base dollars, or hours, as applicable for
the past two years, shall be provided by the offeror. The offeror must include the actual fringe rates for the past two years
including the fringe rates proposed, the actual fringe rates experienced, and, if available, the final negotiated rate. The
offeror shall indicate the amount of unallowable costs included in the historical data in accordance with FAR 31. Table 2 Fringe Dollar Cost Example for T&M Cost Build Up, shows an example of a fringe calculation per labor category that
uses the total direct labor cost (per labor category) as the application base for fringe. The total labor cost is multiplied by
the fringe rate of 30% to equal the total fringe cost.
Table 2 -Fringe Dollar Cost Example for T&M Rate Build-Up

Labor Category

Fringe Base

Fringe
Rate

Total Fringe
Dollars

Guard (Supervisory)

$23,040.00

30%

$6,912.00

Guard (Non-Supervisory)

$26,880.00

30%

$8,064.00

Medical Transport Officer

$30,720.00

30%

$9,216.00
Page 45

HSBP1012R0020
Total Fringe Cost

$80,640.00

$24,192.00

Overhead - The offeror shall provide a detailed explanation on the basis of the proposed overhead costs and factors. If a
FPRA is issued, all rates contained therein and agreed to, shall be used in the development of the proposed costs. For all
FPRAs and FPRPs utilized in an offerors cost proposal, the offeror is to provide a statement identifying the agreement by
report number, date issued, and the issuing agencys office and phone number. A signed copy of the FPRA and/or FPRP
shall be included in the offerors cost proposal. Should an offeror deviate from the published FPRA agreement, a written
explanation and justification shall be included in the offerors cost proposal, along with the rationale and methodology
used for the rate development and a clear description of the projected rate. Offerors that do not have established
FPRA/FPRP are required to provide rationale explaining all proposed overhead rates and factors, any assumptions, basis
of applications, budgetary data, and any estimated calculations for the proposed period of performance. The rationale
shall also include detailed breakdown by element of costs included in the overhead rate pool. The offeror shall indicate
whether the overhead cost computations are based upon historical or projected data. Actual pool expenses, base dollars,
or hours, as applicable for the past two years, shall be provided by the offeror. The offeror must include the actual
overhead rates for the past two years including the overhead rates proposed, the actual overhead rates experienced, and,
if available, the final negotiated rate. The offeror shall indicate the amount of unallowable costs included in the historical
data in accordance with FAR 31. Table 3 -Overhead Cost Example Calculation for T&M Rate Build-Up below shows
a sample overhead calculation that uses $104,832.00 as the application base for overhead. This application base equals
the total labor cost of $80,640.00 plus the total fringe cost of $24,192.00. The total labor cost plus total fringe cost is
multiplied by the overhead rate of 40% to equal the total overhead cost. Offerors that do not include fringe in their
overhead base shall do so in accordance with their accounting and estimating practices.
Table 3 - Overhead Cost Example Calculation for T&M Build-Up

Overhead
Rate

Total
Overhead
Dollars

Labor Category

Overhead
Base

Guard (Supervisory)

$29,952.00

40%

$11,980.80

Guard (Non-Supervisory)

$34,944.00

40%

$13,977.60

Medical Transport Officer


Total Overhead Cost

$39,936.00
$104,832.00

40%

$15,974.40
$41,932.80

T&M Subcontracts Subcontractors shall provide the details of their cost proposals in the same format as the prime
offerors costs, for labor, indirect and ODC costs. All subcontractor costs must be submitted in Microsoft Excel 2003 with
working formulas and calculations. If the subcontractor does not wish to provide proprietary data to the prime offeror, it
may be sent directly to the Government. Subcontractor cost data provided separately must be received by the time, date,
and location specified for the receipt of proposals. The prime offeror is responsible for the subcontractor information
being submitted in a timely manner. The subcontractors package should be clearly marked with the RFP number, the
name of the prime offeror, and a statement that the package is subcontractor data relevant to the proposal from the prime
offeror. The offeror must include a detailed cost or price analysis, for each subcontractor, of the subcontractor costs
describing the reasons why the costs from each subcontractor are considered to be fair and reasonable. The offeror must
also describe, in their BOE, how the prospective subcontractors were chosen, rationale for selection, and the contract
type for each proposed subcontractor. Additionally, the offeror shall identify the areas of the scope of work and the level
of effort the subcontractors are anticipated to perform. The offeror shall also describe their management structure and
internal controls to ensure efficient and quality performance from the subcontractors. For any subcontractor escalation
proposed, the offeror shall set forth the basis for the escalation including how the amount was arrived at, how it is applied,
and when it will be applied
G&A - The offeror shall provide a detailed explanation on the basis of the proposed G&A costs and factors. If a FPRA is
issued, all rates contained therein and agreed to, shall be used in the development of the proposed costs. For all FPRAs
and FPRPs utilized in an offerors cost proposal, the offeror is to provide a statement identifying the agreement by report
number, date issued, and the issuing agencys office and phone number. A signed copy of the FPRA and/or FPRP shall
to be included in the offerors cost proposal. Should an offeror deviate from the published FPRA agreement, a written
explanation and justification shall be included in the offerors cost proposal, along with the rationale and methodology
used for the rate development and a clear description of the projected rate. Offerors that do not have established
FPRA/FPRP are required to provide rationale explaining all proposed G&A rates and factors, any assumptions, basis of
applications, budgetary data, and any estimated calculations for the proposed period of performance. The rationale shall
Page 46

HSBP1012R0020
also include detailed breakdown by element of costs included in the G&A rate pool. The offeror shall indicate whether the
G&A cost computations are based upon historical or projected data. Actual pool expenses, base dollars, or hours, as
applicable for the past two years, shall be provided by the offeror. The offeror must include the actual G&A rates for the
past two years including the G&A rates proposed, the actual G&A rates experienced, and, if available, the final negotiated
rate. The offeror shall indicate the amount of unallowable costs included in the historical data in accordance with FAR 31.
Table 4- G&A Cost Calculation Example for the T&M Rate Build-Up below shows a G&A cost calculation example for
the T&M Build-Up that uses $146,764.80 as the application base for G&A. This amount equals the sum of the total labor
cost of $80,640.00, total fringe cost of $24,160.00 and total overhead cost of $41,932.80, and is an example of a valueadded G&A base. Offerors may use a total cost input base for G&A in accordance with their standard accounting and
estimating practices. The total G&A base amount is multiplied by the G&A rate of 10% to equal the total G&A cost.
Table 4- G&A Cost Calculation Example for the T&M Rate Build-Up

G&A Base

G&A
Rate

Guard (Supervisory)

$ 41,932.80

10%

$4,193.28

Guard (Non-Supervisory)

$48,921.60

10%

$4,892.16

Medical Transport Officer


Total

$ 55,910.40
$146,764.80

10%

$5,591.04
$ 14,676.48

Labor Category

Total G&A
Dollars

Facilities Capital Cost of Money (FCCOM) - If the offerors proposal includes FCCOM as an element of cost, the
offerors shall include the percentage distribution of fixed assets for land, buildings and equipment for each business unit
involved. In addition, the offeror shall state whether the distribution has been reviewed and/or accepted by Defense
Contract Management Agency (DCMA)/DCAA. The offeror must also submit a CASB-CNF form and show the calculation
of the proposed amount.
Fee - The fee proposed shall be in accordance with the statutory or regulatory limitations stated in Federal Acquisition
Regulation (FAR) 15.404-4 Profit. The fee proposed for cost type contracts will be incorporated into the basic contract
prime awards and act as the maximum fee allowable to be proposed at the task order levels for the life of this contract.
Table 5- Fixed Fee Calculation Example for the T&M Rate Build-Up below shows the Fixed Fee Calculation Example
for the T&M Rate Build-Up based on a fee base amount of $161,441.28. The fee base amount $161,441.28equals the
sum of the total labor cost of $80,640.00, the total fringe cost of $24,192.00, the total overhead cost of $41,932.80 and the
total G&A cost of $14,676.48. The total fixed fee base amount of $161,441.28is multiplied by the fixed fee rate of 3% to
equal the total fixed fee of $4,843.24.
Table 5- Fixed Fee Calculation Example for the T&M Rate Build-Up

Labor Category
Guard Supervisory
Guard Non-Supervisory
Medical Transport Officer
Total

Fee Base
$46,126.08
$53,813.76
$61,501.44
$161,441.28

Fee
Rate
3%
3%
3%

Total Fee
Dollars
$1,383.78
$1,614.41
$1,845.04
$4,843.24

T&M Rate Calculation The offeror shall provide a summary of the total price per labor category with the associated
proposed total hours to estimate a proposed fully-burdened T&M labor rate. The total price per labor category includes
the costs of direct labor, fringe, overhead, G&A and fee. The Table 6- T&M Labor Rate Example for the T&M Rate
Build-Up below shows an example of the T&M rate estimate for three labor categories that is derived by dividing the total
price per labor category by the total labor hours. Thus, the T&M labor rate for the Guard (Supervisory) labor category is
$24.74/labor hour and is derived by taking the total price of $47,500.86 and dividing it by the 1,920 labor hours
Table 6 - T&M Labor Rate Example for the T&M Rate Build-Up

Page 47

HSBP1012R0020

Labor Category

Labor
Hours

T&M
Labor
Rate

Total Price

Guard Supervisory

1,920

$47,509.86

$ 24.74

Guard Non-Supervisory

1,920

$55,428.17

$ 28.87

Medical Transport Officer


Total

1,920
5,760

$63,346.48
$166,284.52

$ 32.99

Section 3 Exceptions
Any exceptions taken with respect to the clauses in the solicitation shall be noted. For the purpose of facilitating
discussions, for every instance where the offeror does not propose to comply with or agree to a requirement, the offeror
shall propose an alternative and describe its reasoning therefore.

Section 4Bid Guarantee


Offerors shall provide a bid guarantee in accordance with Provision L.16 and include it in this section.
Section 5 - Financial Capability
The offeror shall provide the following data for itself and for any subcontractors for which the total value of the subcontract
is greater than $550,000:
(a) Provide a copy of annual financial statements including CPA certified balance sheet, profit/loss statement and
statement of retained earnings covering each of the offeror's last three annual accounting periods, including the most
recent partial period, if currently available.
(b) Specify the financial capacity, working capital and other financial resources available to perform the contract.
(c) Specify whether or not the organization's accounting system has been approved by a Government agency; if so, state
the name and location of the cognizant audit agency, the name and telephone number of the cognizant auditor, and
the types of Government contracts for which the accounting system has been approved.
B. Volume II - Technical Proposal
The Technical Proposal shall be submitted in an original and five (5) copies. This volume must not contain any reference
to cost; however, resource information (such as data concerning labor hours and categories, materials, subcontracts, etc.)
must be contained in the technical proposal so that the Contractor's understanding of the requirements may be evaluated.
The Technical Proposal shall be prepared in such a manner as to enable the Government reviewers to make a thorough
evaluation and arrive at a sound determination of whether the proposal satisfies the Performance Work Statement (PWS)
(See Attachment 2) and Quality Assurance Surveillance Plan (QASP) (See Attachment 5) provided by the Government
in this solicitation. To this end, the Technical Proposal should be sufficiently specific, detailed, and complete as to clearly
and fully demonstrate that the offeror has a thorough understanding of the requirements set forth in the solicitation.
Offerors shall include a Requirements Traceability Matrix in Section 3 of their technical proposal that cross references
each PWS requirement with the appropriate proposal volume, paragraph(s), and page(s). The purpose of this matrix is to
ensure that all requirements of the RFP are addressed in the Offeror's proposal and are readily locatable.
Proposals which merely offer to perform in accordance with the Government's requirements or which merely paraphrase
the requirements document, or use phrases such as, "standard engineering practices will be employed," or "well
established techniques will be employed," etc. may be considered non-compliant and ineligible for award. The Contractor
must submit an explanation of its proposed technical approach in conjunction with the tasks to be performed in achieving
the project objectives.
Page 48

HSBP1012R0020
This volume shall consist of the following (failure to do so may result in the rejection of the proposal as non-compliant):
Section 1 - Transmittal Letter
A letter that formally transmits the technical proposal and states in general terms how the Offeror meets the solicitation
requirements. This letter shall not exceed two (2) pages.
Section 2 - Technical Approach
The Technical Approach should be in as much detail as the Offeror considers necessary to fully explain their proposed
technical approach or method and must demonstrate a clear and concise understanding of the nature of the work being
undertaken. The Technical Approach shall Identify areas of technical risk and provide narrative details and examples of
how to manage and mitigate those risks. Technical risk involves any proposed approaches that have the potential for
disruption of schedule, degradation of performance, the need for increased Government oversight, or the likelihood of
unsuccessful contract performance.
The Offeror should state all assumptions, exceptions, and deviations at the end of this section. For every instance where
the Offeror does not propose to comply with or agree to a requirement, the Offeror shall propose an alternative and
describe its reasoning.
Technical proposals submitted in response to this RFP must be prepared and tabbed in the format described below.
Failure to do so may result in the rejection of the proposal as non-compliant. Legibility, clarity and completeness are
important.

Tab A Program Management Approach


This Tab shall include, at a minimum, the following subject areas to describe the Offerors overall approach,
information management and program control, business relations and communications and transition planning:
Overall approach - The Offeror shall provide a detailed description of the organization; roles, responsibilities and
functions; integration of guard and transport functions; risk management; and scheduling. This includes, but is not
limited to:

A description of the functional organization that is to provide complete contract management.

A detailed program schedule indicating key milestones from date of contract award through contract
completion.

Preliminary Sector Transportation Plans which may be provided in Section 3 and do not count against the
overall 50 page limitation requirements of Volume II, Section 2.

The program management structure and the tools available for implementation of the program from a
management standpoint.

The identity of and the authority of the Program Manager.

Subcontracting arrangements shall be described, in terms of identifying major subcontractors and their
relevant experience with similar projects, as well as any previous experience of the Offeror working with that
subcontractor previously.

Information Management and Program Control The Offeror shall provide a detailed description of the systems
and processes used to capture and report business activity and performance metrics. This includes, but is not limited
to:

A description of the metrics system as required by the solicitation.

A description of each of the reports to be generated under this contract, the requirements for which are listed
in the solicitation requirements. Sample reports may be provided in Section 3 and do not count against the
overall 50 page limitation requirements of Volume II, Section 2.

A detailed description of the approach for establishing procedures for:


o

Personal Property Procedures

Placement and Securing of Detainees in Vehicles

Detainee Pickup
Page 49

HSBP1012R0020
o

Use of Force; and Auxiliary Training approach concepts.

Business Relations and Communications The Offeror shall provide a detailed description of the business
relations, communications and partnering approach between the Offeror and subcontractors and the Offeror and
government (i.e. company name of each subcontractor, or the individual name in the case of independent consultants;
names of each subcontractor corporate officers; name of each subcontractor's key personnel for this contract effort,
including each individual's level of effort; and the scope of work to be performed by each subcontractor/consultant).
This subsection shall specifically identify the vehicles in place to manage subcontractors contributions to the program,
including the level of control to be used to ensure continued necessary management visibility, proper installation,
operation and maintenance.
Transition Planning The Offeror shall describe the strategy and approach to full implementation and assumption of
full operational responsibility for all requirements contained in the solicitation requirements. This assessment will
include an evaluation of the sufficiency of the Offeror's mobilization, training, and orientation of the work force. In
addition, the plan must address how the contractor will transfer the functions to a new contractor, or upon termination,
transfer the functions back to the Government. This includes, but is not limited to:

Discussions of integration, operations, and training requirements pertaining to transition.

A Transition Schedule, with appropriate milestone charts to identify dates and critical path items involved.

Details of the system or service hand over.

Tab B Staffing Management


This Tab shall include, at a minimum, the following subject areas:
Capability The Offeror shall provide a detailed description of the workforce by identified labor skill categories; hiring
criteria including education and professional experience in detainee transport/guard; equipment, uniforms and
supplies; Spanish language speaking proficiency; and an appropriate mix of male and female Transportation Officers
to facilitate the transport of mixed gender detainees.
Capacity The Offer shall provide a detailed description of the number and mix of personnel that will be employed for
this project and demonstrate how these resources will meet mission support base, surge operations and Mobile
Response Team support; and to plan, schedule and provide back office support. This includes, but is not limited to:

A list of names and proposed duties of the professional personnel, consultants, and subcontractor employees
assigned to the project. Staffing tables and matrices to support this subject area may be provided in Section
3 and do not count against the overall 50 page limitation requirements for Volume II, Section 2.

Position descriptions and qualifications for categories or personnel intended for this project or by inclusion of
sample resumes.

Training and Certification The Offeror shall provide a detailed description of the training and certification deemed
necessary to ensure staff is certified and licensed to all federal, state and local certification and licensing requirements
as required. The Offeror shall also provide a detailed description of the procedures that will be put in place to ensure
CBP policies are followed; to investigate incidents and implement lessons learned and best practices; and for initial
and currency training.
Key Personnel The Offeror shall provide the resumes of key personnel candidates. Resumes shall include the
required education, professional experience, accomplishments and other relevant information. The resumes should
be no longer than 2 pages in length; may be provided in Section 3 and do not count against the overall 50 page
limitation requirements for Volume II, Section 2. The approximate percentage of time each individual will be available
for this project must be included. The "key personnel" for this solicitation are:

Program Manager (1)

Sector Managers (9)

Tab C Fleet Management


This Tab shall include at a minimum, the following subject areas:
Suitability The Offeror shall provide a detailed description of the design, equipment, function and expected
operational performance to include of the fleet to provide adequate seating and seating capacity; separation of
Page 50

HSBP1012R0020
detainees (males from unaccompanied juveniles and females); security, video and communications equipment; air
conditioning for desert environments; toilet facility in high and medium capacity vehicles.
Composition The Offeror shall provide a detailed description of the type, number and mix of transport vehicle fleet
to provide adequate operating efficiency, flexibility, reserve, and the approach to meet environmental goals
established in Executive Order 13514).
Logistics Support The Offeror shall provide a detailed description of the logistics support and maintenance system
deemed necessary to meet the transport vehicle fleet reliability and availability goals. The necessary reliability and
availability goals shall also be provided.
Facilities and Infrastructure The Offeror shall provide a detailed description of the facilities and infrastructure in
number and location that are deemed necessary to provide effective and efficient operations.
Tab D - Past Performance
Using Past Performance Questionnaires (See Attachment 4), each offeror shall submit at least 3 questionnaires which
have been completed by different references for different contracts and projects. Each completed questionnaire shall
be submitted in a sealed envelope and all 3 questionnaires/envelopes shall be submitted by the offeror under this tab.
In addition to the questionnaires, offerors must include information sufficient to identify and describe not only the
projects identified in the questionnaires, but also any other relevant current and/or previous experience in industry or
government (Federal, State, or local) for similar projects, such that the following criteria can be evaluated.
-

Project or contract title


Contract number
Contract type
Quality of product or service
Timelines of performance
Customer satisfaction
Key personnel past performance
Cost control
Business practices
Date of contract award, period of performance, and place of performance
Total contract value (including options)
Contracting agency or firm, with address, Contracting Officer, facsimile and telephone numbers
Address, facsimile number and telephone number of the contracting officer and contracting officer's l
representative
List of major subcontractors on the project ($500,000 or more)
List of major problems/corrective action, if any
Quality certifications/award (Identify appropriate office receiving award)
If this is a subcontract, please provide the name of the prime contractor and the name of the contract
administrator with address, telephone, and facsimile numbers

The Government may use Past Performance information obtained from other than the sources identified by the
Offeror. This includes the Department of Defense's Past Performance Information Retrieval System (PPIRS)
(https://www.ppirs.gov) and any other available sources. Information will be used for both the responsibility
determination and best value determination. All references provided by the Offeror may not be contacted by the
Government.
[End of Provision]
Tab E - Small and Small Disadvantaged Business Subcontracting Management Plan
This Tab shall clearly and thoroughly describe an adequate plan for subcontracting to small and small disadvantaged
businesses. Additionally, Offerors must outline procedures to monitor and control the subcontracting effort.
If the Government accepts the offeror's subcontracting plan, it will become a part of the contract. Use of the
subcontracting plan outline (seeAttachment 3) contained in this solicitation is optional. However, plans must contain
all elements included in the outline (see Provision L.11 of this Solicitation).

Page 51

HSBP1012R0020
Offerors shall clearly and thoroughly describe an adequate plan for subcontracting to the various socio-economic
business types. Additionally, Offerors must outline procedures to monitor and control the subcontracting effort.
Section 3 - Offeror's Addendum
This section is provided for submission of a Requirement Traceability Matrix, Resumes of Key Personnel, Sample
Reports, Staffing Tables and Matrices, and Preliminary Sector Transportation Plans ONLY. Additional information
included in this section will be removed and retained in the solicitation file.
[End of Provision]

L.13 VIRTUAL READING ROOM

A virtual reading room will be established to provide access to information related to this acquisition. The reading room
will be made available via www.FBO.gov. Offerors must request access to view the room via FBO. If granted access,
offerors shall be notified electronically and shall be able to view documentation that is pertinent to the solicitation.
[End of Provision]
L.14 PRE-PROPOSAL CONFERENCE
A pre-proposal conference is anticipated to be held in Washington, DC on April 3, 2012. The conference will include an
overview of the requirement as well as an informal question and answer period. Each offeror interested in attending will
be limited to two (2) representatives at the conference. To attend, interested offerors shall email Shaun Saad at
shaun.saad@dhs.gov and carbon copy (Cc) Kerri Bishop at kerri.bishop@dhs.gov no later than March 30, 2012 with
its company name, address, and phone number as well as the names of up to 2 representatives that will be attending.
Upon receipt of this information, the Government will provide a specific time and location for the pre-proposal conference.
[End of Provision]

L.15 SOLICITATION QUESTIONS


The Government will entertain questions for this solicitation until 12:00PM, Washington, DC local time, on March 28,
2012. All questions shall be submitted in writing via email to the following email address: shaun.saad@dhs.gov. When
submitting questions, the Offeror shall include in the subject line of the email the solicitation number. Telephonic
questions related to this solicitation will NOT be entertained. Responses to all questions and clarifications that need a
response and are received by the deadline will be sent via an Amendment to the solicitation. Responses will be sent to all
vendors as soon as possible after the March 28, 2012 deadline and some may be answered during the pre-proposal
conference.
[End of Provision]
L.16 NOTICE OF REQUIRED BID GUARANTEE
In accordance with FAR 52.228-1, "Bid Guarantee," contained in Section I of this solicitation, the bidder shall furnish a bid
guarantee by the time set for bid opening. The bid guarantee amount shall be at least 20% percent of the total bid price
or $3,000,000 (three million), whichever is less.
Bidders who provide individual sureties, in lieu of corporate sureties, to satisfy this bid guarantee requirements shall
obtain and submit Standard Form (SF) 24, "Bid Bond," and SF 28, "Affidavit of Individual Surety." These forms are
available from the GSA website located at: http://www.gsa.gov/portal/forms/type/SF
[End of Provision]
L.17 NOTICE OF COST OR PRICING DATA
Offerors are not required to submit certified cost or pricing data. Full and open competition is expected which will be used
to determine prices fair and reasonable. Prices will be compared on a Contract Line Item Number (CLIN) and/or total
Page 52

HSBP1012R0020
basis. However, Offerors may be requested to provide additional information in the event costs appear over-stated or
under-stated.
[End of Provision]
L.18 SUBMISSION OF OFFERS
Proposals shall be submitted to one of the addresses seen below and in accordance with Provision L.12 entitled
GENERAL INSTRUCTIONS FOR THE PREPARATION OF PROPOSALS.
Offers submitted via US Mail, FedEx or UPS shall be submitted to the following address:
U.S. Customs and Border Protection
Procurement Directorate
ATTN: Shaun G. Saad
1300 Pennsylvania Ave, NW, NP 1310
Washington, DC20229
Offers submitted via courier shall be submitted to the following address:
U.S. Customs and Border Protection
Procurement Directorate
ATTN: Shaun G. Saad
1331 Pennsylvania Ave, NW
Suite 1310
Washington, DC20229
Couriers or personnel making hand deliveries must sign in at the Building Security Station at the address above prior to
proceeding to Suite 1310.
The Offerors submittal is considered to be timely if the proposal makes it to CBPs CRDS mailing facility on time. This is
the facility where packages are scanned for security reasons. As such, the Offerors proposal may be delivered by CRDS
to the Contract Specialist after the due date and will still be considered on time.
[End of Provision]

Page 53

HSBP1012R0020

SECTION M EVALUATION FACTORS FOR AWARD


M.1 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they
were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that
the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In
lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide
the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed
electronically at this/these address(es):
www.acquisition.gov
I

FEDERAL ACQUISITION REQULATION (48 CFR CHAPTER 1) PROVISIONS

NUMBER
TITLE
M.2 52.217-5 EVALUATION OF OPTIONS (JUL 1990)

M.3 GENERAL EVALUATION INFORMATION (OCT 2008)


In addition to the specific evaluation criteria contained in the provision entitled "EVALUATION CRITERIA" or the provision
entitled "BASIS FOR AWARD in this solicitation, the Contracting Officer will consider the following additional factors in
the source selection process.
a. The offeror must respond to all of the requirements of the solicitation, and must include in his proposal all information
specifically required in all sections of the solicitation.
b. Award of a contract may not be made to any offeror unless an agreement can be secured for all stated terms,
conditions, representations, certifications, and all other information required by the solicitation.
c. Award of a contract can only be made to an offeror:
1. Whose proposal is technically acceptable or represents best value;
2. Whose proposed cost/price is determined reasonable; and
3. Who is considered to be responsible within the meaning of FAR 9.104.
If "Past Performance" is identified in the solicitation as an evaluation criterion, an assessment of the offerors past
performance information will be made, which is separate from the responsibility determination. In addition to the past
performance information submitted by offerors, the Government will use the Department of Defense's Past Performance
Information Retrieval System (PPIRS) (https://www.ppirs.gov) and other available sources to obtain contractor past
performance data for consideration in the evaluation process. The Government will determine the relevance of similar
past performance information to the instant acquisition.
In the case of an offeror without a record of relevant past performance, or for whom information on past performance is
not available, the offeror may not be evaluated favorably or unfavorably on past performance.
[End of Provision]

M.4 EVALUATION CRITERIA (JUN 2007)

Major categories considered in the evaluation of proposals are as follows:


Technical (Non-Cost)

Page 54

HSBP1012R0020
This group of non-cost factors/subfactors will be assessed on an adjectival basis.
Past Performance (Non-Cost)
This group of non-cost factors/subfactors will be assessed on an adjectival basis.
Cost/Price
The cost/price proposal will be evaluated for magnitude and realism. A point score rating will not be used.

Evaluation Factors:
Evaluation of the "Technical" portion of the proposal will be based on the following factors:
Factor 1 Technical Approach
The technical approach factor focuses on the Offerors technical solution, approach, capabilities, and general
understanding of the requirement to assess how the proposal satisfies the Performance Work Statement (PWS) and
Quality Assurance Surveillance Plan (QASP) provided by the Government in this solicitation. The technical factor and
its sub-factors will be rated adjectivally. Technical risk related to the technical factor and sub-factors will also be
assessed adjectivally per the definitions set forth in this provision.
Sub-factor 1.1 Program Management
The program management sub-factor evaluates the Offerors overall approach, information management and program
control, business relations and communications, and transition planning.
-- Overall approach
The overall approach criteria evaluates the organization; roles, responsibilities and functions; integration of guard and
transport functions; risk management; and scheduling.
Information Management and Program Control
The information management and program control criteria evaluates the adequacy of systems and processes to
capture and report business activity and performance metrics that are accurately and timely; auditable for certification,
security and verification of data; and compatible with government systems.
Business Relations and Communications
The business relations and communications criteria evaluates the adequacy of business relations, communications
and partnering approach between the Offeror and subcontractors and the Offeror and government.
Transition Plan
The Transition Plan criteria evaluates the adequacy of the Offerors strategy and approach to full implementation and
assumption of full operational responsibility for all requirements contained in the solicitation requirements. This
assessment will include an evaluation of the sufficiency of the Offeror's mobilization, training, and orientation of the
work force. In addition, an evaluation will be made of the Offerors approach to transfer the functions to a new
contractor at the end of the contract period of performance, or upon termination of the contract, transfer the functions
back to the Government.
Sub-factor 1.2 Staffing Management
The staffing capability sub-factor evaluates the Offerors capability, capacity, training / certification, and key personnel.
Capability
The capability criteria evaluates the workforce by identified labor skill categories; hiring criteria including education and
professional experience in detainee transport/guard; equipment, uniforms and supplies; Spanish language speaking
Page 55

HSBP1012R0020
proficiency; and an appropriate mix of male and female Transportation Officers to facilitate the transport of mixed
gender detainees.
Capacity
The capacity criteria evaluates the workforce to determine if the number and mix of personnel is adequate to meet
mission support base, surge operations and Mobile Response Team support; and to plan, schedule and provide back
office support.
Training and Certification
The training and certification criteria evaluates if the staff is certified and licensed to all federal, state and local
certification and licensing requirements as required and that procedures are in place to ensure CBP policies are
followed; to investigate incidents and implement lessons learned and best practices; and for initial and currency
training.
Key Personnel
The key personnel criteria evaluates the adequacy of resumes of key personnel candidates include the required
education, professional experience, accomplishments and other relevant information.
Sub-factor 1.3 Fleet Management
The fleet management sub-factor evaluates the Offerors fleet suitability, composition, logistics support, and facilities
and Infrastructure.
Suitability
The suitability criteria evaluates the design, equipment, function and expected operational performance to include of
the fleet to provide adequate seating and seating capacity; separation of detainees (males from unaccompanied
juveniles and females); security, video and communications equipment; air conditioning for desert environments; toilet
facility in high and medium capacity vehicles.
Composition
The composition criteria evaluates the type, number and mix of transport fleet to provide adequate operating efficiency,
flexibility, reserve, and the approach to meet environmental goals established in Executive Order 13514).
Logistics Support
The logistics support evaluates if the maintenance system is adequate to provide required reliability and availability.
Facilities and Infrastructure
The facilities and infrastructure criteria evaluates if the maintenance and staff facilities are adequate in number and
location to provide effective and efficient operations.

Factor 2 Past Performance


The past performance factor focuses on the Offerors experience and expertise in providing the same or similar
services as well as the Offerors performance for effectiveness and overall satisfactory performance. The information
presented in the Offerors proposal, combined with information from any other sources available to the government
(e.g. Contractor Performance Assessment Rating System (CPARS) to identify past performance reports or Past
Performance Information Retrieval System (PPIRS)) may provide input for the evaluation of this factor. The past
performance factor and subfactors will be rated adjectivally.
Sub-factor 2.1 Relevance

Page 56

HSBP1012R0020
The relevance sub-factor evaluates the Offerors past business ventures for experiences that are similar in scope and
size to those requirements identified in the Performance Work Statement (PWS) and Quality Assurance Surveillance
Plan (QASP). A lack of relevant past performance will be evaluated as neutral under this sub-factor.

Sub-factor 2.2 Effectiveness


The effectiveness sub-factor evaluates the Offerors past business performance for effectiveness and overall
satisfactory performance. A confidential evaluation form will be sent to the Contracting Officer for those contracts
identified by the Offeror, asking them to complete the past performance evaluation form on behalf of the Offeror. A lack
of past performance will be evaluated as neutral under this sub-factor.

Definitions/Evaluation Ratings
For evaluation purposes the following definitions apply:
1. Clarification-- Limited exchanges between the Government and Offerors that may occur when award without
discussions is contemplated.
2. Strength-- An element of the proposal which exceeds a requirement of the solicitation in a beneficial way to the
Government.
3. Weakness-- A flaw in the proposal that increases the likelihood of unsuccessful contract performance.
4. Significant Weakness-- A flaw in the proposal that appreciably increases the likelihood of unsuccessful contract
performance.
5. Deficiency-- A material failure of the proposal to meet a requirement or a combination of significant weaknesses
that increase the likelihood of unsuccessful performance to an unacceptable level.
6. Risk-- The probability of an undesirable event occurring and the significance of the consequence of that
occurrence and its attendant probability and impact on the project. This also includes the likelihood of harm or
possibility of loss coming from an event.

Adjectival Ratings for Management and Technical Approach Factors


Technical Approach factor, sub-factors, and criteria shall be rated for merit and risk. The difference between Merit
ratings and Risk assessment as Merit being the assessment of how well the proposal complied with the objectives
(or expectations) of the RFP, and Risk being the probability of an undesirable event occurring and the significance
of the consequence of that occurrence and its attendant probability and impact on the program. It also includes the
likelihood of harm or possibility of loss coming from an event. As such, Risk here is evaluated against the ability to
achieve the proposed level of performance. The Merit rating and the Risk assessment are of equal importance.
Proposal merit ratings shall be applied to each factor and sub--factor based on the following adjectival ratings:
Excellent Proposal fully meets all solicitation requirements and significantly exceeds most solicitation
objectives (or expectations) in ways that provide tangible benefits to the Government. Response exceeds a
"Very Good" rating, and weaknesses, if any, are extremely minor and acceptable. The Offeror has clearly
demonstrated an understanding of all aspects of the objectives (or expectations) to the extent that the highest
level of performance is anticipated.
Very Good Proposal fully meets all solicitation requirements and exceeds many solicitation objectives (or
expectations) in ways that provide tangible benefits to the Government. Response exceeds an "Acceptable"
rating, and any weaknesses are minor and acceptable. The areas in which the Offeror exceeds the
objectives (or expectations) are anticipated to result in a high level of performance.

Page 57

HSBP1012R0020
Acceptable Proposal meets all solicitation objectives (or expectations). Weaknesses are limited but may
take discussions to resolve; however, they are offset by strengths in other areas. The areas in which the
Offeror meets the objectives (or expectations)are anticipated to result in an adequate level of performance.
Marginal-- Proposal does not meet the solicitation objectives (or expectations). Response exceeds an
"Unacceptable" rating, and contains many weaknesses and/or some deficiencies whereby an inadequate
level of performance is anticipated to result. Discussions would be required to resolve the weaknesses or
deficiencies in order to become Acceptable.
Unacceptable Proposal has many deficiencies and/or many omissions. The Offeror has failed to
understand the requirements to provide a compliant and logical approach to the Governments objectives (or
expectations).
Proposal risk ratings shall be applied to each factor and sub--factor based on the following adjectival ratings:
Low Risk - Has little or no potential to cause disruption of the program, increase in cost, or degradation of
performance. Normal contractor effort should overcome difficulties.
Moderate Risk - Potential to cause some disruption of the program, increase in cost, or degradation of
performance. However, special emphasis shall most likely allow the contractor to overcome difficulties.
High Risk - Likely to cause significant or serious disruption of program, increase in cost, or degradation of
performance even with special emphasis.
The Government reserves the right to eliminate any proposals assessed with an Unacceptable rating for the overall
Technical Approach factor. .
Past Performance shall be rated as follows:
Past performance analysis provides insight into an offerors probability of successfully completing the solicitation
requirements based on the offerors performance record on similar contract efforts. This risk is assessed through
evaluation of the offerors past performance.
The Government uses the past performance record to demonstrate that the offeror possesses the skill and
experience to perform well and achieve the performance requirements on the new contract.
Performance Risk - Performance risks are those risks associated with an offeror's likelihood of success in
performing the solicitation's requirements as indicated by that offeror's record of current or past performance.

Rating
Neutral

Rating System for Evaluation of Past Performance Factors


Definition
No relevant performance record is identifiable upon which to base a meaningful
performance rating. A search was unable to identify any relevant past
performance information for the offeror or key team members/subcontractors or
their key personnel. This is neither a negative or positive assessment. No risk
rating assigned.

Superior
Based on an offerors past performance record, essentially no doubt exists that
the offeror will successfully perform the required effort.Low risk.
Satisfactory
Based on an offerors past performance record, some doubt exists that the
offeror will successfully perform the required effort. Moderate risk.
Unsatisfactory
Based on an offerors past performance record, extreme doubt exists that the
offeror will successfully perform the required effort. High risk.
Page 58

HSBP1012R0020

An evaluation team has been established by U.S. Customs and Border Protection to rate the technical proposals (i.e.,
those major categories). Each member of the team will evaluate each proposal in accordance with the technical
evaluation factors/subfactors stated below to determine if the proposal is acceptable. Full and impartial consideration will
be given to all offers received pursuant to this solicitation, and the evaluation will be conducted in an equal manner.
A separate evaluation team has been established to evaluate the cost or price proposal. The evaluation will be conducted
as detailed in the provision entitled "COST OR PRICE EVALUATION" contained in this solicitation.
Also see provisions entitled "RELATIVE IMPORTANCE OF EVALUATION FACTORS" and "BASIS OF AWARD (TRADEOFF ANALYSIS)" contained in this solicitation.
[End of Provision]

M.5 COST OR PRICE EVALUATION (MAR 2003)


Separately and apart from the technical evaluation, the Government will conduct a cost and/or price evaluation of the
offeror's cost/price proposal. The Government will conduct a price analysis that will evaluate price proposals to determine
fairness and reasonableness in accordance with FAR 15.305(a)(1) and FAR 15.404-1(b). Prices that are determined to
be either unreasonably high or unrealistically low in relation to the proposed work may result in the overall proposal being
considered unacceptable. Offerors must provide sufficient details in the BOE for the prices provided in Schedule B.1 to
support its proposed prices. Failure to comply with Section L.12Volume 1 Cost/Price Proposal requirements may result
in a higher risk assessment for this factor
The Offerors proposed price will also be considered in the context of price risk and affordability. In this context, price risk
is the Governments level of confidence in the Offerors ability to perform the work as proposed based on:

The price information provided by the Offeror and gathered from other sources
The completeness of the Offerors price documentation and traceability from the Offerors basis of estimate to
support the proposed prices in Schedule B.1
The Offerors proposed price is fair and reasonable
The Offerors proposed price is realistic for the work to be performed and reflects a clear understanding of the
solicitation requirements
The degree of stated or implied cost risk passed to the Government
The Offerors financial capability to execute the Task Order and to support program management requirements.

For the purposes of evaluation only, the Government reserves the right to adjust an Offerors proposed price, as deemed
necessary and appropriate, based on any aspect of the price analysis.
A bottom line price will be evaluated by combining the bottom line price for CLIN 1.0 (Mission Support Base), the bottom
line price in response to the Sample Task Order (to represent CLIN 2.0 - Surge) (see attachment 6) and the NTE
amount for CLIN 3.0 (Fuel). The proposed rates submitted in the offerors Section B will also be evaluated. A cost
analysis may be conducted to determine cost reasonableness and/or cost realism.
A cost realism evaluation may be performed for purposes of this requirement (See FAR 15.305). In evaluation of an
offeror's proposed cost, the Government's concern is to determine what the Government should realistically pay for the
effort, the prospective contractor's understanding of the proposed contract objective, and the offeror's ability to organize
and perform the proposed contract. The primary consideration will be which offeror can perform the contract in the
manner most advantageous to the Government as determined by evaluation of the proposal in accordance with the
established evaluation criteria.
The realistic cost may differ from the proposed cost and should reflect the Government's best estimate of the cost of any
contract that is most likely to result from the offeror's proposal. The realistic cost may be used for purposes of evaluation
to determine the best value. The realistic cost is determined by adjusting each offeror's proposed cost, and fee when
appropriate, to reflect any additions or reductions in cost elements to realistic levels based on the results of the cost
realism analysis (See FAR 15.404-1(d)).
Page 59

HSBP1012R0020
[End of Provision]

M.6 BASIS OF AWARD (TRADE-OFF ANALYSIS) (JUN 2007)


Award shall be made to the offeror whose proposal is determined to best meet the needs of Government after
consideration of all factors-- i.e., provides the "best value". "Best value" is defined here as the procurement process that
results in the most advantageous acquisition decision for the Government and is performed through an integrated
assessment and trade-off analysis among cost or price and non-cost or non-price factors.
The basis for the award of a contract as a result of this Request for Proposal (RFP) will be a detailed, integrated
evaluation by the Government on the basis of how well the proposals satisfy the evaluation criteria contained in the
provision entitled "Evaluation Criteria" in this solicitation. Accordingly, the Government may award any resulting contract
to other than the lowest priced offeror(s) or other than the offeror(s) with the highest technical merit rating.
The Contracting Officer or Source Selection Authority has the right to determine whether two or more technical proposals
are "substantially equal" or whether any differences in technical weighing are "significant" for purposes of evaluating the
overall merit of proposals. Between proposals of substantially equal technical merit, cost/price will become a more
significant factor.
Between competing proposals, the Government is not willing to pay significantly more for a minor technical difference, nor
is the Government willing to forego a significant technical difference in exchange for a small cost/price differential.
See the provision entitled "Relative Importance of Evaluation Factors" contained in this solicitation.
[End of Provision]

M.7 RELATIVE IMPORTANCE OF EVALUATION FACTORS (JUN 2007)

Award will be made to that responsible offeror whose proposal provides the combination of criteria offering the best
overall value to the Government.
For this solicitation, the major evaluation factors are
- Technical (Non-Cost, Factor 1)
- Past Performance (Non-Cost, Factor 2)
- Cost/Price (Factor 3)
Factor 1 is more important than Factor 2 and Factor 3 combined.
Factor 2 is more important than Factor 3.
Factor 1 and Factor 2 combined are significantly more important that Factor 3.
When a factor is divided into sub-factors, each sub-factor is of equal importance within that factor.
When a sub-factor is divided into criteria, each criteria is of equal importance within that sub-factor.
All evaluation factors/subfactors contained under the major categories identified above as "Non-Cost" (see provision
entitled "Evaluation Criteria" contained in this solicitation), when combined, are significantly more important than
Cost/Price. The Technical Meritrating and Technical Risk rating are of equal value within the process of development
of the overall technical evaluation. The Government is more concerned with obtaining superior technical/performance
capability (represented by the non-cost evaluation categories) than with making an award at the lowest overall
evaluated cost/ price. However, if the technical/performance aspects of competing proposals are determined to be
essentially equivalent, the evaluated cost/price may become the determining factor for award. The determination that
technical/performance aspects are essentially equal is within the discretion of the source selection official.
[End of Provision]
Page 60

HSBP1012R0020

Page 61

HSBP1012R0020

ATTACHMENT 1 --- SCHEDULE B

CUT SHEET

ATTACHMENT #1

SECTION B: SCHEDULE OF SUPPLIES/SERVICES


CONTRACT TYPE

This solicitation will result in a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract with Fixed Price and Time & Materials
CLINs for the purchase of Transportation, Medical Escort, and Guard Services along the Southwest Border. The Contractor shall perform
the work as set forth in the Performance Work Statement, Quality Assurance Plan, and Work Statements as specifically described in
individual delivery orders. Delivery Orders issued under this contract shall be issued on a Fixed-Price (FP) and Fixed Unit Price basis.
Task orders and/or written authorizations applicable to the T&M CLINS shall be issued at the Unit Prices contained in the Schedule. The
total amount of hours and/or material for each T&M task order or authorization shall be determined, as applicable, for each Surge/Flex
requirement. All T&M Labor Rates shall be proposed as fully burdened rates.

** In addition to completing this Price Schedule, Offeror shall complete and submit the Pricing Schedule for the Sample
Task Order, which can be found in Section J, Attachment 6 of this solicitation, as part of its Volume I - Price Proposal.

SECTION B: SCHEDULE OF SUPPLIES/SERVICES


ATTACHMENT #1

Base Year (One year from date of award)

CLIN#

Item Description

1.0

Mission Support Base - Fixed-Price Weekly Operational Rate [All Labor/


Vehicles/Equipment/ Supplies/ Fleet Operations & Maintenance
(excluding fuel)] in accordance with PWS Appendices A - C

EST
QUANTITY

UNIT

UNIT
PRICE/RATE

TOTAL

1.1

Del Rio (DRT)

52

WEEKS

1.2

El Centro (ELC)

52

WEEKS

1.3

El Paso (EPT)

52

WEEKS

1.4

Laredo (LRT)

52

WEEKS

1.5

Marfa (MAR)

52

WEEKS

1.6

Rio Grande Valley (RGV)

52

WEEKS

1.7

San Diego (SDC)

52

WEEKS

1.8

Tucson (TCA)

52

WEEKS

1.9

Yuma (YUM)

52

WEEKS

CLIN 1.0 TOTAL PRICE:

B-2

HSBP1012R0020

ATTACHMENT #1

CLIN#

Item Description

2.0

Surge/Flex/Mobile Transport Response Team (MTRT), Travel and Fuel


[Time & Materials]

2.1

Transport labor (reference PWS Sections 4.12.3 and 4.12.4

EST
QUANTITY
(NTE)

UNIT

110,000

HOURS

UNIT
PRICE/RATE

2.1.1
2.1.1.1
2.1.1.2
etc

Del Rio (DRT)


Note: [2.1.1.1, 2.1.1.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

2.1.2
2.1.2.1
2.1.2.2
etc

El Centro (ELC)
Note: [2.1.2.1, 2.1.2.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

2.1.3
2.1.3.1
2.1.3.2
etc

El Paso (ELP)
Note: [2.1.3.1, 2.1.3.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

2.1.4
2.1.4.1
2.1.4.2
etc

Laredo (LRT)
Note: [2.1.4.1, 2.1.4.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

2.1.5
2.1.5.1
2.1.5.2
etc

Marfa (MAR)
Note: [2.1.5.1, 2.1.5.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

2.1.6
2.1.6.1
2.1.6.2
etc

Rio Grande Valley (RGV)


Note: [2.1.6.1, 2.1.6.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

2.1.7
2.1.7.1
2.1.7.2
etc

San Diego (SDC)


Note: [2.1.7.1, 2.1.7.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

2.1.8
2.1.8.1
2.1.8.2
etc

Tucson (TCA)
Note: [2.1.8.1, 2.1.8.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

2.1.9
2.1.9.1
2.1.9.2
etc

Yuma (YUM)
Note: [2.1.9.1, 2.1.9.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

64000

HOURS

Vehicles

2.2

TOTAL

2.2.1

Low Capacity

TBD

HOURS

$ (vehicle rate)

2.2.2

Medium Capacity

TBD

HOURS

$ (vehicle rate)

2.2.3

High Capacity

TBD

HOURS

$ (vehicle rate)

Travel

NTE

Fuel (vendors are encouraged to provide optional fuel consumption


reduction/greenhouse gas minimizing proposals (i.e. show how average
fuel cost per mile traveled may be reduced. Vendors shall use $3.50/gal
as the average cost per gallon for their calculations) (reference the PWS
and Evaluation Criteria (Section M))

NTE

$ 3,935,000

2.3

2.4

300,000

NTE = Not to Exceed


B-3
TBD = To Be Determined

HSBP1012R0020

ATTACHMENT #1

B-4

HSBP1012R0020

SECTION B: SCHEDULE OF SUPPLIES/SERVICES


ATTACHMENT #1

Option Year One (One year from Base Year end date)

CLIN#

Item Description

4.0

Mission Support Base - Fixed-Price Weekly Operational Rate [All Labor/


Vehicles/Equipment/ Supplies/ Fleet Operations & Maintenance
(excluding fuel)] in accordance with PWS Appendices A - C

EST
QUANTITY

UNIT

UNIT
PRICE/RATE

TOTAL

4.1

Del Rio (DRT)

52

WEEKS

4.2

El Centro (ELC)

52

WEEKS

4.3

El Paso (EPT)

52

WEEKS

4.4

Laredo (LRT)

52

WEEKS

4.5

Marfa (MAR)

52

WEEKS

4.6

Rio Grande Valley (RGV)

52

WEEKS

4.7

San Diego (SDC)

52

WEEKS

4.8

Tucson (TCA)

52

WEEKS

4.9

Yuma (YUM)

52

WEEKS

CLIN 4.0 TOTAL PRICE:

B-5

HSBP1012R0020

ATTACHMENT #1

CLIN#

Item Description

5.0

Surge/Flex/Mobile Transport Response Team (MTRT), Travel and Fuel


[Time & Materials]

5.1

Transport labor (reference PWS Sections 4.12.3 and 4.12.4

EST
QUANTITY
(NTE)

UNIT

110,000

HOURS

UNIT
PRICE/RATE

5.1.1
5.1.1.1
5.1.1.2
etc

Del Rio (DRT)


Note: [5.1.1.1, 5.1.1.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

5.1.2
5.1.2.1
5.1.2.2
etc

El Centro (ELC)
Note: [5.1.2.1, 5.1.2.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

5.1.3
5.1.3.1
5.1.3.2
etc

El Paso (ELP)
Note: [5.1.3.1, 5.1.3.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

5.1.4
5.1.4.1
5.1.4.2
etc

Laredo (LRT)
Note: [5.1.4.1, 5.1.4.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

5.1.5
5.1.5.1
5.1.5.2
etc

Marfa (MAR)
Note: [5.1.5.1, 5.1.5.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

5.1.6
5.1.6.1
5.1.6.2
etc

Rio Grande Valley (RGV)


Note: [5.1.6.1, 5.1.6.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

5.1.7
5.1.7.1
5.1.7.2
etc

San Diego (SDC)


Note: [5.1.7.1, 5.1.7.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

5.1.8
5.1.8.1
5.1.8.2
etc

Tucson (TCA)
Note: [5.1.8.1, 5.1.8.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

5.1.9
5.1.9.1
5.1.9.2
etc

Yuma (YUM)
Note: [5.1.9.1, 5.1.9.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

64000

HOURS

Vehicles

5.2

TOTAL

5.2.1

Low Capacity

TBD

HOURS

$ (vehicle rate)

5.2.2

Medium Capacity

TBD

HOURS

$ (vehicle rate)

5.2.3

High Capacity

TBD

HOURS

$ (vehicle rate)

Travel

NTE

300,000

Fuel (vendors are encouraged to provide optional fuel consumption


reduction/greenhouse gas minimizing proposals (i.e. show how average
fuel cost per mile traveled may be reduced. Vendors shall use $3.50/gal
as the average cost per gallon for their calculations) (reference the PWS
and Evaluation Criteria (Section M))

NTE

3,935,000

5.3

5.4

NTE = Not to Exceed


B-6
TBD = To Be Determined

HSBP1012R0020

SECTION B: SCHEDULE OF SUPPLIES/SERVICES


ATTACHMENT #1

Option Year Two (One year from Option Year One end date)

CLIN#

Item Description

7.0

Mission Support Base - Fixed-Price Weekly Operational Rate [All Labor/


Vehicles/Equipment/ Supplies/ Fleet Operations & Maintenance
(excluding fuel)] in accordance with PWS Appendices A - C

EST
QUANTITY

UNIT

UNIT
PRICE/RATE

TOTAL

7.1

Del Rio (DRT)

52

WEEKS

7.2

El Centro (ELC)

52

WEEKS

7.3

El Paso (EPT)

52

WEEKS

7.4

Laredo (LRT)

52

WEEKS

7.5

Marfa (MAR)

52

WEEKS

7.6

Rio Grande Valley (RGV)

52

WEEKS

7.7

San Diego (SDC)

52

WEEKS

7.8

Tucson (TCA)

52

WEEKS

7.9

Yuma (YUM)

52

WEEKS

CLIN 7.0 TOTAL PRICE:

B-7

HSBP1012R0020

ATTACHMENT #1

CLIN#

Item Description

8.0

Surge/Flex/Mobile Transport Response Team (MTRT), Travel and Fuel


[Time & Materials]

8.1

Transport labor (reference PWS Sections 4.12.3 and 4.12.4

EST
QUANTITY
(NTE)

UNIT

110,000

HOURS

UNIT
PRICE/RATE

8.1.1
8.1.1.1
8.1.1.2
etc

Del Rio (DRT)


Note: [8.1.1.1, 8.1.1.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

8.1.2
8.1.2.1
8.1.2.2
etc

El Centro (ELC)
Note: [8.1.2.1, 8.1.2.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

8.1.3
8.1.3.1
8.1.3.2
etc

El Paso (ELP)
Note: [8.1.3.1, 8.1.3.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

8.1.4
8.1.4.1
8.1.4.2
etc

Laredo (LRT)
Note: [8.1.4.1, 8.1.4.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

8.1.5
8.1.5.1
8.1.5.2
etc

Marfa (MAR)
Note: [8.1.5.1, 8.1.5.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

8.1.6
8.1.6.1
8.1.6.2
etc

Rio Grande Valley (RGV)


Note: [8.1.6.1, 8.1.6.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

8.1.7
8.1.7.1
8.1.7.2
etc

San Diego (SDC)


Note: [8.1.7.1, 8.1.7.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

8.1.8
8.1.8.1
8.1.8.2
etc

Tucson (TCA)
Note: [8.1.8.1, 8.1.8.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

8.1.9
8.1.9.1
8.1.9.2
etc

Yuma (YUM)
Note: [8.1.9.1, 8.1.9.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

64000

HOURS

Vehicles

8.2

TOTAL

8.2.1

Low Capacity

TBD

HOURS

$ (vehicle rate)

8.2.2

Medium Capacity

TBD

HOURS

$ (vehicle rate)

8.2.3

High Capacity

TBD

HOURS

$ (vehicle rate)

Travel

NTE

300,000

Fuel (vendors are encouraged to provide optional fuel consumption


reduction/greenhouse gas minimizing proposals (i.e. show how average
fuel cost per mile traveled may be reduced. Vendors shall use $3.50/gal
as the average cost per gallon for their calculations) (reference the PWS
and Evaluation Criteria (Section M))

NTE

3,935,000

8.3

8.4

NTE = Not to Exceed


B-8

HSBP1012R0020

TBD = To Be Determined
ATTACHMENT #1

B-9

HSBP1012R0020

SECTION B: SCHEDULE OF SUPPLIES/SERVICES


ATTACHMENT #1

Option Year Three (One year from Option Year Two end date)

CLIN#

Item Description

10.0

Mission Support Base - Fixed-Price Weekly Operational Rate [All Labor/


Vehicles/Equipment/ Supplies/ Fleet Operations & Maintenance
(excluding fuel)] in accordance with PWS Appendices A - C

EST
QUANTITY

UNIT

UNIT
PRICE/RATE

TOTAL

10.1

Del Rio (DRT)

52

WEEKS

10.2

El Centro (ELC)

52

WEEKS

10.3

El Paso (EPT)

52

WEEKS

10.4

Laredo (LRT)

52

WEEKS

10.5

Marfa (MAR)

52

WEEKS

10.6

Rio Grande Valley (RGV)

52

WEEKS

10.7

San Diego (SDC)

52

WEEKS

10.8

Tucson (TCA)

52

WEEKS

10.9

Yuma (YUM)

52

WEEKS

CLIN 10.0 TOTAL PRICE:

B-10

HSBP1012R0020

ATTACHMENT #1

CLIN#

Item Description

11.0

Surge/Flex/Mobile Transport Response Team (MTRT), Travel and Fuel


[Time & Materials]

11.1

Transport labor (reference PWS Sections 4.12.3 and 4.12.4

EST
QUANTITY
(NTE)

UNIT

110,000

HOURS

UNIT
PRICE/RATE

11.1.1
11.1.1.1
11.1.1.2
etc

Del Rio (DRT)


Note: [11.1.1.1, 11.1.1.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

11.1.2
11.1.2.1
11.1.2.2
etc

El Centro (ELC)
Note: [11.1.2.1, 11.1.2.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

11.1.3
11.1.3.1
11.1.3.2
etc

El Paso (ELP)
Note: [11.1.3.1, 11.1.3.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

11.1.4
11.1.4.1
11.1.4.2
etc

Laredo (LRT)
Note: [11.1.4.1, 11.1.4.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

11.1.5
11.1.5.1
11.1.5.2
etc

Marfa (MAR)
Note: [11.1.5.1, 11.1.5.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

11.1.6
11.1.6.1
11.1.6.2
etc

Rio Grande Valley (RGV)


Note: [11.1.6.1, 11.1.6.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

11.1.7
11.1.7.1
11.1.7.2
etc

San Diego (SDC)


Note: [11.1.7.1, 11.1.7.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

11.1.8
2.1.8.1
11.1.8.2
etc

Tucson (TCA)
Note: [11.1.8.1, 11.1.8.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

11.1.9
11.1.9.1
11.1.9.2
etc

Yuma (YUM)
Note: [11.1.9.1, 11.1.9.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

64000

HOURS

Vehicles

11.2

TOTAL

11.2.1

Low Capacity

TBD

HOURS

$ (vehicle rate)

11.2.2

Medium Capacity

TBD

HOURS

$ (vehicle rate)

11.2.3

High Capacity

TBD

HOURS

$ (vehicle rate)

Travel

NTE

300,000

Fuel (vendors are encouraged to provide optional fuel consumption


reduction/greenhouse gas minimizing proposals (i.e. show how average
fuel cost per mile traveled may be reduced. Vendors shall use $3.50/gal
as the average cost per gallon for their calculations) (reference the PWS
and Evaluation Criteria (Section M))

NTE

3,935,000

11.3

11.4

NTE = Not to Exceed

B-11

HSBP1012R0020

TBD = To Be Determined
ATTACHMENT #1

B-12

HSBP1012R0020

SECTION B: SCHEDULE OF SUPPLIES/SERVICES


ATTACHMENT #1

Option Year Four (One year from Option Year Three end date)

UNIT
PRICE/RATE

EST
QUANTITY

UNIT

Del Rio (DRT)

52

WEEKS

13.2

El Centro (ELC)

52

WEEKS

13.3

El Paso (EPT)

52

WEEKS

13.4

Laredo (LRT)

52

WEEKS

13.5

Marfa (MAR)

52

WEEKS

13.6

Rio Grande Valley (RGV)

52

WEEKS

13.7

San Diego (SDC)

52

WEEKS

13.8

Tucson (TCA)

52

WEEKS

13.9

Yuma (YUM)

52

WEEKS

CLIN#

Item Description

13.0

Mission Support Base - Fixed-Price Weekly Operational Rate [All Labor/


Vehicles/Equipment/ Supplies/ Fleet Operations & Maintenance (excluding
fuel)] in accordance with PWS Appendices A - C

13.1

CLIN 13.0 TOTAL PRICE:

B-13

TOTAL

HSBP1012R0020

ATTACHMENT #1
CLIN#

Item Description

14.0

Surge/Flex/Mobile Transport Response Team (MTRT), Travel and Fuel [Time


& Materials]

14.1

Transport labor (reference PWS Sections 4.12.3 and 4.12.4

EST
QUANTITY
(NTE)

UNIT

110,000

HOURS

UNIT
PRICE/RATE

14.1.1
14.1.1.1
14.1.1.2
etc

Del Rio (DRT)


Note: [14.1.1.1, 14.1.1.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

14.1.2
14.1.2.1
14.1.2.2
etc

El Centro (ELC)
Note: [14.1.2.1, 14.1.2.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

14.1.3
14.1.3.1
14.1.3.2
etc

El Paso (ELP)
Note: [14.1.3.1, 14.1.3.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

14.1.4
14.1.4.1
14.1.4.2
etc

Laredo (LRT)
Note: [14.1.4.1, 14.1.4.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

14.1.5
14.1.5.1
14.1.5.2
etc

Marfa (MAR)
Note: [14.1.5.1, 14.1.5.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

14.1.6
14.1.6.1
14.1.6.2
etc

Rio Grande Valley (RGV)


Note: [14.1.6.1, 14.1.6.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

14.1.7
14.1.7.1
14.1.7.2
etc

San Diego (SDC)


Note: [14.1.7.1, 14.1.7.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

14.1.8
14.1.8.1
14.1.8.2
etc

Tucson (TCA)
Note: [14.1.8.1, 14.1.8.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

14.1.9
14.1.9.1
14.1.9.2
etc

Yuma (YUM)
Note: [14.1.9.1, 14.1.9.2, etclabor categories to be
determined by offeror based on labor approach
in accordance with PWS Sections]

TBD
TBD
TBD

HOURS
HOURS
HOURS

$ (labor rate)
$ (labor rate)
$ (labor rate)

64000

HOURS

Vehicles

14.2

TOTAL

2.2.1

Low Capacity

TBD

HOURS

$ (vehicle rate)

2.2.2

Medium Capacity

TBD

HOURS

$ (vehicle rate)

2.2.3

High Capacity

TBD

HOURS

$ (vehicle rate)

Travel

NTE

Fuel (vendors are encouraged to provide optional fuel consumption


reduction/greenhouse gas minimizing proposals (i.e. show how average
fuel cost per mile traveled may be reduced. Vendors shall use $3.50/gal as
the average cost per gallon for their calculations) (reference the PWS and
Evaluation Criteria (Section M))

NTE

$ 3,935,000

14.3

14.4

300,000

NTE = Not to Exceed


B-14
TBD = To Be Determined

HSBP1012R0020

HSBP1012R0020

$77$&+0(172PWS

CUT SHEET

Performance Work Statement for DHS CBP Transportation Program

U.S. Department of Homeland Security


Customs and Border Protection

Performance Work Statement (PWS)


For
Southwest Border (SWB)
Transportation, Medical Escort and Guard Services

March 12, 2012

Performance Work Statement for DHS CBP Transportation Program

Performance Work Statement for DHS CBP Transportation Program


Table of Contents
1. BACKGROUND .....................................................................................................................1
2. SCOPE .....................................................................................................................................1
3. APPLICABLE DOCUMENTS ...............................................................................................4
4. PERFORMANCE REQUIREMENTS ....................................................................................4
4.1 Program Management .......................................................................................................4
4.2 Mission Achievement... 4
4.3 Professionalism, Safety and Security .. 5
4.4 Monthly Transportation Plan ............................................................................................6
4.5 Fuel Savings Plan..6
4.6 Notifications ......................................................................................................................6
4.7 Weekly Status Report .....................................................................................................10
4.8 Metrics Reporting System...10
4.9 Risk Mitigation ......12
4.10 Environmental, Safety and Occupational Health (ESOH) ............................................11
4.11 Technical Requirements....11
4.12 Operational Capability Requirements..... ..18
5. PERFORMANCE STANDARDS .........................................................................................20
6. DELIVERABLES AND DELIVERY SCHEDULE .............................................................20
6.1 Program Management Plan .............................................................................................21
6.2 Logistics Support Plan 22
6.3 Standard Operating Procedures (SOPs) ..........................................................................23
7. GOVERNMENT FURNISHED EQUIPMENT AND INFORMATION .............................23
8. PLACE OF PERFORMANCE ..............................................................................................23
9. PERIOD OF PERFORMANCE ............................................................................................24
10. SECURITY ..........................................................................................................................24
10.1 Controls .........................................................................................................................24
10.2 Identification Badges ....................................................................................................24
10.3 Security Background Data ............................................................................................24
10.4 Notification of Personnel Changes ...............................................................................24
10.5 Separation Procedures ...................................................................................................24
10.6 General Security Responsibilities During Performance ...............................................25
11. QUALITY ASSURANCE SURVEILLANCE PLAN ........................................................25
12. SPECIAL CONSIDERATIONS ..........................................................................................25
12.1 Changes to PWS ...........................................................................................................25
12.2 Travel ............................................................................................................................25
12.3 Non-Disclosure of Information .....................................................................................25
APPENDICES..26
(A) Operational Availability hours for CBP Mission Support Base..26
(B) Concept of Operations (CONOPs) for CBP Mission Support Base....... 27
(C) Transport points and mileage for CBP Mission Support Base CONOPs....... 31
(D) List of Acronyms........ 33

Performance Work Statement for DHS CBP Transportation Program

Performance Work Statement for DHS CBP Transportation Program

1. BACKGROUND:
As a component of the United States (U.S.) Department of Homeland Security (DHS), Customs
and Border Protection (CBP) is responsible for protecting our Nations borders in order to
prevent terrorists and terrorist weapons from entering the U.S.; while enhancing security, and
facilitating the flow of legitimate trade and travel. CBP is responsible for the detection and
apprehension of individuals illegally entering the U.S.; stemming the flow of drugs and other
contraband; protecting our agricultural and economic interests from harmful pests and diseases;
protecting American business from theft of their intellectual property; and regulating and
facilitating international trade, collecting import duties, and enforcing U.S. trade laws. In 2011,
CBP apprehensions averaged over 897 detainees per day that required transportation and guard
services. The majority of all apprehensions occur within the CBP Southwest Border (SWB)
Sectors and Field Offices.
Supporting this responsibility, CBP has identified requirements for detainee transportation,
medical escort, and facility guard service capabilities that minimize the use of frontline agents
and officers to perform guard and detainee transportation duties. These capabilities must deploy
the most efficient mix of detention vehicles and human resources capable of adjusting to changes
in transportation demand that may vary by shift, day, week, or season. The solution includes the
use of Contractor support to provide the detainee transportation services in order to redirect
agents and officers toward more traditional law enforcement duties. Contract support must strike
a proper balance in terms of timeliness and efficiency when responding to the unique demands of
frontline agents and officers.
This program supports operational mission requirements established by the Office of Border
Patrol (OBP) and Office of Field Operations (OFO), both within CBP. Throughout this PWS,
the term Government is used interchangeably with CBP.

2. SCOPE:
The Contractor shall provide performance-based transportation, medical escort and facilities
guard services. Transportation services will include escort, guard, and transport services for
detainees in DHS custody. Transportation services will also entail over-the-road transport
services in vehicles of sufficient capacity to meet the performance standards, courtroom
transportation, detention facility booking transportation, security services and other related
transportation and guard duties. The medical escort and facilities guard services include escort
and guard services of detainees in DHS custody while at a medical treatment facility, and
provide security back-up to transportation officer in a vehicle and other guard services as
directed by the Contracting Officers Technical Representative (COTR) or a Task Order Monitor
(TOM) designated by the Contracting Officer (CO).
The missions of the Transportation Program are to provide transportation, medical escort and
other transportation related facilities guard services for detainees in DHS custody. A

Performance Work Statement for DHS CBP Transportation Program

Performance Work Statement for DHS CBP Transportation Program


Transportation Plan will be prepared monthly to schedule assignments; however, tasking may
change day-to-day based on operations. The types of missions are described as follows:

Field to Station transports occur near the border or from apprehension locations
established on known egress routes and end at a station.

Station or Port of Entry (POE) to Detention or Removal transports are conducted after
the detainee has been processed. Detainees are transported from Station to Detention or
Removal at a POE. This mission includes lateral repatriation across Sectors such as the
Alien Transit Exit Program described in Appendix B.

Station or POE to Station, POE or Other Destination transports are after the detainee
has been apprehended at a POE or transported to a station, yet the detainee has not been
processed and a final disposition of the detainee has not been determined (i.e. the detainee
requires transportation to court, medical facility, etc. prior to being returned to the country
of origin or held for prosecution).

Medical Escort and Other Facilities Guard services include escort and guard services of
detainees in DHS custody while at a medical treatment facility and other guard services.
These duties shall include, but not be limited to: monitoring detainees in custody, serving
detainees prepared meals provided by the government, searching holding cells for
weapons or contraband, conducting limited pat-downs and other guard and transportation
services as directed by the Contracting Officers Technical Representative (COTR) or a
Task Order Monitor (TOM) designated by the Contracting Officer (CO).

The required services supporting CBP will be performed in the San Diego, El Centro, Yuma,
Tucson, El Paso, Marfa, Del Rio, Laredo and Rio Grande Valley Border Patrol Sectors and
within their areas of responsibility to include Border Patrol stations, Field Offices, Ports of
Entry, highway checkpoints, processing centers, hospitals, courts and detention centers. Services
include over-the-road transportation and guarding of foreign nationals (males, females, minors
and Unaccompanied Alien Children (UAC)). Schedules may be identified by a route or
identified as a staging point where the transport will be determined, as needed. These services
are required 24 hours per day, 7 days per week. The table below provides statistics on average
daily apprehensions. Detainees are transported by Agents and Officers as well as by contract
services.
CBP Sectors
San Diego (SDC)
El Centro (ELC)
Yuma (YUM)
Tucson (TCA)
El Paso (EPT)
Big Bend/Marfa (MAR)
Del Rio (DRT)
1

FY11 Daily
Apprehensions
116
83
16
338
28
11
44

% Adult
Males
92%
91%
87%
82%
82%
90%
87%

% Females
6%
7%
8%
12%
11%
6%
7%

% UAC1
2%
2%
5%
6%
7%
4%
6%

UAC: Unaccompanied Alien Children

Performance Work Statement for DHS CBP Transportation Program

Performance Work Statement for DHS CBP Transportation Program


Laredo (LRT)
Rio Grande Valley (RGV)

99
162

80%
73%

14%
19%

6%
8%

While most transport occurs within the geographic area defined by Sectors, there are several
programs requiring transport across Sector boundaries. The Alien Transfer and Exit Program
(ATEP) require the transport of detainees from the Sector in which they were apprehended to a
distant Sector for repatriation. Depending on the transport distance this may be accomplished by
a single trip transport or a series of transfers across state lines (California, Arizona, New Mexico,
and Texas).

The Contractor shall be prepared to respond to unexpected situations, such as flooding, fires or
national incidents, if emergency evacuation support is needed by the Government.
Requirements will be expressed in terms of required capability and capacity to allow the
vendor to properly resource the contract. For example, Transportation Mission Capacity (e.g.
single mission volume) is defined as:

Low: Transportation Missions with 3 13 detainees

Medium: Transportation Missions with 14 22 detainees

High: Transportation Missions with 23 47 detainees

Performance requirements are established to focus on outcomes. These include:

Operational Responsiveness is demonstrated by providing timely transportation,


medical escort and facilities guard services scheduled each month for each Sector.

Operational Flexibility is demonstrated through accomplishment of Ad Hoc changes


to specific transportation, medical escort, and facilities guard tasks.

Operational Efficiency is initially demonstrated with a proposal committing an


optimum number and mix of vehicles, personnel, law enforcement equipment, training,
and associated products to provide contract services. Following award, operational
efficiency is demonstrated in flexible contract performance by providing timely services
that minimize Agent and Officer wait times. Additionally, efficiency is demonstrated
through implementation of initiatives that provide fuel savings.

Professionalism, Safety and Security is initially demonstrated through licensing,


certification, and qualification of staff with applicable laws and policy. The proficiency
demonstrated by these items are needed to ensure the safety and security of mission
support for the contract staff, detainees and all others with whom they come in contact.

Performance Work Statement for DHS CBP Transportation Program

Performance Work Statement for DHS CBP Transportation Program

3. APPLICABLE DOCUMENTS:
The Contractor shall be knowledgeable with relevant legal, regulatory, policy, and legal
documents and policy. Although not exhaustive, the following guidance applies:

CBP Policy, Use of Force and Use of Restraints


CBP Policy, Approved Escort
CBP Policy, Secure Detention, Transportation & Escort Procedures at Ports of Entry
CBP Handbook, Personal Search

These, and other documents and updates will be made available to potential bidders by the
Contracting Officer via a virtual reading room.

4. PERFORMANCE REQUIREMENTS AND STANDARDS:


4.1 Management
4.1.1 Program Management
Performance Requirement:
An overall Program Manager will be responsible for all activities outlined in the PWS.
The Program Manager is designated as key personnel.
Performance Standard:
Provide a point of contact that is knowledgeable in all aspects of operations to include
overall contract compliance, operational management, process improvement, and contract
deliverables. Individual should also have a proven track record of managing relationships
with customers at all levels of a large government agency or comparably sized private
company. This individual should have at least 15 years of successful employment history
demonstrating a strong ability to manage large contracts. The Program Manager must be
in place at the award of the contract.
4.1.2 Sector Management
Performance Requirement:
A Sector Manager will be responsible for day-to-day activities within each Sector outlined
in the PWS. The Sector Manager is designated as key personnel.
Performance Standard:
Provide a point of contact for each Sector who is knowledgeable in operational
management of contract operations. Individual should also have a proven track record of
managing staff, scheduling, and customer relations. This individual should have at least 10
years of successful employment history demonstrating strong management skills. The
Sector Manager must be in place at the award of the contract.
4.2 Mission Achievement
Performance Work Statement for DHS CBP Transportation Program

Performance Work Statement for DHS CBP Transportation Program


4.2.1 Operational Responsiveness
Performance Requirement:
Complete all missions in the Government approved Monthly Transportation Plans (unless
amended by other government directed changes) in a timely fashion.
Performance Standard:
A minimum of 95% of routes identified in the Monthly Transportation Plans approved by the
Government as amended by any Government directed changes were completed. Contractor
begins scheduled routes on time.
4.2.2 Route Change Implementation
Performance Requirement:
Complete all changes to the Government approved Monthly Transportation Plans in a timely
fashion.
Performance Standard:
A minimum of 90% of route changes to the Government approved Monthly Transportation Plan
requested by the Government were implemented. Contractor begins all assigned routes on time.
4.3 Professionalism, Safety and Security
4.3.1 Personnel Qualification Compliance
Performance Requirement:
All personnel are properly licensed and certified for their assignments in accordance with
federal, state, and local jurisdiction requirements.
Performance Standard:
100% of the personnel are licensed and certified for their assignments. Contractor maintains
records available for government audit upon request.
4.3.2 Policies and Procedures Compliance
Performance Requirement:
All personnel are properly qualified by the contractor for performance consistent with CBP
policy and procedures. All management policies and procedures are complied with.
Performance Standard:
100% of the management policies and procedures are complied with. Contractor maintains
records available for government audit upon request.
4.3.3 Safety Record
Performance Requirement:
Performance Work Statement for DHS CBP Transportation Program

Performance Work Statement for DHS CBP Transportation Program


Ensure vehicle mishaps, personnel injuries, detainee escapes, repatriation of pre-processed
detainees, etc. do not occur. Should an uncontrollable or unforeseen event occur, subsequent
investigation by Contractor, as verified by Government, should demonstrate that Contractor
personnel followed all policies and procedures established to prevent vehicle mishaps, personnel
injuries, detainee escapes, repatriation of pre-processed detainees, etc.
Performance Standard:
No vehicle mishaps, personnel injuries and detainee escapes, repatriation of pre-processed
detainees, etc. occur due to not following policies and procedures.
4.4 Monthly Transportation Plan
Performance Requirement:
Prepare a Monthly Transportation Plan which details the contract resources and schedules
needed to meet required performance requirements for the upcoming month. These reports shall
update the previous months transportation plan to account for adjustments based on operational
decisions and priorities made by the government.
Performance Standard:
The Contractor shall submit a Monthly Transportation Plan for the upcoming month for each
sector to their respective TOM, or the On-Duty Supervisor (ODS), for approval by the 25th
calendar day of each month. All documentation shall be provided electronically to their sector
TOM. All documentation shall be retained by the Contractor throughout the duration of this
program.
4.5 Fuel Savings Plan
Performance Requirement:
Propose and implement a fuel savings plan. Throughout the period of performance, the
Contractor shall continue to explore and propose fuel savings initiatives.
Performance Standard:
Pursuant to the Energy Policy Act, Executive Order 13423, fuel savings initiatives such as
procedures to reduce vehicle idle time, locate lowest cost fuel suppliers, and obtaining quantity
discounts are implemented and efficiency strategies such as low rolling resistant tires, synthetic
oils, and other technologies are employed. Quarterly fuel savings reports will be required to
report progress on fuel savings initiatives.
4.6 Notifications
Report all incidents referenced in subparagraphs 4.6.1 through 4.6.7 below to the following
parties via email immediately upon occurrence of the incident:

COTR/TOM/ODS

Contracting Officer

Performance Work Statement for DHS CBP Transportation Program

Performance Work Statement for DHS CBP Transportation Program

Contract Specialist

Program Manager/Director and Deputy

When the government identifies a reportable incident, an appropriate representative will notify
the Contractor, when such information will not compromise any on-going investigation. The
Contractor shall then take appropriate action to meet task order/contract reporting requirements.
4.6.1 Investigation Reports
Performance Requirement:
Provide immediate notification to the COTR and TOM of any investigations initiated.
Performance Standard:
Provide immediate notification to the COTR/TOM/ODS of any investigations initiated. Provide
the COTR and CO with the written results of any investigation conducted by Contractor relating
to the services provided by this contract within 24 hours of completion. All documentation shall
be provided electronically to the COTR.
4.6.2 Vehicle Accident Reports
Performance Requirement:
Provide immediate notification to the COTR/TOM/ODS in the event of a vehicle accident,
whether or not detainees require medical attention.
Performance Standard:
Provide the COTR, TOMS, and CO with the written detail of any accident within 24 hours of
incident. All documentation shall be provided electronically to the COTR by the Contractor
upon request. All documentation shall be retained by the Contractor throughout the duration of
this program.
4.6.3 Detainee escapes or attempts to escape while under the Contractors care and
custody
Performance Requirement:
Provide immediate notification to the COTR/TOM/ODS in the event of a detainee escape or
attempt to escape from custody while under the Contractors care and custody.
Performance Standard:
Provide the COTR, TOM, and CO with the written detail of any escape or attempt to escape
within 24 hours of incident. All documentation shall be provided electronically to the COTR by
the Contractor upon request. All documentation shall be retained by the Contractor throughout
the duration of this program.
4.6.4 Mission Impacting Mechanical Vehicle Problems
Performance Work Statement for DHS CBP Transportation Program

Performance Work Statement for DHS CBP Transportation Program


Performance Requirement:
Provide immediate notification to the COTR/TOM/ODS on any mechanical vehicle problems,
which might cause a delay in the transporting of detainees. This notification is required even for
cases that do not require the Government to respond to the site of the incapacitated vehicle. All
documentation shall be provided electronically to the COTR by the Contractor upon request. All
documentation shall be retained by the Contractor throughout the duration of this program.
Performance Standard:
Provide the COTR, TOM, and CO with the written detail of any mechanical vehicle problem
which caused an actual delay in the transporting of detainees within 24 hours of incident. All
documentation shall be provided electronically to the COTR by the Contractor upon request. All
documentation shall be retained by the Contractor throughout the duration of this program.
4.6.5 Use of Force
Performance Requirement:
Provide immediate notification to the COTR/TOM/ODS and CO in the event of any use of force
by Contractor personnel.
Performance Standard:
Provide the COTR, TOM, and CO with the following information, in writing, regarding the
event:

Date, time and location of the event

Device(s) used

Name and date of birth (if known) of the subject(s)

Nature and the extent of injuries claimed or observed

Current location of the subject

Any additional information as requested by the TOM.

All documentation shall be provided electronically to the COTR by the Contractor upon request.
All documentation shall be retained by the Contractor throughout the duration of this program.
4.6.6 Terrorism
Performance Requirement:
Notify the COTR/TOM/ODS immediately of any incident related to or potentially related to
terrorism or other criminal or threatening events witnessed by the contractor during the
performance of their duties, such as:

Encounter of suspected Weapons of Mass Destruction (WMD), including chemical,


biological, radiological, nuclear or explosive device; or

Encounter of documents, material or foreign currency from any country believed to


Performance Work Statement for DHS CBP Transportation Program

Performance Work Statement for DHS CBP Transportation Program


be affiliated with terrorism or receipt of information indicating that a suspected
terrorist or WMDs will enter or depart the U.S.
Performance Standard:
Provide the COTR, TOM, and CO with the written detail within 24 hours of incident. All
documentation shall be provided electronically to the COTR by the Contractor upon request. All
documentation shall be retained by the Contractor throughout the duration of this program.
4.6.7 Other Reportable Incidents
Performance Requirement:
In addition to terrorism related activity, the following is a list of reportable incidents that require
immediate notification to an on-duty CBP supervisor or manager:

Any death of, or injury to a Contractor employee who is on-duty

Any conduct of a Government or contract employee witnessed by a Contractor employee


that in the opinion of the employee is illegal or unethical;

Any shooting incidents involving Contractor employees, to include unintentional


discharges on or off-duty;

The death, injury, or escape of an individual which was caused by the actions of
Contractor personnel (either on or off duty) or occurred while the individual was detained
in Contractor custody (including vehicle accidents or suicide attempts);

Any assault of a Contractor employee (on or off duty) occurring in relation to his/her
employment or official duties;

Any use of contract-issued intermediate weapon (e.g., pepper spray, collapsible steel
baton) on a detainee on or off duty;

Any event or incident that has resulted or may result in media attention;

Unscheduled disruption of transportation services greater than 4 hours;

Damage to Government or civilian property including but not limited to buildings,


vehicles, or IT equipment;

Loss of Contractor issued radio containing official CBP frequencies;

Allegation of misconduct on duty including verbal, sexual, or physical abuse;

Any on-duty accident where Government property is involved regardless of damage


assessed;

Any on duty accident when detainees are being transported;

Any on duty accident where the damage to a Contractor transportation vehicle is


significant and will disrupt transportation service;

Any solicitation of a Contractor employee that could be construed as a bribe;

Any other event that may warrant review by senior management to include heroic acts
Performance Work Statement for DHS CBP Transportation Program

Performance Work Statement for DHS CBP Transportation Program


and/or public recognition (e.g., rescues), and

Any weapon or contraband found by the Contractor during the performance of their
duties.

Performance Standard:
Provide immediate notification to the on-duty Government Supervisor. Provide the COTR,
TOM, and CO with the written detail within 24 hours of incident. All documentation shall be
provided electronically to the COTR by the Contractor upon request. All documentation shall be
retained by the Contractor throughout the duration of this program.
4.7 Weekly Status Reports
Performance Requirement:
Provide a Weekly Status Report on contract performance and related issues to each TOM for
their Sector and a compiled Weekly Status Report to the COTR for all Sectors. Submit report by
the close of business on Monday for the preceding work week (Monday through Sunday).
Performance Standard:
Reports shall contain all contract performance activities and related metrics prescribed in the
Quality Assurance Surveillance Plan (QASP). Additionally, reports shall include the results of
any inspections conducted by law enforcement authorities, the status of all incidents and
mitigation actions that arise in the performance of the contract. Weekly Status Reports must be
submitted electronically in PDF or Microsoft Word format.
4.8 Metrics Reporting System
Performance Requirement:
Provide a reporting system that permits CBP personnel to assess historical data prescribed in the
Quality Assurance Surveillance Plan (QASP). This system shall provide access to a single
sectors data, as well as, all sector data. The reporting system must capture daily trip log
information to include the following data elements:

Sector Name
Route Identification Number
Shift/Trip Identifier
Trip Origin/Destination
Trip Start/Completion Time
Vehicle Mileage
Trip Load
Gender Demographics of Detainees Transported (Male/Female/Minor/UAC)
Transport Delays (time of delay and reason)
Number of stops (Waypoints) and stop time (from arrival to departure at a Waypoint)

The system shall enable a conversion of data to charts and graphs. No reporting system shall
require the installation of software or patches on a Government computer. If a graphical user
Performance Work Statement for DHS CBP Transportation Program

10

Performance Work Statement for DHS CBP Transportation Program


interface (GUI) device is proposed, it shall be approved by the Government. Any proposed
reporting system shall permit the Government to retrieve data over a variety of time periods; e.g.,
one week, multiple weeks.
Performance Standard:
Data available through the Metrics Reporting System shall be certified as valid by the
Contractor, stored in a secure environment, and easily exportable into a Microsoft Excel format
for comprehensive analysis by CBP staff. The contractor shall ensure that historic data is
available to the Government during the contract period of performance and exportable at the end
of the contract.
4.9 Risk Mitigation
Performance Requirement:
Identify, analyze and track risks as part of its risk management process. When a probability or
impact of a risk to contract performance is high, the Contractor will prepare a risk mitigation
plan in an effort to avoid or reduce the risk before the event. Alternatively, if the government
identifies a high probability or impact risk of contract performance, the government may direct
the contractor to conduct risk mitigation planning.
Performance Standard:
Status of risk mitigation actions taken shall be reported on the 25th calendar day of each month
until closed. At a minimum, the report shall address: risk identification, risk quantification and
classification, to the Government. The report will describe the status of mitigation activity for
risks that have required the development of a risk mitigation plan. All documentation shall be
provided electronically to the COTR. All documentation shall be retained by the Contractor
throughout the duration of this program.
4.10

Environmental, Safety and Occupational Health (ESOH)

Performance Requirement:
The policies, procedures, and guidelines for the environmental health program are intended to
evaluate and eliminate or control as necessary, sources of injuries and modes of transmission of
agents or vectors of communicable diseases.
Performance Standard:
Recognized standards of hygiene are provided by: American Correctional Association,
Occupational Safety and Health Administration, Environmental Protection Agency, Food and
Drug Administration, National Fire Protection Associations Life Safety Code, and the National
Center for Disease Control and Prevention. Appropriate activities shall be incorporated into the
Logistics Support Plan to evaluate and eliminate or control as necessary, sources of injuries and
modes of transmission of agents or vectors of communicable diseases.
4.11

Technical Requirements
Performance Work Statement for DHS CBP Transportation Program

11

Performance Work Statement for DHS CBP Transportation Program


The Contractor shall comply with the following Technical Requirements:
4.11.1 Use of One vs. Two Transportation Officers (TO)
Performance Requirement:
TOs may only transport up to the maximum number of detainees permitted by the vehicles rated
capacity. Under normal circumstances, the following requirements on the number of TOs apply:
ONE TRANSPORTATION OFFICER:
When using secured low mission capacity vehicles, one TO shall be used when:

Other TOs and/or CBP Agents/Officers will be present at origin and destination
locations (i.e. field-to-station pickups, voluntary return runs) so that the single TO
will not be responsible for moving subjects outside the vehicle without assistance by
other TOs and/or Government Agents/Officers.

If a lone TO transports an unaccompanied female detainee or an unaccompanied


juvenile, he/she shall maintain regular electronic voice communication with a
Contractor supervisor, radio operator, or other Government personnel at a separate
location, insofar as technologically possible. At a minimum, communication shall
include the TOs or units identity, route of travel, current location, and mileage at
both the starting and ending location, as a security precaution.

When using secured medium and high mission capacity vehicles for local Voluntary
Return transports within Border Patrol Sectors, one TO may be used so long as the
vehicle is equipped with a communication radio, the route taken permits immediate
response to a request for back-up, and other TOs and/or Government Agents/Officers
are present to assist with movement of detainees outside of the vehicle.

TWO TRANSPORTATION OFFICERS:


As a general rule, a minimum of two TOs shall be used on all transports including low mission
capacity vehicles when:

The demeanor of a detainee is either known or suspected of being combative or


assaultive;

The duration of the transport will extend over long distances or times (i.e. trips that
would normally average three hours or longer);

The transport will require stops for food, fuel, or restroom facilities;

Transporting detainees to facilities for administrative or criminal proceedings, and/or

Other TOs and/or Government Agents/Officers will not be present to assist with
movement of detainees outside the vehicle.

Any questions regarding the application of any transportation guidelines should be directed to
the COTR.
When sufficient transportation is available and practical, minors and UAC should not be
transported in the same vehicles as the adult detainee population. However, when separate
Performance Work Statement for DHS CBP Transportation Program

12

Performance Work Statement for DHS CBP Transportation Program


transportation is not available and practical, unaccompanied minors shall be separated from
unrelated adult males by a separate passenger compartment or an empty row of seats.
In addition, when transporting unaccompanied females in a secured medium or high mission
capacity vehicle, they must be segregated from the adult male population. Questions regarding
the application of any transportation guidelines should be directed to the COTR.
Performance Standard:
Contractor shall comply with the guidelines as to when the Contractor should use one or two
Transportation Officer(s) to escort persons detained pursuant to the authority granted
Government personnel under the Immigration and Nationality Act and/or other relevant statutes.
All other established procedures and guidelines remain applicable and shall be followed.
4.11.2 Release of Detainees at a Port of Entry
Performance Requirement:
Contractor shall not release any detainee at a Port of Entry without a Government Agent/Officer
at the departure gate to permit and verify those detainees who are departing voluntarily from the
United States.
Performance Standard:
If a detainee(s) is not accepted for voluntary return and Contractor is returning the detainee(s)
back to a Government station or office, the Contractor must immediately notify a Contractor
supervisor, radio operator, and Government personnel at the receiving location, and report the
number of detainees being returned back to the Government station or office for further
disposition.
4.11.3 Vehicles Interior Security Specifications
Performance Requirement:
Vehicles used to transport detainees must be of adequate design with features and equipment to
ensure security. Features include:

Physical separation of detainees from guards/Contractors

Physical separation between males and females and unaccompanied juveniles.

Video recording systems

Navigation and Communications systems

Alarm systems

Escape prevention systems (e.g., cages and bars)

Performance Standard:
Vehicle interior security specification shall meet Industry and Government Standards as a Secure
Detention Vehicle for transport of detainees. The government must approve the design prior to
the contractor placing any detainee transport vehicles in service.
Performance Work Statement for DHS CBP Transportation Program

13

Performance Work Statement for DHS CBP Transportation Program

4.11.4 Vehicle Operating Condition, Security and Cleanliness (Exterior and


Interior)
Performance Requirement:
Vehicles shall be maintained in good repair to ensure safety and serviceability. Vehicle security
features must be maintained in good serviceable condition. The interior and the exterior of the
vehicle shall be sufficiently clean to reflect positively on the Government. The contractor is
responsible for stocking each transport vehicle with appropriate consumables (water/cups, first
aid kits, bloodborne pathogen kits, latex gloves, fire extinguishers, etc.) that will allow their TOs
to effectively perform their missions. The government will provide detainee meals (i.e. sack
lunch) for long distance transport runs as needed.
Performance Standard:
Vehicle security features must be maintained to Industry Standards as a Secure Detention
Vehicle as approved by the designated Government representative prior to operation. The
contractor shall conduct a pre and post-shift check of the interior and exterior of each vehicle.
Should the inspection reveal deficiencies in vehicle security or appearance, the vehicle shall be
replaced and not used until the deficiencies are resolved. Inspection records must be available
for the government to audit upon request.
4.11.5 Use of Privately Owned Vehicles
Performance Requirement:
Contractor shall not allow employees to use their privately owned vehicles to transport detainees.
Performance Standard:
Only official vehicles designed for secure transport of detainees may be used to transport
detainees.
4.11.6 Being Armed While in the Secured (Caged) Portion of the Vehicle
Performance Requirement:
No armed Contractors are allowed in the secure (caged) portion of the vehicle.
Performance Standard:
Contractor shall ensure that officers are not armed while in the secured (caged) portion of the
vehicle.
4.11.7 Medical Escort/Guard Security Objectives
Performance Requirement:
Secure physical custody of detainees at medical facilities from the time the Contractor accepts
custody of the detainees from a Government Agent/Officer until custody of the detainees are
Performance Work Statement for DHS CBP Transportation Program

14

Performance Work Statement for DHS CBP Transportation Program


properly transferred back to a Government Agent/Officer. Adequate secure custody of detainees
requires physical control of the detainee at all times. The physical control of the detainee shall be
sufficient to prevent escape, especially where the detainee is not restricted within the confines of
a detention facility (cell) and/or restrained using restraining devices. The Contractor is
responsible for maintaining constant guard and observation of detainees at all times, in
accordance with the following:
A minimum of two guards per detainee are required for the purposes of maintaining security.
The TOM shall have the authority to determine an increase in the amount of contracted guards
when necessary, but may not reduce the number of guards assigned to monitor a single detainee
to less than two. A ratio of guards may be determined by the TOM to guard multiple detainees
within an immediate area. The configuration of the medical facility and a risk assessment by the
TOM may also alter the ratio of guards for detainees needed to ensure compliance with hospital
policy.
At least one guard should be of the same gender as the detainee in custody. If not operationally
feasible, the TOM shall be consulted for further direction. These duties will be coordinated with
and at the direction of the TOM, or designated representative.
All preparations must be completed before guards are required to start work and report to the
medical facility immediately upon notification by the COTR or TOM. Assume physical
responsibility of the detainee upon arrival to the medical facility.
All existing forensic policies of medical facilities should be followed. Furthermore, guards must
comply with any additional standards regarding medical facility policies that are provided to the
Contractor by the Government during performance of the task order/ contract.
No detainees are allowed visitors not approved by a CBP supervisor. Questions regarding
visitors shall be directed to the TOM when on-duty, and alternatively, to an On-Duty-Supervisor
(ODS).
Employees must undergo orientation to be utilized in providing the service herein described. The
orientation must be sufficient to ensure all employees understand and are capable of performing
the duties outlined in the terms and conditions of this contract.
Accept all detainees to be guarded throughout the delivery of medical treatment at a medical
facility unless the Contractor notifies the Government that they have concerns guarding a
particular individual and reasons for their concern. (If concerns regarding a detainee are raised,
immediate notification of the COTR or TOM via the established communication protocol for
further guidance is required.) This shall include escort and guard services, at all times, while
under treatment in a medical facility as directed by the TOM or ODS. In exceptional cases, the
TOM or ODS may make a determination that a detainee is unsuitable for Contractor guard
services. Detainees may be considered unsuitable for Contractor guards for a variety of reasons,
such as, the potential for violence, whether the detainee is deemed a high risk for an escape
attempt, and/or notoriety (i.e. witnesses to serious crimes). If a detainee is considered unsuitable
for Contractor guards by the TOM or ODS, the detainee will be escorted and guarded by
Government Agents/Officers. The TOM or ODS may revise an initial determination of
Contractor guard suitability at any time, and effect the corresponding change in guards at a
practicable time. At no time in the Contractors execution of treatment shall a detainee be
without escort and guard service.
Performance Work Statement for DHS CBP Transportation Program

15

Performance Work Statement for DHS CBP Transportation Program


Performance Standard:
Contractor shall ensure that medical escort/guard services objectives are met safely, efficiently,
and any actions taken are compliant with applicable regulations. All other established
procedures and guidelines are still applicable and shall be followed.
4.11.8 Communications Systems
Performance Requirement:
Establish an internal communications system that has direct and immediate contact with all
vehicles and post assignments, including a communications system, which has direct and
immediate contact with the Contractor supervisor, and the COTR or TOM.
Performance Standard:
Upon demand, the COTR or TOM shall be provided with the current location and status of all
vehicles and employee post assignments.
4.11.9 Immediate Medical Attention
Performance Requirement:
The most expedient action must be taken to ensure the impacted detainee receives immediate
medical attention in the event that a medical emergency arises while transporting a detainee.
Performance Standard:
Contractor personnel must be certified with a minimum of 8 hours in basic emergency medical training
such as First Aid and CPR. The Contractor shall communicate the situation to the TOM/ODS for further
direction.

4.11.10 Secure Document Delivery


Performance Requirement:
When the Government provides documents (i.e. A files) to a Contractor for safe and secure
transport along with the detainee(s), the documents must be delivered to an authorized recipient.
Performance Standard:
The Contractor shall ensure the material is properly secured in a government approved lock-box,
kept confidential, and not viewed by any person other than the authorized recipient.
4.11.11 Language Skills
Performance Requirement:
Proficiency in the Spanish language is required.
Performance Standard:

Performance Work Statement for DHS CBP Transportation Program

16

Performance Work Statement for DHS CBP Transportation Program


A minimum of one Contractor performing each transportation, medical escort and/or facilities
guard service activity must be proficient in the Spanish language (sufficiently proficient in the
Spanish language to carry out all transportation and security duties under this contract that
includes providing oral directions, responding appropriately to questions posed by Spanishspeaking detainees and assessing the status and condition of the detainees).
4.11.12 Citizenship and Residency for Employees
Performance Requirement:
U.S. citizenship and residency in the United States is required for all employees and
subcontractors working on this contract.
Performance Standard:
Contractor must be able to provide proof of U.S. citizenship for its employees and subcontractors
upon request.
4.12

Operational Capability Requirements


4.12.1 Transportation, Facility, and Medical Guard Services

Performance Requirement:
Provide all such transportation services as may be required to transport detainees securely and
directly to locations as directed by the TOM or ODS. While most transports occur within a
designated Sector as their normal area of operation, transport missions may also be assigned
transporting detainees from one Sector to another. Shifts will typically be assigned for eight or
ten hour duration. Periodically, operations will be required to the maximum allowed by Federal
Motor Carrier Safety Regulations (49 CFR Part 395). The primary function of the contractorprovided officers is transportation, however, when the contractor employees are not providing
transportation services, the contractor shall be assigned to supplement the Governments security
forces with security duties within the designated area of responsibility or to perform on-call
security duties as requested by the TOM or ODS. The Contractor will also respond to
unexpected situations, such as man-made and/or natural emergencies if an emergency response is
needed by the Government.
Performance Standard:
All transportation and security objectives shall be met through compliance with all applicable
state and federal regulations as well as the policies and procedures included in Section 3. In
addition, the Contractor shall comply with any additional standards and guidelines regarding the
use of force, the use of restraints and escort standards that are provided to the Contractor during
performance under the task order/contract.

4.12.2 Operational Availability


Performance Requirement:
Performance Work Statement for DHS CBP Transportation Program

17

Performance Work Statement for DHS CBP Transportation Program


Provide operational availability of transport, Transportation Officers, Medical Escort/Facility
Guards defined by a required capacity in operational hours. Appendix A identifies the base of
operational hours required for transport and Transportation Officer labor at each Sector.
Appendix B describes the Concept of Operations (CONOPs) typically supported by the CBP
mission support base. Each month the required operational hours are allocated to a
Transportation Plan for each Sector. While specific mission support assignments may change
from month to month in the Transportation Plan the base support will remain within the allocated
operational hours. Appendix B represents the requirements to prepare the Transportation Plan for
the first month of the contract.
Performance Standard:
All transportation and security objectives shall be met through compliance with all applicable
state and federal regulations as well as the policies and procedures included in Section 3. In
addition, the Contractor shall comply with any additional standards and guidelines regarding the
use of force, the use of restraints and escort standards that are provided to the Contractor during
performance under the task order/contract.
4.12.3 Mission Support Surge Capability
Performance Requirement:
Provide up to a 15% planned surge in mission support over the Mission Support Base in a given
Sector in any given month. A surge may be ordered in one or more Sectors at a time and for one
or more months. However, the total amount of surge beyond the Mission Support Base in a
given year across the entire contract is not expected to exceed 15% of the contracts total annual
base operational hours.
The surge must be pre-approved and will be incorporated into the upcoming monthly
Transportation Plan for the affected Sector(s). The 15% surge is defined by additional
operational hours required for transport and labor at the affected Sector(s). However, it
represents a surge from that Sectors Mission Support Base. Surge missions are typically similar
to the CONOPs described in Appendix B. Additional vehicles should not be needed to support
surge missions and would use the existing fleet supporting the Mission Support Base. In short,
the surge concept can be summarized as temporarily running the existing fleet harder within the
normal area of base operations.
Performance Standard
All transportation and security objectives shall be met through compliance with all applicable
state and federal regulations as well as the policies and procedures included in Section 3. In
addition, the Contractor shall comply with any additional standards and guidelines regarding the
use of force, the use of restraints and escort standards that are provided to the Contractor during
performance under the task order/contract.
4.12.4 Mobile Transport Response Team Capability
Performance Requirement:
Performance Work Statement for DHS CBP Transportation Program

18

Performance Work Statement for DHS CBP Transportation Program


Establish a Mobile Transport Response Team (MTRT) capability from contract resources in the
following Sectors: San Diego, Tucson, El Paso and Rio Grande Valley Sectors. The MTRT will
consist of contract personnel and vehicles that can rapidly deploy with high, medium, or low
capacity transportation outside of their base Sector to support enhanced CBP operations in
another SWB Sector.
Any MTRT deployments must be pre-approved by the CO and are typically similar to the
CONOPs described in Appendix B. Additional vehicles should not be needed to support MTRT
deployments, which would leverage existing fleet supporting the Mission Support Base. The
contractor will work with the COTR to determine which Mission Support Base routes would
therefore have to be re-prioritized to support an MTRT deployment. Generally, most MTRT
deployments will occur in a Sector where an adjacent Border Patrol Sector operating in the same
state can provide support. For example, San Diego Sector may require MTRT deployment
support from the El Centro Sector both based in California. This will therefore minimize the
need for additional driver and vehicle licensing for cross-state operations. In short, the MTRT
concept can be summarized as temporarily running the existing fleet in locations outside the
normal area of base operations.
Performance Standard:
An MTRT must be capable of 7/24 transport operations for a designated period that may extend
weeks or months. To support this function, the Contractor would temporarily relocate
Transportation vehicles and Transportation Officers from the supporting Sector to the sector
where an existing operation requires MTRT activation. The operational hours for the vehicles
and contract staff would be reduced from the supporting Sector to the receiving Sector and
operations adjusted accordingly. The contractor must provide for cross-state licensing and
certification to ensure flexibility of operations.
4.13. Meetings, Conferences, and Briefings
The Contractor shall attend, participate in and provide input to meetings, conferences and
briefings that relate to the contracted function and services. Scheduled meetings shall include:
Monthly meetings at each Sector. At minimum, attendance will include the contract
Sector Manager who will meet with the government Task Order Monitor for that Sector.
The purpose will be to review contract performance for the current month and to establish
requirements for the upcoming monthly transportation plan.
Quarterly Program Management Reviews (PMR). At minimum, attendance will include
the contract Program Manager and the contract Sector Manager for each Sector who will
meet with the government Program Manager, COTR and the Task Order Monitors for
each Sector. The primary purpose will be to review program and contract performance
for the preceding quarter. Typically, the PMR will be held at a rotating site in one of the
Sectors.
Special meetings may also be scheduled to address contract issues that may arise. Meetings
may start or end outside of normal working hours and any travel costs associated with
Government required meetings, conferences, and briefings would be paid for by the
Performance Work Statement for DHS CBP Transportation Program

19

Performance Work Statement for DHS CBP Transportation Program


Government in accordance with Section 12, Special Considerations; Sub-paragraph 12.2,
Travel. As requested by the COTR, the Contractor may be required to furnish a verbal or
written report within two (2) workdays after meeting completion.

5.

PERFORMANCE STANDARDS:

The performance objective for this PWS is to provide secure detainee land transportation from
point of arrest, station to station, station to port of entry for removal, detainee escort services,
court security transportation, medical escort, facilities guard and other detainee monitoring duties
in an effective, efficient, and flexible manner to meet the Governments operational requirements
throughout the SWB. Safety and security of Contractor personnel, detainees, and the public at
large shall remain a top priority. All transportation and security objectives shall be met through
compliance with all applicable state and federal regulations as well as the policies and
procedures included in Section 3. In addition, the Contractor shall comply with any additional
standards and guidelines regarding the use of force, the use of restraints, and escort standards
that are provided to the Contractor during performance under the task order/contract. Selective
performance standards are included in Section 4 following the performance requirements. The
Contractor shall be responsible for all costs associated with providing the services specified in
the task order/contract.
6.

DELIVERABLES AND DELIVERY SCHEDULE:

All deliverables will be sent to the COTR electronically for approval and as scheduled.
Item

Deliverable

001

Program Management Plan

002

Logistics Support Plan

003

Standard Operating Procedures (SOPs)

004

Fuel Savings Plan

005
006
007
008
009

Fuel Saving Report


Risk Mitigation Plan
Sector Transportation Plans
Notification Reports
Status Report

Timing
Due within 30 days of
contract award and
updates annually
thereafter
Due within 30 days of
contract award and
annually thereafter
Due within 30 days of
contract award and
annually thereafter.
New SOPs provided as
required.
Due within 30 days of
contract award.
Quarterly
As needed
Monthly
Within 24 hrs
Weekly

Sub-Task
Reference
6.1

6.2

6.3

4.5
4.5
4.9 and 6.1
4.4
4.6
4.7

Performance Work Statement for DHS CBP Transportation Program

20

Performance Work Statement for DHS CBP Transportation Program


010
011
012

Meetings, Conferences and Briefings


Meetings, Conferences and Briefings
Input
Meetings, Conferences and Briefings
Reports

As needed

4.13

As needed

4.13

As needed

4.13

6.1 Program Management Plan The Contractor shall develop a Program Management Plan
(PMP) for services described in the PWS. Provide an integrated Program Management
approach that will drive efficiency and process improvement. The PMP shall include
organizational structure, program management systems and procedures, program
milestones, schedule of deliverables, responsibilities and authority of senior staff associated
with this effort. The PMP shall outline the methodology for managing tasks, risks, quality,
schedule, and business relations. The program management support structure should fully
integrate and leverage all skills and work with various functional areas in evaluating
existing processes and identifying process improvement opportunities to drive business
results (i.e. cost reductions, operational efficiencies, adequate controls, etc.). Separate
Appendices will be attached to the PMP to address the following topics:

Subcontractor management and business relations.

Communications Internal and external.

Staffing Describe quantitatively and qualitatively, manpower requirements to support


the capability. Identify any manpower constraints. Estimate hours and labor mix for
each labor category by Sector (for both key and non-key personnel). Identify
qualification criteria for each labor category in terms of skill, experience, and
certifications. Provide a matrix of supervisory personnel positions for each Sector that
further describes actual qualifications for skill, experience certifications and currency.
In addition, provide a rsum for all key personnel.

Risk Management identify the methodology for identifying operating constraints


and plans for reducing risk and achieving performance objectives. Address risk
reporting, risk identification, risk quantification and classification, procedures for
handling risk, and communication of risks to the Government. Describe procedures for
the contractor to develop and report the status of mitigation activity via a Risk
Mitigation Plan for specific risks identified by the contractor or government.
Applicable section: 4.9, Risk Mitigation.

Training Describe the criteria and plan for obtaining timely effective training for
operators and maintainers, including the development of training aids, devices, and
curricula. Content shall include initial training, and currency training. Applicable
section: 4.3.1, Personnel Qualification Compliance and 4.3.2, Policies and Procedures
Compliance.

Quality Assurance Describes how the QA and supporting monthly surveillance


checklist shall align with the Quality Assurance Surveillance Plan (QASP) for all
Performance Work Statement for DHS CBP Transportation Program

21

Performance Work Statement for DHS CBP Transportation Program


services. The Contractor shall perform their own monthly assessment of quality,
schedule, business relations, and management.

Metrics Reporting Describe the approach to review operational and other


information to contract and program performance. Provide an auditable process for
certification and verification of data. This report system permits Government personnel
to assess performance against the PWS and review other operational information as
specified that measures efficiencies and operational effectiveness. Applicable sections:
4.7, Weekly Status Report and 4.8, Metrics Reporting System.

Transition In and Out Identify and discuss the roles and responsibilities of the
incumbent contractor, the new contractor and the Government. Provide the rationale to
accomplish the plan, its appropriateness, and how well the approach promotes a
seamless transition from the incumbent. The plan shall be thorough, providing Sector
by Sector details so that there will be minimum service disruption to vital Government
business. The Contractor shall describe procedures for initial deployment and fielding
to meet contract requirements.

6.2 Logistics Support Plan The Contractor shall detail the resources necessary (people,
equipment, property, and information technology) to meet the required performance
requirements and standards, and plan to account for adjustments made during the period of
performance as various operational decisions are made based on the existing threat. This
includes overarching goals for reliability, availability, and maintainability that translate into
specific support and long range performance. The logistics support plan shall include specific
explanations of quantitative and qualitative goals consistent with operational performance
standards. The Contractor shall fully describe the supply support concept including the
provisioning process and organic or third party logistics support. The Contractor shall
describe the approach for the identification, selection, and acquisition of all required support
equipment. The Contractor shall describe to what extent its proposed fleet will use costeffective vehicles with low greenhouse gas emissions and/or alternative fuel vehicles to
comply with the goals established in Executive Order 13514 Federal Leadership in
Environmental, Energy, and Economic Performance (October 5, 2009). As an alternative,
the Contractor may describe in detail its plan on how it would achieve these objectives over
the life of the contract and to what degree. The Logistics Support Plan must also include the
following components:

Fleet Maintenance Describe the activities and events to be conducted to achieve


maintainability goals including explicit definition of the maintainability goals. Include a
detailed description of the maintenance concept, the collection of maintenance data,
maintenance activities based on level of complexity, level of effort and availability of
assets.

Facilities/Infrastructure Describe, quantitatively and qualitatively, facilities and


infrastructure requirements to support the capability (transport and contract staff)
including any environmental and space allocation constraints. Content will include
determinations of facility design and locations to optimize the efficiency of operations.
Performance Work Statement for DHS CBP Transportation Program

22

Performance Work Statement for DHS CBP Transportation Program

Applicable sections: 4.2, Mission Achievement, 4.4 Monthly Transportation Plan, 4.5 Fuel
Savings Plan, 4.10 ESOH, 4.11 Technical Requirements, and 4.12 Operational Capability
Requirements.
6.3 Standard Operating Procedures (SOPs) Detail procedures and protocols that contract
staff will adhere to safe, effective and compliant operations. The sources for developing
SOPs include CBP policies, federal and industry standards, best practices and lessons
learned. At minimum SOPs shall include:
Personal Property Procedures Plan of Detainees Procedures for managing personal
property of detainees. Content shall include: search procedures, identification and
handling of contraband or dangerous material, security, record keeping.
Placement and Securing of Detainees in Vehicles Procedures for placing and
securing detainees in vehicles. Content shall include procedures for separation of gender,
families, unattended minors and record keeping.
Detainee Pickup Procedures for picking up and transferring detainees. Content will
include: required documents, identification, and procedures for assuming custody.
Use of Force Procedures for use of force and compliance with CBP Use of Force
policies. Content shall include: standards, procedures, training and certification
requirements, physical restraints and equipment.
Applicable sections: 4.3 Professionalism, Safety, and Security, 4.6 Notifications, 4.11 Technical
Requirements, and 4.12 Operational Capability Requirements.

7.

GOVERNMENT-FURNISHED PROPERTY, EQUIPMENT AND


INFORMATION:

The Government will not provide the Contractor with office or parking spaces at any location.
The Contractor is responsible for providing all facilities and equipment required to support
Contractor daily operations.
8.

PLACE OF PERFORMANCE:

The place of performance shall be both at the Contractor facilities and designated CBP field
locations as outlined in CBP Transportation, Medical Escort and Facility Guard Performance
Locations and Capabilities Requirements Table.
9.

PERIOD OF PERFORMANCE:

The period of performance shall be a one (1) year base period and four (4) option year periods.
10.

SECURITY:

10.1 Controls
The Contractor shall comply with the DHS administrative, physical and technical security
controls to ensure that the Governments security requirements are met.
Performance Work Statement for DHS CBP Transportation Program

23

Performance Work Statement for DHS CBP Transportation Program

10.2 Identification Badges


All Contractor employees shall wear Contractor provided, tamper proof photo identification
badges when working in Government facilities.
10.3 Security Background Data
Contractor must perform a comprehensive pre-employment screening of all employees to include
at a minimum, the following: psychological testing, honesty and integrity testing, employment
verification, identity verification, criminal records checks, credit check, drivers license check,
pre-employment and random drug screening on all personnel performing under this contract. The
Contractor shall continue to monitor each existing employees suitability to perform the duties
described in this PWS on an annual basis. Employees or candidates determined to have
questionable or unsuitable backgrounds shall not perform the duties listed in this PWS.
Successful background and/or other security investigation with no derogatory references or
convictions to include a favorable suitability determination rendered by the Sector Security
Officers; prospective employees must fully complete the SF-85P and SF-85PS along with an
Authority to Release. Additionally, personnel are subjected to National Crime Information
Center (NCIC), Treasury Enforcement Communication System (TECS), Citizenship and
Immigration Services (CIS), and state databases for a suitability determination by the Sector
Security Officer.
10.4 Notification of Personnel Changes
The Contractor shall notify the COTR, TOM and CO via phone, FAX, or electronic
transmission, no later than one work day after any key personnel changes occur. Written
confirmation is required for phone notification. This includes, but is not limited to, name
changes, resignations, terminations, and reassignments (i.e., to another contract.)
10.5 Separation Procedures
In accordance with Customs Directive No. 51715-006, Separation Procedures for Contractor
Employees, the Contractor is responsible for ensuring that all separating employees complete
relevant portions of the Contractor Employee Separation Clearance, Customs Form 242. This
requirement covers all Contractor employees who depart while a contract is still active
(including resignation, termination, etc.) or upon final contract completion. Failure of a
Contractor to properly comply with these requirements shall be documented and considered
when completing Contractor Performance Reports.
10.6 General Security Responsibilities during Performance
The Contractor shall ensure that its employees follow the general procedures governing physical,
environmental, and information security described in the various DHS regulations pertaining

Performance Work Statement for DHS CBP Transportation Program

24

Performance Work Statement for DHS CBP Transportation Program


thereto, good business practices, and the specifications, directives, and manuals for conducting
work to generate the products as required by this contract.
11.

QUALITY ASSURANCE SURVEILLANCE PLAN:

Quality Assurance Surveillance Plan: See Attachment 3


12.

SPECIAL CONSIDERATIONS:

12.1 Changes to the PWS


No changes to the PWS or cost increases shall be incurred without written prior approval of the
CO as coordinated by the COTR. Any changes or cost increases will not take effect until the CO
executes a written modification.
12.2 Travel
The Government will not reimburse the Contractor for travel to the primary place of
performance. The local commuting area is defined as a temporary duty outside of the "primary
place of performance, but within the vicinity surrounding it; and if the site is a minimum
driving distance of less than 50 miles by the most direct route from the primary place of
performance, the site is considered to be a part of the local commuting area.
Written approval from the COTR to the contractor shall be required for all travel outside the
place of performance. Long distance travel shall be performed on an as needed basis upon the
written authorization of the COTR. Every effort will be made to obtain economic airfares. Travel
and per diem costs are reimbursement in accordance with Federal Acquisition Regulation (FAR)
31.205-46, the Federal Travel Regulations and in accordance with acceptable accounting
procedures. A not to exceed (NTE) travel budget shall be established upon contract award to be
managed by the contractor and the contractor is required to notify the COTR upon a 75 percent
expenditure of travel budget.
12.3 Non-Disclosure of Information
Any information made available to the Contractor by the Government shall be used only for the
purpose of carrying out the provisions of this contract and shall not be divulged or made known
in any manner to any persons except as may be necessary in the performance of the task.
Contractors may be required to sign Non-Disclosure statements.

Performance Work Statement for DHS CBP Transportation Program

25

Performance Work Statement for DHS CBP Transportation Program


APPENDIX A Operational Availability hours for CBP Mission Support Base
The following table lists each Border Patrol Sectors estimated weekly and annual required
vehicle transport capacity, vehicle operational hours, and labor hours for both Transportation
Officers and Medical/Facility Guard Officers.
Mission Transport Capacity &
Hours

Staff Hours

Border Patrol Sector


DRT Weekly Hours
DRT Annual Hours

HIGH
50
2,600

MED
152
7,904

LOW
112
5,824

Transport
Medical
516
0
26,832

ELC Weekly Hours


ELC Annual Hours

0
0

0
0

336
17,472

336

EPT Weekly Hours


EPT Annual Hours

210
10,920

0
0

840
43,680

1,470

LRT Weekly Hours


LRT Annual Hours

200
10,400

0
0

280
14,560

816

MAR Weekly Hours


MAR Annual Hours

0
0

50
2,600

140
7,280

240

RGV Weekly Hours


RGV Annual Hours

344
17,888

0
0

896
46,592

1,584

SDC Weekly Hours


SDC Annual Hours

112
5,824

168
8,736

1,008
52,416

1,400
72,800

TCA Weekly Hours


TCA Annual Hours

1280
66,560

980
50,960

1,260
65,520

6,200
322,400

YUM Weekly Hours


YUM Annual Hours

280
14,560

0
0

0
0

560

TOTAL ANNUAL HOURS

128,752

70,200

253,344

682,344

0
17,472
0
76,440
0
42,432
0
12,480
0
82,368
1,008
52,416
0

0
29,120

Performance Work Statement for DHS CBP Transportation Program

52,416

26

Performance Work Statement for DHS CBP Transportation Program


APPENDIX B CONOPs for CBP Mission Support Base
The following table lists the likely route details for each Border Patrol Sector. Each sector may have multiple Route IDs, which may
have one or more routes (Quantity) running concurrent or overlapping shifts. As a general rule (except where noted):
A route with three 8-hour shifts would have each shift run back to back. For example:
Shift 1: 0800 1600
Shift 2: 1600 2400
Shift 3: 2400 0800
A route with three 10-hour shifts would have each shift staggered by eight hours. For example:
Shift 1: 0800 1800
Shift 2: 1600 - 0200
Shift 3: 2400 - 1000
A route with four 10-hour shifts would have each shift staggered by six hours. For example:
Shift 1: 0800 1800
Shift 2: 1400 - 2400
Shift 3: 2000 - 0600
Shift 4: 0200 - 1200

Days
per Week

Location

Annual Labor
Operational
Hours

Annual Vehicle
Operational
Hours

# of
TOs

ROUTE ID

Quantity

Capacity

Type

# of Shift
& Duration

DRT 01

Low

Transport

Two 8 hour shifts

7 (Mon Sun)

Del Rio, TX

5,824

5,824

DRT 02

High

Transport

One 10 hour shift

5 (Mon Fri)

Del Rio, TX

5,200

2,600

DRT 03

Medium

Transport

One 8 hour shift

5 (Mon Fri)

Del Rio, TX

4,160

2,080

DRT 04

Medium

Transport

Two 8 hour shifts

7 (Mon Sun)

Del Rio, TX

11,648

5,824

ELC 01

Low

Transport

Three 8 hour shifts

7 (Mon Sun)

El Centro, CA

8,736

8,736

Performance Work Statement for DHS CBP Transportation Program

27

Performance Work Statement for DHS CBP Transportation Program

Days
per Week

Location

Annual Labor
Operational
Hours

Annual Vehicle
Operational
Hours

# of
TOs

ROUTE ID

Quantity

Capacity

Type

# of Shift
& Duration

ELC 02

Low

Transport

Three 8 hour shifts

7 (Mon Sun)

Indio, Ca

8,736

8,736

EPT 01

High

Transport

Three 10 hour shifts

7 (Mon Sun)

El Paso, TX

21,840

10,920

EPT 02

Low

Transport

Three 10 hour shifts

7 (Mon Sun)

Lordsburg, NM

10,920

10,920

EPT 032

Low

Transport

Three 10 hour shifts

7 (Mon Sun)

El Paso, TX

21,840

10,920

EPT 04

Low

Transport

Three 10 hour shifts

7 (Mon Sun)

El Paso, TX

21,840

21,840

LRT 01

High

Transport

One 8 hour shift3

5 (Mon Fri)

Laredo, TX

20,800

10,400

LRT 02

Low

Transport

Three 8 hour shifts

3 (Mon, Wed,
Fri)

Laredo, TX

7,488

7,488

LRT 034

Low

Transport

Three 8 hour shifts

5 (Mon Fri)

Laredo, TX

12,480

6,240

LRT 045

Low

Transport

One 8 hour shift

1 (Various)6

Laredo, TX

1,664

832

MAR 01

Medium

Transport

One 10 hour shift

5 (Mon Fri)

Marfa, TX

5,200

2,600

MAR 02

Low

Transport

Two 10 hour shift

7 (Mon Sun)

Marfa, TX

7,280

7,280

RGV 01

High

Transport

Two 8 hour Shifts

7 (Mon Sun)

Harlingen, TX

23,296

11,648

RGV 02

High

Transport

Three 8 hour shifts

5 (Tue Sat)

Harlingen, TX

12,480

6,240

In EPT 03 one route requires 2 TOs per vehicle minimum due to security requirements.
In LRT 01 two to three routes occur at the same time.
4
LRT 03 is accomplished with 2 TOs and Facility Guard is performed at Ports of Entry when transportation is not
required.
5
LRT 04 is accomplished with 2 TOs due to the distances involved and transport of Unaccompanied Alien children
(UAC).
6
In LRT 04 transportation of UACs occur on various days of the week.
3

Performance Work Statement for DHS CBP Transportation Program

28

Performance Work Statement for DHS CBP Transportation Program

Days
per Week

Location

Annual Labor
Operational
Hours

Annual Vehicle
Operational
Hours

# of
TOs

ROUTE ID

Quantity

Capacity

Type

# of Shift
& Duration

RGV 03

Low

Transport

Three 8 hour shifts

7 (Mon Sun)

Harlingen, TX

8,736

8,736

RGV 04

Low

Transport

Two 8 hour Shifts

7 (Mon Sun)

Harlingen, TX

5,824

5,824

RGV 05

Low

Transport

Three 8 hour shifts

7 (Mon Sun)

Harlingen, TX

8,736

8,736

RGV 06

Low

Transport

Two 8 hour Shifts

7 (Mon Sun)

Corpus Christi,
TX

5,824

5,824

RGV 07

Low

Transport

Three 8 hour shifts

7 (Mon Sun)

McAllen, TX

17,472

17,472

SDC 017

High

Transport

Two 8 hour shifts

7 (Mon Sun)

San Diego, CA

11,648

5,824

SDC 028

Medium

Transport

Three 8 hour shifts

7 (Mon Sun)

San Diego, CA

8,736

8,736

SDC 03

Low

Transport

Three 8 hour Shifts

7 (Mon Sun)

San Diego, CA

17,472

17,472

SDC 04

Low

Transport

Three 8 hour shifts

7 (Mon Sun)

San Diego, CA

17,472

17,472

SDC 05

Low

Transport

Three 8 hour shifts

7 (Mon Sun)

San Diego, CA

17,472

17,472

SDC 06

N/A

Medical
Escort

Three 8 hour shifts

7 (Mon Sun)

San Diego, CA

52,416

TCA 019

High

Transport

Three 10 hour shifts

7 (Mon Sun)

Tucson, AZ

43,680

21,840

TCA 02

Medium

Transport

Four 10 hour shifts

7 (Mon Sun)

Tucson, AZ

58,240

29,120

TCA 03

Medium

Transport

Three 10 hour shifts

7 (Mon Sun)

Tucson, AZ

43,680

21,840

SDC 01 Supports ATEP transport SDC to ELC. One SDC bus picks ATEP detainees at Station Chula Vista
(Barracks 5), and San Ysidro POE and transports to ELS where detainees are transferred to YUMs bus #1 as
described above. Total San Diego Sector assets used: 1 bus for 1 eight hour shift per day, 7 days per week.
8
SDC 02 Requires only 1 TO for a medium capacity vehicle.
9
TCA 01 Three routes occur simultaneously. Supports ATEP transport TCA to YUM. Two TCA buses transport detainees from Tucson Coordination Center
(TCC) to Welton (WEL) in YUM and transfers detainees to YUM buses. Bus #1 carrying ATEP. Bus #2 carrying ATEP & Ajo Prosecutions. Two TCA
buses return from WEL empty.

Performance Work Statement for DHS CBP Transportation Program

29

Performance Work Statement for DHS CBP Transportation Program

Days
per Week

Location

Annual Labor
Operational
Hours

Annual Vehicle
Operational
Hours

# of
TOs

ROUTE ID

Quantity

Capacity

Type

# of Shift
& Duration

TCA 04

High

Transport

Three 10 hour shifts

7 (Mon Sun)

Tucson, AZ

43,680

21,840

TCA 05

High

Transport

One 10 hour shift

7 (Mon Sun)

Tucson, AZ

14,560

7,280

TCA 06

High

Transport

One 10 hour shift10

5 (Mon Fri)

Tucson, AZ

31,200

15,600

TCA 07

Low

Transport

Three 10 hour shifts

7 (Mon Sun)

Nogales, AZ

21,840

21,840

TCA 08

N/A

Facility
Guard

Three 10 hour shifts

7 (Mon Sun)

Tucson, AZ

21,840

TCA 09

Low

Transport

Three 10 hour shifts11

7 (Mon Sun)

Tucson, AZ

43,680

43,680

YUM 0212

High

Transport

Two 10 hour shifts

7 (Mon Sun)

Yuma, AZ

29,120

14,560

10

In TCA 06 one to six routes occur at the same time.


In TCA 09 four to eight routes occur at the same time.
12
YUM 02 Supports ATEP transport YUM to El Centro Sector (ELC).
YUM bus #1 transports ATEP detainees received from TCA to Immigration and Customs Enforcement Facility (ECC) in El Centro. YUM bus #2
transports ATEP & Ajo Prosecutions to Yuma Station (YUS), transfers Ajo Prosecutions to YUS and picks up YUM ATEP detainees, continues
transport to El Centro Station (ELS) for repatriation to Mexico.
YUM bus #1 picks up SDC ATEP detainees at ELS and transports to San Luis POE in Yuma Sector for repatriation to Mexico. If SDC ATEP detainee
count is less then 47, bus #2 returns to YUM empty.
11

Performance Work Statement for DHS CBP Transportation Program

30

Performance Work Statement for DHS CBP Transportation Program


APPENDIX C Operational Average Route Mileage for CBP Mission Support Base
The following table lists all the possible route waypoints within each Border Patrol Sector along
with the average mileage for a given route in that Sector.

SECTOR

STARTING
POINT

DRT

Del Rio Sector


HQ

ELC

El Centro
Station

EPT

El Paso Sector
HQ

LRT

Laredo Sector
HQ

MAR

Marfa
Sector HQ

WAYPOINTS13
GEO Correctional Institute, Del Rio Federal Court, Eagle Pass
BP Station, Eagle Pass POE, Eagle Pass South BP Station,
Carrizo Springs BP Station, GEO Val Verde Detention Center,
Del Rio POE, San Angelo BP Station, Abilene BP Station,
Kinney County Detention Center, Kinney Jail, Crystal City
Detention Center, Zavala County Detention Center, GEO
Maverick County, Tom Bowles Detention Center, Del Rio BP
Station, Del Rocksprings BP Station, Comstock BP Station,
Brackettville BP Station, Uvalde BP Station
Calexico BP Station, Calexico POE, Andrade POE, Imperial
County Jail, El Centro Detention Center, Indio BP Station,
Riverside BP Station, San Bernardino County Jail, Federal
Correction Institute of Victorville, Chino State Prison,
Temecula BP Station, Metropolitan Correctional Center San
Diego, El Centro BP Station, Highway 86 BP Checkpoint,
Highway 111 BP Checkpoint, Los Angeles Magistrate Court
Lordsburg BP Station, Otero County Jail, Paso Del Norte POE,
El Paso County Jail, Santa Teresa BP Station, New Mexico
Local Runs, Ysleta BP Station, Ysleta POE, Ysleta
Checkpoint, Sierra Blanca BP Checkpoint, Fort Hancock BP
Station, Fabens BP Station, West Texas Jail, Las Cruces BP
Station, Truth or Consequences Bp Station, Alamogordo BP
Station, Dona Ana Jail, IH-10 BP Checkpoint, Deming BP
Station, Luna County Jail
Laredo North BP Station, Laredo South BP Station, Laredo
Magistrate Court, Zapata BP Station, Hebbronville BP Station,
Freer BP Station, Laredo POE, Cotulla BP Station, Laredo
West BP Station
Sierra Blanca BP Station, Van Horn BP Station, Pecos BP
Station, Fort Stockton BP Station, Midland BP Station,
Presidio BP Station, Midland BP Station

ENDING
POINT

Average
Route
Mileage14

Del Rio
Sector HQ

232

El Centro
Station

160

El Paso
Sector HQ

244

Laredo
Sector HQ

96

Marfa
Sector HQ

Ad Hoc 15

13

Waypoints identify all known stop points for that Route ID. Operationally, the need to stop at a particular
waypoint will be based on whether they have detainees that must be picked up or dropped off on that particular
run. Mileage was calculated for each Route ID based on a single trip stopping once at each way point, except for
one Route IDs identified as Ad Hoc. When a designated route is completed prior to the end of shift the TO may be
tasked to perform additional transport or non-transport functions to the end the shift period.
14
Mileage calculations in table reflect a maximum expected requirement.
15
Route IDs noted as Ad Hoc stage from the start point or a designated waypoint and make transports to one or
more waypoint, as needed, during that shift. Mileage was calculated based on the maximum expected mileage for
that shift. When a designated route does not require transport the TO may be tasked to non-transport functions to
the end the shift period.

Performance Work Statement for DHS CBP Transportation Program

31

Performance Work Statement for DHS CBP Transportation Program

SECTOR

RGV

SDC

TCA

YUM

STARTING
POINT

San Benito,
TX

San Ysidro
POE,
Brown Field
BP Station

Tucson Sector
HQ

Yuma
Sector HQ

ENDING
POINT

WAYPOINTS13
Kingsville BP Station, Harlingen BP Station, Brownsville BP
Station, Fort Brown BP Station, Gateway POE, Port Isabel
Detention Center, Falfurrias BP Station, McAllen BP Station,
Hidalgo POE, Weslaco BP Station, Starr County Jail, Rio
Grande City BP Station, Roma POE, La Villa Detention
Center, McAllen Federal Court, Brownsville Federal Court,
McAllen BP Station, Aransas County Jail, San Patricio County
Jail, Beeville County Jail, Port Lavaca County Jail, Refugio
County Jail, Victoria Sheriffs Office, Dewitt County Sheriffs
Office, Calhoun Sheriffs Office, Southwest Keys,
International Educations Services, Lutheran Social Services
Boulevard BP Station, I-8 Checkpoint, Campo BP Station,
Imperial Beach BP Station, Chula Vista BP Station, Murrieta
BP Station, San Clemente BP Station, El Centro BP Station,
Barracks 5, Brownfield BP Station, Metropolitan Correctional
Center, Brownfield BP Station, San Ysidro POE, San Diego
County Jail, Las Colinas Detention Center, Casa San Juan
Detention Center, Local Hospitals
TCC, Wellton BP Station, Maricopa County Sheriff Office
Sub-Station, Florence ICE Detention Facility, Lordsburg BP
Station, Douglas BP Station, Douglas POE, Naco BP Station,
Sonoita BP Station, Nogales BP Station, Ajo BP Station, Three
Point BP Station (Satellite) , CAG LEC, I-90 Checkpoint,
Wilcox BP Station, DeConcini POE, Mariposa POE, SR
286/MP16 (Field To Station), Highway 86 BP Checkpoint,
Arivaca Road/MP 17 (Field to Station), I-19 Checkpoint, Eloy
Detention Center, Casa Grande BP Station, Tucson Federal
Court
Yuma Federal Court, San Luis Detention Center, Blythe BP
Station, Wellton BP Station, ATEP Routes

San Benito,
TX

Average
Route
Mileage14

203

San Ysidro
POE, Brown
Field BP
Station

112

Tucson
Sector HQ

212

Yuma
Sector HQ

269

DRAFT
Performance Work Statement for DHS CBP Transportation Program

32

Performance Work Statement for DHS CBP Transportation Program


APPENDIX D List of Acronyms
ATEP
CBP
CFR
CIS
CO
CONOPS
COTR
DHS
DRT
ELC
EPT
ESOH
FAR
FY
GUI
ICE
LRT
MAR
MTRT
NCIC
OBP
ODS
OFO
PMP
POE
PWS
QASP
RGV
SDC
SOPs
SWB
TCA
TECS
TOM
UAC
U.S.
WMD
YUM

Alien Transfer and Exit Program


Customs and Border Protection
Code of Federal Regulations
Citizenship and Immigration Services
Contracting Officer
Concept of Operations
Contracting Officers Technical Representative
Department of Homeland Security
Del Rio Border Patrol Sector
El Centro Border Patrol Sector
El Paso Border Patrol Sector
Environmental, Safety and Occupational Health
Federal Acquisition Regulation
Fiscal Year
Graphical User Interface
Immigration and Custom Enforcement
Laredo Border Patrol Sector
Marfa Border Patrol Sector
Mobile Transport Response Team
National Crime Information Center
Office of Border Patrol
On Duty Supervisor
Office of Field Operations
Program Management Plan
Port of Entry
Performance Work Statement
Quality Assurance Surveillance Plan
Rio Grande Valley Border Patrol Sector
San Diego Border Patrol Sector
Standard Operating Procedures
Southwest Border
Tucson Border Patrol Sector
Treasury Enforcement Communication System
Task Order Manager
Unaccompanied Alien Child
United States
Weapons of Mass Destruction
Yuma Border Patrol Sector

DRAFT
Performance Work Statement for DHS CBP Transportation Program

33

HSBP1012R0020

$77$&+0(1736UBCONTRACTING PLAN OUTLINE

CUT SHEET

HSBP1012R0020 ATTACHMENT #3
U.S. CUSTOMS AND BORDER PROTECTION (CBP)
SMALL, HUBZone SMALL, SMALL DISADVANTAGED, WOMEN-OWNED
VETERAN-OWNED SMALL BUSINESS & SERVICE DISABLED VETERANOWNED SMALL BUSINESS SUBCONTRACTING PLAN OUTLINE
The following outline meets the minimum requirements of Public Law 95-507 and the
Federal Acquisition Regulation (FAR) Subparts 19.7. It is intended to be a guideline. It is
not intended to replace any existing corporate plan which is more extensive. If assistance
is needed to locate small business sources, contact the U.S. Customs and Border
Protection (CBP) Small Business Specialist, Mr. Clarence Abernathy (317) 614-4562.
Please note that CBP has subcontracting goals of 45% for small business, 3.0 for
HUBZONE small business, 5.0% for small disadvantaged business, 5.0% for womenowned small business and a 3% goal for Service Disabled Veteran-Owned (a subset of
veteran owned small businesses) concerns for fiscal year 2012 -2013.
For full and open transactions, CBP traditionally includes the Subcontracting Plan and
other socio-economic criteria as evaluation factors for award. In these instances, the
highest socio-economic scores are given to the offeror proposing the highest cumulative
dollars in all socio-economic categories. Accordingly, the offeror proposing the highest
cumulative subcontracting dollars combined with the best historical record for achieving
subcontracting goals derives a competitive advantage. CBP encourages offerors to
propose socio-economic subcontracting goals which exceed the goals in each socioeconomic category whenever possible.
The key players for review and signature of the subcontracting plan are the Small
Business Specialist (SBS), Small Business Administration (SBA) - Procurement Center
Representative (PCR), and the Contracting Officer (CO).
Identification Data:
Company Name: ________________________________________________
Address: ______________________________________________________
Date Prepared: _______________ Solicitation Number: _________________
Item/Service: ___________________________________________________
Place of Performance: ____________________________________________
1. TYPE OF PLAN:

(Check only one).

_________

INDIVIDUAL PLAN: In this type of plan all elements are developed


specifically for this contract and are applicable for the full term of this
contract.

_________

MASTER PLAN: In this type of plan, goals are developed for this contact; all
other elements are standard. The master plan must be approved every three
(3) years. Once incorporated into a contract with specific goals, it is valid for
the life of the contract.

_________

COMMERCIAL PLAN: This type of plan is used when the contractor sells
products and services customarily used for nongovernment purposes.
Plan/goals are negotiated with the initial agency on a company-wide basis
rather than for individual contracts. The plan is effective only during year

1/24/2012

HSBP1012R0020 ATTACHMENT #3
approved. The contractor must provide a copy of the initial agency approval,

2.

GOALS:

FAR 19.704(a) (1) requires separate dollar and percentage goals for using small business
concerns, HUBZone small business concerns, small disadvantaged business concerns, womenowned small business and veteran-owned small business concerns as subcontractors for the base
year and each option year. (Please note that the goals for HUBZONE small business, small
disadvantaged business, women-owned small business, and veteran-owned small business
concerns are subsets of the small business goal).
A.
Estimated dollar value of all planned subcontracting, i.e., to all types of business concerns
under this contract is:
FY__
BASE
$_______

B.

FY__
1ST OPTION
$_________

FY__
2ND OPTION
$_________

FY__
3RD OPTION
$_________

FY__
4TH OPTION**
$___________

Estimated dollar value* and percentage of planned subcontracting to small business concerns is:
(*This figure includes the amount in C., D., E., and F. below.)

FY__
BASE
$_______
________%

FY__
1ST OPTION
$_________
__________%

FY__
2ND OPTION
$_________
__________%

FY__
3RD OPTION
$_________
__________%

FY__
4TH OPTION**
$___________
___________%

C. Estimated dollar value and percentage of planned subcontracting to HUBZone small business
concerns are:
FY__
BASE
$_______
________%

FY__
1ST OPTION
$_________
__________%

FY__
2ND OPTION
$_________
__________%

FY__
3RD OPTION
$_________
__________%

FY__
4TH OPTION**
$___________
___________%

D. Estimated dollar value and percentage of planned subcontracting to small disadvantage business
concerns is:
FY__
BASE
$_______
________%

FY__
1ST OPTION
$_________
__________%

FY__
2ND OPTION
$_________
__________%

FY__
3RD OPTION
$_________
__________%

FY__
4TH OPTION**
$___________
___________%

E.
Estimated dollar value and percentage of planned subcontracting to small women-owned
business concerns is:
FY__
BASE
$_______
________%

FY__
1ST OPTION
$_________
__________%

FY__
2ND OPTION
$_________
__________%

FY__
3RD OPTION
$_________
__________%

FY__
4TH OPTION**
$___________
___________%

1/24/2012

HSBP1012R0020 ATTACHMENT #3

F.

Estimated dollar value and percentage of planned subcontracting to veteran-owned small


business concerns is:

FY__
BASE
$_______
________%

FY__
1ST OPTION
$_________
__________%

FY__
2ND OPTION
$_________
__________%

FY__
3RD OPTION
$_________
__________%

FY__
4TH OPTION**
$___________
___________%

**IF ANY CONTRACT HAS MORE THAN FOUR OPTIONS, PLEASE ATTACH ADDITIONAL SHEETS
SHOWING DILLAR AMOUNTS AND PERCENTAGES.

G.

Supplies and/or services to be subcontracted under this contract, business size (i.e., SB,
HUBZone, SDB, WOSB, VOSB and LB), and the estimated dollar expenditure, are: (Check all
that apply).

SUPPLY/
SERVICE

COMPANY
NAME
(IF KNOWN)

BUSINESS
SIZE
(SB, HUBZone, SDB,
VOSB, LB)

DOLLAR
AMOUNT

___________________________________________________(Attach additional sheets if necessary.)


H.

Explain the methods used to develop the subcontracting goals for small, HUBZone small
business, small disadvantaged, women-owned small business, and veteran-owned small
business concerns. Explain how the product and service areas to be subcontracted were
established, how the areas to be subcontracted to small, HUBZone small business, small
disadvantage, women-owned small, and veteran-owned small businesses were determined, and
how the capabilities of small, HUBZone small, small disadvantage, women-owned small, and
veteran-owned small businesses were determined. Identify all source lists used in the
determination process.
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________

1/24/2012

HSBP1012R0020 ATTACHMENT #3
I.

Indirect and overhead costs_____ HAVE BEEN


_____ HAVE NOT BEEN
Included in the dollar and percentage subcontracting goals stated above. (Check one.)

J.

If indirect and overhead costs HAVE BEEN included, explain the method used to determine the
proportionate share of such costs to be allocated as subcontracts to small, HUBZone small, small
disadvantaged, women-owned small, and veteran-owned small business concerns.

__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
3.

PLAN ADMINISTRATOR:

FAR 19.704 (a) (7) required information about the company employee who will administer the
subcontracting program. Please provide the name, title address, phone number, position within the
corporate structure and the duties of that employee.
Name:
Title:
Address:
Telephone:
Position:
Duties:
Does the individual perform the following? (If NO is checked, please indicate who in the
company performs those duties, or indicate why the duties are not performed in your company).
A.

Developing and promoting company/division policy statements that demonstrate the


companys/divisions support for awarding contracts and subcontracts to small,
HUBZone small, small disadvantaged, women-owned small, and veteran-owned small
business concerns.
_________________YES

___________________NO

B.

Developing and maintaining bidders lists of small, HUBZone small, small disadvantage,
women-owned small, and veteran-owned small business concerns from all possible
sources.
_________________YES
___________________NO

C.

Ensuring periodic rotation of potential subcontractors on bidders lists.

_________________YES
D.

___________________NO

Assuring that small, HUBZone small, small disadvantaged, women-owned small, and
veteran-owned small businesses are included on the bidders list for every subcontract
solicitation for products and services they are capable of providing.

_________________YES

___________________NO

1/24/2012

HSBP1012R0020 ATTACHMENT #3
E.

Ensuring that subcontract procurement packages are designed to permit the maximum
possible participation of small, HUBZone small, small disadvantage, women-owned
small, and veteran-owned small businesses.
_________________YES

F.

___________________NO

Reviewing subcontract solicitations to remove statements, clauses, etc., which might


tend to restrict or prohibit small, HUBZone small, small disadvantaged, women-owned
small, and veteran-owned small business participation.
_________________YES

G.

___________________NO

Ensuring that the subcontract bid proposal review board documents its reasons for not
selecting any low bids submitted by small, HUBZone small, small disadvantage, womenowned small, and veteran-owned small business concerns.

_________________YES
H.

___________________NO

Overseeing the establishment and maintenance of contract and subcontract award


records.

_________________YES

I.

___________________NO

Attending or arranging for the attendance of company counselors at Business


Opportunity Workshops, Minority Business Enterprise Seminars, Trade Fairs, etc.

_________________YES
J.

___________________NO

Directly or indirectly counseling small, HUBZone small, small disadvantaged, womenowned small, and veteran-owned small business concerns on subcontracting
opportunities and how to prepare responsive bids to the company.

_________________YES
K.

___________________NO

Providing notice to subcontractors concerning penalties for misrepresentations of


business status as small, HUBZone small, small disadvantage, women-owned small, or
veteran-owned small business for the purpose of obtaining a subcontract that is to be
included as part or all of a goal contained in the contractors subcontracting plan.

_________________YES

L.

___________________NO

Conducting or arranging training for purchasing personnel regarding the intent and
impact of Public Law 95-907 on purchasing procedures.

_________________YES

___________________NO

1/24/2012

HSBP1012R0020 ATTACHMENT #3
M.

Developing and maintaining an incentive program for buyers which supports the
subcontracting program.

_________________YES
N.

___________________NO

Monitoring the companys performance and making any adjustments necessary to


achieve the subcontract plan goals.

_________________YES
O.

___________________NO

Preparing and submitting timely reports.

_________________YES
P.

___________________NO

Coordinating the companys activities during compliance reviews by Federal agencies.

_________________YES

___________________NO

4. EQUITABLE OPPORTUNITY:
FAR 19.704 (a) (8) requires a description of the efforts your company will make to ensure that small,
HUBZone small, small disadvantaged, women-owned small, and veteran-owned small business
concerns will have an equitable opportunity to compete for subcontracts. (Check all that apply.)
a. Outreach efforts to obtain sources:
_________Contacting minority and small business trade associations
_________Contacting business development organizations
_________Attending small and minority business procurement conferences and
trade fairs
_________Finding sources from the Small Business Administrations Procurement
Network (ProNet)
b. Internal efforts to guide and encourage purchasing personnel:
_________Presenting workshops, seminars and training programs
_________Establishing, maintaining and using small, HUBZone small, small
disadvantaged, women-owned small, and veteran-owned small business
source lists, guides and other data for soliciting subcontracts
_________Monitoring activities to evaluate compliance with the subcontracting plan
c. Additional efforts: (Please describe.)
____________________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________

1/24/2012

HSBP1012R0020 ATTACHMENT #3

5. CLAUSE INCLUSIONS AND FLOW DOWN:


Far 19.704 (A) (9) requires that your company include FAR 52.219-8, Utilization of Small Business
Concerns, in all subcontracts that offer further subcontracting opportunities. Your company must
require all subcontractors, except small business concerns, that receive subcontracts in excess of
$550,000 ($1,000,000 for construction) to adopt and comply with a plan similar to the plan required by
FAR 52.219.9, Small Business Subcontracting Plan.
Your company agrees that the clause will be included and that the plans will be reviewed against the
minimum requirements for such plans. The acceptability of percentage goals for small, HUBZone
small, small disadvantaged, women-owned small, and veteran-owned small business concerns must be
determined on a case-by-case basis depending on the supplies and services involved, the availability of
potential small, HUBZone small, small disadvantaged, women-owned small, and veteran-owned small
business subcontractors and prior experience. Once the plans are negotiated, approved, and
implemented, the plans must be monitored through the submission of periodic reports, including the
Electronic Subcontracting Reporting System (eSRS), at http://www.esrs.gov).
6. REPORTING AND COOPERATION
FAR 19.704(a) (10) requires that your company (1) cooperate in any studies or surveys as may be
required, (2) submit periodic reports into eSRS which show compliance with the subcontracting plan;
(3) submit Individual Subcontracting Report (ISR), and Summary Subcontract Report (SSR), in
accordance with Class Deviation from FAR dated March 8, 2006; and (4) ensure that subcontractors
agree to submit the ISR and SSR into eSRS. The cognizant Contracting Officer of CBP must receive
the reports (within 30 days after the close of each calendar period. That is:
Calendar Period

Report Due

Date Due

Send Report To

10/01 03/31

ISR

04/30

Contracting Officer

04/01 09/30

ISR

10/30

Contracting Officer

10/01 09/30

ISR

10/30

Contracting Officer

7. RECORDKEEPING:
FAR 19.704 (a) (11) requires a list of the types of records your company will maintain to demonstrate
the procedures adopted to comply with the requirements and goals in the subcontracting plan. (Check
all that apply.) (If NO is checked, please indicate why these types of records are not maintained).
A. Small, small disadvantaged, women-owned small, HUBZone small, veteran-owned small business
concern source lists, guides, and other data identifying such vendors.
____________YES
____________NO
B. Organizations contracted for small, small disadvantaged, women-owned small, HUBZone small,
veteran-owned small and service disabled veteran-owned small business sources.
____________YES
____________NO

1/24/2012

HSBP1012R0020 ATTACHMENT #3

C. On a contract-by-contract basis, records on all subcontract solicitations over $100,000 which


indicate fore each solicitation (1) whether small business concerns were solicited, and if not, why
not; (2) whether small disadvantaged business concerns were solicited, and if not, why not; (3)
whether women-owned small business concerns were solicited, and if not, why not; (4) whether
HUBZone small business concerns were solicited, and if not, why not; (5) whether veteran-owned
small business concerns were solicited, and if not, why not; (6) whether service disabled veteranowned small businesses were solicited, and if not, why not; and (7) reasons for the failure of
solicited small, small disadvantaged, women-owned small, HUBZone small, veteran-owned small,
and service disabled veteran-owned small business concerns to receive the subcontract award..
____________YES
____________NO
D. Records to support other outreach efforts, e.g., contacts with minority and small business trade
associations, attendance at small and minority business procurement conference and trade fairs.
____________YES
____________NO
E. Records to support internal activities to (1) guide and encourage purchasing personnel, e.g.,
workshops, seminars, training programs, incentive awards; and (2) monitor activities to evaluate
compliance.
____________YES
____________NO
F. On a contract-by-contract basis, records to support subcontract award data including the name,
address and business size and ownership status (SDB, WOB, HUBZone, VOSB, SDVOSB, etc.) of
each subcontractor. (This item is not required for company or division-wide commercial plans.)
____________YES
____________NO
G. Other records to support your compliance with the subcontracting plan: (Please describe)
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
8. TIMELY PAYMENT TO SUBCONTRACTORS
FAR 19.702 requires your company to establish an use procedures to ensure the timely payment
of amounts due pursuant to the terms of your subcontract with small business concerns, small
disadvantaged business concerns, women-owned small business concerns, HUBZone small
business concerns, veteran-owned small business concerns, and service disabled veteranowned small business concerns.
Your company has established and uses such procedures:
____________YES

_____________NO

9. DESCRIPTION OF GOOD FAITH EFFORT


Maximum practicable utilization of small, small disadvantaged women-owned small, HUBZone small,
veteran-owned small, and service disabled veteran-owned small business concerns as subcontractors
in Government contracts is a matter of national interest with both social and economic benefits. When
a contractor fails to make a good faith effort to comply with a subcontracting plan, theses objectives are
not achieved, and 15 U.S. C. 637 (d) (4) (F) directs that liquidated damages shall be paid by the
contractor. In order to demonstrate your compliance with a good faith effort to achieve the small, small

1/24/2012

HSBP1012R0020 ATTACHMENT #3
disadvantaged, women-owned small, HUBZone small, veteran-owned small, and service disabled
veteran-owned small business subcontracting goals, outline the steps your company plans to take.
These steps will be negotiated with the contracting officer prior to approval of the plan.
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
10. SIGNATURES REQUIRED
This subcontracting plan was SUBMITTED by:
Signature:
Typed Name:
Title:
Date:
This subcontracting plan was REVIEWED by:
Signature:
Typed Name:
Title: Contracting Officer
Date:
This subcontracting plan was REVIEWED by:
Signature:
Typed Name:
Title: Small Business Specialist
Date:
This subcontracting plan was REVIEWED by:
Signature:
Typed Name:
Title: Small Business Administration - PCR
Date:

This subcontracting plan was ACCEPTED by:


Signature:
Typed Name:
Title: Contracting Officer
Date:

1/24/2012

HSBP1012R0020

$77$&+0(174PAST PERFORMANCE QUESTIONAIRRE

CUT SHEET

Department of Homeland Security

CBP Transportation Program

HSBP1012R0020(ATTACHMENT 4)

PAST PERFORMANCE QUESTIONNAIRE


PART ONE: INSTRUCTIONS
The company who has provided you with this form is proposing on a Department of Homeland
Security, Bureau of Customs and Border Protection solicitation to provide transportation services.
Past Performance is an important part of the evaluation criteria for this acquisition, so your input is
very important. Please provide an honest assessment and return the questionnaire in a sealed
envelope to the requestor.

PART TWO: GENERAL INFORMATION


1. OFFERORS NAME AND ADDRESS

2. CUSTOMER ORGANIZATION

3. CONTRACT NUMBER:

2a. EVALUATOR

4. CONTRACT VALUE :

NAME:

$
_______________________

TITLE:
PHONE NO:

5. CONTRACT AWARD DATE:


/

6. CONTRACT COMPLETION DATE:

7. CONTRACT TYPE:

8. COMPLEXITY OF WORK (Circle


One Response):

______________________________________
DIFFICULT
PART TWO: GENERAL INFORMATION CONTINUED
1

ROUTINE

Department of Homeland Security

CBP Transportation Program

HSBP1012R0020(ATTACHMENT 4)

9. BRIEF DESCRIPTION OF YOUR CONTRACT REQUIREMENTS:

PART THREE: OFFEROR PERFORMANCE RATING


On the following pages, please summarize the offerors performance in each rating factors.
Each factor has a set of subfactors with four possible adjectival ratings. Determine the
adjectival rating that most nearly represents your experience with this offeror and indicate
your assessment by placing an X under the appropriate heading. Offeror performance
factors are:
A.
B.
C.
D.

QUALITY OF SERVICES/REPORTS
PROJECT MANAGEMENT - RESOURCE ALLOCATION
TIMELINESS OF PERFORMANCE
COST EFFECTIVENESS

Adjectival ratings are defined below and should be used as a reference in assessing
performance:

EXCEPTIONAL =

Offers performance met all contract requirements and exceeded many to


the customers benefit. Offerors performance has resulted in a high level
of efficiency, productivity and quality. Very little risk anticipated with
performance or lack of customer satisfaction.

SATISFACTORY = Offers performance met customer expectations or contract


requirements. Some potential risk and lack of customer
satisfaction is anticipated based upon the offerors past performance.
UNSATISFACTORY = Performance did not meet most (or all) contractual requirements. There
were serious problems and the contractors corrective actions were
ineffective.
NEUTRAL

No relevant past performance record is available for evaluation.

Department of Homeland Security

A
1

CBP Transportation Program

QUALITY OF SERVICE

How was the overall value of


services provided?
Did the contractor provide quality
reports and documentation (i.e.,
accurate, current and complete)?

PROJECT MANAGEMENT

Did the contractor provide effective


contract and project management?
Was the contractor able to solve
contract performance problems
without extensive guidance from
counterparts?
Did the contractor supply adequate
and qualified replacement
personnel?
How effective has the contractor
been in understanding and
responding to user requirements?
Did the contractor establish and
maintain effective quality control
standards and procedures?

C
1

TIMELINESS OF
PERFORMANCE

Exceptional

Satisfactory

Unsatisfactory

Neutral

Exceptional

Satisfactory

Unsatisfactory

Neutral

Exceptional

Satisfactory

Unsatisfactory

Neutral

Did the contractor adhere to


contract delivery schedules in the
following areas:
(a) performance of services?
(b) delivery of goods?

HSBP1012R0020(ATTACHMENT 4)

(c) delivery of reports or other


documentation?
Were replacement personnel
identified and assigned to the
project in a timely manner?

Department of Homeland Security

CBP Transportation Program

COST EFFECTIVENESS

To what extent did the contractor


meet the cost estimate?
Did the contractor effectively plan
work to ensure maximum effective
utilization of resources?

Exceptional

HSBP1012R0020(ATTACHMENT 4)

Satisfactory

Unsatisfactory

Neutral

PART THREE: OFFEROR PERFORMANCE RATING CONTINUED


1.
Has this contract been partially or completely terminated for default or
convenience?
YES

Default

Convenience

NO
If yes, please explain (e.g. inability to meet cost, performance, or delivery
schedules - also include contract number, name, address, and phone number of
Terminating Contracting Officer - TCO).

2.

What was the contractors greatest strength in the performance of the contract?

3.

What was the contractors greatest weakness in the performance of the contract?

Department of Homeland Security

4.

CBP Transportation Program

HSBP1012R0020(ATTACHMENT 4)

Would you award another contract to this contractor?


YES

No

COMMENTS:

PART FOUR: EVALUATORS CERTIFICATION


I HEREBY CERTIFY THAT THE INFORMATION IN THIS FORM IS ACCURATE AND
COMPLETE TO THE BEST OF MY KNOWLEDGE.

SIGNATURE OF EVALUATOR

TITLE OF EVALUATOR

HSBP1012R0020

$77$&+0(175QUALITY ASSURANCE SURVEILLANCE PLAN (QASP)

CUT SHEET

HSBP1012R0020 ATTACHMENT #5

Quality Assurance Surveillance Plan (QASP)


U.S. Customs and Border Protection
Southwest Border
Transportation, Medical Escort and Facility Guard Services
1.

Purpose

This Quality Assurance Surveillance Plan (QASP) is a Government developed and applied
document used to ensure that systematic quality assurance methods are used in the
administration of this performance based service contract. The intent is to ensure that the
contractor performs in accordance with the performance metrics and the Government receives
the quality of services called for in the contract.
The contract requirement is for support services for Customs and Border Protections (CBP)
Office of Border Patrol and the Office of Field Operations. The Office of Border Patrol is
responsible for providing contract oversight.
CBP will utilize Full and Open competition for a resulting performance-based indefinite delivery
indefinite quantity (IDIQ) hybrid contract for one Base Year and four one-year Option Years.
The contractors performance will be monitored by the Contracting Officers Technical
Representative (COTR).
A properly executed QASP will assist the Government in achieving the objectives of this
procurement.
2.

Authority

Authority for issuance of this QASP is provided under Contract Section E Inspection and
Acceptance, which provides for inspections and acceptance of the services and documentation
called for in contracts, to be executed by the Contracting Officer or a duly authorized
representative.
3.

Scope

To fully understand the roles and responsibilities of the parties, it is important to first define the
distinction in terminology between Quality Control Plan and the QASP. The contractor, and not
the Government, is responsible for management and quality control actions necessary to meet
the quality standards set forth by the contract.
The QASP on the other hand, is put in place to provide Government surveillance oversight of
the contractors efforts to assure that they are timely, effective and are delivering the results
specified in the contract.
4.

Government Resources

The following definitions for Government resources are applicable to this plan:
Contracting Officer - A person duly appointed with the authority to enter into contracts and
make related determination and findings on behalf of the Government. The CO for this contract

Source Selection Sensitive Information

See FAR 3.104 and 2.101

HSBP1012R0020 ATTACHMENT #5
is Kerri Bishop, or any CBP Contracting Officer with a written warrant, which sets forth
limitations of authority.
Contracting Officers Technical Representative (COTR) - An individual appointed in writing
by the CO to act as their authorized representative to assist in the technical administration of the
contract. The COTR will be appointed in the resulting contract award. The limitations of
authority are contained in a written letter of appointment.
5.

Responsibilities

The following Government resources shall have responsibility for the implementation of this
QASP:
Contracting Officer The Contracting Officer ensures performance of all necessary actions for
effective contracting, ensures compliance with the terms of the contract and safeguards the
interests of the United States in the contractual relationship. It is the Contracting Officer that
assures the contractor receives impartial, fair and equitable treatment under the contract. The
Contracting Officer is ultimately responsible for the final determination of the adequacy of the
contractors performance.
Contracting Officers Technical Representative (COTR) The COTR is responsible for
technical administration of the contract and assures proper Government surveillance of the
contractors performance. The COTR is not empowered to make any contractual commitments
or to authorize any changes on the Governments behalf. Any changes that the contractor
deems may affect contract price, terms, or conditions shall be referred to the Contracting Officer
for action.
6.

Methods of QA Surveillance
a. Contractor Performance Assessment The marketplace for these transportation
services is very competitive. As such, the successful offeror has a vested interest in the
Government-generated contractor performance assessment ratings under this contract.
Additionally, the ratings will be the determinant in exercising an option. For this
procurement the Government will address the quality of service, schedule, cost control,
business relations, management, and other important areas. As this information may
affect future source selections throughout CBP, and the continuation of the contract, the
annual Government assessment will be used appropriately as an additional performance
oversight and communication tool with the QASP.
b. QASP - The below listed methods of surveillance will be used by the COTR in the
technical administration of this QASP. In addition to the below instructions, the form to
be used for documentation of quality assurance surveillance is the Surveillance Activity
Checklist, Enclosure (5).

7.
Surveillance
Enclosures (1), (2), (3) and (4) set forth the performance standards, incentives, definitions and
surveillance methods for the contractor and COTR while enclosure (5) provides the checklist
and means for the COTR to document the results of the surveillance. Enclosure (5) will be
provided to the Contracting Officer on a monthly basis for inclusion into contract file.
8.

Documentation

Source Selection Sensitive Information

See FAR 3.104 and 2.101

HSBP1012R0020 ATTACHMENT #5
In addition to providing monthly reports to the Contracting Officer, the COTR will maintain a
complete Quality Assurance file. The file will contain copies of all reports, evaluations,
recommendations, and any actions related to the Governments performance of the quality
assurance function, including the originals of the Quality Assurance Checklists. All such records
will be maintained for the life of the contract. The COTR shall forward these records to the
Contracting Officer at termination or completion of the contract.
9.

Enclosures

Enclosure (1) - Performance Standards Tasks/Technical Requirements


Enclosure (2) - Performance Standards - Data
Enclosure (3) - Incentives
Enclosure (4) - Definitions for Evaluation Areas and Ratings
Enclosure (5) - Surveillance Activity Checklist

Source Selection Sensitive Information

See FAR 3.104 and 2.101

HSBP1012R0020 ATTACHMENT #5
Enclosure (1)
Performance Standards Tasks/Technical Requirements

Description

Standard

Acceptable Quality Level


(AQL)

Surveillance
Method/Measure

Incentives /
Disincentives

Operational
Responsiveness

100% of routes identified in


the Monthly Transportation
Plans approved by the
government were completed
as planned.

95% of routes identified in the Contractor Self


Monthly Transportation Plans Reporting 1 and
See enclosure 3.
approved by the government Government Evaluation
4
were completed as planned.

Route Change
Implementation

100% of route changes to the


government approved
Monthly Transportation Plan
requested by the government
were implemented.

90% of route changes to the


Contractor Self
government approved
1
Reporting and
See enclosure 3.
Monthly Transportation Plan
Government Evaluation
requested by the government 4
were implemented

100% of the personnel are


qualified and all personnel
Personnel Qualification
policies and procedures
Compliance
required by the government
are complied with.

100% of the personnel are


qualified and all personnel
policies and procedures
required by the government
are complied with.

Contractor Self
Reporting 1
Government Periodic
Sampling 2

See enclosure 3.

Policies and
Procedures
Compliance

100% of CBP and Contractor


policies and procedures are
complied with.

100% of CBP and Contractor


policies and procedures are
complied with.

Government Periodic
2
Sampling

See enclosure 3.

Safety Record

The contractor has written


policies and procedures to
prevent vehicle mishaps,
personnel injuries, detainee
escapes, repatriation of preprocessed detainees, etc.

No vehicle mishaps,
personnel injuries and
detainee escapes,
repatriation of pre-processed
detainees, etc. occur due to
not following policies and
procedures.

Contractor Self
Reporting 1
w/Government
Evaluation 4

See enclosure 3.

Fuel Savings Plan

The contractor shall


implement fuel savings
initiatives documented in the
Fuel Savings Plan.

Fuel Savings Plan is


developed and implemented.

Contractor Self
1
Reporting
w/Government
4
Evaluation

See enclosure 3.

Metrics Reporting
System

Mission data is accurate,


complete and updated on a
weekly basis.

Government Trend Analysis


4
w/Government Evaluation

Vehicle Operating
Condition, Security
and Cleanliness
(Exterior and Interior)

Vehicles shall be maintained


in good repair to ensure
safety, security and
serviceability.

Contractor Self Reporting


4
w/Government Evaluation

1.
2.
3.
4.

See enclosure 3.

See enclosure 3.

Contractor Self Reporting will be accomplished by the contractor submission of reports to the
local government COTR and PMO.
Government Periodic Sampling will be accomplished by local government COTR.
Government Trend Analysis will be accomplished by the PMO.
Government Evaluation will be accomplished by the local government COTR or PMO.

Source Selection Sensitive Information

See FAR 3.104 and 2.101

HSBP1012R0020 ATTACHMENT #5
Enclosure (2)
Performance Standards - Data
Description

Standard

Surveillance
Method/Measure

AQL

Incentives

Submission is in
accordance with the
PWS.

95% of required deliverable


provided on time, is accurate as Government
written, and does not require
Evaluation 4
major rewrite.

See enclosure 3.

Submission is in
Logistics Support Plan accordance with the
PWS.

95% of required deliverable


provided on time, is accurate as Government
Evaluation 4
written, and does not require
major rewrite.

See enclosure 3.

Standard Operating
Procedures

Submission is in
accordance with the
PWS.

95% of required deliverable


provided on time, is accurate as Government
Evaluation 4
written, and does not require
major rewrite.

See enclosure 3.

Sector Transportation
Plans

Submission is in
accordance with the
PWS.

Monthly plan updates are


complete and provided on time.

Government
Evaluation 4

See enclosure 3.

Weekly Status Report

Submission is in
accordance with the
PWS.

Reports are complete and


timely.

Government
Evaluation 4

See enclosure 3.

Fuel Savings Report

Submission is in
accordance with the
PWS.

Updates are provided on time


and demonstrate continual
efforts to seek ways to save on
fuel costs.

Contractor Self
Reporting 1
w/Government
Evaluation 4

See enclosure 3.

Risk Mitigation Plan

Submission is in
accordance with the
PWS.

Risk Mitigation Plans are


complete, effective, and timely.
Risk status is reported on a
weekly basis until the risk is
mitigated and closed.

Contractor Self
Reporting 1
w/Government
Evaluation 4

See enclosure 3.

Notification Reports

Submission is in
accordance with the
PWS

Initial reportable notifications


must be immediate (verbal/email) and followed by a written
detailed report within 24 hours.

Contractor Self
1
Reporting
w/Government
4
Evaluation

See enclosure 3.

Program Management
Plan

1.
2.
3.
4.

Contractor Self Reporting will be accomplished by the contractor submission of reports to the
local government COTR and PMO.
Government Periodic Sampling will be accomplished by local government COTR.
Government Trend Analysis will be accomplished by the PMO.
Government Evaluation will be accomplished by the local government COTR or PMO.

Source Selection Sensitive Information

See FAR 3.104 and 2.101

HSBP1012R0020 ATTACHMENT #5
Enclosure (3)
Incentives
The following incentives shall apply to performance under this order.

Assessment Period

Base:

Acceptable Performance
Definition

All measurement areas


rated Satisfactory or
above. See Enclosure (4).

How Measured
Midpoint of the
assessment period (6
month) evaluation using
the surveillance
checklists covering the
previous 6 months.

Incentives
(+) Meet the acceptable performance
definition as a condition for exercise
of Option 1.*
(-) Does not meet the acceptable
performance definition as a condition
for exercise of an Option 1.*

All measurement areas


rated Satisfactory or
above. See Enclosure (4).

Midpoint of the
assessment period (18
month) evaluation using
the surveillance
checklists covering the
previous 12 months.

(+) Meet the acceptable performance


definition as a condition for exercise
of an Option. 2.*
(-) Does not meet the acceptable
performance definition and receives
a negative CPARS assessment.

All measurement areas


rated at least Satisfactory
or above. Two or more
measurements rated either
Very Good or
Exceptional. See
Enclosure (4).

Midpoint of the
assessment period (30
month) evaluation using
the surveillance
checklists covering the
previous 12 months.

(+) Meet the acceptable performance


definition as a condition for exercise
of Option 3.*
(-) Does not meet the acceptable
performance and receives a negative
CPARS assessment.

Option 3:

All measurement areas


rated at least Satisfactory
or above. Two or more
measurements rated either
Very Good or
Exceptional. See
Enclosure (4).

Midpoint of the
assessment period (42
month) evaluation using
the surveillance
checklists covering the
previous 12 months.

(+) Meet the acceptable performance


definition as a condition for exercise
of Option 4.*
(-) Does not meet the acceptable
performance definition and receives
a negative CPARS assessment.

Option 4:

All measurement areas


rated at least Satisfactory
or above. Two or more
measurements rated either
Very Good or
Exceptional. See
Enclosure (4).

End of the assessment


period (60 month)
evaluation using the
surveillance checklists
covering the previous 12
months.

(+) Meet the acceptable performance


definition and receive a positive
CPARS assessment.
(-) Does not meet the acceptable
performance definition and receives
a negative CPARS assessment.

Option 1:

Option 2:

* The Government reserves the right to not exercise options unless all regulatory requirements
are met and the contractor meets the acceptable performance definition.

Source Selection Sensitive Information

See FAR 3.104 and 2.101

HSBP1012R0020 ATTACHMENT #5
Enclosure (4)
Definitions for Evaluation Areas and Ratings
All PWS/CDRL tasks, including PWS/CDRL sub-tasks, will be assessed focusing on the
following:
Technical (Quality of Service). This element is comprised of an overall rating and six subelements. Activity critical to successfully complying with contract requirements must be
assessed within one or more of these sub-elements. The overall rating at the element level is
the Assessing Officials integrated evaluation as to what most accurately depicts the contractors
technical performance or progress toward meeting requirements. This assessment is not a rollup of the sub-element assessments.

Service Performance. Assess the achieved service performance relative to performance


parameters required by the contract.

Systems Engineering. Assess the contractor's effort to transform operational needs and
requirements into an integrated system design solution. Areas of focus should be: the
planning and control of technical program tasks, the quality and adequacy of integration
support provided throughout all phases of contract execution, management of interfaces,
interoperability, and the management of a totally integrated effort meet cost, technical
performance, and schedule objectives. For example, the contractors ability to effectively
integrate various supportability considerations (maintenance personnel/skills availability
or work-hour constraints, operating and cost constraints, allowable downtime, turnaround-time to service/maintain the system, standardization requirements). Although
some of these activities will be specifically addressed in other elements/sub-elements
(such as service assurance), the focus of the assessment of systems engineering is on
the integration of those specific disciplines/activities.

Software Engineering. Assess the contractors success in meeting contract requirements


for the metrics reporting system.

Logistic Support/Sustainment. Assess the success of the contractor's performance in


accomplishing logistics planning. For example, the contractor's ability to successfully
support transportation vehicles to provide the contractors stated operational availability
goals.

Service Assurance. Assess how successfully the contractor meets program quality
objectives; e.g., reliability, maintainability, system safety, and other technical compliance
requirements.

Other Technical Performance. Assess all the other technical activity critical to successful
contract performance is not captured in another sub-element.

Schedule. Assess the timeliness of the contractor against the completion of the contract, task
orders, milestones, delivery schedules, administrative requirements, etc. Assess the contractor's
adherence to the required delivery schedule by assessing the contractor's efforts during the
assessment period that contribute to or affect the schedule variance. Also, address significance
of scheduled events (e.g., design reviews), discuss causes, and assess the effectiveness of
contractor corrective actions.
Cost Control. (Applicable only to non-fixed price CLINs). Assess the contractors effectiveness
in forecasting, managing, and controlling contract cost. Is the contractor experiencing cost
Source Selection Sensitive Information

See FAR 3.104 and 2.101

HSBP1012R0020 ATTACHMENT #5
growth or underrun, discuss the causes and contractor-proposed solutions for the cost overruns.
For contracts where task or contract sizing is based upon contractor-provided person hour
estimates, the relationship of these estimates to ultimate task cost should be assessed. In
addition, the extent to which the contractor demonstrates a sense of cost responsibility, through
the efficient use of resources, in each work effort should be assessed.
Management. This element is comprised of an overall rating and three sub-elements. Activity
critical to successfully executing the contract must be assessed within one or more of the subelements. This overall rating at the element level is the AO's integrated assessment as to what
most accurately depicts the contractors performance in managing the contracted effort. It is not
a roll-up of the sub-element assessments.

Management Responsiveness. Assess the timeliness, completeness and quality of


problem identification, corrective action plans, proposal submittals (especially responses
to change orders, engineering change proposals, or other undefinitized contract actions),
the contractors history of reasonable and cooperative behavior, effective business
relations, and customer satisfaction. Consider the contractors responsiveness to the
program as it relates to meeting contract requirements during the period covered by the
report.

Subcontract Management. Assess the contractors success with timely award and
management of subcontracts.
o
o

Assess the prime contractors effort devoted to managing subcontracts and


whether subcontractors were an integral part of the contractors team.
Consider efforts taken to ensure early identification of subcontract problems and
the timely application of corporate resources to preclude subcontract problems
from impacting overall prime contractor performance.

Program Management and Other Management. Assess the extent to which the
contractor discharges its responsibility for integration and coordination of all activity
needed to execute the contract; identifies and applies resources required to meet
schedule requirements; assigns responsibility for tasks/actions required by contract;
communicates appropriate information to affected program elements in a timely manner.
Assess the contractors risk management practices, especially the ability to identify risks
and formulate and implement risk mitigation plans. If applicable, identify any other areas
that are unique to the contract, or that cannot be captured elsewhere under the
Management element. Integration and coordination of activities should reflect those
required by the Program Management Plan. Also consider the adequacy of the
contractors mechanisms for tracking contract compliance, recording changes to
planning documentation and management of cost and schedule control system, and
internal controls, as well as the contractors performance relative to management of data
collection, recording, and distribution as required by the contract.

The evaluation ratings are as follows:


Exceptional Performance meets contractual requirements and exceeds many to the
Governments benefit. The contractual performance of the task and sub-task being assessed
was accomplished with few minor problems for which corrective actions taken by the contractor
were highly effective.
Very Good - Performance meets contractual requirements and exceeds some to the
Governments benefit. The contractual performance of the task and sub-task being assessed
Source Selection Sensitive Information

See FAR 3.104 and 2.101

HSBP1012R0020 ATTACHMENT #5
was accomplished with some minor problems for which corrective actions taken by the
contractor were effective.
Satisfactory - Performance meets contractual requirements. The contractual performance of the
task and sub-task contain some minor problems for which corrective actions taken by the
contractor appear or were satisfactory.
Marginal - Performance does not meet some contractual requirements. The contractual
performance of the task and sub-task being assessed reflect a serious problem for which the
contractor has not yet identified corrective actions. The contractors proposed actions appear
only marginally effective or were not fully implemented.
Unsatisfactory Performance does not meet most contractual requirements and recovery is not
likely in a timely manner. The contractual performance of the task or sub-task contains a
serious problem(s) for which the contractors actions appear or were ineffective.

Source Selection Sensitive Information

See FAR 3.104 and 2.101

HSBP1012R0020 ATTACHMENT #5
Enclosure (5)
Surveillance Activity Checklist
Monthly Surveillance:
The COTR will perform a monthly assessment of Quality of Service, Schedule, Cost Control, and Management utilizing the contractor
performance evaluation rating definitions listed in enclosure (4).
Quality of Service

Program & Other


Management

Subcontract
Management

Management
Responsiveness

Cost Control

Schedule

Safety Record

Other Technical
Performance

Policies and
Procedures
Compliance

Service
Assurance

Personnel
Qualification
Compliance

Logistics
Support &
Sustainment

Contractor Self
1
Reporting
w/Government
Evaluation 4

Software
Engineering

Route Change
Implementation

Systems
Engineering

Contractor Self
1
Reporting
w/Government
Evaluation 4

Service
Performance

Operational
Responsiveness

Date Completed

Surveillance
Method/Measure

Date Planned

Description

Management

Government
Periodic Sampling

Government
Periodic Sampling

Contractor Self
1
Reporting
w/Government
4
Evaluation

Source Selection Sensitive Information

See FAR 3.104 and 2.101

10

HSBP1012R0020 ATTACHMENT #5
Quality of Service

Program & Other


Management

Subcontract
Management

Management
Responsiveness

Cost Control

Schedule

Other Technical
Performance

Service
Assurance

Logistics
Support &
Sustainment

Software
Engineering

Systems
Engineering

Service
Performance

Metrics Reporting
System

Date Completed

Fuel Savings Plan

Surveillance
Method/Measure

Date Planned

Description

Management

Contractor Self
1
Reporting
w/Government
Evaluation 4
Government Trend
3
Analysis
w/Government
Evaluation 4

Vehicle Operating
Condition and
Cleanliness
(Exterior and
Interior)

Contractor Self
1
Reporting
w/Government
Evaluation 4

Program
Management Plan

Government
Evaluation 4

Logistics Support
Plan

Government
Evaluation 4

Standard
Operating
Procedures

Government
Evaluation 4

Monthly Sector
Transportation
Plans

Government
4
Evaluation

Source Selection Sensitive Information

See FAR 3.104 and 2.101

11

HSBP1012R0020 ATTACHMENT #5
Quality of Service

Program & Other


Management

Subcontract
Management

Management
Responsiveness

Cost Control

1.
2.
3.
4.

Schedule

Contractor Self
1
Reporting
w/Government
Evaluation 4

Other Technical
Performance

Notification
Reports

Service
Assurance

Contractor Self
1
Reporting
w/Government
Evaluation 4

Logistics
Support &
Sustainment

Risk Mitigation
Plan

Software
Engineering

Contractor Self
1
Reporting
w/Government
Evaluation 4

Systems
Engineering

Weekly Status
Reports

Service
Performance

Government
4
Evaluation

Date Completed

Fuel Savings Plan

Date Planned

Surveillance
Method/Measure

Description

Management

Contractor Self Reporting will be accomplished by the contractor submission of reports to the local government COTR and PMO.
Government Periodic Sampling will be accomplished by local government COTR.
Government Trend Analysis will be accomplished by the PMO.
Government Evaluation will be accomplished by the local government COTR or PMO.

Source Selection Sensitive Information

See FAR 3.104 and 2.101

12

HSBP1012R0020 ATTACHMENT #5

Monthly Summary of Ratings:


Service Performance
Number of Exceptional ____
Number of Very Good
____
Number of Satisfactory ____
Number of Marginal
____
Number of Unsatisfactory ____

Other Technical Performance


Number of Exceptional
____
Number of Very Good
____
Number of Satisfactory
____
Number of Marginal
____
Number of Unsatisfactory ____

Systems Engineering
Number of Exceptional ____
Number of Very Good
____
Number of Satisfactory ____
Number of Marginal
____
Number of Unsatisfactory ____

Schedule
Number of Exceptional
Number of Very Good
Number of Satisfactory
Number of Marginal
Number of Unsatisfactory

____
____
____
____
____

Software Engineering
Number of Exceptional ____
Number of Very Good
____
Number of Satisfactory ____
Number of Marginal
____
Number of Unsatisfactory ____

Cost Control
Number of Exceptional
Number of Very Good
Number of Satisfactory
Number of Marginal
Number of Unsatisfactory

____
____
____
____
____

Logistics Support & Sustainment


Number of Exceptional ____
Number of Very Good
____
Number of Satisfactory ____
Number of Marginal
____
Number of Unsatisfactory ____

Management Responsiveness
Number of Exceptional
____
Number of Very Good
____
Number of Satisfactory
____
Number of Marginal
____
Number of Unsatisfactory ____

Service Assurance
Number of Exceptional
Number of Very Good
Number of Satisfactory
Number of Marginal

Subcontract Management
Number of Exceptional
____
Number of Very Good
____
Number of Satisfactory
____
Number of Marginal
____

____
____
____
____

Source Selection Sensitive Information

Program and Other Management


Number of Exceptional
____
Number of Very Good
____
Number of Satisfactory
____
Number of Marginal
____
Number of Unsatisfactory
____

See FAR 3.104 and 2.101

13

HSBP1012R0020 ATTACHMENT #5
Number of Unsatisfactory ____

Number of Unsatisfactory ____

Annual Surveillance:
The COTR will perform an annual assessment of overall contract performance utilizing the contractor performance evaluation rating
definitions listed in enclosure (4) and the monthly summary of ratings.

Description

Surveillance Method/Measure

Date Planned

Review of Monthly Ratings.

TBD

Service Performance

Review of Monthly Ratings.

TBD

Systems Engineering

Review of Monthly Ratings.

TBD

Software Engineering

Review of Monthly Ratings.

TBD

Logistics Support and Sustainment

Review of Monthly Ratings.

TBD

Service Assurance

Review of Monthly Ratings.

TBD

Other Technical Performance

Review of Monthly Ratings.

TBD

Schedule

Review of Monthly Ratings.

TBD

Cost Control

Review of Monthly Ratings

TBD

Management

Review of Monthly Ratings

TBD

Review of Monthly Ratings.

TBD

Quality of Service

Management Responsiveness

Source Selection Sensitive Information

Date Completed

See FAR 3.104 and 2.101

Summary
Rating/Results

14

HSBP1012R0020 ATTACHMENT #5
Subcontractor Management

Review of Monthly Ratings

TBD

Program and Other Management

Review of Monthly Ratings

TBD

Source Selection Sensitive Information

See FAR 3.104 and 2.101

15

HSBP1012R0020

$77$&+0(176SAMPLE TASK ORDER

CUT SHEET

CBP Transportation Program


Sample Task Orders for Surge Support
The following are two examples of task orders the CO may issue to the Contractor after the Transportation Program Management Office
identifies a temporary need for support above the Mission Support Base.
Scenario #1: MTRT Deployment
On March 25, 2013, the CO notifies the Contractor that the San Diego Sector is planning an operation next month, which requires additional
Transportation Officers and vehicles over and above those already assigned to the San Diego Sector Area of Responsibility. The period of
performance for this planned surge is April 1, 2013 through June 30, 2013. To meet this requirement, the Contractor is authorized to draw
upon Transportation Officers and vehicles assigned in the adjacent El Centro Sector, which is in the same state of California. The COTR
will provide guidance to the Contractor on which Mission Support base route(s) in the El Centro Sector may be temporarily
reduced/suspended to free up sufficient resources to support the San Diego Sector. The Contractor shall provide a cost proposal based on
the following new route requirements:

ROUTE ID

Quantity

Capacity

Type

# of Shift
& Duration

SDC 07

Low

Transport

Three 8 hour shifts

Days
per Week
7 (Mon Sun)

Location

Weekly Labor
Operational
Hours

Weekly Vehicle
Operational
Hours

# of
TOs

San Diego, CA

168

168

Note that additional vehicles should not be needed to support MTRT deployments, which would leverage existing fleet supporting the
Mission Support Base. The contractor will work with the COTR to determine which Mission Support Base routes and associated vehicle
and labor operational hours would therefore have to be re-prioritized (decremented) to support an MTRT deployment elsewhere. The cost
proposal shall include the following cost elements:

Cost Element
Labor Category Transportation Officer
Labor ODCs (i.e. travel/lodging/per diem)
Vehicle Operations/Maintenance
Fuel Van (deployment and operations)
Total

Qty.

Unit
(hours/gal)
n/a

Rate
n/a

Cost

Scenario #2: Surge in Place


On August 25, 2013, the CO notifies the Contractor that the Rio Grande Valley Sector is experiencing an upswing in apprehensions, which
requires an increase in surge support. Additional shifts are therefore required to keep up with the increased transportation requirement. The
period of performance for this surge is September 1, 2013 through September 30, 2013. The scope of this surge will involve adding an extra
shift to the existing routes RGV 01 and RGV 06. Although both routes will require an increase in labor and vehicle operational hours, the
addition of one extra shift should not require an increase in fleet size. The Contractor shall provide a cost proposal based on the following
additional route requirements:

ROUTE ID

Quantity

Capacity

Type

RGV 01

High

Transport

RGV 06

Low

Transport

# of Shift
& Duration
One extra 8 hour
Shift
One extra 8 hour
Shift

Location

Weekly Labor
Operational
Hours

Weekly Vehicle
Operational
Hours

# of
TOs

7 (Mon Sun)

Harlingen, TX

112

56

7 (Mon Sun)

Corpus Christi, TX

56

56

Days
per Week

The cost proposal shall include the following cost elements:


Cost Element
Qty.
Labor Category Transportation Officer
Vehicle Operations/Maintenance
Fuel Bus (operations)
Fuel Van (operations)
Total

Unit
(hours/gal)

Rate

Cost

HSBP1012R0020

$77$&+0(177WAGE DETERMINATIONS

CUT SHEET

HSBP1012R0020

Attachment 7

WAGE DETERMINATION

The Contracting Officer has determined that the principal purpose of this contract
is Services. As such, the Service Contract Act (SCA) applies (see Section I
clause FAR 52.222-41). The Department of Labor (DOL) wage determinations
and their respective 9 locations (Border Patrol Sectors) for this requirement are
as follows:
2005-2057 r12 dated 6/13/2011 [San Diego] [El Centro]
2005-2027 r15 dated 6/13/2011 [Yuma]
2005-2025 r13 dated 6/13/2011 [Tucson]
2005-2511 r15 dated 6/13/2011 [El Paso]
2005-2517 r15 dated 6/13/2011 [Marfa]
2005-2521 r12 dated 6/13/2011 [Del Rio]
2005-2519 r13 dated 6/13/2011 [Laredo] [Rio Grande]

The contractor is required to ensure that the most current wage determination is
being used in administration of this contract throughout the full contract
performance period. Wage determinations may be reviewed and downloaded at
http://www.wdol.gov/. Questions should be referred to the CBP Contracting
Officer or Contract Specialist.

You might also like