You are on page 1of 69

1.

This Contract Is A Rated Order Under


DPAS (15 CFR 700)
4. Type of Solicitation
5. Date Issued
Sealed Bid (IFB)
X Negotiated (RFP)
8. Address Offer To (If Other Than Item 7)

SOLICITATION, OFFER AND AWARD


2. Contract Number

3. Solicitation Number
W56JSR-17-R-0004

7. Issued By

Code

W56JSR

ACC-APG Division E (W56JSR)


CCAP-CCE
6001 Combat Drive

Rating

Page

DOA7

of
1

Pages
69

6. Requisition/Purchase Number
SEE SCHEDULE

ARMY CONTRACTING CMD APG


10205 BURBECK RD
FORT BELVOIR, VA 22060-5863

APG, MD 21005-1846

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

SOLICITATION
9. Sealed offers in original and
copies for furnishing the supplies or services in the Schedule will be received at the
place specified in item 8, or if handcarried, in the depository located in
until
(hour) local time
(Date).
Caution - Late Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and
conditions contained in this solicitation.
10. For Information
A. Name
B. Telephone (No Collect Calls)
C. E-mail Address
JOHNNY SCHULTZ
JOHNNY.R.SCHULTZ.CIV@MAIL.MIL
Call:
Area Code
Number
Ext.
(443)861-4862

(X)

Sec.

X
X
X

A
B
C
D
E
F
G
H

X
X
X
X

Description
Part I - The Schedule
Solicitation/Contract Form
Supplies or Services and Prices/Costs
Description/Specs./Work Statement
Packaging and Marking
Inspection and Acceptance
Deliveries or Performance
Contract Administration Data
Special Contract Requirements

11. Table Of Contents


Page(s)
(X)
Sec.
1
3
13
30
31
32
34

X
X

X
X
X

Description
Page(s)
Part II - Contract Clauses
37
I
Contract Clauses
Part III - List Of Documents, Exhibits, And Other Attach.
53
J
List of Attachments
Part IV - Representations And Instructions
K
Representations, Certifications, and
54
Other Statements of Offerors
60
L
Instrs., Conds., and Notices to Offerors
67
M
Evaluation Factors for Award

OFFER (Must be fully completed by offeror)


NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period.
12. In compliance with the above, the undersigned agrees, if this offer is accepted within _____ calendar days (60 calendar days unless a different period is
inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each
item, delivered at the designated point(s), within the time specified in the schedule.
13. Discount For Prompt Payment
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
Amendment No.
Date
Amendment No.
Date
receipt of amendments to the SOLICITATION for offerors and
related documents numbered and dated):
15A. Name and
Code
Facility
16. Name and Title of Person Authorized to Sign Offer
Address of
(Type or Print)
Offeror

15B. Telephone Number


Area Code Number
Ext.

15C. Check if Remittance Address is


Different From Above Enter such
Address In Schedule

17. Signature

18. Offer Date

AWARD (To be completed by Government)


19. Accepted As To Items Numbered

20. Amount

22. Authority For Using Other Than Full And Open Competition:
10 U.S.C. 2304(c)(
)
41 U.S.C. 253(c)(
)
24. Administered By (If other than Item 7)

26. Name of Contracting Officer (Type or Print)

Code

21. Accounting And Appropriation


23. Submit Invoices To Address Shown In
(4 copies unless otherwise specified)
25. Payment Will Be Made By

Item
25

Code

27. United States 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)

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Name of Offeror or Contractor:


SECTION A - SUPPLEMENTAL INFORMATION

Buyer Name: JOHNNY SCHULTZ


Buyer Office Symbol/Telephone Number: CCAP-CCE/(443)861-4862
Type of Contract 1: Firm Fixed Price
Type of Contract 2: Cost Plus Fixed Fee
Kind of Contract: Service Contracts

*** End of Narrative A0000 ***

MOD/AMD

Page

of

69

Reference No. of Document Being Continued

CONTINUATION SHEET

PIIN/SIIN W56JSR-17-R-0004

Page

of

69

MOD/AMD

Name of Offeror or Contractor:


SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS

B.1 Contract types on task orders and/or contract line item numbers (CLINs) may include Firm-Fixed-Price (FFP), Cost-Plus-Fixed-Fee
(CPFF) and Cost No Fee (CNF).

*** END OF NARRATIVE B0001 ***

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN

W56JSR-17-R-0004

Page

of

69

MOD/AMD

Name of Offeror or Contractor:


ITEM NO

1001

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

SIMPLE SYSTEM
_____________

AMOUNT

$__________________
See Range Pricing

SERVICE REQUESTED: SOFTWARE CODE ASSESSMENT


CLIN CONTRACT TYPE:
Firm Fixed Price

____
FROM
1
9
17

________________
Range
Quantities
TO
__
UNIT PRICE
__________
8
$
16
$
25
$

CLIN performance shall be in accordance with PWS


Paragraph 3.2 and all subparagraphs.
The CLIN ordering period is 60 months from time of
award.
This is a Firm-Fixed-Price (FFP) line item.
(End of narrative B001)

_________________________
Inspection
and Acceptance
INSPECTION: Destination

ACCEPTANCE: Destination

Deliveries or Performance
_________________________

1002

MEDIUM SYSTEM
_____________

$__________________
See Range Pricing

SERVICE REQUESTED: SOFTWARE CODE ASSESSMENT


CLIN CONTRACT TYPE:
Firm Fixed Price

____
FROM
1
9
17

________________
Range
Quantities
TO
__
UNIT PRICE
__________
8
$
16
$
25
$

CLIN performance shall be in accordance with PWS


Paragraph 3.2 and all subparagraphs.
The CLIN ordering period is 60 months from date of
award.
This is a Firm-Fixed-Price (FFP) line item.
(End of narrative B001)

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN

W56JSR-17-R-0004

Page

of

69

MOD/AMD

Name of Offeror or Contractor:


ITEM NO

SUPPLIES/SERVICES

_________________________
Inspection
and Acceptance
INSPECTION: Destination

QUANTITY

UNIT

UNIT PRICE

AMOUNT

ACCEPTANCE: Destination

Deliveries or Performance
_________________________

1003

COMPLEX SYSTEM
______________

$__________________
See Range Pricing

SERVICE REQUESTED: SOFTWARE CODE ASSESSMENT


CLIN CONTRACT TYPE:
Firm Fixed Price

____
FROM
1
9
17

________________
Range
Quantities
TO
__
UNIT PRICE
__________
8
$
16
$
25
$

CLIN performance shall be in accordance with PWS


Paragraph 3.2 and all subparagraphs.
The CLIN ordering period is 60 months from date of
award.
This is a Firm-Fixed-Price (FFP) line item.
(End of narrative B002)

_________________________
Inspection
and Acceptance
INSPECTION: Destination

ACCEPTANCE: Destination

Deliveries or Performance
_________________________

1004

PROGRAM MANAGEMENT
__________________

SERVICE REQUESTED: PROGRAM MANAGER POSITION


CLIN CONTRACT TYPE:
Cost Plus Fixed Fee

The Program Manager shall provide Monthly Status


Reports IAW CDRL C003, Performance and Cost Reports
IAW CDRL B001, Meeting Minutes IAW CDRL A003, Status
of GFE Reports IAW CDRL C001, create Process and
Procedures IAW CDRL D005, PWS paragraph 3.2 and all
sub-paragraphs and Contract Management Reporting
(CMR).

$__________________

Reference No. of Document Being Continued

CONTINUATION SHEET

PIIN/SIIN

W56JSR-17-R-0004

Page

of

69

MOD/AMD

Name of Offeror or Contractor:


ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

LO

$__________________
** NSP **

LO

$__________________
** NSP **

The CLIN ordering period is 60 months from date of


award.
This is a Cost-Plus-Fixed-Fee (CPFF) line item.
(End of narrative B001)

_________________________
Inspection
and Acceptance
INSPECTION: Destination

ACCEPTANCE: Destination

Deliveries or Performance
_________________________

6101

BASIC CLIN FOR EXHIBITS (ELIN)


______________________________

The below ELINs are associated with the Data Item


Numbers on the Contract Data Requirements List (CDRL)
(DD Form 1423), in Section J of this contract.
Under this Contract, each ELIN is numbered according
to the Data Item Number found in the CDRL to which
that particular ELIN corresponds.

(End of narrative A001)

A001

CONFERENCE, WORKING GROUPS & TRIP REPORTS


_________________________________________

SERVICE REQUESTED: DI-ADMN-81308A

Conference, Working Groups & Trip Reports in


accordance with PWS Paragraph 3.1.6 and Exhibit A,
Data Item A001 within Section J.
(End of narrative B001)

_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423

A002

BRIEFING/DEMONSTRATION MATERIAL
_______________________________

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN

W56JSR-17-R-0004

Page

of

69

MOD/AMD

Name of Offeror or Contractor:


ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

LO

$__________________
** NSP **

LO

$__________________
** NSP **

SERVICE REQUESTED: DI-ADMIN-81373

Briefing and Demonstration Material in accordance


with PWS Paragraph 3.2.1.7 and Exhibit A, Data Item
A002 within Section J.
(End of narrative B001)

_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423

A003

MEETING MINUTES
_______________

SERVICE REQUESTED: DI-ADMIN-81505

Meeting Minutes in accordance with PWS Paragraphs


3.2.1.1 & 3.2.1.4 and Exhibit A, Data Item A003
within Section J.
(End of narrative B001)

_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423

B001

PERFORMANCE AND COST REPORT


___________________________

SERVICE REQUESTED: DI-FNCL-80912

Performance and Cost Report in accordance with PWS


Paragraph 3.1.5 and Exhibit A, Data Item B001 within
Section J.
(End of narrative B001)

_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN

W56JSR-17-R-0004

Page

of

69

MOD/AMD

Name of Offeror or Contractor:


ITEM NO

C001

SUPPLIES/SERVICES

STATUS OF GFE REPORTS


_____________________

QUANTITY

UNIT

UNIT PRICE

AMOUNT

LO

$__________________
** NSP **

LO

$__________________
** NSP **

LO

$__________________
** NSP **

SERVICE REQUESTED: DI-MGMT-80269

Status of GFE Reports in accordance with PWS


Paragraphs 3.1.1 and 3.1.5 and Exhibit A, Data Item
C001 within Section J.
(End of narrative B001)

_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423

C002

STATUS REPORT CRITICAL PERSONNEL CHANGE


_______________________________________

SERVICE REQUESTED: DI-MGMT-80269

Status Report Critical Personnel Change in accordance


with PWS Paragraph 3.1.7 and Exhibit A, Data Item
C002 within Section J.
(End of narrative B001)

_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423

C003

MONTHLY STATUS REPORT


_____________________

SERVICE REQUESTED: DI-MGMT-80368A

Monthly Status Report in accordance with PWS


Paragraph 3.1.5 and Exhibit A, Data Item C003 within
Section J.
(End of narrative B001)

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN

W56JSR-17-R-0004

Page

of

69

MOD/AMD

Name of Offeror or Contractor:


ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

LO

$__________________
** NSP **

LO

$__________________
** NSP **

LO

$__________________
** NSP **

_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423

C004

TRAINING EVENTS
_______________

SERVICE REQUESTED: DI-MISC-80508B

Training Events in accordance with PWS Paragraph


3.2.1.8 and Exhibit A, Data Item C004 within Section
J.
(End of narrative B001)

_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423

D001

AGGREGATED REPORT OF POTENTIAL DEFECTS


______________________________________

SERVICE REQUESTED: DI-MISC-80508B

Aggregated Report of Potential Defects in accordance


with PWS Paragraph 3.2.1.3 and Exhibit A, Data Item
D001 within Section J.
(End of narrative B001)

_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423

D002

DATA ACCESSION LIST


___________________

SERVICE REQUESTED: DI-MISC-80508B

Data Accession List in accordance with PWS Appendix D

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN

W56JSR-17-R-0004

Page

10

of

69

MOD/AMD

Name of Offeror or Contractor:


ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

LO

$__________________
** NSP **

LO

$__________________
** NSP **

LO

$__________________
** NSP **

and Exhibit A, Data Item D002 within Section J.


(End of narrative B001)

_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423

D003

FINAL SOFTWARE ASSURANCE ASSESSMENT REPORT


__________________________________________

SERVICE REQUESTED: DI-MISC-80508B

Final Software Assurance Assessment Report in


accordance with PWS paragraph 3.2.1.9 and Exhibit A,
Data Item D003 within Section J.
(End of narrative B001)

_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423

D004

PHASE OUT PLAN


______________

SERVICE REQUESTED: DI-MISC-80508B

Phase Out Plan in accordance with PWS paragraph 3.1.4


and Exhibit A, Data Item D004 within Section J.
(End of narrative B001)

_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423

D005

PROCESS AND PROCEDURES


______________________

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN

W56JSR-17-R-0004

Page

11

of

69

MOD/AMD

Name of Offeror or Contractor:


ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

LO

$__________________
** NSP **

LO

$__________________
** NSP **

SERVICE REQUESTED: DI-MISC-80508B

Process and Procedures in accordance with PWS


paragraph 3.2.1.8 and Exhibit A, Data Item D005
within Section J.
(End of narrative B001)

_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423

D006

SUMMARY VIEW OF POTENTIAL DEFECTS


_________________________________

SERVICE REQUESTED: DI-MISC-80508B

Summary View of Potential Defects in accordance with


PWS paragraph 3.2.1.3 and Exhibit A, Data Item D006
within Section J.
(End of narrative B001)

_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423

D007

TAILORED AGGREGATED REPORT OF POTENTIAL DEFECTS


_______________________________________________

SERVICE REQUESTED: DI-MISC-80508B

Tailored Aggregated Report of Potential Defects in


accordance with PWS paragraph 3.2.1.3 and Exhibit A,
Data Item D007 within Section J.
(End of narrative B001)

_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN

W56JSR-17-R-0004

Page

12

of

69

MOD/AMD

Name of Offeror or Contractor:


ITEM NO

D008

SUPPLIES/SERVICES

TAILORED SUMMARY VIEW OF POTENTIAL DEFECTS


__________________________________________

QUANTITY

UNIT

UNIT PRICE

AMOUNT

LO

$__________________
** NSP **

LO

$__________________
** NSP **

SERVICE REQUESTED: DI-MISC-80508B

Tailored Summary View of Potential Defects in


accordance with PWS paragraph 3.2.1.3 and Exhibit A,
Data Item D008 within Section J.
(End of narrative B001)

_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
SEE DD FORM 1423

7000

ACCOUNTING FOR CONTRACTOR SERVICES


__________________________________

SERVICE REQUESTED: CONTRACTOR MANPOWER REPORTING


CLIN CONTRACT TYPE:
Firm Fixed Price

Contracting Manpower Reporting (CMR) shall be in


accordance with the PWS paragraph 3.1.9 and Section
J.
Reporting period will be the Period of Performance
not to exceed twelve (12) months ending 30 September
of each Government fiscal year and must be reported
by 31 October of each calendar year.
This not separately priced CLIN shall be used for the
collection and reporting of CMR data.
(End of narrative A001)

_________________________
Inspection
and Acceptance
INSPECTION: Destination
ACCEPTANCE: Destination
DLVR SCH
PERF COMPL
________
REL CD
______________
QUANTITY
__________
DATE
001
1
AS REQUIRED

Reference No. of Document Being Continued

CONTINUATION SHEET

PIIN/SIIN W56JSR-17-R-0004

Page

13

of

69

MOD/AMD

Name of Offeror or Contractor:


SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

Performance Work Statement (PWS)


For
Software Code Assessment
Table of Contents
C.1 Scope
C.1.1 Background
C.2 Applicable Documents and Websites
C.3 Requirements
C.3.1 General
C.3.1.1 Materials, Equipment and Facilities
C.3.1.2 Security
C.3.1.3 Inspection and Acceptance
C.3.1.4 Phase In and Phase Out
C.3.1.5 Contract Management
C.3.1.6 Travel
C.3.1.7 Personnel Qualifications
C.3.1.8 Work Hours
C.3.1.9 Contractor Manpower Reporting (CMR)
C.3.1.10 Contractor Mandatory Training
C.3.1.11 Formal Reviews
C.3.2 Performance
C.4 Reserved
C.5 Data Rights
C.1 Scope
Communications-Electronics Command (CECOM) Software Engineering Centers (SEC) requirement is to build, through this contract, the
capability to provide, as a service for primarily Army Customers, software source code assessment to identify vulnerabilities and to
assist Customers in remediating and repairing software code. The goal is to improve the cybersecurity posture of mission systems in a
manner that will counter the growing threat to software intensive systems that the Army relies on to accomplish its mission. CECOM SEC
aims to accomplish this goal in a fast, economical, and relatively easy to use manner. The future end result will be that the Government
has the capability to perform the services internally with Government personnel.
To accomplish this, the Government intends to employ a third party software code analysis tool which will aggregate the results of
multiple individual code analysis tools. The requirements to be performed hereunder will cover two basic areas. First is the analysis of
the system source code to determine if it is in suitable condition to be processed. If not, it may require that the code be compiled to
allow it to be processed. This also covers the operation of the third party software code analysis tool which will perform the analysis
and produce a basic report of vulnerability findings. The second requirement is to review these findings and to provide a subsequent
report making the findings actionable as it relates to the specific system and customer. It may also include the provision of
recommended courses of action for resolution of the findings.
C.1.1 Background
The SECs goal is to improve the cybersecurity of mission applications and mission support systems in a manner that will counter the
growing threat to software intensive systems that the Army relies on to meet mission requirements.
The requirement entails the ability to conduct on-site and on-demand software code analytic scans using a suite of commercial,
government, and open source software code analyzer tools. The Third Party Software Review shall analyze source code for errors, bugs,
coding constructs suspected of introducing vulnerability, to include all coding non-compliance with the Defense Information Systems
Agency (DISA) Application Security & Development Security Technical Implementation Guide (STIG), and all areas prone to failure,
violations to published software coding practices, as identified in the DISA STIGs, memory leaks, and dead code using multiple static
code analysis tools.
The objective is to provide a quality and accuracy reporting level of at least 90% using multiple tools in order to be well over the
approximate 20% accuracy achieved through the use of any single tool.
The Third Party Software Review will be conducted in a Government environment that includes unclassified sensitive or classified up to
SECRET. The code being tested shall not leave the Governments control; therefore, a Software as a Service (SaaS) is not required.
CECOM SEC requires that the vendor provide the capability to take the software code baseline of required systems, ingest the code, and
run the code through an automated code review. This capability will begin with the receipt of software from a customer or SEC project
lead. Software submitted for static code analysis is required to be in a pre-compiled state. Binary code analysis may be required on
code in a post-compiled state. Post-compiled software may be obfuscated or encrypted, depending on the specific system. At the present

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

14

of

69

MOD/AMD

Name of Offeror or Contractor:


time, SECs analysis capabilities are focused on static code analysis, although binary and dynamic analysis will be integrated into the
assessment process over the expected period of performance. The Contractor is required to perform a software assurance review using the
software provided. This review shall aggregate the results of a Government-provided and hosted suite of twenty or more multiple static
or dynamic code analysis tools, normalize and filter the output into a form that identifies non-compliance with requirements such as the
DISA Application Security & Development STIG. The output of the data reduction and normalization capability shall be summary reports
that result in identification and prioritization of potential software vulnerabilities for each critical component.
The Third Party Software Review shall include a post report review by an analyst that can analyze the output report to verify that
findings against the software code baseline correctly identify deficiencies related to the system softwares compliance with established
security technical implementation guidance and software coding standards to include those outlined in the applicable DISA STIGs
associated with the technology using multiple software assurance tools to improve the quality and accuracy of reporting over the use of
any single tool.
The analyst shall be able to resolve false findings and to assist developers and maintainers in understanding and using the output
report to address errors or weaknesses.
C.2 Applicable Documents and Websites
The following documents and websites are referenced for the performance of this contract. The Government reserves the right to update
applicable documents.
Defense Information System Agency (DISA) Application Security and Development Security Technical Implementation Guides (STIG)
http://iase.disa.mil/stigs/app-security/app-security/Pages/index.aspx
Risk Management Framework (RNF) for DoD Information Technology (DoD 8510.01)
http://www.dtic.mil/whs/directives/corres/pdf/851001_2014.pdf
National Institute of Standards and Technology (NIST) Source Code Security Analyzers
http://samate.nist.gov/index.php/Source_Code_Security_Analyzers.html
Information Assurance Workforce Improvement Program (DoD 8570-01-M)
http://www.dtic.mil/whs/directives/corres/pdf/857001m.pdf
Information Assurance
http://www.apd.army.mil/pdffiles/r25_2.pdf
Department of the Army Information Security Program
http://armypubs.army.mil/epubs/pdf/r380_5.pdf

C.3 Requirements
C.3.1 General
C.3.1.1 Materials, Equipment and Facilities
Government Furnished Material (GFM) and Government Furnished Equipment (GFE) will be provided to support this effort. GFE clauses will
be included in the contract. The Contractor shall be responsible for preventing damage to all GFM/GFE while moved, handled,
disassembled, inspected, repaired, modified, reassembled and stored. The Contractor shall be responsible for conducting all necessary
examinations, inspections, maintenance and tests. The Contractor shall be responsible for reporting all inspection results, maintenance
actions, losses and damage to the Government. If the Contractor loses or damages the equipment, it will be the Contractors
responsibility to replace or repair the equipment to the Governments satisfaction at no additional cost to the Government. GFM/GFE
items, except consumables, shall be returned to the Government in good condition upon completion of the contract. The determination of
"good condition will be made by the Procurement Contracting Officer (PCO) or designee at the PCOs sole discretion.
Government furnished materials, equipment, and facilities for this contract are identified in Appendix G - GFP.
The Government will provide access to computers, workstations, telephones, printers, and work related networks. The Government will
procure software licenses and hardware as required to enable the execution of the requirements of this PWS.
C.3.1.2 Security
The highest level of facility clearance required for performance on this contract is SECRET, with personnel clearances at the SECRET
level. The highest level of classified material the contractor will be required to safeguard at its own facility is NONE.
The following security requirements apply to contract and are further described in the DD Form 254, Contract Security Classification
Specification:

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

15

of

69

MOD/AMD

Name of Offeror or Contractor:


1. This contract will require access to For Official Use Only Information (FOUO).
2. This contract will require access to NIPRNET/SIPRNET.
3. In performing this contract, the contractor will have access to classified information only at another contractor's facility or a
Government activity.
Additional security requirements are identified in Appendix E.
C.3.1.3 Reserved
C.3.1.4 Phase In and Phase Out
There is no incumbent contractor; therefore, there is no phase-in period for this contract.
A transition period is anticipated for a sixty (60) day period prior to contract end date (phase-out) to allow for orderly contract
transition. In order to maximize the effectiveness of the transition process, an initial meeting between the Government's Contracting
Officers Representative (COR) and Contract Managers for the incoming and outgoing Contractors shall be held to address phase-in and
phase-out requirements and responsibilities no later than seven (7) days into the phase in/phase out period, and subsequent meetings
will be held as determined by the PCO, but not less than weekly thereafter.
If the incumbent contractor is also the successor contractor, these meetings will not be waived, since the orderly transition from one
work specification to another will also require management involvement in the transition process.
During the period immediately prior to the end of this contract, if the contractor is not awarded the subsequent contract for these
services, the contractor shall permit the successor to observe and become familiar with any and all operations under this contract. The
contractor shall remain responsible and liable for the completion of all requirements of this contract which began on or before the
final day of this contract. The contractor shall not defer any requirements for the purpose of avoiding responsibility and transferring
such responsibility to the successor contractor or the Government. The contractor shall fully cooperate with the successor contractor
and the Government and shall not interfere with their work or duties.
The contractor shall provide the Contracting Officer with a phase-out plan in accordance with CDRL D004 no later than ninety (90)
calendar days prior to the contract end date. This plan shall detail disposition action for all furnishings, equipment, and
documentation with moderate Government input, outlining the Contractors approach to fulfill the requirements of the contract and
applying all relevant factors and information gathered throughout the performance of the contract.
C.3.1.5 Contract Management
The contractor shall provide Monthly Status Reports IAW CDRL C003, Performance and Cost Reports IAW CDRL B001, Meeting Minutes IAW CDRL
A003, and Status of GFE Reports CDRL C001, create Processes and Procedures IAW CDRL D005 and PWS Paragraph 3.2.1.6 and provide Contract
Management Reporting (CMR).
In addition to the above referenced CDRLs, the Program Manager shall provide Government Furnished Property, Security, Phase-out,
Critical Personnel Reporting and general IDIQ/Task Order management responsibilities.
C.3.1.6 Travel
There is no anticipated CONUS or OCONUS travel for this contract; however, if travel requirements are identified at a later date, the
Government will provide a minimum of two weeks notification.
All travel shall be authorized in advance by the PCO or designee and be done IAW established travel regulations and policies. Authorized
travel shall be payable as a direct cost. There will be no reimbursement for local travel in and around the primary work site. Local
travel is defined as fifty (50) miles or less. Reimbursement for the cost of lodging and incidental expenses will be considered to be
reasonable and allowable to the extent that costs submitted for reimbursement do not exceed the rates and amounts allowed by the Joint
Travel Regulation as it applies to civilian employees of the United States Government. If required, the contractor shall prepare and
deliver trip reports IAW CDRL A001 Conference, Working Groups & Trip Reports.

C.3.1.7 Personnel Qualifications


The contractor shall employ only personnel who meet the minimum qualifications provided under PWS Appendix A Personnel Qualifications
and are fully qualified and competent to perform the tasks specified in this PWS. The contractor shall ensure that such personnel are
utilized in a manner that maximizes productivity and efficiency. For purposes of surveillance, resumes of contractor personnel
performing support services as described within this PWS are subject to verification by the COR to ensure that the support personnel
meet or exceed the proposed category descriptions, qualifications, and possess the minimum technical skills and experience specified at
Appendix A of this PWS.
The critical personnel specified in Appendix A of this PWS are considered essential to work performance. At least 30 days prior to
diverting any of the specified individuals to other programs or contracts (or as soon as possible, if an individual must be replaced,
for example, as a result of leaving the employ of the Contractor), the Contractor shall notify the PCO and shall submit, IAW CDRL D002
Status Report Critical Personnel Change, comprehensive justification for the diversion or replacement request (including proposed
substitutions for critical positions) to permit evaluation by the Government of the impact on performance under the contract. The

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

16

of

69

MOD/AMD

Name of Offeror or Contractor:


Contractor shall not divert or otherwise replace any critical personnel without the written consent of the PCO. The Government may
modify the contract to add or delete personnel at the request of the Contractor or Government. Critical positions shall be filled within
thirty (30) calendar days of any vacancy. Non-critical positions shall be filled within forty-five (45) calendar days of any vacancy.
This task covers the selected duties outlined in DoD 8570.01-M Information Assurance Workforce Improvement Program and the specific task
statements listed in PWS Section 3. Contract staff shall be trained, experienced, and meet an IA baseline certification as identified in
the DoD 8570.01-M per PWS Appendix A. Contract staff shall have a U.S. Army recognized computing environment certification in accordance
with DoD 8570.01-M Paragraph C.3.2.4.8.3. They should be a U.S. citizen and shall hold a U.S. Government security clearance and be able
to obtain local access approvals commensurate with the level of information processed on the system or network. Due to the ever-evolving
nature of Cybersecurity and the growing threat to Information Systems, all individuals expected to maintain their certifications during
the life of this contract and be knowledgeable on new policies and guidance that emerge.
C.3.1.8 Work Hours
The contractor is responsible for conducting business between the hours of 0800 and 1700 Monday thru Friday except Federal holidays.
When the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed
facility closings, contractor personnel who normally work in the closed Government facility are not responsible for conducting business.
The Contractor shall not be reimbursed when the Government facility is closed for the above reasons. The Contractor shall at all times
maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is
open for operations.

C.3.1.9 Contractor Manpower Reporting (CMR)


The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site
where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract.
The contractor is required to completely fill in all the information.
The required information includes:
1. Contracting Office, Contracting Officer, Administrative Contracting Officer;
2. Contract Number;
3. Beginning and ending dates covered by reporting period;
4. Contractor name, address, phone number, email address, identify of contractor employee entering data;
5. Estimated direct labor hours (including sub-contractors);
6. Estimated direct labor dollars (including sub-contractors);
7. Total payments (including sub-contractors);
8. Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor, if different);
9. Estimated data collections cost;
10. Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity
is responsible for providing the contractor with its UIC for the purposes of reporting this information);
11. Locations where contractor and subcontractor perform the work (specified by zip code in the United States or nearest city, country
when in an overseas location, using standardized nomenclature provided on website);
12. Presence of deployment or contingency contract language; and
13. Number of contractor and sub-contractor employees deployed in theater during this reporting period (by country). As part of its
submission, the contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement.
Reporting period will be the period of performance not to exceed 12 months ending September 30 of each calendar year.
Contractors may use a direct XML data transfer to the data base server or fill in the fields on the website. The XML direct transfer is
a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each
required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. The
Contractor shall NOT mark any data provided to the USG under the contract as proprietary; this includes records, files, memoranda,
reports, listings, SOPs, plans, programs, studies, tests, property listings, etc., or any other data acquired or produced by the
Contractor in support of the contract.
C.3.1.10 Contractor Mandatory Training
The contractor shall complete all Government mandated training requirements as determined by CECOM SEC for contractor employees that
occur during the period of performance for this contract. Contractors shall track Mandatory Training compliance using their own
resources. Evidence of compliance shall be presented upon Government request. The use of the Total Employee Development (TED) system is
not required.
C.3.1.11 Formal Reviews
The Contractor shall hold a post award orientation meeting at Aberdeen Proving Ground (APG), Maryland within ten (10) business days
after award of contract.
C.3.2 Performance
The following section specifies the Performance Objectives and Performance Elements for the contract. These requirements shall apply to

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

17

of

69

MOD/AMD

Name of Offeror or Contractor:


systems of three levels of complexity:
1. Simple System - Code bases which can be scanned directly via an automated capability. It is estimated that the Automated Analysis
phase for this level should not exceed 40 hours. The Total Analysis time for this type of effort should not exceed 240 hours.
2. Medium System - Single language code bases with a single development environment/host, but which cannot be scanned directly with
automation (e.g. an analyst shall run individual scan tools themselves, due to the limitations of the aggregating toolset). It is
estimated that the Automated Analysis phase for this level should not exceed 80 hours. The Total Analysis time for this type of effort
should not exceed 320 hours.
3. Complex System - Multiple languages as part of the code base, consisting of multiple development environments and/or operating system
hosts, which cannot be scanned directly with automation. It is estimated that the Automated Analysis phase for this level should not
exceed 120 hours. The Total Analysis time for this type of effort should not exceed 400 hours. In rare cases where a complex effort
involves more than 400 hours, a separate task order or equitable adjustment may be required for specialized language skills or an
extended effort based on the number of languages, platforms, interfaces, and other areas of complexities.
For each of the above levels of complexity, manual analysis shall be required to analyze findings after execution of the automated
capability.
The Government estimates that the ratio of small: medium: large systems to be tested shall be approximately 1:2:1 ratio. The Government
estimates that services will be required for approximately 84 systems in the base year and 98 systems each year thereafter. It is
expected that a minimum of five (5) and as many as fourteen (14) systems may undergo analysis simultaneously.
Because systems will be undergoing the assessment process from within SEC, Team C4ISR, and across the Army over the period of
performance, it is not possible to predict specifications of individual systems until scoping of individual efforts is conducted.
Similarly, metrics such as lines of code per application are not available.
Systems being assessed are a mix of systems currently in sustainment and those under development. System code will be transferred to the
Software Assurance Lab for analysis, not tested in the production environment.
Any and all documentation which is available from the system owner (e.g. data flow diagrams, build procedures, developers notes)
associated with individual systems will be provided at the beginning of individual assessment efforts. This documentation may not be
available for all efforts, and is not available before that efforts scoping process.
SwA artifacts are provided for informational purposes in PWS Appendix H.
C.3.2.1 Provide customer and engineering support for software data analytics capability.
C.3.2.1.1 The Contractor shall participate in technical meetings with customers to discuss the customer's software data analytics
requirements.
The technical meetings shall serve to: (1) establish an accurate understanding of the customer's requirements and system scope, and (2)
inform the customer of the data analytics process. It is expected that one meeting will occur at the inception of each effort, with
potential follow up meetings as-needed to work through the process of building the software in the Software Assurance Lab.
_____________________
Performance
Standards
a) STD: Attend and participate in scheduled meetings when requested by the Government.
Acceptable Quality Level (AQL): 85%, attend and participate in scheduled meetings when requested by the Government.
b) STD: Provide meeting minutes for meetings requiring attendance in a timely manner and in accordance with the CDRL.
AQL: 80%, submission of all meeting minutes within 2 business days; 100%, submission of all remaining meeting minutes within 1 business
day.
Deliverables
____________
A003 Meeting Minutes

C.3.2.1.2 The Contractor shall prepare customer source code and/or binaries for code analysis and submit into the automated tool suite.
The Government will provide the source code and/or binaries via email, external hard drive, optical media, or other means. The
contractor shall be responsible for packaging the provided source code and binaries into the format needed for scanning with the
automated tool suite, and for ensuring that the code compiles as required for analysis.
_____________________
Performance
Standards
STD: Notify the Government Technical Lead within 1 working day of any significant issues that will cause delays in the analysis.
AQL: 90%, submission of all notifications within 1 business day; 100%, submission of all remaining notifications within 2 business days.

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

18

of

69

MOD/AMD

Name of Offeror or Contractor:


C.3.2.1.3 The Contractor shall generate and deliver reports containing tailored, aggregated results of the analysis.
Aggregated results shall consist of raw data as generated by multiple test tools, normalized, and categorized based on vulnerability
type and location. Tailored results are results filtered based on specific, government-specified threshold values. For example, a report
may be tailored to only include DISA STIG CAT I findings.
_____________________
Performance
Standards
a) STD: Reports of raw data shall be provided upon completion of each automated analysis.
AQL: 80%, submission of all reports within 5 business days; 100%, submission of all remaining reports within 4 business days. There
shall be no more than 20% rework required.
b) STD: Reports shall be in accordance with the CDRLs and Government regulations, policy and mandates.
AQL: 100% in accordance with standard.
Deliverables
____________
D001 Aggregated Report of Potential DefectsD006 Summary View of Potential DefectsD007 Tailored Aggregated Report of Potential
DefectsD008 Tailored Summary View of Potential Defects
C.3.2.1.4 The Contractor shall attend meetings with customers to discuss assessment results.
Meetings may be held to discuss tailored aggregated reports of findings, and/or actionable result reports.
_____________________
Performance
Standards
a) STD: Attend and participate in scheduled meetings when requested by the Government.
AQL: 85%, attend and participate in scheduled meetings when requested by the Government.
b) STD: Provide meeting minutes for meetings requiring attendance in a timely manner and in accordance with the CDRL.
AQL: 80%, submission of all meeting minutes within 2 business days; 100%, submission of all remaining meeting minutes within 1 business
day.
Deliverables
____________
A003 Meeting Minutes
C.3.2.1.5 The Contractor shall provide status updates for project milestones.
The Government will provide the reporting tool and/or reporting format templates during the first 45 days after contract award. The
proposed project performance milestones are kickoff, submission, aggregation completion, actionable report completion, and customer
debrief.
_____________________
Performance
Standards
STD: Provide status updates of milestone completion in a timely manner.
AQL: 80%, submission of all milestone status updates within 1 business day; 100%, submission of all remaining milestone status updates
within 3 business days.
C.3.2.1.6 The Contractor shall assist in the creation and update of processes and procedures for consistent software code analysis
operations.
Process and procedural changes will be based on experience performing system analysis and customer feedback and new requirements (e.g.
new scan tools). The processes and procedures shall enable the Government to perform the software code assessment.
_____________________
Performance
Standards
STD: Upon the identification of a new software assurance capability, draft procedures shall be provided by date agreed to by the
Government.
AQL: 90%, submission of all processes and procedures within 6 business days; 100%, submission of all remaining processes and procedures
within 10 business days.
Deliverables
____________
D005 Process and Procedures
C.3.2.1.7 The Contractor shall provide demonstrations of the software data analytics capability.
Demonstrations shall show the data analytics capability and process to a live audience. Tasks to support demonstration shall also
include preparation of briefing slides and hands on application of data analytics capability. The Government estimates that four
demonstrations will be required per year.
_____________________
Performance
Standards
a) STD: Contractor shall be prepared to conduct demonstration in a timely manner.
AQL: 90%, all demonstrations conducted within 5 business days; 100%, conduct all remaining demonstrations within 7 business days.

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

19

of

69

MOD/AMD

Name of Offeror or Contractor:


b) STD: Contractor shall provide draft demonstration/briefing material, as requested by the Government.
AQL: 90%, submission of all demonstration/briefing material within 3 business days; 100%, submission of all remaining
demonstration/briefing material within 5 business days.
Deliverables
____________
A002 Briefing and/or Demonstration Material
C.3.2.1.8 The Contractor shall provide training enabling the Government to implement the Software Code Assessment capability.
Training and/or knowledge transfer shall be provided at the Government site and conducted as a need arises. Government estimates class
size not to exceed 10 attendees. The type of training (e.g. hands-on, over-the-shoulder, classroom, etc.) shall be determined at the
time of the need. Further, it may cover but not limited to, topics such as best practices, process life cycle, introduction of new
tools, regulatory changes, etc.
_____________________
Performance
Standards
a) STD: Training shall provide attendees with the information necessary for a working understanding of the topic.
AQL: 90%, submission of all attendee training material within 5 business days; 100%, submission of all remaining attendee training
material within 7 business days.
b) STD: No unresolved user complaints that impact compliance with the standards or performance.
AQL: No more than 5% unresolved user complaints per quarter.
Deliverables
____________
C004 Training Materials
C.3.2.1.9 The Contractor shall analyze and provide actionable reports for each software assessment.
Actionable reports shall be based on normalized, aggregated data generated by the software code assessment tools. Contractor is
responsible for reviewing raw findings to identify false positives, categorize the severity of each finding, and provide recommendations
to remediate or mitigate each finding. Categorization (STIG Cat I, II, III, etc.) shall be based on impact of each finding within the
source code.
_____________________
Performance
Standards
a) STD: Categorization will be based on applicable standards such as the DISA Application and Security Development Guide STIG and the
DoD Risk Management Framework.
AQL: 100%, findings correctly categorized in accordance with the standards.
b) STD: Delivery of report is required following completion of PWS 3.2.1.3.
AQL: 90%, submission of all actionable assessment reports within 30 calendar days; 100%, submission of all remaining actionable
assessment reports within 45 calendar days.
Deliverables
____________
D003 Final software assurance assessment report
C.4 Reserved
C.5 Data Rights
The Government's rights in non-commercial technical data and software deliverables shall be governed by DFARS 252.227-7013 and DFARS
252.227-7014, respectively. Additional provisions related to technical data and software rights are provided in Appendix D.

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

20

of

69

MOD/AMD

Name of Offeror or Contractor:

APPENDIX A
__________
PERSONNEL QUALIFICATIONS
________________________

Labor Categories: Program Manager - Cost-Plus-Fixed-Fee (CPFF)


Critical Position: Yes
Location: Aberdeen Proving Ground, MD
Minimum Qualifications:
1. The contractor shall process a Bachelors degree or advanced degree in Management, Business Administration, Computer Science, Systems
Engineering or other Engineering discipline.
2. Contractor personnel shall have 10 Years of experience managing Software Development efforts within the last 15 Years and 2 years
experience in Software Assurance within the last 5 Years.
3. Contractor personnel shall be capable of planning, coordinating, and directing the activities of administrative, program control, and
technical personnel involved in providing services in fulfillment of the contract.
4. Shall have a thorough understanding and experience in the complete life-cycle of the software in military systems. Shall have
knowledge and experience with Department of Defense (DOD)/Army plans, policies, standards, and methods aimed at the acquisition and
support of software and computer resources for Army systems.
5. Shall be capable of managing and controlling schedules and cost to provide on time, within budget, performance of all aspects of the
contractual effort. Shall be capable of providing direction for operations and ensuring compliance with all management policies, plans,
and procedures. Shall be capable of providing recommendations for resolution to technical problems.
6. The Program Manager shall at all times be a role model to subordinate employees, be a workforce motivator, and be a provider of
constructive criticism.
7. Shall possess an Army Acquisition Corps Level 2 certification in logistics, program management OR information technology OR
recognized industry equivalent professional certification.

__________________________________________________________________
Labor
Categories: Senior Software Developer Firm-Fixed-Price (FFP)
Critical Position: Yes
Location: Aberdeen Proving Ground, MD
Minimum Qualifications:
1. Contractor Personnel shall possess a Bachelors degree or an advanced degree in Computer Science, Electronics Engineering or other
Engineering or Technical discipline.
2. Contract personnel shall have a minimum of 5 years software engineering experience, Software Assurance and Security Engineering
experience, to include; developing and writing/coding new (or modifies existing) computer applications, software, or specialized utility
programs following software assurance best practices within the last 15 years.
3. Contractor personnel shall be capable of working independently or in a team leader capacity to design, develop, and maintain software
for a variety of engineering applications. Work with analysts to understand their analytic or interface requirements. Develop tools and
interfaces. Design, develop, and test operating systems-level software, compilers, and network distribution software applications. Set
operational specifications and formulate and analyze software requirements. Design embedded systems software.
4. Contractor personnel shall be certified in accordance with the DOD baseline requirements of DOD 8570.1M. Contractor personnel shall
have a DoD 8140.01 M Certification in Cyberspace Workforce Management (and most recent implementation guidance), Information Assurance
System Architect and Engineer (IASAE) Level II.
5. Computing Environment certificates can include GIAC GSSP, (ISC), CSSLP, HP ATP Fortify, or others as approved by the COR.

__________________________________________________________________________
Labor
Categories: Intermediate Software Developer - Firm-Fixed-Price (FFP)
Critical Position: No
Location: Aberdeen Proving Ground, MD
Minimum Qualifications:
1. Contractor Personnel shall possess a Bachelors degree or an advanced degree in Computer Science, Electronics Engineering or other
Engineering or Technical discipline.
2. Contractor personnel shall have a minimum of 2 Years software engineering experience, Software Assurance and Security Engineering
experience within the last 15 Years.
3. The contractor shall be able to design, develop, and maintain software for a variety of engineering applications. Work with analysts
to understand their analytic or interface requirements. Develop tools and interfaces. Design, develop, and test operating systems-level
software, compilers, and network distribution software applications. Set operational specifications and formulate and analyze software
requirements. Design embedded systems software.
4. Contractor personnel shall be certified in accordance with the DOD baseline requirements of DOD 8570.1M. DoD 8140.01 M Certification
in Cyberspace Workforce Management (and most recent implementation guidance), Information Assurance System Architect and Engineer
(IASAE) IAT Level I.

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

21

of

69

MOD/AMD

Name of Offeror or Contractor:


5. Computing Environment certificates can include GIAC GSSP, (ISC), CSSLP, HP ATP

Fortify, or others as approved by the COR.

______________________________________________________________________
Labor
Categories: Journeyman Technical Writer - Firm-Fixed-Price (FFP)
Critical Position: No
Location: Aberdeen Proving Ground, MD
Minimum Qualifications:
1. Contractor personnel shall possess an Associates degree in a related Information Technology field.
2. The contractor shall have at least 3 Years of information technology writing experience within the last 15 Years.
3. The contractor shall have experience and able to write technical specifications, reports, brochures, and/or manuals for internal
documentation, customer reference or publications. Analyzes technical literature available, writes descriptive copy, and verifies
documentation. Shall be capable of reviewing customer drawings and data and translate customer language into standard procedures and
product flow. Shall be able to edit, write, and/or rewrite technical articles, publications, presentations, and other materials to
communicate clearly and effectively on research findings, technical developments, and other information to a wide range of external
audiences. Shall be able to exercise quality control over documentation intended for external distribution.

__________________________________________________________________________________
Labor
Categories: Journeyman Quality Assurance Technician - Firm-Fixed-Price (FFP)
Critical Position: No
Location: Aberdeen Proving Ground, MD
Minimum Qualifications:
1. Contractor personnel shall possess a Bachelors degree in Computer Science, Electronics Engineering or other Engineering or Technical
discipline.
2. Contractor personnel shall have 2 Years of computer programming experience, to include Software Engineering within the last 10 Years.
Experience as a Software Engineer will provide practice in the nuances of logic behind many languages. Candidates should have a mix of
skills to include, but not limited to at least a subset of the following high-level languages: Java, C/C++/C#, .NET, JavaScript, XML,
ADA, Python, VBScript, Shell scripting, Assembler, and/or ABAP. Have a clear understanding and capable of navigating Assembly that is
generated from binary analysis.
3. The contractor shall be able to scan PowerShell scripts, and/or build an application for Visual Studio and Eclipse from a set of
source files such that tools that employ binary (e.g. Fortify) can be properly executed. Candidates shall be capable of executing a
dynamic analysis and be well-versed in black-box testing as well as penetration and/or fuzzing.
4. The Contractor personnel shall be able to map results to Common Weakness Elements (CWE), Common Vulnerability Elements (CVE), and
National Institute of Standards and Technology (NIST Security Technical Implementation Guide (STIG), and prepare detailed executive and
developer reports complete with suggested steps for remediation as necessary.

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

MOD/AMD

Name of Offeror or Contractor:

APPENDIX B
__________
____________________________
SOFTWARE
ASSURANCE TOOL LIST
Code DX, including the following tools which it runs and/or aggregates itself:
- Brakeman
- CAT.NET
- Checkstyle
- CppCheck
- Dependency-Check
- Findbugs
- FXCop
- Gendarme
- JSHint
- PMD
- PyLint
- Retire.js
Additionally, we will use the following tools and import their results into Code DX
- HP Fortify Static Code Analyzer
- Grammatech Code Sonar
- Klocwork Insight
This is a dynamic list and the Government will modify this list as required to support mission requirements.

Page

22

of

69

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Name of Offeror or Contractor:

APPENDIX C
__________
______________________________________
CONTRACT
DATA REQUIREMENTS LIST (CDRL)
See External Document.

MOD/AMD

Page

23

of

69

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

24

of

69

MOD/AMD

Name of Offeror or Contractor:

APPENDIX D
__________
___________________
DATA
ACCESSION LIST
In accordance with CDRL D002 "Data Accession List", the Contractor shall provide an inventory of internal technical data and software
generated and/or developed by the Contractor in the performance of the contract. In addition, the Government may require delivery of any
of the technical data or software items provided in the Data Accession List, in accordance with the provisions of DFARS 252.227-7027.

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

25

of

69

MOD/AMD

Name of Offeror or Contractor:

APPENDIX E
__________
Antiterrorism (AT) and Operations Security (OPSEC) (19 February 2016)
_____________________________________________________________________
1. AT Level I training. This standard language is for contractor employees with an area of performance within an Army controlled
installation, facility or area:
All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access
areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation
of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected
contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 30 calendar
days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the
following website: http://jko.jten.mil.
2. AT Awareness Training for Contractor Personnel Traveling Overseas:
US based contractor employees and associated sub-contractor employees shall receive government provided area of responsibility (AOR)
specific AT awareness training as directed by AR 525-13. Specific AOR training content is directed by the combatant commander with the
unit ATO being the local point of contact. US based contractor employees and associated sub-contractor employees will submit an Isolated
Personnel Report (ISOPREP) prior to deployment, in accordance with AR 525-28, Personnel Recovery. The contractor is required to fill out
the survey on NIPRNET at https://prmsglobal.prms.af.mil/prmsconv/Profile/Survey/start.aspx prior to deployment.
3. iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled
installation, facility or area:
The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by
the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and
instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award
and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 30 calendar days after
contract award.
4. For contracts that require a formal OPSEC program:
For contracts that involve sensitive/critical/classified information and require work at a contractor facility, the contractor shall
develop an OPSEC Standing Operating Procedure (SOP)/Plan within 90 calendar days of contract award, to be reviewed and approved by the
responsible Government OPSEC officer. This plan will include a process to identify critical information, where it is located, who is
responsible for it, how to protect it and why it needs to be protected. The contractor shall implement OPSEC measures as ordered by the
commander. In addition, the contractor shall have an identified certified Level II OPSEC coordinator per AR 530-1.
For contracts that involve sensitive/critical/classified information and require work at a government facility, the contractor shall
request the organizational OPSEC Plan within seven (7) days of contract award. The OPSEC Plan will include the government's critical
information, why it needs to be protected, where it is located, who is responsible for it, and how it shall be protected.
5. For contracts that require OPSEC Training:
Per AR 530-1 Operations Security, the contractor employees shall complete Level I OPSEC Awareness training. New employees shall be
trained within 30 calendar days of their reporting for duty and annually thereafter. Level I OPSEC training is available at the
following website: http://cdse.edu/catalog/elearning/GS130.html (Duration: 45 minutes).
6. Army Training Certification Tracking System (ATCTS) registration for contractor employees who require access to government
information systems:
All contractor employees with access to a government info system shall be registered in the ATCTS (Army Training Certification Tracking
System) at commencement of services, and shall successfully complete the DOD Cybersecurity Awareness prior to access to the IS and then
annually thereafter.
7. For cybersecurity/information technology (IT) training:
All contractor employees and associated sub-contractor employees shall complete the DoD Cybersecurity awareness training before issuance
of network access and annually thereafter. All contractor employees working Cybersecurity/IT functions shall comply with DoD and Army
training requirements in DoDD 8570.01, DoD 8570.01-M and AR 25-2 within six months of appointment to Cybersecurity/IT functions.
8. For cybersecurity/information technology (IT) certification:
Per DoD 8570.01-M , DFARS 252.239.7001 and AR 25-2, the contractor employees supporting Cybersecurity/IT functions shall be
appropriately certified upon contract award. The baseline certification as stipulated in DoD 8570.01-M shall be completed upon contract
award.
9.

Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

26

of

69

MOD/AMD

Name of Offeror or Contractor:


performance within Army controlled installation, facility, or area:
Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet
installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security
Office. Contractor workforce shall comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity
Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by
the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change,
the Government may require changes in contractor security matters or processes.
10. For contracts that require handling or access to classified information.
Contractor shall comply with FAR 52.204-2, Security Requirements. This clause involves access to information classified Confidential,
Secret, or Top Secret and requires contractors to comply with (1) The Security Agreement (DD Form 441), including the National
Industrial Security Program Operating Manual (DoD 5220.22-M); (2) any revisions to DOD 5220.22-M, notice of which has been furnished to
the contractor.
11. Threat Awareness Reporting Program. For all contractors with security clearances. Per AR 381-12 Threat Awareness and Reporting
Program (TARP), contractor employees shall receive annual TARP training by a CI agent or other trainer as specified in 2-4b.
12. For contractors requiring Common Access Card (CAC):
Before CAC issuance, the contractor employee requires, at a minimum, a favorably adjudicated National Agency Check with Inquiries (NACI)
or an equivalent or higher investigation in accordance with Army Directive 2014-05. The contractor employee will be issued a CAC only if
duties involve one of the following: (1) Both physical access to a DoD facility and access, via logon, to DoD networks on-site or
remotely; (2) Remote access, via logon, to a DoD network using DoD-approved remote access procedures; or (3) Physical access to multiple
DoD facilities or multiple non-DoD federally controlled facilities on behalf of the DoD on a recurring basis for a period of 6 months or
more. At the discretion of the sponsoring activity, an initial CAC may be issued based on a favorable review of the FBI fingerprint
check and a successfully scheduled NACI at the Office of Personnel Management.
13. For contractors that do not require CAC, but require access to a DoD facility or installation:
Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime
Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 19013), applicable installation, facility and area commander installation/facility access and local security policies and procedures
(provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater
regulations.
14. For contractors authorized to accompany the force:
DFARS Clause 252.225-7040 (DFARS Clause 252-225-7995 for CENTCOM), Contractor Personnel Authorized to Accompany U.S. Armed Forces
Deployed Outside the United States. The clause shall be used in solicitations and contracts that authorize contractor personnel to
accompany US Armed Forces deployed outside the US in contingency operations; humanitarian or peacekeeping operations; or other military
operations or exercises, when designated by the combatant commander. The clause discusses the following AT/OPSEC related topics:
required compliance with laws and regulations, pre-deployment requirements, required training (per combatant command guidance), and
personnel data required.

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

27

of

69

MOD/AMD

Name of Offeror or Contractor:

APPENDIX F
__________
___________________
CONTRACTOR
EMPLOYEE
PERSONAL FINANCIAL INTEREST / PROTECTION OF SENSITIVE INFORMATION AGREEMENT
___________________________________________________________________________
This Agreement refers to Contract/Order _____________________ entered into between the US Army Contracting Command and
____________________ (Contractor).
As an employee of the aforementioned Contractor, I understand that in connection with my involvement in the support of the abovereferenced Contract/Order, I may receive or have access to certain sensitive information relating to said Contract/Order, and/or may be
called upon to perform services which could have a potential impact on the financial interests of other companies, businesses or
corporate entities. I hereby agree that I will not discuss or otherwise disclose (except as may be legally or contractually required)
any such sensitive information maintained by US Army Contracting Command and US Army CECOM or by others on behalf of US Army Contracting
Command and US Army CECOM, to any person, including personnel in my own organization, not authorized to receive such information.
Sensitive information includes:
(a) Information provided to the contractor or the Government that would be competitively useful on current or future related
procurements; or
(b) Is considered source selection information or bid and proposal information as defined in FAR 2.101, and FAR 3.104-4; or
(c) Contains (1) information about a contractors pricing, rates, costs, schedule, or contract performance; or (2) the Governments
analysis of that information; or
(d) Program information relating to current or estimated budgets, schedules or other financial information relating to the program
office; or
(e) Is properly marked as source selection information or any similar markings.
Should sensitive information be provided to me under this Contract/Order, I agree not to discuss or disclose such information with/to
any individual not authorized to receive such information. If there is any uncertainty as to whether the disclosed information comprises
sensitive information, I will request my employer to request a determination in writing from the US Army Contracting Command Contracting
Officer as to the need to protect this information from disclosure.
I will promptly notify my employer if, during my participation in the subject Contract/Order, I am assigned any duties that could affect
the interests of a company, business or corporate entity in which either I, my spouse or minor children, or any member of my immediate
family/household has a personal financial interest. Financial interest is defined as compensation for employment in the form of wages,
salaries, commissions, professional fees, or fees for business referrals, or any financial investments in the business in the form of
direct stocks or bond ownership, or partnership interest (excluding non-directed retirement or other mutual fund investments). In the
event that, at a later date, I acquire actual knowledge of such an interest or my employer becomes involved in proposing for a
solicitation resulting from the work under this Contract/Order, as either an offeror, an advisor to an offeror, or as a subcontractor to
an offeror, I will promptly notify my employer. I understand this may disqualify me from any further involvement with this
Contract/Order, as agreed upon between US Army Contracting Command and my company.
Among the possible consequences, I understand that violation of any of the above conditions/requirements may result in my immediate
disqualification or termination from working on this Contract/Order pending legal and contractual review.
I further understand and agree that all Confidential, Proprietary and/or Sensitive Information shall be retained, disseminated,
released, and destroyed in accordance with the requirements of law and applicable Department of Defense, US Army CECOM, or US Army
Contracting Command directives, regulations, instructions, policies and guidance.
This Agreement shall be interpreted under and in conformance with the laws of the United States.
I agree to the Terms of this Agreement and certify that I have read and understand the above Agreement. I further certify that the
statements made herein are true and correct.

___________________________
Signature and Date

______________________________
Company

___________________________
Printed Name

______________________________
Phone Number

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Name of Offeror or Contractor:

APPENDIX G
__________
___________________________________
Government
Furnished Property (GFP)
Laptops: Dell
Model Number: E6520
Quantity: 82

MOD/AMD

Page

28

of

69

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Name of Offeror or Contractor:

___________
APPENDIX
H
_________
Artifacts
See External Document.

*** END OF NARRATIVE C0001 ***

MOD/AMD

Page

29

of

69

Reference No. of Document Being Continued

CONTINUATION SHEET

PIIN/SIIN W56JSR-17-R-0004

Page

30

of

69

MOD/AMD

Name of Offeror or Contractor:


SECTION E - INSPECTION AND ACCEPTANCE
This document 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
these addresses:
http://farsite.hill.af.mil/VFFARA.HTM

or

http://farsite.hill.af.mil/VFDFARA.HTM

or

http://farsite.hill.af.mil/VFAFARa.HTM

If the clause requires additional or unique information, then that information is provided immediately after the clause title.

E-1
E-2

Regulatory Cite
_______________
52.246-4
52.246-5

______________________________________________________________________
Title
INSPECTION OF SERVICES--FIXED-PRICE
INSPECTION OF SERVICES--COST-REIMBURSEMENT

____________
Date
AUG/1996
APR/1984

E.3 General Instructions


Inspection and acceptance shall be at Software Engineering Center (SEC), Bldg. 6002, Aberdeen Proving Ground, MD, 21005. All
deliverables shall be delivered to the Government IAW PWS Appendix C.
Ship to address is:
ATTN: Designated Contracting Officer Representative (COR)
CECOM SEC Services Directorate
Bldg. 6002, Room D5/101
Aberdeen Proving Ground, MD 21005

*** END OF NARRATIVE E0001 ***

Reference No. of Document Being Continued

CONTINUATION SHEET

PIIN/SIIN W56JSR-17-R-0004

Page

31

of

69

MOD/AMD

Name of Offeror or Contractor:


SECTION F - DELIVERIES OR PERFORMANCE
This document 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
these addresses:
http://farsite.hill.af.mil/VFFARA.HTM

or

http://farsite.hill.af.mil/VFDFARA.HTM

or

http://farsite.hill.af.mil/VFAFARa.HTM

If the clause requires additional or unique information, then that information is provided immediately after the clause title.

Regulatory Cite
_______________
52.242-15
252.211-7007

F-1
F-2

______________________________________________________________________
Title
STOP-WORK ORDER
REPORTING OF GOVERNMENT-FURNISHED PROPERTY

____________
Date
AUG/1989
AUG/2012

F.3 Deliverables
Number
A001
A002
A003
B001
C001
C002
C003
C004
D001
D002
D003
D004
D005
D006
D007
D008

Name
Conference, Working Group, Trip Report, 3.1.6
Briefing/Demonstration Material, 3.2.1.7
Meeting Minutes, 3.2.1.1 & 3.2.1.4
Performance and Cost Report, 3.1.5
Status of GFE Reports, 3.1.1 & 3.1.5
Status Report Critical Personnel Change, 3.1.7
Monthly Status Report, 3.1.5
Training Events, 3.2.1.8
Aggregated Report of Potential Defects, 3.2.1.3
Data Accession List, PWS Appendix D
Final Software Assurance Assessment Report, 3.2.1.9
Phase Out Plan, 3.1.4
Process and Procedures, 3.2.1.6
Summary View of Potential Defects, 3.2.1.3
Tailored Aggregated Report of Potential Defects, 3.2.1.3
Tailored Summary View of Potential Defects, 3.2.1.3

F.4 Performance
F.4.1 Period of Performance:
The IDIQ contract will have a five (5) year ordering period from the date of award. The period of performance for task orders will be
determined for each task order based on the task order requirements. The task order shall identify the period of performance for the
specific task.
F.1.2 Place of Performance:
Onsite: (Government Facility) Place of Performance for this effort shall be at Aberdeen Proving Ground, Maryland with specifics to be
determined on the Task Order.
Offsite: (Contractor Facility) The contractor may perform Task Order Management functions such as financial management, budget
analysis, material purchasing, etc. and other administrative tasks at their facility.

*** END OF NARRATIVE F0001 ***

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

32

of

69

MOD/AMD

Name of Offeror or Contractor:


SECTION G - CONTRACT ADMINISTRATION DATA
Regulatory Cite
_______________

______________________________________________________________________
Title

G-1
252.232-7006
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS
(a) Definitions. As used in this clause--

____________
Date
MAY/2013

"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or
organization.
"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the
entitlement system.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as
authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall-(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this
Web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice
Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the
WAWF home page at https://wawf.eb.mil/.
(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer
Protocol.
(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports
in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s).
FOR COST REIMBURSEMENT CLIN INVOICING - Cost Voucher
FOR FIRM-FIXED-PRICE CLIN INVOICING - 2-in-1 Invoice
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified
by the contracting officer.
Inspection: Destination
Acceptance: Destination
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in
WAWF when creating payment requests and receiving reports in the system.
Routing Data Table*
-----------------------------------------------------------------------Field Name in WAWF
Data to be entered in WAWF
-----------------------------------------------------------------------Pay Official DoDAAC
-TBDIssue By DoDAAC
W56JSR
Admin DoDAAC
-TBDInspect By DoDAAC
W90W2B
Ship To Code
W90W2B
Ship From Code
N/A
Mark For Code
N/A
Service Approver (DoDAAC)
-TBDService Acceptor (DoDAAC)
-TBDAccept at Other DoDAAC
N/A
LPO DoDAAC
N/A

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

33

of

69

MOD/AMD

Name of Offeror or Contractor:


DCAA Auditor DoDAAC
-TBDOther DoDAAC(s)
N/A
-----------------------------------------------------------------------(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line
item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all
relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.
(5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email
Notifications" field of WAWF once a document is submitted in the system.
margaret.r.sherman.civ@mail.mil
(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting
activity's WAWF point of contact.
Contracting Officer:sonia.j.nance.civ@mail.mil
Contract Specialist:johnny.r.schultz.civ@mail.mil
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

34

of

69

MOD/AMD

Name of Offeror or Contractor:


SECTION H - SPECIAL CONTRACT REQUIREMENTS
H.1 General Instructions
H.1.1 Task orders will be awarded in accordance with FAR 16.505 and FAR 52.216-19. Only the Contracting Officer (KO) has the authority
to award task orders against this contract.
H.1.2 Only contractors eligible to compete as a small business may submit a proposal in response to this RFP.
H.1.3 Awardee shall obtain prior approval to change the proposed labor mix (hours and categories) from the Contracting Officer
Representative (COR). Any changes to labor rates shall be approved by the Contracting Officer. Offerors shall provide proposed monthly
cost versus actual monthly cost and cumulative proposed total cost and cumulative actual total cost in accordance with CDRL B001 Monthly Cost Reports.

*** END OF NARRATIVE H0001 ***

H.2 Contracting Officer Representatives (COR)


H.2.1 The Contracting Officer will appoint a Contracting Officer Representative (COR) from the requiring activity for each task order.
The COR does not have the authority to award, agree to, or sign any contract, task order, or modification or in any way to obligate the
payment of money by the Government. The COR does not have the authority to take any action that may affect contract or task order
schedules, funds, or scope. All contractual agreements, commitments, or modifications that involve price, quantity, quality, schedules
or other terms and conditions of the contract or task order shall be made by the Contracting Officer only.
H.2.2 Technical Guidance Letters (TGL)
H.2.2.1 As necessary, the COR may issue technical guidance letters (TGL) in order to provide technical guidance or clarification
concerning the details of specific services to be performed under a task order. To be valid a TGL shall be within the general scope of
work stated in the task order and it shall not require any adjustment to the price, fee, estimated costs, or delivery terms of the task
order.
H.2.2.2 Each TGL issued hereunder is subject to the terms and conditions of this contract. The TGL shall be in writing and shall
include, as a minimum, the following information:
a. Effective date of the TGL;
b. Contract number, task order number, and sequential TGL number; and
c. Reference to the relevant section of the PWS for the task order.
H.2.2.3 The contractor shall not comply with any TGL it believes is not valid. In the event of a conflict between a TGL and the scope of
the task order, the terms of the task order shall control. In the event of a conflict between a task order and the scope of the
contract, the terms of the contract shall control. If the contractor believes or has reason to believe that a TGL is not valid, the
contractor shall notify the Contracting Officer by email within two (2) business days of receiving the TGL in question. The Contracting
Officer will give appropriate direction to the contractor and the COR to resolve the TGL issue.
H.2.2.4 Oral technical direction may be given by the COR only in emergency circumstances. The contractor shall notify the Contracting
Officer by email that it has received such direction within 24 hours of receiving the directions. If the COR does not follow up the oral
directions within two (2) business days by issuing a written TGL the contractor is to notify the Contracting Officer and cease
compliance unless the contractor concurs the direction is a valid TGL. Contractors failure to comply with this clause is grounds for
finding that incurred costs are not allowable.

*** END OF NARRATIVE H0002 ***

H.3 Computer Hardware, Enterprise Software and Solutions (CHESS)


In accordance with Army Regulation (AR) 25-1, when procuring commercial off the shelf (COTS) software, desktops, notebook computers,
video teleconferencing or other commercial IT equipment (e.g. routers, servers, printers) contractors shall use the Computer Hardware,
Enterprise Software and Solutions (CHESS) contract vehicle at https://chess.army.mil. Contractors shall indicate CHESS items and use
catalog prices in task order proposals. Contractors shall be authorized upon award to order through CHESS contract vehicles.

*** END OF NARRATIVE H0003 ***

Reference No. of Document Being Continued

CONTINUATION SHEET

PIIN/SIIN W56JSR-17-R-0004

Page

35

of

69

MOD/AMD

Name of Offeror or Contractor:


H.4 Security Requirement
H.4.1 The offeror shall submit the requested information in Boxes 6 & 7 of DD Form 254. The successful offeror will be required to
demonstrate compliance with the DD 254 at time of award.

*** END OF NARRATIVE H0004 ***


H.5 Personal Services
H.5.1 This is not a personal services contract.

*** END OF NARRATIVE H0005 ***

H.6 Hours of Work


H.6.1 Work within the continental limits of the United States and its possessions shall not normally exceed eight (8) hours per day or
forty (40) hours per normal work week.
H.6.2 The contractor work week is forty (40) hours. Contractors shall obtain authorization from the COR prior to incurring any hours in
excess of the contractor work week in accordance with the task order. Any services that extend beyond the forty (40) hours in a given
calendar week shall be proposed and billed in accordance with the uncompensated overtime rate as defined in FAR 52.237-10.
H.6.3 Contractor personnel performing at a Government site shall observe federal holidays and other days identified in this section
unless otherwise indicated in a task order.
The Government observes the following days as holidays:
New Years Day
Birthday of Martin Luther King, Jr.
Washingtons Birthday
Memorial Day
Independence Day
Labor Day
Columbus Day
Veterans Day
Thanksgiving Day
Christmas Day
In addition to the days designated as holidays, the Government may also observe any day designated by Federal Statute, Executive Order,
or Presidents Proclamation.

*** END OF NARRATIVE H0006 ***


H.7 Government Site Closures
H.7.1 All or part of a Government site may be closed in response to an unforeseen emergency. Such emergencies may include, but are not
limited to, adverse weather such as snow or flood, a natural disaster such as tornado or earthquake, or a site disaster such as a gas
leak or fire. Contractor personnel are non-essential personnel for purposes of any instructions regarding such emergencies.
H.7.2 Contractor personnel shall be officially dismissed upon notification of a Government site closure.
H.7.3 Contractor personnel shall promptly secure all Government furnished property appropriately and evacuate in an expedient but safe
manner.
H.7.4 Regarding Government site closure notifications, contractors shall follow instructions for non-essential personnel provided by
local radio, television, official websites, and/or official Government site hotlines. Contractors may not receive any other form of
notification of a Government site closure from the Government. If a decision to close all or part of a Government site is made during
the duty day and the decision is transmitted through official notification channels, contractors shall follow the instructions provided.
H.7.5 Regarding the requirements of a task order under this contract, the Government shall retain the following options:

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

36

of

69

MOD/AMD

Name of Offeror or Contractor:


a. The Government may grant an extension for any task order delayed by the closure equal to the time of the closure, subject to the
availability of funds.
b. The Government may forego work. Contractors shall not receive payment for any work not performed.
c. The Government may reschedule the work on any day that is mutually satisfactory.
d. The Government may, at its discretion, permit the contractor personnel to perform at an off-site location during the period of
the Government site closure, if meaningful work can be accomplished. The contractor shall certify to the Government in writing within
five (5) business days of returning to the Government site the nature and scope of the work completed off-site. If applicable, the
contractor shall be permitted to bill the Government at the labor rates identified in the task order.

*** END OF NARRATIVE H0007 ***

H.8 Enterprise-Wide Contractor Manpower Reporting Application (eCMRA)


H.8.1 The following clause will be included in each individual task order:
The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services
provided under task orders on this contract via the eCMRA secure data collection site.
H.8.2 The contractor is required to completely fill-in all required data fields within the eCMRA.
H.8.3 Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which
runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than
October 31 of each calendar year.
H.8.4 Contractors may direct questions to the help desk at: http://www.ecmra.mil/.

*** END OF NARRATIVE H0008 ***

Reference No. of Document Being Continued

CONTINUATION SHEET

PIIN/SIIN W56JSR-17-R-0004

Page

37

of

69

MOD/AMD

Name of Offeror or Contractor:


SECTION I - CONTRACT CLAUSES
This document 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
these addresses:
http://farsite.hill.af.mil/VFFARA.HTM

or

http://farsite.hill.af.mil/VFDFARA.HTM

or

http://farsite.hill.af.mil/VFAFARa.HTM

If the clause requires additional or unique information, then that information is provided immediately after the clause title.

I-1
I-2
I-3
I-4
I-5
I-6

Regulatory Cite
_______________
52.202-1
52.203-3
52.203-5
52.203-6
52.203-7
52.203-8

I-7
I-8
I-9
I-10
I-11
I-12
I-13
I-14

52.203-10
52.203-12
52.204-2
52.204-4
52.204-9
52.204-10
52.204-13
52.209-6

I-15

52.209-9

I-16
I-17
I-18
I-19
I-20

52.210-1
52.215-2
52.215-8
52.215-10
52.215-11

I-21
I-22
I-23
I-24

52.215-12
52.215-13
52.215-15
52.215-18

I-25
I-26
I-27
I-28
I-29
I-30
I-31
I-32
I-33
I-34
I-35

52.215-23
52.216-8
52.216-11
52.219-6
52.219-8
52.219-14
52.222-3
52.222-21
52.222-26
52.222-37
52.222-40

I-36
I-37
I-38
I-39
I-40
I-41
I-42
I-43
I-44
I-45
I-46

52.222-41
52.222-50
52.222-54
52.223-6
52.223-18
52.225-13
52.227-1
52.227-2
52.229-3
52.232-1
52.232-8

______________________________________________________________________
Title
DEFINITIONS
GRATUITIES
COVENANT AGAINST CONTINGENT FEES
RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT
ANTI-KICKBACK PROCEDURES
CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR
IMPROPER ACTIVITY
PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY
LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS
SECURITY REQUIREMENTS
PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER
PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL
REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS
SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH
CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY
MATTERS
MARKET RESEARCH
AUDIT AND RECORDS--NEGOTIATIONS
ORDER OF PRECEDENCE--UNIFORM CONTRACT FORMAT
PRICE REDUCTION FOR DEFECTIVE CERTIFIED COST OR PRICING DATA
PRICE REDUCTION FOR DEFECTIVE CERTIFIED COST OR PRICING DATA-MODIFICATIONS
SUBCONTRACTOR CERTIFIED COST OR PRICING DATA
SUBCONTRACTOR CERTIFIED COST OR PRICING DATA--MODIFICATIONS
PENSION ADJUSTMENTS AND ASSET REVERSIONS
REVERSION OR ADJUSTMENT OF PLANS FOR POSTRETIREMENT BENEFITS (PRB)
OTHER THAN PENSIONS
LIMITATIONS ON PASS-THROUGH CHARGES
FIXED FEE
COST CONTRACT--NO FEE
NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE
UTILIZATION OF SMALL BUSINESS CONCERNS
LIMITATIONS ON SUBCONTRACTING
CONVICT LABOR
PROHIBITION OF SEGREGATED FACILITIES
EQUAL OPPORTUNITY
EMPLOYMENT REPORTS ON VETERANS
NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS
ACT
SERVICE CONTRACT LABOR STANDARDS
COMBATING TRAFFICKING IN PERSONS
EMPLOYMENT ELIGIBILITY VERIFICATION
DRUG-FREE WORKPLACE
ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING
RESTRICTIONS ON CERTAIN FOREIGN PURCHASES
AUTHORIZATION AND CONSENT
NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT
FEDERAL, STATE, AND LOCAL TAXES
PAYMENTS
DISCOUNTS FOR PROMPT PAYMENT

____________
Date
NOV/2013
APR/1984
MAY/2014
SEP/2006
MAY/2014
MAY/2014
MAY/2014
OCT/2010
AUG/1996
MAY/2011
JAN/2011
OCT/2016
OCT/2016
OCT/2015
JUL/2013
APR/2011
OCT/2010
OCT/1997
AUG/2011
AUG/2011
OCT/2010
OCT/2010
OCT/2010
JUL/2005
OCT/2009
JUN/2011
APR/1984
NOV/2011
NOV/2016
NOV/2011
JUN/2003
APR/2015
SEP/2016
FEB/2016
DEC/2010
MAY/2014
MAR/2015
OCT/2015
MAY/2001
AUG/2011
JUN/2008
DEC/2007
DEC/2007
FEB/2013
APR/1984
FEB/2002

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

38

MOD/AMD

Name of Offeror or Contractor:

I-47
I-48
I-49
I-50
I-51
I-52
I-53
I-54
I-55
I-56
I-57
I-58
I-59
I-60
I-61
I-62
I-63
I-64
I-65
I-66
I-67
I-68
I-69
I-70
I-71
I-72
I-73
I-74

Regulatory Cite
_______________
52.232-11
52.232-20
52.232-22
52.232-23
52.232-25
52.232-39
52.232-40
52.233-1
52.233-3
52.233-4
52.237-3
52.242-1
52.242-3
52.242-4
52.242-13
52.243-1
52.243-2
52.244-5
52.245-1
52.245-9
52.249-2
52.249-6
52.249-8
52.249-14
52.253-1
252.201-7000
252.203-7000
252.203-7001

I-75
I-76
I-77
I-78
I-79
I-80
I-81
I-82
I-83

252.203-7002
252.203-7003
252.204-7000
252.204-7002
252.204-7003
252.204-7004
252.204-7005
252.204-7006
252.204-7009

I-84
I-85
I-86
I-87

252.204-7012
252.204-7015
252.205-7000
252.209-7004

I-88
I-89
I-90
I-91
I-92
I-93

252.215-7000
252.215-7002
252.222-7006
252.223-7004
252.225-7048
252.226-7001

I-94
I-95

252.227-7013
252.227-7014

I-96
I-97
I-98

252.227-7016
252.227-7019
252.227-7025

I-99
I-100
I-101
I-102

252.227-7027
252.227-7030
252.227-7037
252.231-7000

______________________________________________________________________
Title
EXTRAS
LIMITATION OF COST
LIMITATION OF FUNDS
ASSIGNMENT OF CLAIMS (MAY 2014) -- ALTERNATE I (APR 1984)
PROMPT PAYMENT
UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
DISPUTES
PROTEST AFTER AWARD
APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM
CONTINUITY OF SERVICES
NOTICE OF INTENT TO DISALLOW COSTS
PENALTIES FOR UNALLOWABLE COSTS
CERTIFICATION OF FINAL INDIRECT COSTS
BANKRUPTCY
CHANGES--FIXED PRICE (AUG 1987) -- ALTERNATE I (APR 1984)
CHANGES - COST-REIMBURSEMENT (AUG 1987) -- ALTERNATE I (APR 1984)
COMPETITION IN SUBCONTRACTING
GOVERNMENT PROPERTY
USE AND CHARGES
TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE)
TERMINATION (COST REIMBURSEMENT)
DEFAULT (FIXED-PRICE SUPPLY AND SERVICE)
EXCUSABLE DELAYS
COMPUTER GENERATED FORMS
CONTRACTING OFFICER'S REPRESENTATIVE
REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS
PROHIBITION ON PERSONS CONVICTED OF FRAUD OR OTHER DEFENSE-CONTRACTRELATED FELONIES
REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS
AGENCY OFFICE OF THE INSPECTOR GENERAL
DISCLOSURE OF INFORMATION
PAYMENT FOR SUBLINE ITEMS NOT SEPARATELY PRICED
CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT
ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT
ORAL ATTESTATION OF SECURITY RESPONSIBILITIES
BILLING INSTRUCTIONS
LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR
REPORTED CYBER INCIDENT INFORMATION
SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING
NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT
PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS
SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE
GOVERNMENT OF A TERRORIST COUNTRY
PRICING ADJUSTMENTS
COST ESTIMATING SYSTEM REQUIREMENTS
RESTRICTIONS ON THE USE OF MANDTORY ARBITRATION AGREEMENTS
DRUG-FREE WORK FORCE
EXPORT-CONTROLLED ITEMS
UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC
ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS
RIGHTS IN TECHNICAL DATA--NONCOMMERCIAL ITEMS
RIGHTS IN NONCOMMERCIAL COMPUTER SOFTWARE AND NONCOMMERCIAL COMPUTER
SOFTWARE DOCUMENTATION
RIGHTS IN BID OR PROPOSAL INFORMATION
VALIDATION OF ASSERTED RESTRICTIONS--COMPUTER SOFTWARE
LIMITATIONS ON THE USE OR DISCLOSURE OF GOVERNMENT-FURNISHED
INFORMATION MARKED WITH RESTRICTIVE LEGENDS
DEFERRED ORDERING OF TECHNICAL DATA OR COMPUTER SOFTWARE
TECHNICAL DATA--WITHHOLDING OF PAYMENT
VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA
SUPPLEMENTAL COST PRINCIPLES

____________
Date
APR/1984
APR/1984
APR/1984
APR/1984
JUL/2013
JUN/2013
DEC/2013
MAY/2014
AUG/1996
OCT/2004
JAN/1991
APR/1984
MAY/2014
JAN/1997
JUL/1995
APR/1984
APR/1984
DEC/1996
APR/2012
APR/2012
APR/2012
MAY/2004
APR/1984
APR/1984
JAN/1991
DEC/1991
SEP/2011
DEC/2008
SEP/2013
DEC/2012
OCT/2016
DEC/1991
APR/1992
FEB/2014
NOV/2001
OCT/2005
OCT/2016
OCT/2016
MAY/2016
DEC/1991
OCT/2015
DEC/2012
DEC/2012
DEC/2010
SEP/1988
JUN/2013
SEP/2004
FEB/2014
FEB/2014
JAN/2011
SEP/2016
MAY/2013
APR/1988
MAR/2000
SEP/2016
DEC/1991

of

69

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

39

of

69

MOD/AMD

Name of Offeror or Contractor:

I-103
I-104
I-105
I-106
I-107
I-108
I-109
I-110
I-111
I-112
I-113
I-114
I-115
I-116

Regulatory Cite
_______________
252.232-7003
252.232-7010
252.237-7010
252.239-7000
252.239-7001
252.242-7006
252.243-7001
252.243-7002
252.244-7001
252.245-7001
252.245-7002
252.245-7003
252.245-7004
252.246-7000

______________________________________________________________________
Title
ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS
LEVIES ON CONTRACT PAYMENTS
PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL
PROTECTION AGAINST COMPROMISING EMANATIONS
INFORMATION ASSURANCE CONTRACTOR TRAINING AND CERTIFICATION
ACCOUNTING SYSTEM ADMINISTRATION
PRICING OF CONTRACT MODIFICATIONS
REQUESTS FOR EQUITABLE ADJUSTMENT
CONTRACTOR PURCHASING SYSTEM ADMINISTRATION--BASIC
TAGGING, LABELING, AND MARKING OF GOVERNMENT-FURNISHED PROPERTY
REPORTING LOSS OF GOVERNMENT PROPERTY
CONTRACTOR PROPERTY MANAGEMENT SYSTEM ADMINISTRATION
REPORTING, REUTILIZATION, AND DISPOSAL
MATERIAL INSPECTION AND RECEIVING REPORT

I-117

52.215-21

REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN
CERTIFIED COST OR PRICING DATA--MODIFICATIONS (OCT 2010) -ALTERNATE IV (OCT 2010)

____________
Date
JUN/2012
DEC/2006
JUN/2013
JUN/2004
JAN/2008
FEB/2012
DEC/1991
DEC/2012
MAY/2014
APR/2012
APR/2012
APR/2012
SEP/2016
MAR/2008
OCT/2010

(a) Submission of certified cost or pricing data is not required.


(b) Provide data described in Section L of the solicitation.
(End of Clause)

I-118

52.216-7

ALLOWABLE COST AND PAYMENT

(JUN 2013) -- ALTERNATE I

(FEB 1997)

FEB/1997

(a) Invoicing.
(1) The Government will make payments to the Contractor when requested as work progresses, but (except for small business concerns)
not more often than once every 2 weeks, in amounts determined to be allowable by the Contracting Officer in accordance with Federal
Acquisition Regulation (FAR) Subpart 31.2 in effect on the date of this contract and the terms of this contract. The Contractor may
submit to an authorized representative of the Contracting Officer, in such form and reasonable detail as the representative may require,
an invoice or voucher supported by a statement of the claimed allowable cost for performing this contract.
(2) Contract financing payments are not subject to the interest penalty provisions of the Prompt Payment Act. Interim payments made
prior to the final payment under the contract are contract financing payments, except interim payments if this contract contains
Alternate I to the clause at 52.232-25.
(3) The designated payment office will make interim payments for contract financing on the 30th day after the designated billing
office receives a proper payment request. In the event that the Government requires an audit or other review of a specific payment
request to ensure compliance with the terms and conditions of the contract, the designated payment office is not compelled to make
payment by the specified due date.
(b) Reimbursing costs.
(1) For the purpose of reimbursing allowable costs (except as provided in subparagraph (b)(2) of this clause, with respect to pension,
deferred profit sharing, and employee stock ownership plan contributions), the term costs includes only -(i) Those recorded costs that, at the time of the request for reimbursement, the Contractor has paid by cash, check, or other form
of actual payment for items or services purchased directly for the contract;
(ii) When the Contractor is not delinquent in paying costs of contract performance in the ordinary course of business, costs
incurred, but not necessarily paid, for -(A) Supplies and services purchased directly for the contract and associated financing payments to subcontractors, provided
payments determined due will be made
(1) In accordance with the terms and conditions of a subcontract or invoice; and

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

40

of

69

MOD/AMD

Name of Offeror or Contractor:


(2) Ordinarily within 30 days of the submission of the Contractors payment request to the Government;
(B) Materials issued from the Contractors inventory and placed in the production process for use on the contract;
(C) Direct labor;
(D) Direct travel;
(E) Other direct in-house costs; and
(F) Properly allocable and allowable indirect costs, as shown in the records maintained by the Contractor for purposes of
obtaining reimbursement under Government contracts; and
(iii) The amount of progress and other payments to the Contractors subcontractors that either have been paid, or that the Contractor
is required to pay pursuant to the clause of this contract entitled Prompt Payment for Construction Contracts. Payments shall be made by
cash, check, or other form of payment to the Contractors subcontractors under similar cost standards.
(2) Accrued costs of Contractor contributions under employee pension plans shall be excluded until actually paid unless
(i) The Contractors practice is to make contributions to the retirement fund quarterly or more frequently; and
(ii) The contribution does not remain unpaid 30 days after the end of the applicable quarter or shorter payment period (any
contribution remaining unpaid shall be excluded from the Contractors indirect costs for payment purposes).
(3) Notwithstanding the audit and adjustment of invoices or vouchers under paragraph (g) of this clause, allowable indirect costs
under this contract shall be obtained by applying indirect cost rates established in accordance with paragraph (d) of this clause.
(4) Any statements in specifications or other documents incorporated in this contract by reference designating performance of services
or furnishing of materials at the Contractors expense or at no cost to the Government shall be disregarded for purposes of costreimbursement under this clause.
(c) Small business concerns. A small business concern may receive more frequent payments than every 2 weeks.
(d) Final indirect cost rates.
(1) Final annual indirect cost rates and the appropriate bases shall be established in accordance with Subpart 42.7 of the Federal
Acquisition Regulation (FAR) in effect for the period covered by the indirect cost rate proposal.
(2)(i) The Contractor shall submit an adequate final indirect cost rate proposal to the Contracting Officer (or cognizant Federal
agency official) and auditor within the 6-month period following the expiration of each of its fiscal years. Reasonable extensions, for
exceptional circumstances only, may be requested in writing by the Contractor and granted in writing by the Contracting Officer. The
Contractor shall support its proposal with adequate supporting data.
(ii) The proposed rates shall be based on the Contractors actual cost experience for that period. The appropriate Government
representative and the Contractor shall establish the final indirect cost rates as promptly as practical after receipt of the
Contractors proposal.
(iii) An adequate indirect cost rate proposal shall include the following data unless otherwise specified by the cognizant Federal
agency official:
(A) Summary of all claimed indirect expense rates, including pool, base, and calculated indirect rate.
(B) General and Administrative expenses (final indirect cost pool). Schedule of claimed expenses by element of cost as identified
in accounting records (Chart of Accounts).
(C) Overhead expenses (final indirect cost pool). Schedule of claimed expenses by element of cost as identified in accounting
records (Chart of Accounts) for each final indirect cost pool.
(D) Occupancy expenses (intermediate indirect cost pool). Schedule of claimed expenses by element of cost as identified in
accounting records (Chart of Accounts) and expense reallocation to final indirect cost pools.
(E) Claimed allocation bases, by element of cost, used to distribute indirect costs.
(F) Facilities capital cost of money factors computation.

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

41

of

69

MOD/AMD

Name of Offeror or Contractor:


(G) Reconciliation of books of account (i.e., General Ledger) and claimed direct costs by major cost element.
(H) Schedule of direct costs by contract and subcontract and indirect expense applied at claimed rates, as well as a subsidiary
schedule of Government participation percentages in each of the
allocation base amounts.
(I) Schedule of cumulative direct and indirect costs claimed and billed by contract and subcontract.
(J) Subcontract information. Listing of subcontracts awarded to companies for which the contractor is the prime or upper-tier
contractor (include prime and subcontract numbers; subcontract value and award type; amount claimed during the fiscal year; and the
subcontractor name, address, and point of contact information).
(K) Summary of each time-and-materials and labor-hour contract information, including labor categories, labor rates, hours, and
amounts; direct materials; other direct costs; and, indirect expense applied at claimed rates.
(L) Reconciliation of total payroll per IRS form 941 to total labor costs distribution.
(M) Listing of decisions/agreements/approvals and description of accounting/organizational changes.
(N) Certificate of final indirect costs (see 52.242-4, Certification of Final Indirect Costs).
(O) Contract closing information for contracts physically completed in this fiscal year (include contract number, period of
performance, contract ceiling amounts, contract fee computations, level of effort, and indicate if the contract is ready to close).
(iv) The following supplemental information is not required to determine if a proposal is adequate, but may be required during the
audit process:
(A) Comparative analysis of indirect expense pools detailed by account to prior fiscal year and budgetary data.
(B) General Organizational information and limitation on allowability of compensation for certain contractor personnel.
31.205-6(p). Additional salary reference information is available at
http://www.whitehouse.gov/omb/procurement_index_exec_comp/.

See

(C) Identification of prime contracts under which the contractor performs as a subcontractor.
(D) Description of accounting system (excludes contractors required to submit a CAS Disclosure Statement or contractors where the
description of the accounting system has not changed from the
previous year's submission).
(E) Procedures for identifying and excluding unallowable costs from the costs claimed and billed (excludes contractors where the
procedures have not changed from the previous year's submission).
(F) Certified financial statements and other financial data (e.g., trial balance, compilation, review, etc.).
(G) Management letter from outside CPAs concerning any internal control weaknesses.
(H) Actions that have been and/or will be implemented to correct the weaknesses described in the management letter from
subparagraph (G) of this section.
(I) List of all internal audit reports issued since the last disclosure of internal audit reports to the Government.
(J) Annual internal audit plan of scheduled audits to be performed in the fiscal year when the final indirect cost rate submission
is made.
(K) Federal and State income tax returns.
(L) Securities and Exchange Commission 10-K annual report.
(M) Minutes from board of directors meetings.
(N) Listing of delay claims and termination claims submitted which contain costs relating to the subject fiscal year.
(O) Contract briefings, which generally include a synopsis of all pertinent contract provisions, such as: Contract type, contract
amount, product or service(s) to be provided, contract performance

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

42

of

69

MOD/AMD

Name of Offeror or Contractor:


period, rate ceilings, advance approval requirements, pre-contract cost allowability limitations, and billing limitations.
(v) The Contractor shall update the billings on all contracts to reflect the final settled rates and update the schedule of
cumulative direct and indirect costs claimed and billed, as required in paragraph (d)(2)(iii)(I) of this section, within 60 days after
settlement of final indirect cost rates.
(3) The Contractor and the appropriate Government representative shall execute a written understanding setting forth the final
indirect cost rates. The understanding shall specify
(i) the agreed-upon final annual indirect cost rates,
(ii) the bases to which the rates apply,
(iii) the periods for which the rates apply,
(iv) any specific indirect cost items treated as direct costs in the settlement, and
(v) the affected contract and/or subcontract, identifying any with advance agreements or special terms and the applicable rates.
The understanding shall not change any monetary ceiling, contract obligation, or specific cost allowance or disallowance provided
for in this contract. The understanding is incorporated into this contract upon execution.
(4) Failure by the parties to agree on a final annual indirect cost rate shall be a dispute within the meaning of the Disputes clause.
(5) Within 120 days (or longer period if approved in writing by the Contracting Officer) after settlement of the final annual indirect
cost rates for all years of a physically complete contract, Contractor shall submit a completion invoice or voucher to reflect the
settled amounts and rates. The completion invoice or voucher shall include settled subcontract amounts and rates. The prime contractor
is responsible for settling subcontractor amounts and rates included in the completion invoice or voucher and providing status of
subcontractor audits to the contracting officer upon request.
(6)(i) If the Contractor fails to submit a completion invoice or voucher within the time specified in paragraph (d)(5) of this clause,
the Contracting Officer may-(A) Determine the amounts due to the Contractor under the contract; and
(B) Record this determination in a unilateral modification to the contract.
(ii) This determination constitutes the final decision of the Contracting Officer in accordance with the Disputes clause.
(e) Billing rates. Until final annual indirect cost rates are established for any period, the Government shall reimburse the Contractor
at billing rates established by the Contracting Officer or by an authorized representative (the cognizant auditor), subject to
adjustment when the final rates are established. These billing rates -(1) Shall be the anticipated final rates; and
(2) May be prospectively or retroactively revised by mutual agreement, at either partys request, to prevent substantial overpayment or
underpayment.
(f) Quick-closeout procedures. Quick-closeout procedures are applicable when the conditions in FAR 42.708(a) are satisfied.
(g) Audit. At any time or times before final payment, the Contracting Officer may have the Contractors invoices or vouchers and
statements of cost audited. Any payment may be -(1) Reduced by amounts found by the Contracting Officer not to constitute allowable costs; or
(2) Adjusted for prior overpayments or underpayments.
(h) Final payment.
(1) Upon approval of a completion invoice or voucher submitted by the Contractor in accordance with paragraph (d)(5) of this clause,
and upon the Contractors compliance with all terms of this contract, the Government shall promptly pay any balance of allowable costs
and that part of the fee (if any) not previously paid.
(2) The Contractor shall pay to the Government any refunds, rebates, credits, or other amounts (including interest, if any) accruing
to or received by the Contractor or any assignee under this contract, to the extent that those amounts are properly allocable to costs

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

43

of

69

MOD/AMD

Name of Offeror or Contractor:


for which the Contractor has been reimbursed by the Government. Reasonable expenses incurred by the Contractor for securing refunds,
rebates, credits, or other amounts shall be allowable costs if approved by the Contracting Officer. Before final payment under this
contract, the Contractor and each assignee whose assignment is in effect at the time of final payment shall execute and deliver -(i) An assignment to the Government, in form and substance satisfactory to the Contracting Officer, of refunds, rebates, credits, or
other amounts (including interest, if any) properly allocable to costs for which the Contractor has been reimbursed by the Government
under this contract; and
(ii) A release discharging the Government, its officers, agents, and employees from all liabilities, obligations, and claims arising
out of or under this contract, except -(A) Specified claims stated in exact amounts, or in estimated amounts when the exact amounts are not known;
(B) Claims (including reasonable incidental expenses) based upon liabilities of the Contractor to third parties arising out of the
performance of this contract; provided, that the claims are not known to the Contractor on the date of the execution of the release, and
that the Contractor gives notice of the claims in writing to the Contracting Officer within 6 years following the release date or notice
of final payment date, whichever is earlier; and
(C) Claims for reimbursement of costs, including reasonable incidental expenses, incurred by the Contractor under the patent
clauses of this contract, excluding, however, any expenses arising from the Contractors indemnification of the Government against patent
liability.
(End of Clause)

I-119

52.216-19

ORDER LIMITATIONS

OCT/1995

(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $500.00, the
Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.
(b) Maximum order. The Contractor is not obligated to honor -(1) Any order for a single item in excess of the contract total, $17,132,882.00;
(2) Any order for a combination of items in excess of the contract total $17,132,882.00; or
(3) A series of orders from the same ordering office within two (2) days that together call for quantities exceeding the limitation in
subparagraph (b)(1) or (2) of this section.
(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition
Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds
the maximum-order limitations in paragraph (b) of this section.
(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations
in paragraph (b), unless that order (or orders) is returned to the ordering office within two (2) days after issuance, with written
notice stating the Contractors intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the
Government may acquire the supplies or services from another source.
(End of Clause)

I-120
52.216-22
INDEFINITE QUANTITY
OCT/1995
(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the
Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.
(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor
shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the
quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated
in the Schedule as the minimum.
(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of
orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

44

of

69

MOD/AMD

Name of Offeror or Contractor:


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 contracts effective period; provided, that the
Contractor shall not be required to make any deliveries under this contract after twelve (12) months after the base contract expires.
(End of Clause)

I-121
52.222-2
PAYMENT FOR OVERTIME PREMIUMS
JUL/1990
(a) The use of overtime is authorized under this contract if the overtime premium does not exceed $0.00 or the overtime premium is paid
for work -(1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns of production equipment,
or occasional production bottlenecks of a sporadic nature;
(2) By indirect-labor employees such as those performing duties in connection with administration, protection, transportation,
maintenance, standby plant protection, operation of utilities, or accounting;
(3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportation conveyances, and operations
in flight or afloat that are continuous in nature and cannot reasonably be interrupted or completed otherwise; or
(4) That will result in lower overall costs to the Government.
(b) Any request for estimated overtime premiums that exceeds the amount specified above shall include all estimated overtime for
contract completion and shall -(1) Identify the work unit; e.g., department or section in which the requested overtime will be used, together with present workload,
staffing, and other data of the affected unit sufficient to permit the Contracting Officer to evaluate the necessity for the overtime;
(2) Demonstrate the effect that denial of the request will have on the contract delivery or performance schedule;
(3) Identify the extent to which approval of overtime would affect the performance or payments in connection with other Government
contracts, together with identification of each affected contract; and
(4) Provide reasons why the required work cannot be performed by using multishift operations or by employing additional personnel.
(End of Clause)

I-122

52.244-2

SUBCONTRACTS

OCT/2010

(a) Definitions. As used in this clause


Approved purchasing system means a Contractor's purchasing system that has been reviewed and approved in accordance with Part 44 of
the Federal Acquisition Regulation (FAR)
Consent to subcontract means the Contracting Officer's written consent for the Contractor to enter into a particular subcontract.
Subcontract means any contract, as defined in FAR Subpart 2.1, entered into by a subcontractor to furnish supplies or services for
performance of the prime contract or a subcontract. It includes, but is not limited to, purchase orders, and changes and modifications
to purchase orders.
(b) When this clause is included in a fixed-price type contract, consent to subcontract is required only on unpriced contract actions
(including unpriced modifications or unpriced delivery orders), and only if required in accordance with paragraph (c) or (d) or this
clause.
(c) If the contractor does not have an approved purchasing system, consent to subcontract is required for any subcontract that-(1) Is of the cost-reimbursement, time-and-materials, or labor-hour type; or
(2) Is fixed-price and exceeds

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

45

of

69

MOD/AMD

Name of Offeror or Contractor:


(i) For a contract awarded by the Department of Defense, the Coast Guard, or the national Aeronautics and Space Administration, the
greater of the simplified acquisition threshold or 5 percent of the total estimated cost of the contract; or
(ii) For contracts awarded by a civilian agency other that the Coast Guard and the National Aeronautics and Space Administration,
either the simplified acquisition threshold or 5 percent of the total estimated cost of the contract.
(d) If the Contractor has an approved purchasing system, the Contractor nevertheless shall obtain the Contracting Officer's written
consent before placing the following subcontracts: None
(e)(1) The Contractor shall notify the Contracting Officer reasonably in advance of placing any subcontract or modification thereof for
which consent is required under paragraph (b), (c), or (d) of this clause, including the following information:
(i) A description of the supplies or services to be subcontracted.
(ii) Identification of the type of subcontract to be used.
(iii) Identification of the proposed subcontractor.
(iv) The proposed subcontract price.
(v) The subcontractor's current, complete, and accurate certified cost or pricing data and Certificate of Current Cost or Pricing
Data, if required by other contract provisions.
(vi) The subcontractor's Disclosure Statement or Certificate relating to Cost Accounting Standards when such data are required by
other provisions of this contract.
(vii) A negotiation memorandum reflecting -(A) The principal elements of the subcontract price negotiations;
(B) The most significant considerations controlling establishment of initial or revised prices;
(C) The reason certified cost or pricing data were or were not required;
(D) The extent, if any, to which the Contractor did not rely on the subcontractor's certified cost or pricing data in determining
the price objective and in negotiating the final price;
(E) The extent to which it was recognized in the negotiation that the subcontractor's certified cost or pricing data were not
accurate, complete, or current; the action taken by the Contractor and the subcontractor; and the effect of any such defective data on
the total price negotiated;
(F) The reasons for any significant difference between the Contractor's price objective and the price negotiated; and
(G) A complete explanation of the incentive fee or profit plan when incentives are used. The explanation shall identify each
critical performance element, management decisions used to quantify each incentive element, reasons for the incentives, and a summary of
all trade-off possibilities considered.
(2) The Contractor is not required to notify the Contracting Officer in advance of entering into any subcontract for which consent is
not required under paragraph (c), (d), or (e) or this clause.
(f) Unless the consent or approval specifically provides otherwise, neither consent by the Contracting Officer to any subcontract nor
approval of the Contractor's purchasing system shall constitute a determination -(1) Of the acceptability of any subcontract terms or conditions;
(2) Of the allowability of any cost under this contract; or
(3) To relieve the Contractor of any responsibility for performing this contract.
(g) No subcontract or modification thereof placed under this contract shall provide for payment on a cost-plus-a-percentage-of-cost
basis, and any fee payable under cost-reimbursement type subcontracts shall not exceed the fee limitations in FAR 15.404-4(c)(4)(i).
(h) The Contractor shall give the Contracting Officer immediate written notice of any action or suit filed and prompt notice of any
claim made against the Contractor by any subcontractor or vendor that, in the opinion of the Contractor, may result in litigation
related in any way to this contract, with respect to which the Contractor may be entitled to reimbursement from the Government.

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

46

of

69

MOD/AMD

Name of Offeror or Contractor:


(i) The Government reserves the right to review the Contractor's purchasing system as set forth in FAR Subpart 44.3.i
(j) Paragraphs (c) and (e) of this clause do not apply to the following subcontracts, which were evaluated during negotiations:

None

(End of clause)

I-123

252.216-7006

ORDERING

MAY/2011

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

I-124
52.203-13
CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT
(a) Definitions. As used in this clause--

OCT/2015

"Agent" means any individual, including a director, an officer, an employee, or an independent Contractor, authorized to act on behalf
of the organization.
"Full cooperation"-(1) Means disclosure to the Government of the information sufficient for law enforcement to identify the nature and extent of the
offense and the individuals responsible for the conduct. It includes providing timely and complete response to Government auditors and
investigators' request for documents and access to employees with information;
(2) Does not foreclose any Contractor rights arising in law, the FAR, or the terms of the contract. It does not require-(i) A Contractor to waive its attorney-client privilege or the protections afforded by the attorney work product doctrine; or
(ii) Any officer, director, owner, or employee of the Contractor, including a sole proprietor, to waive his or her attorney client
privilege or Fifth Amendment rights; and
(3) Does not restrict a Contractor from-(i) Conducting an internal investigation; or
(ii) Defending a proceeding or dispute arising under the contract or related to a potential or disclosed violation.
"Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a
business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).
"Subcontract" means any contract entered into by a subcontractor to furnish supplies or services for performance of a prime contract or
a subcontract.
"Subcontractor" means any supplier, distributor, vendor, or firm that furnished supplies or services to or for a prime contractor or
another subcontractor.
"United States," means the 50 States, the District of Columbia, and outlying areas.

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

47

of

69

MOD/AMD

Name of Offeror or Contractor:


(b) Code of business ethics and conduct.
(1) Within 30 days after contract award, unless the Contracting Officer establishes a longer time period, the Contractor shall-(i) Have a written code of business ethics and conduct; and
(ii) Make a copy of the code available to each employee engaged in performance of the contract.
(2) The Contractor shall-(i) Exercise due diligence to prevent and detect criminal conduct; and
(ii) Otherwise promote an organizational culture that encourages ethical conduct and a commitment to compliance with the law.
(3)(i) The Contractor shall timely disclose, in writing, to the agency Office of the Inspector General (OIG), with a copy to the
Contracting Officer, whenever, in connection with the award, performance, or closeout of this contract or any subcontract thereunder,
the Contractor has credible evidence that a principal, employee, agent, or subcontractor of the Contractor has committed-(A) A violation of Federal criminal law involving fraud, conflict of interest, bribery, or gratuity violations found in Title 18
of the United States Code; or
(B) A violation of the civil False Claims Act (31 U.S.C. 3729-3733).
(ii) The Government, to the extent permitted by law and regulation, will safeguard and treat information obtained pursuant to the
Contractors disclosure as confidential where the information has been marked confidential or proprietary by the company. To the extent
permitted by law and regulation, such information will not be released by the Government to the public pursuant to a Freedom of
Information Act request, 5 U.S.C. Section 552, without prior notification to the Contractor. The Government may transfer documents
provided by the Contractor to any department or agency within the Executive Branch if the information relates to matters within the
organizations jurisdiction.
(iii) If the violation relates to an order against a Governmentwide acquisition contract, a multi-agency contract, a multiple-award
schedule contract such as the Federal Supply Schedule, or any other procurement instrument intended for use by multiple agencies, the
Contractor shall notify the OIG of the ordering agency and the IG of the agency responsible for the basic contract.
(c) Business ethics awareness and compliance program and internal control system. This paragraph (c) does not apply if the Contractor
has represented itself as a small business concern pursuant to the award of this contract or if this contract is for the acquisition of
a commercial item as defined at FAR 2.101. The Contractor shall establish the following within 90 days after contract award, unless the
Contracting Officer establishes a longer time period:
(1) An ongoing business ethics awareness and compliance program.
(i) This program shall include reasonable steps to communicate periodically and in a practical manner the Contractors standards and
procedures and other aspects of the Contractors business ethics awareness and compliance program and internal control system, by
conducting effective training programs and otherwise disseminating information appropriate to an individuals respective roles and
responsibilities.
(ii) The training conducted under this program shall be provided to the Contractors principals and employees, and as appropriate,
the Contractors agents and subcontractors.
(2) An internal control system.
(i) The Contractors internal control system shall-(A) Establish standards and procedures to facilitate timely discovery of improper conduct in connection with Government contracts;
and
(B) Ensure corrective measures are promptly instituted and carried out.
(ii) At a minimum, the Contractors internal control system shall provide for the following:
(A) Assignment of responsibility at a sufficiently high level and adequate resources to ensure effectiveness of the business
ethics awareness and compliance program and internal control system.
(B) Reasonable efforts not to include an individual as a principal, whom due diligence would have exposed as having engaged in

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

48

of

69

MOD/AMD

Name of Offeror or Contractor:


conduct that is in conflict with the Contractors code of business ethics and conduct.
(C) Periodic reviews of company business practices, procedures, policies, and internal controls for compliance with the
Contractors code of business ethics and conduct and the special requirements of Government contracting, including-(1) Monitoring and auditing to detect criminal conduct;
(2) Periodic evaluation of the effectiveness of the business ethics awareness and compliance program and internal control
system, especially if criminal conduct has been detected; and
(3) Periodic assessment of the risk of criminal conduct, with appropriate steps to design, implement, or modify the business
ethics awareness and compliance program and the internal control system as necessary to reduce the risk of criminal conduct identified
through this process.
(D) An internal reporting mechanism, such as a hotline, which allows for anonymity or confidentiality, by which employees may
report suspected instances of improper conduct, and instructions that encourage employees to make such reports.
(E) Disciplinary action for improper conduct or for failing to take reasonable steps to prevent or detect improper conduct.
(F) Timely disclosure, in writing, to the agency OIG, with a copy to the Contracting Officer, whenever, in connection with the
award, performance, or closeout of any Government contract performed by the Contractor or a subcontract thereunder, the Contractor has
credible evidence that a principal, employee, agent, or subcontractor of the Contractor has committed a violation of Federal criminal
law involving fraud, conflict of interest, bribery, or gratuity violations found in Title 18 U.S.C. or a violation of the civil False
Claims Act (31 U.S.C. 3729-3733).
(1) If a violation relates to more than one Government contract, the Contractor may make the disclosure to the agency OIG and
Contracting Officer responsible for the largest dollar value contract impacted by the violation.
(2) If the violation relates to an order against a Governmentwide acquisition contract, a multi-agency contract, a multipleaward schedule contract such as the Federal Supply Schedule, or any other procurement instrument intended for use by multiple agencies,
the contractor shall notify the OIG of the ordering agency and the IG of the agency responsible for the basic contract, and the
respective agencies contracting officers.
(3) The disclosure requirement for an individual contract continues until at least 3 years after final payment on the contract.
(4) The Government will safeguard such disclosures in accordance with paragraph (b)(3)(ii) of this clause.
(G) Full cooperation with any Government agencies responsible for audits, investigations, or corrective actions.
(d) Subcontracts.
(1) The Contractor shall include the substance of this clause, including this paragraph (d), in subcontracts that have a value in
excess of $5,500,000 and a performance period of more than 120 days.
(2) In altering this clause to identify the appropriate parties, all disclosures of violation of the civil False Claims Act or of
Federal criminal law shall be directed to the agency Office of the Inspector General, with a copy to the Contracting Officer.
(End of clause)

I-125
52.204-19
INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS
DEC/2014
The Contractor's representations and certifications, including those completed electronically via the System for Award Management (SAM),
are incorporated by reference into the contract.
(End of clause)

I-126
52.204-21
BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS
(a) Definitions. As used in this clause--

JUN/2016

"Covered contractor information system" means an information system that is owned or operated by a contractor that processes, stores, or
transmits Federal contract information.

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

49

of

69

MOD/AMD

Name of Offeror or Contractor:


"Federal contract information" means information, not intended for public release, that is provided by or generated for the Government
under a contract to develop or deliver a product or service to the Government, but not including information provided by the Government
to the public (such as on public Web sites) or simple transactional information, such as necessary to process payments.
"Information" means any communication or representation of knowledge such as facts, data, or opinions, in any medium or form, including
textual, numerical, graphic, cartographic, narrative, or audiovisual (Committee on National Security Systems Instruction (CNSSI) 4009).
"Information system" means a discrete set of information resources organized for the collection, processing, maintenance, use, sharing,
dissemination, or disposition of information (44 U.S.C. 3502).
"Safeguarding" means measures or controls that are prescribed to protect information systems.
(b) Safeguarding requirements and procedures.
(1) The Contractor shall apply the following basic safeguarding requirements and procedures to protect covered contractor information
systems. Requirements and procedures for basic safeguarding of covered
contractor information systems shall include, at a minimum, the following security controls:
(i) Limit information system access to authorized users, processes acting on behalf of authorized users, or devices (including other
information systems).
(ii) Limit information system access to the types of transactions and functions that authorized users are permitted to execute.
(iii) Verify and control/limit connections to and use of external information systems.
(iv) Control information posted or processed on publicly accessible information systems.
(v) Identify information system users, processes acting on behalf of users, or devices.
(vi) Authenticate (or verify) the identities of those users, processes, or devices, as a prerequisite to allowing access to
organizational information systems.
(vii) Sanitize or destroy information system media containing Federal Contract Information before disposal or release for reuse.
(viii) Limit physical access to organizational information systems, equipment, and the respective operating environments to
authorized individuals.
(ix) Escort visitors and monitor visitor activity; maintain audit logs of physical access; and control and manage physical access
devices.
(x) Monitor, control, and protect organizational communications (i.e., information transmitted or received by organizational
information systems) at the external boundaries and key internal boundaries of the information systems.
(xi) Implement subnetworks for publicly accessible system components that are physically or logically separated from internal
networks.
(xii) Identify, report, and correct information and information system flaws in a timely manner.
(xiii) Provide protection from malicious code at appropriate locations within organizational information systems.
(xiv) Update malicious code protection mechanisms when new releases are available.
(xv) Perform periodic scans of the information system and real-time scans of files from external sources as files are downloaded,
opened, or executed.
(2) Other requirements. This clause does not relieve the Contractor of any other specific safeguarding requirements specified by
Federal agencies and departments relating to covered contractor information systems generally or other Federal safeguarding requirements
for controlled unclassified information (CUI) as established by Executive Order 13556.
(c) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (c), in subcontracts under this
contract (including subcontracts for the acquisition of commercial items, other than commercially available off-the-shelf items), in
which the subcontractor may have Federal contract information residing in or transiting through its information system.
(End of clause)

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

50

of

69

MOD/AMD

Name of Offeror or Contractor:

I-127

52.215-19

NOTIFICATION OF OWNERSHIP CHANGES

OCT/1997

(a) The Contractor shall make the following notifications in writing:


(1) When the Contractor becomes aware that a change in its ownership has occurred, or is certain to occur, that could result in
changes in the valuation of its capitalized assets in the accounting records, the Contractor shall notify the Administrative Contracting
Officer (ACO) within 30 days.
(2) The Contractor shall also notify the ACO within 30 days whenever changes to asset valuations or any other cost changes have
occurred or are certain to occur as a result of a change in ownership.
(b) The Contractor shall -(1) Maintain current, accurate, and complete inventory records of assets and their costs;
(2) Provide the ACO or designated representative ready access to the records upon request;
(3) Ensure that all individual and grouped assets, their capitalized values, accumulated depreciation or amortization, and remaining
useful lives are identified accurately before and after each of the Contractors ownership changes; and
(4) Retain and continue to maintain depreciation and amortization schedules based on the asset records maintained before each
Contractor ownership change.
(c) The Contractor shall include the substance of this clause in all subcontracts under this contract that meet the applicability
requirement of FAR 15.408(k).
(End of Clause)

I-128

52.219-28

POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION

JUL/2013

(a) Definitions. As used in this clause-"Long-term contract" means a contract of more than five years in duration, including options. However, the term does not include
contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed
six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority.
"Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the
field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part
121 and the size standard in paragraph (c) of this clause. Such a concern is "not dominant in its field of operation" when it does not
exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are
primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of
business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes,
patents, license agreements, facilities, sales territory, and nature of business activity.
(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent
its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of
the following:
(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this
clause, if the novation agreement was executed prior to inclusion of this clause in the contract.
(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract
to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract.
(3) For long-term contracts
(i) Within 60 to 120 days prior to the end of the fifth year of the contract; and
(ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter.

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

51

of

69

MOD/AMD

Name of Offeror or Contractor:


(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation
that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size
standard corresponding to this NAICS code can be found at
http://www.sba.gov/content/table-small-business-size-standards
(d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other
than a construction or service contract, is 500 employees.
(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this
clause by validating or updating all its representations in the Representations and Certifications section of the System for Award
Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor
shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been
validated or updated, and provide the date of the validation or update.
(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may,
but is not required to, take the actions required by paragraphs (e) or (g) of this clause.
(g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS
code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting
office, along with the contract number and the date on which the rerepresentation was completed:
The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract
number ________________________. [Contractor to sign and date and insert authorized signer's name and title].
(End of clause)

I-129
52.222-35
EQUAL OPPORTUNITY FOR VETERANS
(a) Definitions. As used in this clause--

OCT/2015

"Active duty wartime or campaign badge veteran," "Armed Forces service medal veteran," "disabled veteran," "protected veteran,"
"qualified disabled veteran," and "recently separated veteran" have the meanings given at FAR 22.1301.
(b) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-300.5(a), as
of March 24, 2014. This clause prohibits discrimination against qualified protected veterans, and requires affirmative action by the
Contractor to employ and advance in employment qualified protected veterans.
(c) Subcontracts. The Contractor shall insert the terms of this clause in subcontracts of $150,000 or more unless exempted by rules,
regulations, or orders of the Secretary of Labor. The Contractor shall act as specified by the Director, Office of Federal Contract
Compliance Programs, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall
be appropriate to identify properly the parties and their undertakings.
(End of clause)

I-130
52.222-36
EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES
JUL/2014
(a) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-741.5(a), as
of March 24, 2014. This clause prohibits discrimination against qualified individuals on the basis of disability, and requires
affirmative action by the Contractor to employ and advance in employment qualified individuals with disabilities.
(b) Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order in excess of $15,000
unless exempted by rules, regulations, or orders of the Secretary, so that such provisions will be binding upon each subcontractor or
vendor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs of the U.S. Department of
Labor, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate
to identify properly the parties and their undertakings.
(End of clause)

Reference No. of Document Being Continued

CONTINUATION SHEET

PIIN/SIIN W56JSR-17-R-0004

Page

52

of

69

MOD/AMD

Name of Offeror or Contractor:


I-131

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:
http://www.acq.osd.mil/dpap/dars/far.html
http://farsite.hill.af.mil/VFAFARa.HTM

or

http://www.acq.osd.mil/dpap/dars/index.htm

or

(End of Clause)

I-132

52.252-6

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 DoD FAR SUPPLEMENT (48 CFR 2) clause with an authorized deviation is indicated by
the addition of (DEVIATION) after the name of the regulation.
(End of Clause)

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

53

of

69

MOD/AMD

Name of Offeror or Contractor:


SECTION J - LIST OF ATTACHMENTS

List of
________________
Addenda
Exhibit A
Exhibit B
Attachment 0001
Attachment 0002
Attachment 0003

____________________________________________________________
Title
CONTRACT DATA REQUIREMENTS LIST (CDRL)
SW CODE ASSESSMENT CLIN PRICE STRUCTURE
SW CODE ASSESSMENT PWS APPENDIX H ARTIFACTS
DD254
QASP

_______________
Date
19-JUL-2016
15-AUG-2016
14-OCT-2016
02-NOV-2016
08-NOV-2016

Number
of Pages
____________
026
001
010
013
010

Transmitted By
_______________
DATA
DATA
DATA
DATA
DATA

J.1 General Instructions


J.1.1 Offerors proposed Technical Approach shall be incorporated in the contract at time of award and shall comply with all provisions
within the Technical approach.

*** END OF NARRATIVE J0001 ***

Reference No. of Document Being Continued

CONTINUATION SHEET

PIIN/SIIN W56JSR-17-R-0004

Page

54

of

69

MOD/AMD

Name of Offeror or Contractor:


SECTION K - REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS
This document incorporates one or more 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. Also, the full text of a provision may be accessed electronically
at these addresses:
http://farsite.hill.af.mil/VFFARA.HTM

or

http://farsite.hill.af.mil/VFDFARA.HTM

or

http://farsite.hill.af.mil/VFAFARa.HTM

If the provision requires additional or unique information, then that information is provided immediately after the provision title.

K-1
K-2
K-3

Regulatory Cite
_______________
252.203-7005
252.204-7008
252.227-7017

K-4

252.227-7028

______________________________________________________________________
Title
REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS
COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS
IDENTIFICATION AND ASSERTION OF USE, RELEASE, OR DISCLOSURE
RESTRICTIONS
TECHNICAL DATA OR COMPUTER SOFTWARE PREVIOUSLY DELIVERED TO THE
GOVERNMENT

K-5
52.204-8
ANNUAL REPRESENTATIONS AND CERTIFICATIONS
(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 541511.

____________
Date
NOV/2011
OCT/2016
JAN/2011
JUN/1995

APR/2016

(2) The small business size standard is $27.5 million.


(3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service
contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.
(b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision
applies.
(2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is currently registered in the System for Award
Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use
paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the
solicitation. The offeror shall indicate which option applies by checking one of the following boxes:
[___] (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 SAM are applicable to this solicitation as indicated:
(i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price
contract or fixed-price contract with economic price adjustment is contemplated, unless-(A) The acquisition is to be made under the simplified acquisition procedures in Part 13;
(B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or
(C) The solicitation is for utility services for which rates are set by law or regulation.
(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 provision at 52.204-7,
System for Award Management.
(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.

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

55

of

69

MOD/AMD

Name of Offeror or Contractor:


(v) 52.209-2, Prohibition on Contracting with Inverted Domestic CorporationsRepresentation.
(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) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.
This provision applies to all solicitations.
(viii) 52.214-14, Place of PerformanceSealed Bidding. This provision applies to invitations for bids except those in which the place
of performance is specified by the Government.
(ix) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the
Government.
(x) 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.
(xi) 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.
(xii) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at
52.222-26, Equal Opportunity.
(xiii) 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.
(xiv) 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.
(xv) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use
of USDAdesignated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction
Contracts.
(xvi) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of,
EPAdesignated items.
(xvii) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1.
(xviii) 52.225-4, Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This
provision applies to solicitations containing the clause at 52.225-3.
(A) If the acquisition value is less than $25,000, the basic provision applies.
(B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies.
(C) If the acquisition value is $50,000 or more but is less than $77,533, the provision with its Alternate II applies.
(D) If the acquisition value is $77,533 or more but is less than $100,000, the provision with its Alternate III applies.
(xix) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5.
(xx) 52.225-20, Prohibition on Conducting Restricted Business Operations in SudanCertification. This provision applies to all
solicitations.
(xxi) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications. This provision applies to all solicitations.
(xxii) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to
solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions.

Reference No. of Document Being Continued

CONTINUATION SHEET

PIIN/SIIN W56JSR-17-R-0004

Page

56

of

69

MOD/AMD

Name of Offeror or Contractor:


(2) The following representations or certifications are applicable as indicated by the Contracting Officer:
___ (i) 52.204-17, Ownership or Control of Offeror.
___ (ii) 52.204-20, Predecessor of Offeror.
___ (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.
___ (iv) 52.222-48, Exemption from Application of the Service
Contract Labor Standards to Contracts for Maintenance, Calibration, or
Repair of Certain Equipment--Certification.
___ (v) 52.222-52, Exemption from Application of the Service
Contract Labor Standards to Contracts for Certain Services-Certification.
___ (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPADesignated Products (Alternate
I only).
___ (vii) 52.227-6, Royalty Information.
___ (A) Basic.
___ (B) Alternate I.
___ (viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software.
(d) The offeror has completed the annual representations and certifications electronically via the SAM Web site accessed through
https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of the offer that the
representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this
provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation
(including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and
are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes,
identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this
offer and are current, accurate, and complete as of the date of this offer.

FAR Clause #

Title

Date

Change

____________

_________________

________

___________________

____________

_________________

________

___________________

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

K-6
252.204-7007
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS
Substitute the following paragraphs (d) and (e) for paragraph (d) of the provision at FAR 52.204-8:

JAN/2015

(d)(1) The following representations or certifications in the System for Award Management (SAM) database are applicable to this
solicitation as indicated:
(i) 252.209-7003, Reserve Officer Training Corps and Military Recruiting on Campus-Representation. Applies to all solicitations
with institutions of higher education.
(ii) 252.216-7008, Economic Price Adjustment-Wage Rates or Material Prices Controlled by a Foreign Government. Applies to
solicitations for fixed-price supply and service contracts when the contract is to be performed wholly or in part in a foreign country,
and a foreign government controls wage rates or material prices and may during contract performance impose a mandatory change in wages
or prices of materials.

Reference No. of Document Being Continued

CONTINUATION SHEET

PIIN/SIIN W56JSR-17-R-0004

Page

57

of

69

MOD/AMD

Name of Offeror or Contractor:


(iii) 252.222-7007, Representation Regarding Combating Trafficking in Persons, as prescribed in 22.1771.
with a value expected to exceed the simplified acquisition threshold.
(iv)
country.

Applies to solicitations

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

(v) 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services from Certain Foreign Entities--Representations.
Applies to solicitations for the acquisition of commercial satellite services.
(vi) 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. Applies
to all solicitations expected to result in contracts of $150,000 or more.
(vii) 252.229-7012, Tax Exemptions (Italy)--Representation. Applies to solicitations and contracts when contract performance will
be in Italy.
(viii) 252.229-7013, Tax Exemptions (Spain)--Representation. Applies to solicitations and contracts when contract performance will
be in Spain.
(ix) 252.247-7022, Representation of Extent of Transportation by Sea. Applies to all solicitations except those for direct purchase
of ocean transportation services or those with an anticipated value at or below the simplified acquisition threshold.
(2) The following representations or certifications in SAM are applicable to this solicitation as indicated by the Contracting
Officer:
_n/a_
___

(i)

n/a
___

(ii)

n/a
___

(iii)

252.209-7002, Disclosure of Ownership or Control by a Foreign Government.

n/a
___
X
_
n/a
___

(iv)
(v)

252.225-7000, Buy American--Balance of Payments Program Certificate.


252.225-7020, Trade Agreements Certificate.

Use with Alternate I.


252.225-7031, Secondary Arab Boycott of Israel.
252.225-7035, Buy American--Free Trade Agreements--Balance of Payments Program Certificate.

n/a
___

Use with Alternate I.

n/a
___

Use with Alternate II.

n/a
___

Use with Alternate III.

n/a
___

Use with Alternate IV.

n/a
___

Use with Alternate V.

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

Title

Date

Change

_______________

___________________

_________

_________________

_______________

___________________

_________

_________________

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

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

58

of

69

MOD/AMD

Name of Offeror or Contractor:


(End of provision)

K-7
52.209-7
INFORMATION REGARDING RESPONSIBILITY MATTERS
(a) Definitions. As used in this provision--

JUL/2013

Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or
liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and
Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only
in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits,
corrective plans, or inspection of deliverables.
Federal contracts and grants with total value greater than $10,000,000 means-(1) The total value of all current, active contracts and grants, including all priced options; and
(2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity,
8(a), or requirements contracts (including task and delivery and multiple-award Schedules).
Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a
business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).
(b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000.
(c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the
information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and
complete as of the date of submission of this offer with regard to the following information:
(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or
performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted
in any of the following dispositions:
(i) In a criminal proceeding, a conviction.
(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement,
restitution, or damages of $5,000 or more.
(iii) In an administrative proceeding, a finding of fault and liability that results in-(A) The payment of a monetary fine or penalty of $5,000 or more; or
(B) The payment of a reimbursement, restitution, or damages in excess of $100,000.
(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment
of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or
(c)(1)(iii) of this provision.
(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the
offeror has provided the requested information with regard to each occurrence.
(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through
maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7).
Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a
business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).
(End of provision)

K-8

252.203-7996
(DEV 2016O0003)

PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN


INTERNAL CONFIDENTIALITY AGREEMENTS--REPRESENTATION (DEVIATION 2016O0003)

OCT/2015

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

59

of

69

MOD/AMD

Name of Offeror or Contractor:


(a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016
appropriations act that extends to FY 2016 funds the same restrictions as are contained in section 743 of division E, title VII, of the
Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds appropriated (or otherwise made
available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity
seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting
such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement
representative of a Federal department or agency authorized to receive such information.
(b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or
any other form issued by a Federal department or agency governing the nondisclosure of classified information.
(c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such
entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or
otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or
law enforcement representative of a Federal department or agency authorized to receive such information.
(End of provision)

K.9 Data Rights Assertion


K.9.1 Pursuant to the requirements set forth in DFARS 252.227-7017, Offerors are required to specifically identify Data/Software Rights
Assertions related to technical data and software deliverables. As indicated in DFARS 252.227-7017(e), an Offeror's failure to submit,
complete, or sign the aforementioned Data and Software Rights Assertions with its offer may render the offer ineligible for award.

*** END OF NARRATIVE K0001 ***

Reference No. of Document Being Continued

CONTINUATION SHEET

PIIN/SIIN W56JSR-17-R-0004

Page

60

of

69

MOD/AMD

Name of Offeror or Contractor:


SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS
This document incorporates one or more 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. Also, the full text of a provision may be accessed electronically
at these addresses:
http://farsite.hill.af.mil/VFFARA.HTM

or

http://farsite.hill.af.mil/VFDFARA.HTM

or

http://farsite.hill.af.mil/VFAFARa.HTM

If the provision requires additional or unique information, then that information is provided immediately after the provision title.

L-1
L-2
L-3
L-4
L-5

Regulatory Cite
_______________
52.204-7
52.204-16
52.215-1
52.215-16
52.215-22

L-6
L-7
L-8

52.222-24
52.237-10
252.215-7008

L-9

52.215-20

______________________________________________________________________
Title
SYSTEM FOR AWARD MANAGEMENT
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
INSTRUCTIONS TO OFFERORS--COMPETITIVE
FACILITIES CAPITAL COST OF MONEY
LIMITATIONS ON PASS-THROUGH CHARGES -- IDENTIFICATION OF SUBCONTRACT
EFFORT
PREAWARD ON-SITE EQUAL OPPORTUNITY COMPLIANCE EVALUATION
IDENTIFICATION OF UNCOMPENSATED OVERTIME
ONLY ONE OFFER
REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN
CERTIFIED COST OR PRICING DATA (OCT 2010) -- ALTERNATE IV (OCT
2010)

____________
Date
OCT/2016
JUL/2016
JAN/2004
JUN/2003
OCT/2009
FEB/1999
MAR/2015
OCT/2013
OCT/2010

(a) Submission of certified cost or pricing data is not required.


(b) Provide cost or pricing data as stated in Section L of the solicitation.
(End of clause)

L-10

52.216-1

TYPE OF CONTRACT

APR/1984

The Government contemplates award of a single-award IDIQ contract with Firm Fixed Price (FFP) and Cost Reimbursement CLINS.
(End of Provision)

L-11

52.233-2

SERVICE OF PROTEST

SEP/2006

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an Agency, and copies of
any protests that are filed with the Government Accountability Office (GAO), shall be filed with either the Contracting Officer or to
HQAMC(addressed as follows) by obtaining written and dated acknowledgment of receipt from:
Army Contracting Command - APG
Attention: Sonia Nance, Contracting Officer
6001 Combat Drive
Aberdeen Proving Ground, MD 21005
OR
Headquarters U.S. Army Materiel Command
Office of Command Counsel - Deputy Command Counsel
4400 Martin Road
RM: A6SE040.001
Redstone Arsenal, AL 35898-5000
Fax: (256) 450-8840
E-mail: usarmy.redstone.usamc.mbx.protests@mail.mil

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

61

of

69

MOD/AMD

Name of Offeror or Contractor:


(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(c) Protest to the Contracting Officer shall be filed at:
Army Contracting Command - APG
Attention: Sonia Nance, Contracting Officer
6001 Combat Drive
Aberdeen Proving Ground, MD 21005
(End of Provision)

L-12

52.252-1

SOLICITATION PROVISIONS INCORPORATED BY REFERENCE

FEB/1998

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

L-13

52.252-5

or

http://www.acq.osd.mil/dpap/dars/index.htm

AUTHORIZED DEVIATIONS IN PROVISIONS

or

http://farsite.hill.af.mil/VFAFARa.HTM

APR/1984

(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is
indicated by the addition of (DEVIATION) after the date of the provision.
(b) The use in this solicitation of any DoD FAR SUPPLEMENT (48 CFR Chapter 2) provision with an authorized deviation is indicated by the
addition of (DEVIATION) after the name of the regulation.
(End of clause)

L.14 General Instructions


L.14.1 Offerors shall be required to thoroughly read and understand the terms and conditions contained in the solicitation. Failure to
provide any information requested in the solicitation will render the offerors proposal non-compliant, and may preclude it from any
further consideration for contract award. offerors shall ensure that the information contained in their proposal is factual, accurate,
and complete.
L.14.2 The offerors proposal shall be submitted electronically via the Federal Business Opportunities (FBO) website IAW the
instructions, conditions, and notices to offerors as set forth below and throughout the RFP. To be considered for award, an offerors
complete proposal will be submitted prior to the date and time identified in the RFP.
L.14.3 Posting for this requirement, as well as any amendments to the RFP, shall be found on the FBO website https://www.fbo.gov/. FBO
User guides and Frequently Asked Questions can be accessed under the Getting Started tab on top of the FBO Logon page (home page). For
FBO technical assistance, Users may call the help desk by dialing 1-866-606-8220. The help desk is open between 8:00am to 8:00pm.
L.14.4 It is the offerors responsibility to check the FBO website for changes made to the solicitation. Your company will be registered
and current in the SAM.gov in order to submit bids/proposals. Please be advised that hard copies of the solicitation will not be made
available. You will download the solicitation documents from the FBO website. General information on how to use the site and how to get
started can also be found on the FBO website.
L.14.5 Proof of timely submission shall be done via FBO. Offerors are responsible for submitting proposals, and any revisions, and
modifications, so as to reach the Government office designated in the solicitation by the time specified in the solicitation in
accordance with FAR 15.208(a) and (b).

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

62

of

69

MOD/AMD

Name of Offeror or Contractor:


L.14.6 All communications shall be conducted only in writing and directly to the Contract Specialist or Contracting Officer as
identified in the Standard Form 33. Offerors shall not contact any other Government personnel other than the Contract Specialist or
Contracting Officer identified. Contacting any other Government personnel other than the Contract Specialist or Contracting Officer
identified may result in an organizational conflict of interest (OCI) and may result in an offeror being excluded from competition and
award.
L.14.7 Costs associated with the preparation and submission of any proposal in response to this solicitation (bid and proposal costs)
are the responsibility of the offeror. Offerors are advised that the Government will not reimburse any offeror for bid and proposal
costs, as a contract line item, associated with responding to this solicitation.
L.14.8 Each offerors entire proposal shall remain valid for a minimum of 365 days from the date of proposal receipt by the Government,
and the offeror shall insert "365" in Block 12 of the Standard Form 33. If an offeror states in their proposal that the proposal is
valid for any period less than 365 days, the proposal shall not be considered for award.
L.15 Proposal Files
All information the offeror intends to have considered shall be submitted with the initial proposal. Initial proposal shall contain the
best offer. Offerors are responsible for including sufficient information to permit a complete, thorough, and accurate evaluation of the
submitted proposal. Proprietary information shall be clearly marked.
L.15.1 The Offerors proposal shall consist of 4 Volumes. The Volumes are I-Technical Approach, II-Past Performance, III-Cost/Price, and
IV-Solicitation Documents. Each volume (and any corresponding files) shall be clearly identified and shall begin at the top of a page.
All pages of each proposal file shall be appropriately numbered and identified by the complete company name, date and solicitation
number in the header and/or footer. Each paragraph shall be separated by at least one blank line. A Table of Contents shall be created
using the Table of Contents feature in MS Word. MS Word (.doc) files shall use the following page set-up parameters:
Font - Times New Roman, Size 11
Margins Top, Bottom, Left, Right - 1
Gutter 0
From Edge Header, Footer - 0.5
Page Size, Width 8.5
Page Size, Height 11
L.15.2 Offerors shall submit separate electronic documents with its proposal IAW the chart below. All excel files shall be submitted as
.xls files and all word document files shall be submitted as .doc or .pdf files.
VOLUME/DOCUMENT
I. Technical Approach
Technical Ability
Management

FILE NAME

Companyname-TechnicalApproach.pdf
Companyname-ManagementApproach.pdf

PAGE LIMIT

20
10

II. Past Performance


Narrative, All Sections

Companyname-PastPerformance.pdf

III. Cost/Price
Cost/Price Proposal

Companyname-CostPrice.xlsx

Pricing Methodology

Companyname-PricingMethodology.pdf

Spreadsheet
provided
Unlimited

IV. Solicitation Documents

Companyname-Solicitation.pdf

Unlimited

12

L.15.3 There is a page limitation on the Technical Approach and Past Performance volumes of 30 and 12 pages, respectively. The Technical
Ability portion of Volume 1 shall be limited to 20 pages and the Management portion of volume 1 shall be limited to 10 pages. Cover Page
and Table of Contents are excluded from the page count. There is no page limitation on the Cost/Price or Standard Form 33 volumes. Pages
in violation of these instructions, either by exceeding the margin, font or by exceeding the page limit for a particulate volume will
not be evaluated.
L.15.4 Offeror will also need to provide a signed Standard Form 33, acknowledgement of any amendments, completed Section B and Section
K, and any and all required information to support a responsibility determination per FAR Part 9.104.
L.15.5 Cost information shall not be included in Technical Volumes I or II.
L.15.6 Files shall be in read-only format. All cost/price information shall be submitted in the format stated in the table above.

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

63

of

69

MOD/AMD

Name of Offeror or Contractor:


L.15.7 Information shall be confined to the appropriate file. The Offeror shall confine submissions to essential matters, sufficient to
define the proposal and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a
concise manner, to permit a complete and accurate evaluation of each proposal.
L.15.8 Proprietary information shall be clearly marked. Files shall not contain classified data. The use of hyperlinks in proposals is
prohibited. Each file of the proposal shall consist of a Table of Contents.
L.15.9 Submitted documents that do not comply with these format, packaging, and content requirements will be found to be non-compliant;
proposal submissions containing non-complaint documents may not be further evaluated and will be found ineligible for award.
L.16 Volume 1

Technical Approach

Offerors proposed Technical Approach shall be incorporated in the contract at time of award and shall comply with all provisions within
the Technical approach.
The Technical Approach volume shall be organized into two (2) sections: Technical Ability & Management.
L.16.1 Technical Ability
The offeror shall demonstrate an understanding of the RFP (inclusive of the Performance Work Statement (PWS)) requirements and detail an
approach which provides the Government confidence that requirements of the RFP will be successfully performed. Specifically,
L.16.1.1 The proposal shall demonstrate the offerors ability, citing past experience where applicable, to perform Software Code
Assessments in Warfighter/Tactical Systems and Business/Enterprise Applications for the purpose of identifying potential
vulnerabilities, as required in PWS paragraph 3.2 (and all subparagraphs).
L.16.1.2 The proposal shall demonstrate the offerors understanding of processes and procedures employed, time-frames, applicable
regulations, final deliverables and outcomes as required in PWS Appendix H - Artifacts.
L.16.1.3 The proposal shall demonstrate the offerors ability to achieve the assessment time-frames in PWS paragraph 3.2, particularly
the automated and engineering analysis as required by subparagraphs 3.2.1.2, 3.2.1.3, and 3.2.1.9.
L.16.1.4 The proposal shall demonstrate domain knowledge for all three (3) levels of complexity and its applicability for satisfying the
requirements defined with specific task statements as they apply to PWS Section 3. Contract staff will be trained, experienced, and meet
an IA baseline certifications as identified in PWS Appendix A
L.16.1.5 Offeror shall redact information relative to classified contracts or orders.
L.16.2 Management
The offeror shall demonstrate an understanding and ability to manage the execution of the contract.
The offerors proposal shall include:
L.16.2.1 Operational Management A description of the offerors approach for the management of day-to-day operational execution of the
requirements defined in the PWS. The Government anticipates ongoing multiple duration task orders with varying timeframes , as such the
offeror shall discuss their approach to managing multiple task order.
L.16.2.2 Staffing Approach A description of the offerors staffing approach for recruiting, hiring, and retaining a qualified workforce
with sufficient personnel for PWS performance. The offeror shall address recruiting, hiring, and retaining of a qualified workforce on
an individual task order basis, as well as across multiple ongoing task orders. In addition, the offeror shall address their staffing
approach in the event of a break in service between task orders. The proposal shall demonstrate the offerors ability to fill short term
positions in accordance with PWS requirements without creating a break in service on individual task orders.
L.16.2.3 Workforce Qualifications The identification of qualifications, skillsets, experience, education, certifications, and security
clearance levels for successful performance (inclusive of any subcontractors)
L.17 VOLUME 2 - Past Performance
Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough
and complete past performance information rests with the offeror.
L.17.1 Offerors shall submit three (3) recent and relevant past performance references.
L.17.2 Recent efforts are defined as services and/or efforts during the past thirty-six (36) complete months from the issue date of this

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

64

of

69

MOD/AMD

Name of Offeror or Contractor:


RFP.
L.17.3 Relevant efforts are defined as services and/or efforts that are the same as or similar to Software Assurance services in support
of C4ISR systems.
L.17.4 Examples shall include the following:
a. Contract number, order number if applicable, CAGE code, DUNS number, and North American Industry Classification System (NAICS)
code
b. Government contracting activity, Contracting Officer name, telephone number, and email address
c. Government Contracting Officer Representative (COR) and/or technical representative, telephone number, and email address
d. Government contract administration activity, Administrative Contracting Officer (ACO) name, telephone number, and email address
e. If offeror performed as a subcontractor, prime contractor company name, point of contact name, telephone number, and email
address in lieu of or in addition to the contact information required in (b), (c), and (d) above
f. Contract type
g. Awarded price/cost
h. Final (actual) or projected final (if ongoing) price/cost
i. Final (actual) or projected final (if ongoing) start and end dates of the period of performance
j. Percentage of effort, based on the total cost of the work required in the referenced contract or order, performed by the
offeror itself as prime contractor or subcontractor at the time of the RS3 proposal submission
k. Description of the specific tasks or activities performed by the offeror itself under the contract
l. Offerors shall provide a narrative for each past performance example. The narrative shall describe the contract listed, the
contract objectives achieved by the offeror, and how the contract is relevant to the requirements of this solicitation.
m. Offerors shall provide a self-assessment for each past performance example. The self-assessment shall address performance,
including if the contractor met the schedule and technical requirements within the original estimated cost. If the original cost,
schedule, or technical requirements of the contract were not met, the offeror shall provide a brief explanation of the reason(s) the
original requirements were not met and any corrective actions taken by the contractor. The offeror shall identify each time the schedule
(period of performance) or cost ceiling was revised and provide an explanation of why each revision was necessary.
L.17.5 Offerors shall submit copies of any and all of the following received on any contracts or orders within the past thirty-sex (36)
months, including those not proposed in response to this solicitation. There is no page limit for the required copies.
a. Termination for default (including the settlement agreement)
b. Notice of default (including the settlement agreement)
c. No-cost settlement (including the settlement agreement)
d. Show cause notice
e. Cure notice
f. Suspension or Debarment
g. Any security inspection or assessment ratings or reports indicating security programs or facilities are less than satisfactory,
and/or any suspensions or revocations of a facility security clearance
h. Notifications received for violations of FAR Part 32.006
Offerors shall include a narrative explaining each event above, including any corrective actions taken, not to exceed one (1) page per
event.
If none of the above were received within the past thirty-six (36) months, the offeror shall state so in the proposal.

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

65

of

69

MOD/AMD

Name of Offeror or Contractor:


L.17.6 Offerors shall state if they have no recent or relevant past performance.
L.18 VOLUME 3 Cost/Price Proposal
The cost volume shall consist of two parts as follows.
L.18.1 Part 1 Cost Proposal
L.18.1.1 For Part 1, offerors shall submit the cost/price proposal in the format specified in this RFP, entitled CompanynameCostPrice.xlsx.
a. For CLINS 1001 thru 1003: The offeror shall enter firm fixed unit prices for each CLIN, Ordering Period and Quantity Ranges, on
the applicable Price Proposal Sheet (Exhibit B). All unit prices proposed will be binding.
b. For CLIN 1004: Program Management (CPFF): Offeror shall enter proposed cost and fixed fee on the price evaluation spreadsheet
(Attachment B) for each ordering period. Offerors pricing shall be based on twelve (12) months of program management. All proposed
costs for program management will be binding.
L.18.2 Part 2 Pricing Methodology for CPFF CLIN 1004 only.
L.18.2.1 For Part 2, offers shall submit the pricing methodology in the format specified in this RFP, entitled Companyname-Pricing
Methodology.pdf.
L.18.2.2 Offerors shall submit a pricing methodology with sufficient documentation necessary to adequately support and explain the costs
proposed as required below. There is no page limitation for the pricing methodology.
L.18.2.3 Offerors shall provide whatever information is necessary for the Government to determine why the proposed costs are realistic
as required below.
L.18.2.4 In support of proposed DIRECT LABOR RATES the offeror shall provide the most recent documentation that includes at least ONE of
the following:
a. Forward Pricing Rate Agreements (FPRA)
b. Forward Pricing Rate Recommendations (FPRR) from DCAA or DCMA
c. Compensation Rate Tables approved by DCMA or DCAA and reference to the labor categories proposed
d. Payroll records and/or paystubs showing rate of pay and reference to the labor category proposed
e. Salary survey data that includes:
i. Source of data
ii. Job title and description
iii. Geographic location
iv. Range of salary amounts with reference to applicability of amounts
L.18.2.5 The direct labor rates reflected in the supporting documentation provided should exactly match the direct labor rates in the
proposal. If the rates do not match, the offeror shall provide adequate detail explaining how the proposed direct expense rates are
realistic.
L.18.2.6 In support of proposed INDIRECT EXPENSE RATES the offeror shall provide the most recent documentation that includes at least
ONE of the following:
a. Forward Pricing Rate Agreement (FPRA)
b. DCAA/DCMA report or memorandum containing the most recent finalized DCAA/DCMA audit or review showing indirect rate
calculations with pools and bases AND three (3) years of Certified Actual Incurred Cost pool and base (by expense account) information
that validates the calculations
c. Forward Pricing Rate Recommendation (FPRR)
d. Forward Pricing Rate Proposal (FPRP)
e. Approved Provisional Rates Proposal
f. Other statement of current rates

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

66

of

69

MOD/AMD

Name of Offeror or Contractor:


L.18.2.7 If providing an FPRR, FPRP, Approved Provisional Rates Proposal, or other statement of current rates, offeror shall include
three (3) years of historical actual pool and base information (by expense account) that validates the proposed rates.
L.18.2.8 The indirect expense rates reflected in the supporting documentation provided should exactly match the indirect expense rates
in the proposal. If the rates do not match, the offeror shall provide adequate detail explaining how the proposed indirect expense rates
are realistic.
L.18.2.9 Proposed Fixed Fee percentage, allocation base, and extended amount and are reminded that FAR 15.404-4(c)(4)(i)(C) prohibits a
fee that exceeds 10 percent.
L.18.2.10 If the Government does not receive adequate price competition, the Government reserves the right to request certified cost or
pricing data to support a determination of a fair and reasonable price.
L.18.2.11 Offerors shall provide evidence of an adequate accounting system. Evidence may include emails, letters, or reports from DCAA
or DCMA.
L.18.2.12 Offerors are advised that in order to be considered for award, proposed costs shall be determined fair, reasonable, and
realistic. Offerors that fail to provide all of the supporting documentation as required above may not be eligible for award.
L.18.2.13 If after receipt of proposals the Contracting Officer determines there is insufficient information available to determine cost
reasonableness or cost realism and none of the exceptions identified in FAR 15.403-1 apply, the offeror may be required to submit
certified cost and pricing data.
L.19 VOLUME 4

Solicitation Documents

L.19.1 The offeror shall complete Section K Representations, Certifications and Other Statements of Offerors of the Standard Form 33 in
accordance with FAR 52.204-8 Annual Representations and Certifications.
L.19.2 The offeror shall complete Exhibit B
Standard Form 33.

SW Code Assessment CLIN Price Structure listed in Section J

List of Attachments of the

L.19.3 The offeror shall complete Block 6 and 7 of Attachment 0002 DD254 listed in Section J - List of Attachments
L.19.4 The offeror shall date, sign and return the completed Standard Form 33 and any amendments along with Exhibit B and C listed above
prior to the proposal due date as posted on FedBizOpps.

*** END OF NARRATIVE L0001 ***

Reference No. of Document Being Continued

CONTINUATION SHEET

PIIN/SIIN W56JSR-17-R-0004

Page

67

of

69

MOD/AMD

Name of Offeror or Contractor:


SECTION M - EVALUATION FACTORS FOR AWARD
This document incorporates one or more 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. Also, the full text of a provision may be accessed electronically
at these addresses:
http://farsite.hill.af.mil/VFFARA.HTM

or

http://farsite.hill.af.mil/VFDFARA.HTM

or

http://farsite.hill.af.mil/VFAFARa.HTM

If the provision requires additional or unique information, then that information is provided immediately after the provision title.

SECTION M - EVALUATION FACTORS FOR AWARD


M.1 General
The Government is conducting this source selection in accordance with the competitive source selection procedures in FAR Part 15, DFARS
Part 215 and AFARS Part 5115.
M.1.1 The Government intends to issue a single award indefinite-delivery indefinite-quantity (IDIQ) contract vehicle. The Government
intends to make award to a single small business.
M.1.2 The Government proposal evaluation will be limited to the information provided and nothing will be assumed. However, the
Government may use data obtained from other sources to validate offerors' proposals in conducting the evaluations for the past
performance and cost factors.
M.1.3 The Government will not evaluate any pages that exceed the page limitations identified in Section L. Proposals that fail to
separate cost information from Volumes 1 or 2 may be determined to be non-responsive and may not be considered for award. Proposals with
an omission or unclear or uncertain proposals may not be considered for award.
M.1.4 The Government will not reimburse any offeror for bid and proposal costs, as a contract line item, associated with responding to
this solicitation. The award of this contract is subject to the availability of adequate funds. The Government reserves the right to
cancel this requirement at any time without being responsible for bid and proposal costs.
M.1.5 Proposed pricing is binding for the duration of the contract. If there is a contradiction between the solicitation and an
amendment, then what is stated in the solicitation stands.

M.2 BASIS FOR AWARD


M.2.1 The source selection process will be conducted pursuant to FAR 15.101-2, Lowest (evaluated) Price Technically Acceptable Source
Selection Process. In accordance with (IAW) FAR 52.215-1, the Government intends to award without discussions, but reserves the right to
hold discussions if determined to be in the Government's best interest.
M.2.2 Award will be made to the responsible offeror whose proposal conforms to the Request for Proposal (RFP) requirements, has the
lowest evaluated price, a technically acceptable proposal, and an acceptable past performance rating.
M.2.3 The Government intends to evaluate the technical, past performance, and price of the lowest proposed priced offeror first that
conforms to the RFP. If that offerors technical and past performance factors are found to be acceptable award will be made to that
offeror, provided their proposal conforms to the RFP requirements and they are determined to be responsible, realistic and fair &
reasonable, without evaluation of subsequent offerors proposals.
M.2.4 In the event that the lowest priced offerors technical or past performance is found to be unacceptable and did not conform to the
RFP the Government shall proceed to the next lowest priced proposed offeror for evaluation of technical, past performance, and price. In
the event that offerors proposal is non-compliant the Government will then continue to evaluate offerors proposals in a sequential
manner from lowest to highest proposed priced offer until an offeror with both acceptable technical and past performance that complies
with the RFP requirement is found and they are determined to be responsible, realistic and fair & reasonable.
M.2.5 An offerors technical proposal shall satisfy the Governments minimum requirements to be considered technically acceptable. An
Unacceptable rating for any factor will result in the entire proposal being determined unacceptable. An offeror that receives a
technically Unacceptable rating shall receive no further consideration for contract award.

M.3 SOURCE SELECTION PROCESS


M.3.1 Only proposals that meet all of the following criteria will be considered for award:

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

68

of

69

MOD/AMD

Name of Offeror or Contractor:


a. Technical proposal is rated acceptable.
b. Past performance is rated acceptable.
c. Proposed price is fair, reasonable, and realistic.
d. Compliant with all RFP requirements.
M.3.2 The Government intends to award the contract without discussions. However, the Government may conduct clarifications in accordance
with FAR 15.306(a) or discussions in accordance with FAR 15.306(d) if the Contracting Officer determines they are necessary.

M.4 EVALUATION OF NON-COST FACTORS


M.4.1 The following evaluation factors will be used to evaluate the proposals. Award will be made on the basis of the lowest evaluated
price of proposals that has been determined technically acceptable with respect to Technical Approach, Compliant with the RFP
requirements and Past Performance.
a. FACTOR 1

TECHNICAL APPROACH

b. FACTOR 2 - PAST PERFORMANCE

M.4.2 FACTOR 1 TECHNICAL APPROACH


In conducting the Technical Approach evaluation, the Government will only use data provided in the offerors proposal.
The Technical Approach proposal will be rated as acceptable or unacceptable in accordance with the definitions below:
Acceptable - Proposal clearly meets the minimum requirements of the solicitation.
Unacceptable - Proposal does not clearly meet the minimum requirements of the solicitation.
____________

M.4.3 FACTOR 2 - PAST PERFORMANCE


Proposed past performance will be evaluated using the offerors proposal, the Past Performance Information Retrieval System (PPIRS), and
any other sources available to the Government.
In conducting the past performance evaluation, the Government may use data provided in the offerors proposal and data obtained from
other sources. If an offeror states they have no recent or relevant past performance and the Government obtains negative past
performance information from a source other than an offerors proposal, the information may be used to determine the performance
confidence rating for that offeror. The Government does not assume the duty to search for data to cure problems found in proposals.
If an offeror only has recent and relevant past performance examples as part of a predecessor company, the Government may consider that
past performance in the evaluation.
M.4.3.1 The Government will evaluate proposed past performance to determine how relevant a recent effort accomplished by the offeror is
to the Software Code Assessment effort. The Government shall consider an example to be recent if any portion of the actual period of
performance of the example occurred within thirty-six (36) months of the date of this solicitation. The Government shall only consider
an example to be relevant if the contract is for the types of services required in the Software Code Assessment PWS for C4ISR services,
as set forth in Section C of this solicitation.
M.4.3.2 The offeror will be rated either Acceptable or Unacceptable. The rating definitions are as follows:
__________ - Based on the offerors recent/relevant performance record, the Government has a reasonable expectation that the offeror will
Acceptable
successfully perform the required effort, or the offerors performance record is unknown.
____________ - Based on the offerors recent/relevant performance record, the Government does not have a reasonable expectation that the
Unacceptable
offeror will be able to successfully perform the required effort.
M.4.3.3 In the case of an offeror without a record of recent, relevant past performance or for whom information on past performance is
not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror will not be evaluated
favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the

CONTINUATION SHEET

Reference No. of Document Being Continued


PIIN/SIIN W56JSR-17-R-0004

Page

69

of

69

MOD/AMD

Name of Offeror or Contractor:


context of acceptability/unacceptability, an unknown rating shall be considered acceptable.

M.5 EVALUATION OF COST/PRICING


M.5.1 Fee
If the proposed fee is greater than the maximum fees allowable in accordance with 15.404-4(c)(4)(i)(c), the offeror will not be eligible
for award.
M.5.2 Cost/Price
M.5.2.1 The total evaluated cost to be used in the award determination (subject to cost realism adjustments) will be the total proposed
cost identified in the offerors Companyname-COSTPrice.xls file. The objective of the proposal analysis is to ensure all proposed costs
are fair, reasonable, and realistic. Cost proposals will be evaluated in accordance with FAR 15.404-1. The Contracting Officer is
responsible for evaluating the reasonableness and realism of proposed costs. Accordingly, the analytical techniques and procedures
prescribed in FAR 15.404-1 for evaluating each offerors proposal may be used singly or in combination with others to ensure the costs
are fair, reasonable, and realistic.
M.5.2.2 The Total Evaluated Price is the total of the weighted evaluation price for each ordering period for each FFP CLIN (1001, 1002
and 1003) added to the total of the most probable cost for each ordering period for the CPFF CLIN (1004).
M.5.2.3 If an offeror fails to submit unit prices for all quantity ranges and ordering periods then its proposal will be considered
unacceptable and the Government may reject the proposal.
M.5.2.4 If the Government determines that the offerors Technical Proposal is Unacceptable and non-compliant, then no cost realism
evaluation of the offerors Cost Proposal will be conducted.
M.5.3 Firm-Fixed-Price (FFP) CLINS
M.5.3 For the FFP CLINs (1001, 1002 and 1003) for each proposal, the Government will calculate a weighted proposed price by multiplying
the proposed unit prices for each range and Ordering Period by their respective weight and maximum quantity, and summing their totals.
The weight associated with each range represents the likelihood that an order, if placed, would be placed within that range.
M.5.4 Cost-Plus-Fixed-Fee (CPFF) CLINS
M.5.4 Only the CPFF Program Management CLIN (1004) will be evaluated for cost realism.
M.5.4.1 For the CPFF CLIN the Government will evaluate the realism of proposed costs in accordance with FAR 15.404-1(d) and/or (c). The
Government reserves the right to evaluate no more than one cost element, however the Government may evaluate more than one cost element
in order to determine if the proposed costs are fair, reasonable, and realistic. The Government probable cost may be determined by
adjusting (for purposes of evaluation only) an offerors proposed costs, when appropriate, to reflect any additions or reductions to
realistic levels based on the results of the cost realism analysis. If an offeror does not provide the required supporting documentation
for any proposed costs, the Government reserves the right to adjust the proposed rates for purposes of evaluation and cost realism.
M.5.4.2 If an offerors proposed cost does not equal the Government probable cost due to adjustments made as a result of cost realism
analysis, then the offerors proposal will be ranked based on the Government probable cost (the adjusted cost).
M.5.5 The Government may use external sources of information in performing its cost evaluation including, but not limited to, Bureau of
Labor Statistics, Department of Labor, Department of State, Defense Contract Audit Agency, and Defense Contract Management Agency. This
does not preclude the offeror from submitting the required supporting documentation for proposed costs.

*** END OF NARRATIVE M0001 ***

You might also like