(memo use {53 {mam 2% 53:1? 25:13. Usc I A4021-1 I-1-0004 Pingo 1 of 5 4 scion) - Suppocs ilt Sinn OS and Prices' JNSTRUCRONS SUBJECT TO so.00 ARE OBLIGATI:10 IN11 RS CONTRACT ACTION. CANN 0001-0005. AR ft AWARDEDClAUSti YOU TILE AVAII.AIRIJIY 01 FUNDS CLAUSE FAR 52.2311 S. IN ACCORD.ANCT WI Dr DRS WR RE NOTLIRLD WI IfN FLNDS MU. AVAITAIThE rr LS ANTICIPATED FUNDS MAX 13E ABLE A ATIAD AW I F R Illt NEW FISCAL YEAR BEGINS I OCT 11. a 11INDS ARE MANE AY Alt MMHG A Di IN WILL BE CONIPIU IL!) TO ADD APPROPRIATE CI IN FUNDING. fl L01 NO SUPPLIESNERVICES 0001 000C ANT cry I UNIT LINT' PRI( E Lump Sum SI9R64:227.00 MAX AMOUNT 319M14,227.00 Labor 1:11' nbint Costs for en Inc in tern, dUrinF the biiso parted of pertorwance DI trite Contractor shun pro' dic nongperionsl Nervices using the labor categories glemtibid 1 tho contraicut's Alniwt OW \C contrite'. (2) Tne Firmlbscul-Ence award of S 19 9ft4:22 9 .00 for on-site labor is based on the Conn new\ proposed and Awarded cowIn perterm scrvicen and provide detweitiblos 'dawned in the Perftinuanue Work StatemeD for the poriod 16 Oct 2011 - 15 Oct 2012. Con-Button, proposal, renewed 3 Aug 2011 is iniorporated toy reference. (3) Paytneut for sansfrotoD performance and acceptance of reiburied delicurubles by govertmcent shall be made as lollocin ow Barthel payment of 54310424D for the period In Oct -31 (1t 201 down equal paymenN of 0 I, 603,f1405. 61 end one partial psyment of INT 1.342 S2 for the period I Oct - 15 oto 2012. Reference G49004rde cet R-0005. FOB: Dostotatuin SIGNAL CODE - A MAN NET Alld4 S10.934. 1 27 60 uNrr • MAX QUANTITY UNDITINED Pa, N PR S IP and OC N y FAR 31 205 4MM Al die at d L01) red tttel. fringe_ &c pi Pagc 4 rt- UNIT P14114. 114 C cc p; de A 4t rk T PRICE Vt - 144 T rumba nt NIT I A113 N or G&A. :however ben ernouta hi 40 ap INED 44, P oo,Oku Oo MAX A IIN1 1 MAX OLIAN n 4 bat:- peruod of du AC contaa m bad on Olu Pr p rdeni and provide dthuhls &jnih d period 16 Oct 2613.15 Oi 20 3 li k I ncorperatcd by yelpren a d itt prn e ift rcqoircd dtl,iri n per1ouThtMQ u i 1 Oct 1 op 31IN1 1 .1 OPt pirLaL PaU II optian) ay. p' mcrnS or by A 0 Ot t Ift-ta Os Page or `17 SUPPLIES:SERVICES •MAX uNrr UNIT PRICE • MrANAIMON.T Lump Sum UNDEFINED 1.600100,0n QuANTrry UNDEFINED OCOMIS Reimbursable r xpenses. COST DC ONUS reimbursable expenses rffiticular to the TO meiotic but am sot Floated to deployment CXrCTISCS 511Cit a'. hazardous: duty Ny and hardship dd1erential pay David cost:: related to deployments Roll be billed 10 the Travel U IN The government PM iciabbutais all allotaable coat as duermincd ha the 1)S111 Inc government than hot Nay 011. loose, e&profit, or Clea A. however the government shall pay a notional proCt:S.SIng chin ge Nil I- Via for each DIVOICt. Destination •trilaiNAT COI A MAX CORI FEM NO Si)?? LIFS'SERVICES I 003 no‘ MAX QUANTITY LINDE' NED •LIND UNIT PRICE Limp Sum ORLIN/NED 11 600,0On 00 MAX AMOUN $380,000 00 ravel Coot FOS1 • COMIS •and OCONES travei arc retioired and hill be •reinsboised at exist as looted by FAR 31 20 460), All intact shall be government (Sleeted and shell • be approved on a litter of nionfification (101) no lens than 5 days prior to nate', or as moo at passable after a short r ofificatton of IVAILitred Ravel I he eovernment goal' not pay OM, for ge, fee profit, or GRA, however the government shmff pay a nominal processing charge NTH 3% bet each moire • This t 1 IN is a No to Exceed amount F013: tiestinettian - SIoNIXL COIN.. A MAX COST sys0.000.00 RICE IN ED Expanded COSI I he tontrart • Durk week tbe tORI ind be loner than • Odd expense tbox ill addin MAX QUANTIFY UNDEFINED tv pent oci hanc •TO13 SIGN I cL I 2:29:2- I 13:11Em.?i?izii?mgigmg ?nringam?'ha {in E71336- 3 . ?ed. =33: {23-15%- 51'35if'?n, 'Fixmbix?c?g :3 ma; cage? - 21313.2 i= far gig?as; End's-1' {fa 33?in mad 'pmvidii 'ij?e?v?r?taiiz? {219% the" ii-?triitzmiancc ii 1'32 ?i??ifmdi?fs r??siwd. 3' ??gi 2&1: {1'3 rif?arka??it. 'E?Zgy?i:zr11: i231" mt'i?fa?ii?ry pai??y?mm arid fag Lilif?fi' by 131:5 Siiai?i' ii; {636% {2:15; ii?i?' ig??piidi?? t: - if {?tti??l?f?s?f 1:5; m?g?fiji ?txiihi?: {if 116d ?iiui?i?i: fiat}? pE-r'iv? :1 {Eat 15S-?L?mg?gi?s mm: a 'EEfg?g?a?a 4.3; ageng?g?? Mia}; 3:21; - PR ICI COM h ur au ts particular pay The:hove Phu guve. lode mulct tdci Icy A, ha MAX llbe reimb .redan ONUS Pax, 205-46TM td 0 be apprim T ter ' or as NO011 as passible after a satson n uovernnient shiitt not pay 0 H., tong :hage. NT gotern shall pay a nominal. prOCC”, flu t (t IN - Not! ixated amount. pr o •1 !WIC ge 01 MA. ()LIAM 20U4 fiu c N ier.tho.urs 4 .xpanded•work 01 ft IR labor rat du' • PPI 54.000 COS No 10c, work perk:011c tge. 104, Fora, ) no tT. ccutag S 25.0 0I) ept SECTIO 14AUSES IA APPROVAL CPI tern Lpon nlui co m rnun y bo rnpacLd by appm 02 apc WI FORM 1423 I 42 ECT1ON 'NiY AC.E.:T.E•It: peeled/accepted at: INSPEC I By Government Gs. at ode 'OA (b)(3) 10 USC §130b,(b)(6) S PRI 1 2 POP 1 I 5-00 I SIN RI l( C' N) C N Des) 0 •0 (SAFI FOB. Di (SAME AS FOB: Des )1/2 RI ON) AS (SA I la M}i AS P1 D estina 11 0 reiaa- - - Iz?i?i?n Mia. mg:- i?g?-iimtiim. liaisi?js' - dro SECTI G deacon» (a - 0002 All deaunun DATA AC101 appropri itton i v I bt added via mod haion pri co to l EN1 RHIUSADMIMSUtUIOr, he sub tId hetanna• ra thMl r r POINTS OF CON FACT or flu( Task Order) is thi poi of c rev duleLation is iutho ztd to oho aclions on behalf of II and rtiq411:0111tinN The•CO may riekgi onditi ed representat iAng Oificc.r Rcprcsuna)(C) Lt adn pi °bk. (tor o d .CtitIOIIS d of e CO h_ mtheabed below jo TiCer indiento Contra Oltioor for (b)(3) 10 USC §130b,(b)(6) (b)(3) 10 USC §130b,(b)(6) ITIONAL IN 52.2 AreaW. 1 cfy the period of p WAWF) uhm ep lily To) _1) na a of any unbilled kavel or nee ICIII c ay acts a ol 1E11 CIJN lel •sub •who bast kop door, au isnot ar:gesrac being htt d lat ou b up Lerind.shaII ion nuiadn Ii C r pets wI.vaCw loll be reduced >. po nd. an expense eatod by t p u the CU" trap. iLpng PSI the jwi.ecl inn): ht ftLt tonipletton j .o no h do a keclfOr.dcplco ict of o conk d p •workshee include florin Uf A. nt tnd •.e. 101. ) lbra I ImndJnt )d . on p4 ).4.14.11. he it 1.7d4474144174 bo nvo 13ac A t iqsuntne wd al L Ot he hjflvQjç.e, Id if O rt O i te Ilit IIwg dicrcpan. wuh h h ion Ntmbcr ib rcuhu,itted n denote N and ]ClA74.4 estab bCLINs nd moiuc igaitr4 thL subC ire PP e) rac I be fundine n of TO pe 1v:ili: prey tpl modify tatr do net td op) PP kd c d , fin•urn4 I 1W overnght •CO In all mat 144 ph :A1 ION OF QUMATV ASSURANCEiSONN defined by Art e de:agitated and 7cOQ 4 I 'Med COW d and• pèrfdffia ' nstble for technical. 'OR refit ad, Ise the 2 rh bad o v 7 CON AC ' b nt p CC tandard rci stroc1ioo for t ductu g humor ic dcnved fijm DU5tney, op erunc thc NMCRI utas be CON 7 2 1 nk p at pro de prise the ih and eintk id am chi co a 2 4: (1 0 (:kkptf; :tiio:n.fti:y. :qttttrIy 4214:2 (1 1,.. criuffl (b) I thor Recctpt SIO0 00000 (b) Th& Lw,ts F UI UI S I 00(10 10 d al (CM LrUrnu ot 0 4:2 lpiUi 0U 00 lU ( T p449 0 U)44 It Iding I Tax .Nbrk . I(I) taI: Th* :Duc. Si449.50 ,. iPi CS A for Tax. d1 hed CRS1 Form and ml.i flat wIm0 we p P 4T. It and Pr 1 d d at CI_IN PER SONNEL IRE T undr thv I 0 1 hts. a dclric d a trace -p, h p ed • Pc 4nsd widihg 30 ithrk day L. propo3I Ql fufhaflv anticpatcd dx. ene 1 nd d1aitd. ust b atiog the proposed bh iv Of Mos ot i d Si fl0¼ IS p4rty aitd app11Lblt coati) fbythe vpated P' BPI a int eat (I Thu eines: applies deployed Decode the (i) Contingency Pc - Bin d Pottes dep Pt o led ni thi çc'nhf a I the Contrac per1bmrnncci'PP' k ci nskc abcorncd it t at para graph dl 'a Cono actor personnel pclorrn Wi eiurl y huniion9 4FC 4 1 M0 aut n ori7ed tat ra ern*, and ets Pc )13 de'ripuoo and i an nLrnatiofl ii rcemuit 0 'n1es in mmmc from hoi nation II mnappropnatc uc ot torut by c iftactor personncl cubju such persound In nued Sa,es or hoi uatio prnsccutiott Ii abmIa t.tcc p4ragraplm pi) and 0 I p ndc an II dr C 'nuttily through in Pt that contract tit Pc lit Lvde sesu hatant Commandos ut 'ty ptoa nied Vold •ci net authorized to aca> mpan fl)o veoxctiit cd t mu on Or treatment ides mmcd La) \\ lieu the Cros tin nrtnt LLUI m\ than laulliR du. Conn such tn ttrnen1 or Oaflp0flaudn &twat care hey id this mandai d m not tot (4 engind: this d 1 )1" nci m of auntort1(1110 2d • Pred ct o ned Pa paces ug suppon that C ontr-icton per I. company lat thiuse are f !TIC& 4 dirg those: s ad (n) 1 ha Military WO 1 ID in d by Pic dein» is on ads kils at, Pi de sUr dI irk bl b eI re _at id pa thcaier pcuIfic and hoyt. rLct.ted casmry .piipxrtc. n op with parai&tapli a t (4 c icaranL ohhint.d lot prrsotInul K_ 450054 Officiall cmpora y D Abroad. mid Di 45( .de Contntctor .perjc•l: are mud) i -Don pc D °Awn ideDOD: turn, Minn ety U (vi) All pe )*2:3 Isolatec: Dori bylaw e, received law o1 war tn Persohnel (A) Basic tiriiigis qui Foracs dc pIoyedutsdefli1JtiIto c in lit 2 pc Uaitig lc id 0 'pc lied drg r Lion (Indian rtIor pLiSO thefl basic in ftedLii,.th ctrSe ac Ci p ür0cd byheCitnicUnt. }red 10Y teirduttes a Ad T personyIe as spi nicter shall: notify alt .prrsprIm Pi op ii -laden hi pr go•4 btsu1jec Ac dCrd co fl •condu, Unded Stolz pit) Otho Lana NM% • a0IISU thS diplomatic, ■ CI actor p on •Ot in tout ot declare Sh. Armed Perces m LS 4. h02(z)( auto Deploed (go deployment colter or to deploying. TI courdnbahty of Coo ono, S von zd odot M I kin Jugtk rh IuiiF 'P ISO r hi te Pt ty, Ccrilr .depIavd ed opor cc du dr(p rap ker author (h)(I) 0 (SP(3T) (2) The . Con hmogency Como:tog Of lop ii od d bah d th ac tion p el tthu o ru. tights irndcrothcr prossion ot flh cornnc tchid( slu I I cccl d iinn. d ph . dep10 rncnt or ho nt cd to be and 5h411 plot t& uupy to the (ontrdctrng Offtcr upon nn ar a h eon tin •rn 0 ha 11 '0 7 bar cleop t.t.c.C.00 hM.ant . :thn ddr C gado: advor rmati: on th at O Orcurre a n •Ologed ID ch. a Id hi C hg di kt ream ed .. cqwptflep t. (3) TIM deptoymc tt ec (4) (he directed by' ot tv al performing f r the d eqtIcM shall hernadt thrtm2.h Inc C antmeth 1) intruUi ,n 302; A I. paragraph h.) 4 o oruhatant Comminder toll detonable avh tut aed ammutation p h bject (it T e us operat Tea be *ttnbhti hatant Commander. security aeramem cam omit ,,petaa t ray Oilical I ma, to ham:died C abaft 'q4atl•v .tmined to c art •d the In itima •of. and Who, I C. omm ndur and tAnpttaflLc wtth appI, tphthhtelav. nn by IS U.S.0 922 and (ii) Are not barttA horn a by the Combatant tonman&r rcardt tiucd orders and gLudince 311 to Adhcre (n ) aLcotnflahiIt ot zeapvti and arnrnurnn on tahed all Itabillty lot the t (4) i. Umrr j. or penonoc I retLs çIil v nit the Ccaft.oxand du: Contractor umploy uing autor Unnn the et mander Upon PI (,o.cr nnmn1 issued we:ipOrr., and unc3c d requtred licenses te operate a Co lb elf Coma aceorda (in) :Ev ii de by t mmander or latKt. to the et nt a.atkhl na Of Cootrav Pape 43 of 57 - ploydesigmttd.ne*:t øf a d ted. miss and noel Rea . who: 00,Z2 NT au thorizl4l t0 the Changes ektLtsc of hi Lontrat the Co hcLr may nan, hinby "r,un oujcr idiotifiel as a chamc ni dcr niki th ng m the pldi& at pLrfo ui a in acccrd3n ord. lilies qo pnLot motcrnl, onflai this o c1aut mgc H the at th paraaph (p1 shaU he ubjcu to tfiprovisions h ina porati tln subiinee nE this Jus. Anulilding p iccut cd toiltoit are punoimeI it • at, i iu-aetcr.peocnncI Do _1 3 Oi 01 01. Uead he en tnr with or h) P ktitt AI NS I ( P. , 13 that' report in the itp • 0d0N der TS AND RI Pt IRSONNIA, IN IR. AN (app at panvmg -m armed hIrci in the field iuniigckclaied war oi coilrotgenuy opurat * Ijnxhohott Ai (hapter 212 ofuth.) IS L nttd Sri es C ode) nncI who w1 txrtornx work on a contract ii1 Iraq It p on the lb and when. in rpoi an a k -iconi and wunecs prptucnori and to td in pat ab di at 4c3 any base. dual 424-0048 td) IN 'AC ail ON 952. 2 22-P0M ON AGM IT111101 the. au eimirae bath iirabtd ti Ti titth:d6cun p any actual p de aficatian af 4Lt thnrI(y the peron hbcrt' prey 0 Is1011.S" the norte 1SattOtt; and only hOks ad of time itasunahic kr adimmstjeative shall provideoils played's native laugu cc, th dchnc the term shall um utilize jnlievsd shall fiet.iInc dosu iet n afot d tin (4) apace) fa space pet e in cases isai ing Officur to he a cc tpfaL,k A cop daterramed by ihc re pcctne life support area e n ire ednipli iceh {5) Contractors shall Coni ty Quit their Into thy) Trafficking in Pe - ons Prohihiti rn the Government's Quality Assura .reuajth ug .fl (6) Contractors shall comply at procedures and the repuiremencs for sub:: tors have an al -Plaintive•duty to advise t raffieking and Inhumanc hying it ondi g Offieers arnica their represemony re adhering the tan •on I tU that nd La, conduct ra ndom frn niant tic di a pinataapt under 2,2234)001 JORTING KU •Page 45 of if address .TION 25 raqutrements of Po c , frued under this sect pro ,,on jar ipi flCS brwhole tourc fox ma depIo ha pen&nnrA r itt lit L nt 'valid for I et, An or tk to lliinë1u&:4 1 h,r:dutv at.deployeri d to be ds led for tb .the dat cfl the hvicaI Thu contractor atailahl sijIbcontrxct cot en individual cot sh, htt (I e 'impotent the appropriate emti nt ill t. body which preve d tt MR: prot ad cbenucalib trac di. that et medic mum Alt or pre marcti di parnici1 taI therapyPh fr, orment. o harlbythn d; -a bld IItle turn; tn. d hypert twly diagn td t g bk &Ihnhatntpc Cy dtagooLdfat ated mU 41u11 -ing +rqut sobspcutahst sun to rccjum. itt gert dLnat tar d d or I,N,ratorv tung dental or and cond roo d dnirnc prosth. k. L art aodxt,orts it put rig HofaLIa u rcqttrwmtoraltnx cwn1 a h ts ds, randitto of heat sroke, hv,ton dcphninrt to dud at serzure a in i 4 a d d :ad . available m 4 thunder aritn cm,atcI n, cr dthsociativc Whittle @n,parcd Lrota tracloostomy or aphooa rLnahthw5Iurrent ,ctir uhrrtiu matulearano pregnancy, unc toted tangieal delict such as extol:al lixeter pI tcnint itqWCILCflt liw rnLd3l tl using AC power. IDA . tint:bed', 310Sith ity. psychotic a Amplitie At Nolo USCIANRINVI individual Pro :nation mid Intirodhal L. R I: Standard: oll loess for pep Itnntant to the ( ]4 .4 /AI IL Pt,T 22S44), th p ii hi in 1 h oitUrn to duw o_ pl iucrTh. it I L li LdIc& tieatrncut tactIfi ma P Iacer4uon, brokeit ad &lforiny.iddiU ) ad Ian 952.225-0004 —COMPLIANCE WITH LAWS AND It EC nt The COMIaCtt umpotecy. at all Central Connuand ode ' ' oh Pd ng but net• It de IoYe dev I paiUcuJadyno.rd al 1 la p from h I as drugs or etuptoyee.s: are . their r. rQhiOfl detainees, hu an un twrira phy yb di'rup gocd order oaid di 4p' 510 by' ye.e ing he N1L'ONI He 1 cnrrnri il codes inrlud&ng but roiE N OR) may•be •tit . xIIaemto u1 Jut-is el MUnars JuctIL . A), the uitCcrn b Non-US ottzent NOR Cant:Ado tmpIoc tatuS to thet oerlappuig tiwe by tie mind Slaws, El iTon •J4f Uoii• c ty: :ap1icahEh sta felony mi mita he docipliod tor a criminal offenst irciidi U jurrsd lewd by or (Jaded Slate, it Undid at field durina a yfctrat of charget rd n planed Amu rLsolo IL o d ] Thy ti ■ h d d u tckm> o ul uico thc. oror S ornrnandur PP OL ::(End ofCiamc 4 CONTRACTOR CENSUS REPORTING AUG ZUlU 52 0 PI 1n1oninor Thalt he ohmtttd uiher c1eurorncallIvy hmrd copy. Info oi,nth and rL( tcI h the C lntrdtEflg Orncr no atr than th L( 01 Icn4og mk9manon h&I be h prowe 1 P uher (ptirne spd ubc nxworsat:. :ail i&s). enlpi m all and subcoutrac and subcontract Th 4) Pre2011- FOR CONTRACT th REEN!NG AND VACCINATION T1NG IN THE cENTCOM AREA OF RESPONSIBLUflIMITT MIR b 1 r . ny d id taNiionF d .. : dfor and Epley have been et ii ••Ciiest adm b d ye tia Pa Rs) Body Mav d cployrnent. H. len as it al NaU.cmah wi th a qual ) ear R alhRik 4átiorili: :(gN:y thoS with .kS: :tharj 2N •ll Øspt adIia the T. i n he on ICNts. d 's do not GRA) as wired onc with Til must b passide •spec coding have MIDEYAC'd ou Pr 1AI 4 (SRN ner,onnd th Lottract or pub r by the iaEl n dLcil io:ilmit b mt (b). Contraetar and re product it the Centel ti au " typhoid g.: tphtád and PAuntton guidel ■ L ._ hdcmtadtot sti and annuøi rnudifl ,cycrnpg to nd third p1owec C andlor water ms in accordance required esers 2 a orehäcdmëit lk shrosang dhat The contra su anon re an at any t sp e )1 anagetnen the con Regulatt /keg - tbin rAno2 L-11 -r-no05 Page 49 al 53 1 he littlowing is a summary oblige type of salmon the Ciostartimem will provide the contractol, on dth ras-avatlahla • basis In the event of any diserepimity between this summary and the description of sumacs III the Statement of • 13 in this clause Will take re coodencia CAM' moans Contractors Authorized to Acconipany Forces_ •US Citizens Accompanyitie the carve Zl APOTPONPOillitstal Servic,a DFAcs N Excess ilaimazia DI Authorized Weapon Billeting El Fuel Authorized 1A Gaut li unlisted Meals Fl CAAlv Militaty Banking X ( tintrolled Acems Card (CAC) El Military Clothing Z Badge Z Military Erdman Commissar), 0 Dependents Authorized g N mil Issue Lump M MIRIAM El MWR Z Resuscitative Care [El franspartamm D All 0 None Thod-Cannars National jig 30 Employees 0 Mil Issue Equip Ei APOIMMAIROlbutal Seryices0 DFAC's 0 MILA1R El Malmo/lid Weapon 0 harass Baggage MWE. El •Billeting El 1 net Authorized Ciozt Fartiailicd Moak El Resuscitative Care 0 (MAP' legI transportatIon Isfilitary Banking 0 0 Connelled Access Card (CAC) C3 D All Military Clothing 0 Badge LI El home D commiss,ary 0 Military Exchange 0 Dependents Authorized Local National (INlitimploineis 0 APOI PO 11.1110 Postal Sermes.E1 Dr Ar:, 0 Law i-ist l 3 ageaPe Fr Authorized Weapon s i 0 1 net Authorized DI3illetin g 0 Cow 1 unlit:had Meals 0 C AA' DControlled Access Card (CAC) 0 Military Banking 0 Badge leilitilitary Clothing 0 Military Exchange 0 E onmnissary D Dependcats Authorized '' LI] Mil Issue Equip El• MILAI 0131 YoR El: Resuscitative Care 0 Transportation All tZ NOW (Itnd of Clattsc) 952.225-0013 CONTRACIAMt HEA1,111 AND SAFF:1 20 (AUG 201 t) (a) C ontractom shall comply watt all Natiarkil Electrical Code (tit C 2008), Spent -matters, as outlined, and MIt St indards and Regulations. All aztaastructute to ii chide but not limited to Intmg quarters, shovels. and restrooms shall be installed and maintained in compliance with these standards and must be properly stitmorted and stat fed to ensure perpetual Code compliance. pitman truants and te quietly correct any llamas la maximize safety of those who use at pork al tha infrastructure. 1he govenunent has the authority to hiller and Inspect contractor employee hving quarters at any in it to ensure the pnme contact:9n k comploing with safety compliance standards outlined in the 2003 National Electric Code (NI C) thl I he con aCiOr 'kali conect all aelleigneltiS witlint a reasonable amount of tune of contra :MI becoming aline of the deliiiiency either hy nonce ham the government or a thud party, or discovery by the 0 tycontpli.an 12 IHMOEIIJZAFION AFG IAN SI ot hl u ul th. •ihthit eq a p u h o kthob l toothn:dd Pr d cspon t1 Ida Pt . bl on tor out hatr irnrncdateh foIioi flg contflct perfornnce LonipIcluon u tLnrulan on lacs iega0 101 ibl t cutm xlt tram Afghanistan I AfunusLn dHOi icl in Atg1iari4ao Corretfl]v 1 rijoon onmi haw xi If Ig a s at etitw \1hanistmi and or Lnabas Badge, T before der 1t m nue contractor v be am Hubcontructort. al to ensxrc a Inc most recejfl cU prxedurt tare with the Lmhas it is to OiL rLspon'ubuhe< irnphcnc with XR pwccdore n t 1 The prowe cuntruotO :jq.pjj e tot donohdizing its yt (2) 1 contractor owiueJ and ubcontuotor ot.ned equipul unt •aulaeona tabl - um °T II hw exit strut., omractor CX0 •part of the, t. on d it reeding 30 a IR cud of Ihr COP P Pc com pletion er d mander data; a )1s up to but d ottlecto tc durnohi1ation of its orkorce- and contra c torti • prune cougar n C iQA The prime cot d 00 FOrd egUil)10002, 010. 0 subcontractor()) imonnurn 0130 days pr tot to (he cod of the contract p tad to r the Conine:bug the contract t ompletion date to completeh •emersion of vele • int Jude at a mini /A. ho :iiajte .ff bath d vh4Ol. ,t.qi ler days thy number ofdss for the I t icn the indtudual(s)11 he perto us PA Arty n II mit htc cl the contract conil)etton dak si all ix i t exceed 30 days and the contractor is not cnuiled to addmorji n pt . npensatuem tor this period It tp;iro'ed h the C ontractut I$ at extemaonof pc , I 3.k due to dcrid,uluzattoit md in no Badging I he prime comflctoi is n sp niMblevw call eiiplo>e bad4 rnc1udtn tibeontractor and 4stwena -a trot Bad -d inioloSucS at 1 d h to tnsurc cat Ii rd di Thv tn gt, is not returnee the prune oitractor shall submit ilt reacted, 1fo p trampInw appropriate A es Controtla d d SIO1C0 or Unrec NI C upon re- deploinct 1C) shall be respownbkto, a goatcusion a CO through a CONON R iv delay of MIR pato MOP Sp. • - if d pn she. contr actor as ip CI pi 1040 411d , it ub conU IT d• nit respo id At p1 tor to to cud OS the coil! prune 10 iLrlctnr povsMofl oiut he rekuin&d o list UCI responsible •md habk toe aip and alt dmae In L SC, plop (4 .provi d pr. . iiicttite4 :Ind x ha Ii be In tImer liable for a C ieanup Liruig an 01- el tnle1111711,1,/ ilrl nK contraLtor an d roper nuitned in p trnanchng epuii rernedtaling h starøom, W0415 on he prc rnbu, and r r • contractor anal or subto u Clarrison Coromandel in perti d the end of -he °mamas pcnota t I or The prime contracmr ••halt Iltill11), Or r Mao Lana Insta lit ft upon complerton of the repeirs ht)lichng,S. Imalattest and'at Clitts md flnds. Amethaled. ar tithe prune COOLTOCIOf fads k repair umormet parlor:flatlet period the rill3i COIAMCA ilaVITR, dIn tht.• expenses rano red h? hi litAti F.tz:rnt gm n spanned many retned EquipmentAtateriels: The pri 'd in Federal Acquisition Ite fang raspans t.45cM Aupplem he prams eorxttawr opert battle for et perform the Contra equIpmeta ill: Use pn traeran, USG de:atier Ike cnd:ffl ie . cmvI ft a "diately to the C nod If e prMIC contractor fails period, the pdniconeaoñslthil I. The replaced candipinern chalt or ing piece el equipment. FevetEas p ent Ut. final ptyilwnt shall be reduced apply lo ;ed that 411. be respe iii 14 epon ibilitc. fro damaged. c end of the dais: during the pa bum ace doge rep nractor is d after th date ot depaPurL nt amd preantses, ded in 52.245- p prOpirt. respectne atamdance wit Ckpliatt011 prOpe-ft ihtaliat ioti : IOflnnonect properly or potential Lontra Ictor S c. is graph tb all abandoned personal property.the copir : remove or dispose of the abandoned property. aor hereby authorizes the USG auWont> to d The tuner the UG may deem mutable and hereby itlease aod dascharg boeausU that could nthergase Add dhibadd end against it the tom d pesttral Tampa( agemblf0111 any a aid Elbati1i$100. ponsibIe to t 52 of 5? d abase C •e] n :ir: tb . A fJa fl il*atI: n perkt •00Cf• er >mpktc U or tht Ii CIflP deploy PrI To w uIuontr id or Irnplcn cc t 1 bluer by IIii pri K con r&tOt to R dpfo lo LI ie being placed: scontracts lik b on ipi a er tha tontractor \ccournabihh, and Pcrsornid Rount C 1 4U¼1 932 225 20 4' Coturaa , T fhb CENT(GM omt I oenkr uppQrtago ig C oinuland avathible contrat ti n rumcIics b gu ratiluc eni up RL. oh demobt t,auoo rc a0 a A l imit d to u thholthng p iyi n• al Su ch Mu thor reducti >n of trnrd ftc dcbarmciit ruurbur Portum 'wtuni (CPARS ac he S Cin nIent uxpdnsc nnd•Or ao olbu legal rcaiied n> ulahk d pfl nUut From thu prtn uootraAor not is Loinph atice W ilL thu aho prnuudw I hal dOeUrnef tonally , to P ON Olt 0 aq Chininn to sub itrsc:t all on of cc ale v Qp.oratiouAd s a demo pri p 0 in bi arc c'>ponslbk and 0 eh ed n Po in CQiUIYtCLI da f be prune contractorfollow at aU ur also follow tilu ' ti pmceourcs I lic P at, ua}idad at] Drrei IT ces ponsihk to it maw oogmnnl of i port it on in a 4 ■ LrJn and, or Lrnirnsdk, 4.• t sticker bulorc &parttn thu COL inu',l obtain LI lraçi cs1 the P Ut ke ma' he obtained ploucdurc5 ow Rile repouihthtv to u,rnt that thu most procedure Itor5) at all ttcv arc in compliance ill eat proccdiru A Pov orpho.e24O-553O5hext 2 [ Inc ding subrontra hir ay art Of tht prime contractor Th 1rifl contractor.ig r I bl • ler: and all ontrautold and subcortracor d d not tid 1 0A' up to but i-tot excueding 30 ilundar da Az raonabi c W0r1CthiW and ac ninum . fiti da.y prior to .the end of the. contract .oeri:od . ed :.cviiat Jun quest di r 11 not exceed 10 ds and OiL ontcado r s not cntt th i. n act p ro lia lit. coffiract Lonipletlosia P an nip badge inchading LbLontracto Badgrog. Otfit.c for de-a inia d a d iti 13 ea ad. d nipre s badge i not rLtumkA contractor T d 1htC Rcpoflht. appmprrntc \u* .CI ntiol Badging 0 n Access Catd (C tb A nt ractor is sp 1h 41 ril ed o:vor di Larriion: sub ider of ale da rep bi pmi to dii Lnd i thL contract perfcwmanci pcnod Ui United Slak Ciq-ernincnt tLSC,) prordcd propirtt prtrni contraclor poesiou mui be eIunied o iponsthie md hable for anyand all d 1w onioc and or ed by taI dr and I d les mein( trhe irrthcUug ube rue :from •ii pen propertv, trash, •a d dfljj nd repairing Malt:MIL Ulidl g d et etiir ribrIi provide notnication n p the put tohltractor .or: Qrrion: C as soon as practicable, but I C011ifaCIAt shall n ke d he rod If Commander For r n at, mil In Commander in 1 n ho t. not.:been properly .efrar4, ç1rc I di li i 0 tThd a ages within 30•akndar days. at tént&ithtexL -dirtied by ibe amt. m andlor etIVAICYMTICI th rrc petzs. tewt d. bythr li Equipmemik telidd ed Pr 'uppien lit-data! Acquis R, RA Mc hemp yon madonna& tab nsib fi rt. •(cram-eau and shall per repair :olden le . of the spelt ad of hcqupmcnt by tl pc i 10 L Landau days. 4thjagdIIw:dSroyOd prom la partal. 11thtr pt raci periprmahc tent or at nab pl 1 dh, of.d earn - apart lc co quipmcnt Inpmen advi hall hu sperm s aOate h of dance d, If :fr4hte he p TOpell, •I hand i ac (Sec r)aragraph rbc)of th clau. It o iraLInrdame-- itY interest4hndon mad hy the If SG to ri or hemby authoruesthu 'SG aLiho 1.1aG may jeem tdtahk, al mis and •damn 'flatmate tv and pTO ab pcisonal ay he enforced Addinanally, may still be The praise •al all fie ic personnd 0 k nen no ill IC tecciYinL c deing, DD For " •prime roan n„, terminal able IMS tuna nu ed al pe d of the coriract cornpktion loaded m We SPOT elateb PP MDI of the cliaitae In. dile for gamy' Data. am deploy an employee after en employ epa to• al pprO PI 0 Thcotaetc ay. apply. •A Mum end d Par :dt list bssttem (LI tractor with una Pet. Recoveryccount thU t and Pcrsr e ict track search emplas train a Support Coat to lei rufledfcs to guatanleccompliance rare ar to 0 R cr flop Sy1cm (CPAR") ca]naflon, rcduclion of award ftc debarnunt aped or 4n other lcgal rcmcth aadable to a co d htjein &ddi compliance with pltvrtt . Contractfj .:.O li olsed crthactor ornpinitice fv ,Ucts IS (ItLc UStu anywhere in adserse gag per tor nianc. ailLet on adz. •ithhold (TCOLNT AIIIIJTV AND PER 14'1 01 Ct. e work dangerous or risks associated with. required crntrarrpt4opnancc it ny rentraterr brow cpcutc al all times k cm a USG contract oiut he acLOU flcd for prpoes of p r1ormffln dd tainl1 y. contrac ton bilk it tam IMP p1 Cs IL cn' plae h ingqoau cn 2 rrnntrnuw of crncca month ii DoD corn, eLd cuipIoeu becorns.c nuccingand ed Sach an al dc,icc d cs not indiciteml p els uihan equivalent 01 Ott PI at ted :re pozsibj eto frespentublaires c :i.he .contracf.r insesttgaie lilt 11ccrtnntcd lot employee or ma ut. the Contract]. am! Or to ck.w 1 GAls All missing Ma>or cell MdiorvItc Station nder p0pjTthatervery ti the are Defense( ra T kn ed to Ia trtallatton a ..] dI , ctor Puteaded Inform ... nal to alid mil 12enstiRst R. •PRO cot PRO wfthtnhcun of idenntv through Lhc cnipo>u IL conuactor NTS( IDot the should Icep on Uli nejudec Opcnnonal I icker P ted betI Sem. alien ul i hurc tbc iodt tduaf rc des iicb as morn xiunthcrand 'OT).. c apv f Pa Record o I morgenc Data cops., of badging and contact inft>roiauon fri known fucndsor (IP •RD ploy sPgh nwe t wah at ml dal la ot la ed g at 222 s p hi "l4 I h 1 T lc. arc p 1 S) X2 thate LJNTABILITY AND PERSONNEL RECOVERY olio a init t xcep contract çerformance cc af ark n:a:4S.Gflitrict thdstbh du±td brit living quarters on a LSCr ba cum ol once a morn It a DID ci not indicalL lout phi', a Personnel Rococo} (Pk) ent is ated as ri accountah,1ay battle doll by the et 0 2) in n Rothiponsi 'Univac p I0 &holed for ployetat) whctcboup, to the rnatrnum cktit puiencable to assist z in C mtractin as k Or rLstarch ernpkneu ca and or to view A 0A %U in&ng pci onncl will h mrnedialci rporttJincrnllxon di mci feznieve 0 Pullet Station ancLor nicstiiixc Di' Base Dckse Openiions C ntci t13D0C1 monitor Pr off Old-A ?crsonn&i Revoery ' N identity ihrougi sntg Pc o r' or requesiLIhe Mil I III IN id iin ca. potenthd critn ca d, the USD pior coord'oat&on) Aldine the ntrair within 12 pia ul cp cm file vie de, b , d In eopv of dimtbrayi I' d loyment and C crotaond tnlormati in ot whcrc th individual scide such nadgirg oid contact intbrmactoo ft 1 deter° n at nt p king tulip ion ntr icn shall dnsural all gournmeffl itlaiccI dc wilimi 24 hours of noiilk mon by I in accordang wih subpa Q2 tn h ern b I . noti1 , are Papp 57 of 57 hi:.arktC All Cif IFILITS T YPE irk Staten IpLier of !demi iicatMt1 101 nf Goverment Cmitractom PV \ppendr 13 nit 2 oral 142342 ci Dam Rama-en-DI 254 Don Con FA002 I - I I-F400(15 Attuchment I PERFORMANCE WORK STATEMENT FOR INTELLIGENCE, SURVEILLANCE AND RECONNAISSANCE SERVICES INTELLIGENCE PROCESSING EXPLOITATION AND DISSEMINATION SUPPORT SERVICES (UAStRPA DGS-SOE PEI) SUPPORT) TO AIR FORCE SPECIAL OPERATIONS COMMAND INTELLIGENCE OPERATIONS Prepared by Cc in! Officer's Representwire Al:SO(7712 100 ufficy St. Suite 212S Iffirebun f jeld, FL J2544 Date:20 July 011 Page I of 22 hA002 I - I I-F40005 Attuchment I BRIEF CONTENTS IA) 2.0 30 4.0 3 9 Description of Services Services Delivery Summary Government Furnished Property General Information I I 12 Page 2 of 22 FA002 I - I I-F-0005 Attachment I 1.0 DESCRIPTION OF SERVICES II AIR FORCE SPECIAL OPERATIONS COMMAND INTELLIGENCE FOCUS: Air Force Special Operations Command (AFSOC) is responsible for fielding and executing Intelligence, Surveillance, and Reconnaissance (ISR), Processing, Exploitation, and Dissemination (PED) capabilities. This provides intelligence information to support the mission objectives of United States Special Operations Command (USSOCOM) forces. These responsibilities are vast and encompass an overall intelligence effort in exploiting intelligence information collected primarily by airborne ISR platforms, specifically unmanned aerial systems-remotely piloted aircraft (UAS-RPA). Although, the predominant intelligence mission is to UAS-RPA operations, AFSOC collections efforts are not defined solely to UAS-RPA and includes equally in importance, support to manned platforms, surface/ground and satellite collections/operations. Analyzing the total collection effort and providing actionable intelligence to jointforces conducting the full range of military operations to include support to US Special Operations Forces (SOF) engaged in combat operations is critical to AFSOC overall intelligence focus. 1.2 GENERAL TASK DESCRII I ION: The contractor shall support planning and integration and existing exploitation, reporting, dissemination, and evaluation capabilities into AFSOC Distributed Ground Station (DGS)/intelligence units and shall provide implementation of these warfighting capabilities through direct support to AFSOC. This includes integration of data from intelligence collection, fusion, correlation, and dissemination systems related to UAS-RPA, manned, satellite systems, and surface/ground collection platforms, conducting ISR operations. The contractor shall provide support for programmatic/unit functions that support intelligence operations, standards and evaluation, unit support functions, and systems security & sustainment activities. The contractor shall be responsible for data collection, reduction, first level analysis, design, plus engineering and integration of simulations and modeling to support evaluation of potential threats, doctrine and requirements, technologies, and defense system interface architectures. The spectrum of conflict in the simulations may range from peacetime readiness to full-scale warfare, and the scenarios may range from conflict in Central Europe to any number of Third World countries. The contractor shall integrate mission-critical computer resources and representative hardware elements of existing and emerging technologies, cyberspace, weapon systems, aircraft, missiles, national and theater sensor, planning/fusion capabilities, command, control, and communications and the associated doctrine, both U.S. and foreign. The contractor shall support targeting, information operations, deliberate and crisis action planning, and 2417/365 operations. Duty location and number of contractor personnel at each location shall be determined by AFSOC/A2 1.3 Estimated Level Or Effort This is a performance based requirement. The government estimates 187 full time equivalent (FTE) for this requirement made up of the following subspecialties: 65 All Source Analysts, 90 IMINT Analysts, 10 IT/Network & Systems Analysts, 4 HUMINT Analysts, 4 MINT/FLINT/NU Analysts, 4 Knowledge Managers, and 10 HQ Staff members made up of selected program managers, subject matter experts and training/instructors as reflected in this PWS Note: This is an estimated level of effort for this requirement and does not imply any sort of recommendation. This PWS is performance based and the contractor must independently determine in their proposal the labor categories and number of personnel the contractor feels it will take to meet the PWS and provide the best value to the government. The continuance of current 24/7/365 day operations is vital to the success of the AFSOC mission There are approximately 139 of the 187 estimated Fib's providing PED support services. To provide continuous operations the contractor shall provide a minimum 125 of 139 (90%) contractors that are Page 3 of 22 EA002 I - I I-F-0005 Attachment I certified mission ready to sit in an operational PED crew position upon start date. Mission ready is a t is Sensitive Compartrnented Information (SCI) cleared and has completed IQT. MQT and d as position line qualified. Prior to contract start date contractor shall provide resumes and applicable training certificates that meet the requirements described in the PWS. This effort contains multiple Intelligence disciplines as described individually in PWS paragraphs 1.31 1.3.12. While this requirement is performance based and the contractor must independently determine the makeup of experience, the government desires a mix of experience of junior, journeyman, and senior level support. The FACT team as described in PWS paragraph 1.3.4 is a specialized function and requires a mix of journeyman to senior qualified personnel with more senior than journeyman intelligence capability. 1.3.1 ISR Collection Management The contractor shall provide experienced ISR Collection Operations Support to assist the government in optimizing ISR collection asset employment to UAS-RPA platforms, manned platforms, satellite systems, and surface/ground collection platforms, conducting ISR operations. The contractor shall provide support in the development of tactics, techniques, procedures, operational implementation and collection optimization plans. The contractor shall provide research and analytical support on real-world and exemiselwargames events to assist the government in focusing and prioritizing ISR collection asset employment. The contractor shall coordinate with AFSOCtA2, AF Distributed Common Ground System (DCGS) and USSOCOM collection/operations managers, Joint Reconnaissance Center (WC), and any other appropriate-organizations as required to support ISR collection asset employment. 1.3.2 ISR Geospatial Intelligence Support The contractor shall provide experienced Geospatial Intelligence analyst functions to AFSOC to support the full range of intelligence operations and USSOCOM unit requirements. Specifically, the contractor shall provide direct functional analysis to support customers. Contractor shall process, exploit, collaborate and disseminate full-motion video (INV) feeds, as well as nationally and tactically derived information. 1.3.3 ISR Mission Planning Support The contractor shall provide experienced ISR mission planners to assist the government in AFSOC PED operations and assist in defining and executing host unit Weapons and Tactics activities. The contractor shall provide advice in support of mission planning, mission management and exploitation management (FM) activities to military operational personnel. The contractor shall assist the government to develop ISR collection tracks and sensor optimization plans; assist in exploitation requirements assignment and prioritization and production criteria definition: liaison between intelligence units and other USSOCOM theater and external organizations and customers on collection and exploitation requirements; develop processes and structures for conducting EM activities; assist in task allocation/deconfliction, workflow and production capabilities management. The contractor shall assist in developing and documenting a Federated, FM process supporting efficient operations support and assured receipt of relevant, timely products to the customer. The contractor shall assist the government in operational mission execution activities to include pre-mission preparation, in-progress mission activities and post-mission wrap-up procedures. The contractor shall coordinate with HO AFSOC/A2 operations personnel to support appropriate intelligence mission activity focus and prioritization. The government retains responsibility for official release of all mission-related data resulting from contractor efforts provided in support of operational activities defined in this paragraph. Page 4 of 22 FA002 I - I I-F-0005 Attachment I 134 ISR Fusion, Analysis and Correlation Team ;ACT) The contractor shall provide experienced ISR analysts positions for a Special Operations Forces (SOF) focused analytical element that provides direct support to the Theater Special Operations Commands deployed/deploying units. The contractor shall provide FACT members with prior SOF operational experience (desired) and include positions to support: open source intelligence (OSINT), geospatial intelligence (GEOINT)/ imagery intelligence (WENT), human intelligence (HUMINT), signals intelligence (SIGINT), electronic intelligence (FLINT), measurement and signals intelligence (MASINT), information operations (TO), all source intelligence (ASI), and all source knowledge management (KM). 1.3.5 ISR All Source Intelligence (ASO Knowledge Manager (KM) The contractor shall provide experienced AS! KM that conducts all aspects of knowledge management with primary emphasis on multi-source data repositories. ding edge analytical processes and techniques, and intelligence production and application capabilities. The contractor shall provide a KM capable of integrating National Intelligence Community's collection, reporting, and analysis capabilities into AFSOC planning, threat analysis, targeting, and assessment processes in support of joint SOP and coalition operations. The KM plans. guides and conducts knowledge management support activities to synchronize plans, policies, standards, and procedures pertaining to AFSOC all-source analytical activities, 13.6 ISR Geospatial Intelligence (GEOINT)/lina ery Intelligence (IMINT) Support The contractor shall provide experienced imagery analysis support for full motion video (FM), demooptical (E0), Synthetic Aperture RADAR (SAR), infrared (IR) imagery and any future imagery sensors which may be employed in support of AFSOC MD operations. The contractor shall support AFSOC PED activities mid be experienced in national technical means (NTM) and US military1SR airborne imagery analysis. The contractor shall be knowledgeable of various commercial satellite imagery (CSI) formats and sensors. The contractor shall be able to create products using various imager standards such as: NITF, TIFF, SID, VPF, RPF, DTFD, SHP, DPW, and LPT. The contractor shall conduct imagery exploitation and shall generate voice and textual reports LAW mission reporting requirements. The contractor shall populate military intelligence databases, as required. The contractor shall produce and disseminate tailored, imagery-based products (e.g. stills, 360 analytical products, vehicle/personnel follows, video clips) in response to mission requirement and provide these products to the government. Responsibility for validating and releasing imagery based products resides with the government The contractor is required to be trained-in and able to utilize Geospatial imagery tools/software (e.g. ERDAS Imagine, ArcGIS, Falconview, RemoteView. SOCET GXP, Google Earth, Datamaster, and Photoshop). ISR Signals Intelligence (SIG INT t/FAecu.onic Intelligence (ELLNI)/Nationat Tactical Integration tNTII Suppon The contractor shall provide experienced MINT advisory, training, process definition and documentation support, as well as operational support for AFSOC PED SIGINT analysis. The contractor shall integrates National Intelligence Community's collection, reporting, and analysis capabilities into the planning, threat analysis, targeting, and assessment processes in support of joint SOP and coalition operations. The contractor shall facilitate cross-queuing of multiple national-level assets within the Intelligence Community. The contractor shall assist the government to define, document, and formalize SIGINT analysis and reporting processes within the AFSOC operational environment. Documentation assistance shall include, but not be limited to, the development of CONOPs, Tactics, Techniques, and Procedures (1 I Ps), United States Signal Intelligence Directives (USSID) and Standard Operating Procedures (SOP), The contractor shall operate current and future AFSOC PIED SIGINT/ELINT tools Page 5 of 22 FA002 I - I 1-F40005 Attachment I (e.g. IRS, NSANc, GALE, INIOM„ASSET, and tactical terminals) government personnel The contractor shall liaise with internal and external SIGINT organi muons to pl an , ex ecute, and coord issues rela ted to AESOC slum' PED. 1.3.5 Other ISA Intelligence Support The contractor shall provide experienced analysis expertise in the areas of MASINT, HUMINT, °SINT, TO, the intelligence exploitation processe.s, and associa d liPs. The contractor shall conduct ASI analysis on issues supporting current and future areas of responsibility. The contractor shall work directly with customers and team members to research, evaluate, analyze, fuse, and interpret reporting from multiple sources to produce current and finished intelligence products. The contractor shall provide all source advisory, training, process definition and documentation support, as well as operational support for AESOC PED execution. The contractor is required to be trained-in and able to utilize multiple all source and SOF unique tools/software (e.g. Defense Connect on-line, MirC, Jabber, JWICS, SOCRATES, DNET-6, DNET 10 and Microsoft Office applications for reports, briefings, and spreadsheets). 1.3.9 AFSOC/A211SR Subject Matter Expeit (SNIE) Support The contractor shall provide SMEs to the AESOC/A2 staff to provide daily support to AFSOC/A2. AESOC/A5, and other AFSOC Directorates and divisions. The contractor shall provide a Senior DCGS Integration Specialist whose support will focus on identifying, optimizing, integrating and operating DCGS in special operations use. The contractor shall provide a Communications Systems and Network Architect that will focus on developing a seamless NetCentric communications systems architecture to support the AFSOC PED and SOF Information Enterprise environments. The contractor shall provide a Unit Level Standardization/Evaluation (STAN/EVAL) SME that is knowledgeable of PED operations and will be responsible for executing the STAN/EVAL program for AESOC. The contractor shall provide Unit Level STAN/EVAL SME knowledge of SOE operations at the unit level. The SME shall be responsible for executing the STAN/EVAL program for the IMAJCOM and duties will include but an not limited to: developing checklists, conducting certification training and standardizing the unit programs within the MAICOM. The contractor shall provide an Intelligence Programs and Systems Planner to assist in the development of PED, flying units, Intelligence Formal Training Unit (TETU), Continuity of Operations Plan/Data Recovery (COOP/DR) training programs, and operational Plans/VIP for advanced bed-down liaison teams and any other related AESOC/A2 requirements. The contractor shall provide a Senior ISR Operations Specialist whose support will focus on current intelligence collection and weapon systems to include programmed capabilities, quick-reaction capabilities, interim solutions or initiatives, and National ISR collection. The contractor shall provide a SME to provide intelligence systems analysis and engineeting support to AESOC/A2, The SME shall provide technical engineering expertise in design, analysis, development, implementation and evaluation to support the administration and management of current AESOC Automated Information Systems (AIS) hardware, software and applications. SME' s are critical to the AFSOC/A2 and shall serve as advisors to the AFSOC/A2 staff. WE' s will have SOF experience and superior ability to accomplish the SME tasks. 1.3.10 Data Management Support The contractor shall provide data management support. This shall include development and maintenance of data archives and establishment of automated tools to aid in the daily tracking of squadron and higher headquarters activities. The contractor shall design, implement and ensure compliance with procedures governing development, review, distribution and control of documentation and annual procurement 1.3.11 SYSTEMS S N SUPPORT Page 6 of 22 FA0021- I I-F-0005 Attuchment I The contractor shall provide network operations, administration and maintenance support for AFSOC internal systems, networks, connections and applications. This shall include coordination and collaboration with military and other contactor support pertaining to connectivity and problem resolution issues for AFSOC. The contractor shall install, configure, integrate, administer and troubleshoot network routers, switches, transceivers and circuit connections for AFSOC DGS and ISR systems to include the General Dynamics Multi-INT Analysis and Archive Systemw (MAAS ®). The contractor shall perform changes, upgrades and new installations of network management software and equipment for the AESOC DGS/ISR system architecture, including coordination with military and other contractors pertaining to network security and Configuration Management (CM) issues. Contractor shall not reconfigure. relocate. install, add applications, load software, or purchase intelligence systems without approval from AFSOC/A2X. The systems support Contractor shall provide system, technical and permissions training to the government as required. Systems support contractors report directly to AFSOC/A2X. l.3.12 SYSTEM SECURITY operated, The contractor shall assist the government in ensuring AFSOC intelligence ned and disposed of in accordance with (TAW) applicable security and practices. The shall participate in the AFSOC intelligence systems configurammanagement (CM) process by maintaining and documenting relevant security software, hardware and firmware IAW the AFSOC CM Plan. The contractor shall manage and track system security requirements during all phases of the systems life cycle. The contractor shall prepare, coordinate, and maintain relevant site security documentation. Additional requirements are contained in AFSOC SCI Addendum. 13.13 SITE SURVEYS The contractor shall review and inspect existing or new for deployment and/or beddown of intelligence systems. Specifically, they shall examine all aspects of facility security (e.g. physical, communications, procedural, administrative) and assist external support agencies and relevant program offices with Site Surveys. 1.3.14 TECHNICAL REVIEWS AND MEETINGS The contractor shall attend meetings, conferences and working groups related to theater airbo RED and TSR issues TAW government policy and guidance. The contractor shall suppott AFSOC participation in theater and component level exercises. 1.3.15 Program Management and Documentation The contractor shall provide program management support for planning, scheduling, costing, customer coordination, and technical performance. The contractor shall integrate security considerations in accordance with the contract applicable DD254 into all contract activities. The contractor shall provide multi-media presentation aids and related database, written, photographic and/or video documentation for task reviews, exercises and demonstrations as required by the COR.. Documentation shall include correspondence and memoranda, as well as technical reports and documentation up to the Top Secret/Sensitive Compartmented Information (TS/SCI) security classification level. Page 7 of 22 FA002 I - I I-F.41005 Atluchment I IA DELIVERABLES. CDRL A001 A002 A003 AM' A005 TH113 I monthly Status Repoli I F148. 11 :edns dtuM E r(4: R nrh iptut Trip Reports !Conference Agenda 0 enee 'Minute .S A °0 °6 07 taffing Note l 'Technical Note A008 Concept Document A009 Quality Assurance Plan rt A010 Semi-Annual Program ,(181 pcilvIn R arment Report A011 Contractor's Safety a Health Flan II Sulam DAM. af ' : sjo Date Of AS Da lad ofthea ' Month 30 4(171:"(VIretifter End of ivEalivh 45 days ter award 10 days ?clic r trtp T SSUUbbrill SeIten AAnt Last f AIR AIR 1"wohottahrh AIR AIR AIR AIR AIR AIR AIR AIR AIR NIA AIR N/A AIR N/A day 0 da88 atter am ard AIR Bf..Annut 45 days ardter 1.4.1 CDRL A(.801 —MontStatus Repo month's accomplishments, identified proldernsIs is used to keep all infbrmed and can also he used 10th of each month. be 1 eac h AM-Q Q,A47i1Q 2-X' QA,A2X fiiee(417cclh: Aclx AIR 10 days after trip AIR AIR trip 1 QA,,42x, °WAS (it A2X 1, (1 Q),A 'A ,-41222XXX ()A. A2X A 7KQ QA, A2X copy 1 cap. 1 copy I coin / copy 1 con I cop. A7KQ QA, A2X A7KQ Icojn r letterhead and will list pt -c 'ions ;dTDY or vacation, vacancies, etc. Report CDRL A002. The MSR is due by the 1.4.2 CDRL A002 — Funds & Man-hour Expenditure Report — Format and Al be agned upon and endorse by the AE50CIA2 and the contractor Project Manager. Delivery will be via spreadsheet. Adjustment/Discrepancies from the previous month shall be highlighted and justification/clarification will be annotated. The hauls &Man-hour Expenditure Report is due by of each month. 5th 1.4.3 CDRL,4003 - Trip Reports --Standard trip report fded by AFS0C/A2X to the contractor program manager. Trip reports are (hie within 10 days of return friun t 1.4.4 CDRL A005 — Conference Minutes — Unless the contractor is the host, electronic,forward of the contract minutes to A2X is appropriate. If the conference is hosted by the contractor, then coordination between the contractor and the government is appropriate and minutes will be prepared via collaboration. 1.4.5 CDRL A006 — Staffing Notes — The notes notes that fleet contract procedures, processes an business should be referred to the ('OR and CO specific to internal operations which when released do not have an mpact on the contract. Page 8 of 22 A002 I - I I -F-1.1005 Attuchment I 1.4.6 CDRL 4007— Technical Notes —The notes that reflect contra business should be referred to the CDR and CO unless notes are specn operations which when released do not have an impact on the contract ses tor 1.4.7 CDRL A008 --Concept Development -- The documents in terms of the c where improvements to the contract procedures, processes and business can he frnplen documents must be provided to the Requiring Office fOr further consideration. 14.8 CDRL A009— Quality Assurance Plan - The plan shall identify how management monitor performance to ensure quality service is provided to the Government in accomplishing contract requirements and shall address Voluntary Protection Plan requirements. The plan shall be updated as needed to ensure quality service is maintained throughout the contract performance period. CO review and approval is required jiff all revisions. The contractor's QAP shall be applicable to all subcontractors and members of the contractor's team. 1.4.9 CDRL A010 — Semi-Annual Program Management Report - The report ill include a brief description of the task, current status, expenditures to date, manpower infOrmation, total contract value, accomplishments, innovations, performance initiative and problem issues affecting performance. The report shall be provided in hard copy and PowerPoint slides for presentation to HQ AFSOC/A7KQ. First submittal shall be on 15 Apr 12. 1.4.10 CDRL 4011 --Contractor Safety and Health Plan - The safety office will assist the contracting officer to ensure that the contractor's safety and health plan includes all required elements identified in the Performance Work Statement (PWS). Tlw contractor's plan shall include appropriate measures to ensure the contractor reacts promptly to investigate, correct and track alleged softly & health violatioas and/or uncontrolled hazards in contractor work areas. Only required submittal shall be on 01 Dec 11. 1.4.11 The COR with confirmation from the CO shall approve extension/changes to the delivery ti,neline based on magnitude and complexity of' the requirement 2.0 SERVICE DELIVERY SUMMARY (SDS) RVICE R 2.1 performance outcomes that describe the minimun acceptable (satisfactory) pe TS: Service requirements for this Contract are summarized into lv to ion essential items. The peijbrmance thresholds These thresholds are critical to mission ttOSSisS Contractor performance net specifications of the Contract. 4,3.5 Page 9 of 22 Contractor received no more oh (2) written customer complaints year for basic contractor or per each period of performance. Customer complaints were successfully resolved within five (5) workdays of notification, 100% of the time FA0021- I 1-F40005 Attachment I SOS 2 Complied with all Security Requirements. 4.7 SDS Contractor met required delivery schedule. This element applies to contract performance including timely submission of all deliverables identified in the PWS and contract. L4 SOS 4 Contract employee(s) were clearly identified as such while in Government facilities or when representing the contractor during performance of duties outside Government facilities. Check-out procedures were followed. Contract employee is customerented and displays a professional and cooperative attitude while performing service for the Government. 100% of employee clearances are submitted to COR and CO prior to performance start date. All security requirements must be met and maintained 100% of the time. Zero security violations identified during performance. No more than one hue deliverable semi-annually and no more than five days late. No more than one set of corrections/edits for accuracy or agreed to format quarterly: with all corrections accomplished within two working days. 4.7.4 100% cornpl lane 4.3.6 100% of the rime. . SOS S DS 6 SOS 7 SDS 8 SDS 9 Costs for reimbursable items limated and Invoicing is timely and accurate to include submission of supporting documentation requited for certification. The Contractor maintains a stable workforce without disruption of service in order to maintain continuity of services and reduce the need for the Government to expend time/money/effort to retrain and re-orient new Contractor personnel. The Contractor effectively retains personnel with the appropriate levels of education, experience and expertise to accomplish the range of requirements described in the PWS/Contraet. Perform Mishap Reporting I4 I .4 4.7.4 4.3.9.4 Page 10 of 22 ged ive manner. Costs incurred onsistent with estimated costs. Cost documentation was adequate and easy to track. Invoices were rejected no more than three times in period of performance for non-compliance with submission of invoice backup requirements. No more than 2 customer complaints within period of pelf( 100% compliance FA0021- I 1-E-0005 Atbchment I GOVERNMENT FURNISHED PROPERTY 3.1 GOVERNMENT PROVIDED EQUIPMENT/OHACE The government shall provide the facilities, equipment and training necessary to perfottu the tasks stipulated in this PWS. Work shall be conducted in a secure/classified facility with office space and office equipment/supplies provided by the government. Equipment includes classified and unclassified computers, printers, networks, copy machines, destruction equipment, Defense Switch Network (USN) and Voice over Internet Protocol (VoIP) telephones and facsimile machines. The contractor shall maintain and account for all Government furnished equipment (GEE) under this contract. Upon Government direction, the contractor shall take steps required to transfer GEE as designated by the Government. The contractor has no authority to incur material costs while performing this effort. All work conducted at Cannon AFB is in support of AFSOC and USSOCOM operations and all products, services, and information developed at Cannon are distributed and evaluated at AFSOC, USSOCOM, and other organizations outside of New Mexico. 3.1.1 Hardwai e Pursuant to FAR 52.245-1, all hardware designed, developed, or acquired under this contract shall become property of the Government and shall be delivered to the Government as required by the Contracting Officer. Hardware shall not be designed, developed, or acquired except that which is incidental to effort authorized under this PWS. 31.2 Software As directed by the government, software developed incidental to the performance of this effort shall be delivered to the Government as both source and executable code and shall be considered a "Special Work" pursuant to DFARs 252 227-7020, Rights in Special Works. Page 11 1 1 of 22 EA002 I - I I -E-0005 Attachment I 4.0 GENERAL INFORMATION 4.1 SCHEDL LE. Basic Period: 16 Oct 1 -15 Oct 72 Option Period 16 Oa 12— 15 Oct 13 Option Period 16 Oct 13— 15 Oct 14 4. 2 DATA. The Government has unlimited rights to all del contract efforts and accomplishments under this Task Order sha listed above, his Contract, Specific I in the applicable CDRL(s) 43 MANAGEMENT AND ADMINISTRATION 4.3,1 Functional Commander I Functional Director (FC/FD). The FC/FD for this Contract is (b)(3) 10 USC §130b (b)(6) (b)(3) 10 USC §130b (b)(5) 4.3.2 Contractin Officer R.- iresentatives CORg The following individuals shall perform Primary and Alternate COR duties assigned by the ED. The contractor's,_, m - shall take reasonable steps to allow CORs unrestricted and unhampered to contractor employees accomplishing duties associated with this Task Order. 4.3.2.1 Primary COR:1(b)(3) 1 10 USC §130b.(b)(6) (b)( 3 ) 10 USC §130b,(b)(6) 4.3.2.2 Alternate COR: (b)(3) 10 USC §130b,(b)(6) (b)(3) 10 USC §130b,(b)(6) 4.3.3 As u The following individuals shall perform OAP duties at 11 IS, Flurihurt Field, FL and 56 IS, Cannon AFB, NM. QAEs are appointed by the ED (AESOC/A2) and report directly to the CORs. The contractor's Program Manager shall take reasonable steps to allow QAEs unrestricted and unhampered access to contractor employees accomplishing duties associated with this contract. 4.33.1 Primary 11 IS ONE b)(3) 10 USC §130b (b)(6) t 4.3.3.2 Primary 5615 QA 1 1 3),,,sc§130b,(b)(6) (b)(3) 10 USC §130b,(b)(6) (b)(3) 10 USC §130b (b)(6) 43.4 General. The contractor shall employ a program management structure to ensure the efficient execution of all taskings and the capability to report on the status of work performed. The contractor shall use a single Program Manager with the authority to administer all project activities and serve as the principle point of contact (POC) for all matters regarding project administration and reporting. To ensure efficient on-she management and administration of all contract matters, the contractor shall identify a POC and an alternate who shall provide the direct, recurring interface between the contractor, the OA personnel, and the applicable directorate staff. The contractor shall promptly notify the CO of any issues or problems requiring a Government response. Page 12 of 22 (b)(3) 10 USC §110ID (b)(6) FA002 I - I I-F-0005 Attuchment I 4.3.5 Personnel Management. The contractor shall maintain a stable kt wce in order to provide continuity of services and reduce or minimize the need for the Government to expend time/money/effort to retrain and re-orient new Contractor personnel. Also, the contractor shall employ and retain an appropriate number of key personnel who have the necessary skills, education, or SOP expertise to effectively perform contract management and accomplish the range of requirements required. Additionally, contractor shall maintain an active training, recruitment and retention program to ensure qualified and clearable personnel are available to meet or exceed contract requirements. 4.3.6 Business Relations. The contractor shall be proactive in identifying problem areas and providing corrective action. The contractor and contractor employees shall be customer oriented and display a professional and cooperative attitude when performing service for the Government. The contractor is responsible for providing timely notification to the Government of any acquisition or mergers involving the prime contractor to include the potential impact on this contract. 4.33 Ethics. The contractor will be highly visible to the entire AFSOC community as a result of providing services 10 the Government. Consequently, the contractor is expected to present an unblemished appearance in regards to ethics, discretion, and protection of information, including the guidelines for use of government computer electronic messaging listed in AEI 33-119 and Internet use in API 33-129 4.3.8 Subcontract Management. The contractor shall be responsible for any subcontract managemer necessary to integrate work performed on this contract and shall be responsible for subcontractor performance on each task. The contractor shall provide a list of all subcontractors with their initial proposal for approval at time of contract award. Any time the contractor desires to add or delete a subcontractor, prior approval of the CO is required. Requests must be submitted in writing within 15 calendar days of desired change. Under no circumstances will a change be requested or approved within the first 6 months of contract award unless the Contracting Officer signs a written exception. 4.3.9 Voluntary Protection Pro 'ram (VPP). 43.9.1 Definitions: 4.39.1.1 Applicable Contractors. These requirements apply only to contractors whose employees work more than 1000 hours per quarter on a government installation. 4.3.9.1.2 Days Away, Restricted, and/or Transfer Case Incidence Rate (DART). Number of recordable injuries and illness cases per 100 full-time employees resulting in days away from work, restricted work activity, andtor job transfer that a site has experienced in a given time frame. 4.3.9.1.3 Total Case Incidence Rate (TCIR). Total number of recordable injuries and illness cases per 100 full-time employees that a site has experienced in a given time. 4.3.9.1.4 Installation-specific Safety and Health Standards, Hurlbut Field and Cannon APB have been recognized under the Occupational Safety and Health Administration (OSHA) Voluntary Protection Program (VPP). VPP impacts all "applicable contractors" operating on Air Force Installations. It is the applicable contractor's sole responsibility to ensure its employees and managers have a comprehensive understanding of VPP as well as full compliance with OSHA requirements (Public Law 91-596). Detailed infotmation on VPP is available on the OSHA website at http://www.osha.govidesp/vpp/index.html . Contractors, whether regularly involved in routine site operations or engaged in temporary projects such as construction or repair, must follow the safety and health rules of the installation or VPP site. Page 13 of 22 FA002 I - I I-F-0005 Attachment I 4.3.9.2 Applicable Contractor's Safety and Health Plan. Each applicable contractor must submit its safety and health plan and corresponding site safety checklist to the contracting officer 45 days after contract award. The safety office will assist the contracting officer to ensure that the contractor's safety and health plan includes all required elements identified in the Performance Work Statement (PWS). The contractor's plan shall include appropriate measures to ensure the contractor reacts promptly to investigate, correct and track alleged safety & health violations and/or uncontrolled hazards in contractor work areas. The plan shall: 4.3.92.1 Demonstrate a management commitment and responsibilities of Management, Supervisors, Employees, and 4.33.2.2 identify applicable safety rules and regulation health plan to subcontractors; d hcalth and identif Coorditia les d identify he application If the safety and 4.392.3 Include a workshe hazard analysis include haseline hazard identification and required control measures; 4.3.9.2.4 Include a job site analysis to include hazards of tasks required to control measures; 4.3.9.2.5 Identify employee safety and health training requirements and the documentation process; 4.3.9.2.6 Include a workspace inspection frequency, to include identifying the individual conducting the inspections; 4.3.9.2.7 Include employee hazard reporting procedures; 4.3.9.2.8 identify individual(s) responsible for corrective action hazards; 4.3.9.2.9 identify first aid procedures and procedures for accident investigation and reporting; 4.33.2.10 Identify emergency response procedures; and the process for tracking controlled hazards in contractor work areas. 4.3.9.3 Annual Reporting Requirements. Applicable contractors are required to provide their OSHA 300A information and TOR/DART rates annually by 15 january to the CO for consolidation and submission as part of the installation's annual VPP Safety and Health Management Report. This information shall be included in the January monthly report at the management level 4.3.9.4 Mishap Reporting. An applicable contractor shall ensure its employees and subcontractors promptly report pertinent facts regarding mishaps involving reportable damage or injury to the AFSOC VPP Office and cooperate (lAW API 91-204) in any Air Force safety investigation. Cooperation will include toxicology testing. To ensure 100% compliance, this requirement will be added to the PWS as a Services Summary (SS). 4.3.9.5 An applicable contractoris responsibleor establishing these requirementsfor all subcontractors who qualify as applicable contractors under the resulting contract. 4.3.10 Professional those professions having prolonged study. Examples Professional employees are defined by FAR 22.1102 as: "members of zed status based upon acquiring professional knowledge through include accountancy, actuarial computation, architecture. Page 14 of 22 FA002 I - I I-F-0005 Attachment I dentistry, engineering, medicine, nursing, pharmacy, and the science as biology,chemistry, and physics and teaching). To be a professional employee, a person must not only be a professional but must be involved essentially charging professional duties." 4.3.11 Quality Assurance Plan (QAP) - The contractor shall submit a QAP within 60 calendar days of contract award for review and approval by the CO. The plan shall identify how management will monitor performance to ensure quality service is provided to the Government in accomplishing contract requirements and shall address Voluntary Protection Plan requirements. The plan shall be updated as needed to ensure quality service is maintained throughout the contract performance period. CO review and approval is required for all revisions. The contractor's QAP shall be applicable to all subcontractors and members of the contractor's team. 4.3.12 Semi-Annual Program Management R ) r PI R). The contractor shall prepare and present a Semi-Annual Program n, _ ent Report that provides a brief description of the task, current status, expenditures to date, manpower information, total contract accomplishment, innovations, performance initiatives, and problem issues, if any, affecting performance. The report shall be provided in hard copy and PowerPoint slides for presentation to HQ AFSOC/A7KO. 4.4 Travel Requirements. The contractor shall he required to travel predominantly using commercial air or other conventional modes to both Continental United States (CONUS) and Outside COMA (OCONUS) locations. In rare circumstances, the contractor may be required to travel using Government air. Total travel costs shall not exceed allocated funding on the Travel CLIN. Air travel selections shall take into consideration economy and convenience for the Government. Contractors shall consider the potential savings by traveling via the Pensacola Airport instead of the Northwest Florida Regional Airport when near Hurlburt Field and the use of refundable versus non-refundable tickets when efficiency and mission requirements allow. The Contractor shall prepare Letters of Identification (LOT) for its employees to travel on contract requirements and the COR training/travel worksheet. LOIs shall be authorized by the COR and submitted for approval to the CO or CA at least 5 workdays prior to departure. Travel shall be reimbursed in accordance with the requirements of Special Contract Requirement H-0012, Allowable Travel Cost. Trip reports shall be provided as required in paragraph 1.4, Deliverables. 4.4.5 OC'ONUS Travel. 4.4.5.1 Cost of passports to ci is the responsibility of the contractor. 4.43.2 Overseas travel shall be required in regions of conflict, combat or contingency operations where the contractor may be susceptible to capture and/or detention by the enemy as a prisoner of war. If such travel is required, the contractor shall comply with the requirements of Paragraph 4.6 of this PWS. Other Direct Costs associated with overseas travel other than normal travel costs (such as Defense Base Act insurance, special payments, etc.) shall be invoiced separately. 4.43.3 Cost of Military Transport. In those instances where travel is via military air or Air Mobility Command (AMC) flights, ensure that the billing for the military air travel is done directly to the Government instead of through the contractor. The contractor must ensure the 'ontract/task order number, Customer Identification Code (GC) and contract line of accounting is included on all documentation that the contractor employee will present to the deployment processing center when traveling. Letters of Authorization (LOA) in the Synchronized Predeployment and Operational Tracker (SPOT) Program authorizing military transport shall specify the Customer Identification Code (CC) specific for the line of accounting on the contract. If the Contractor does not have the ('IC number, the )1 22 FA002 I - I I-F-0005 Attachment I LOA will state speeial accountan : hilling contractor's address (insert Contractor's addr ill be forwarded to the 4.5 Performance of Services during Crisis Declared by the President, Secretary of Defense, or Overseas Combatant Commander. LAW Department of Defense Instruction (DoDD 3020.37, "Continuation of Essential DOD Contractor Services during Crises," this contract is designated as mission ssential. The contractor and the Government shall comply with the requirements and responsibilities of Don!. 3020.37 and other requirements and responsibilities as follows: 4.5.1 Contractor Performance Requirements. 4.5.1.1 The contractor shall develop contractor contingency staffing plans for those t sks that have been identified as mission essential to provide reasonable assurance of continuation during crisis conditions. 4.5.1.2 The contractor shall identify the employees supporting mission a s n bilization recall commitments and maintain adequate plans for replacing th ent of mobilization. 4.5.1.3 The contractor shall ensure (under 42 U.S.C. 1651, "Defense Base Ac is fully d contractor employees. mploye- benefits due to war exigeli nd provided in writing to all affected 4.5.1.4 The contractor submit to the CO, for comment, formal company that effectively address its obligations pursuant to DoDI 3020.37 and documentation potentially affected thereby are sufficiently apprised of how those specific policies, p obligations may affect them. and procedure all employees lures, and 4.5.1.5 The contractor shall obtain written agreement from those employees (primary and as man backups as prudent planning requires) upon whom the contractor will depend to perform missionessential services under this contract that such employee agrees to the obligations entailed in that mission essential performance. 4.5.1.6 The contractor shall provide copies of any/all employee atc 4.5.1.5 to the Government upon request. raph 4.5.1.7 In the event that continuation of mission essential support hereunder is required beyond the established completion date of this contract, the contractor shall cooperate with the Government to ensure continuation of that support through whatever contractual vehicle is determined to be legally available. 4.5.1.8 Subject to the availability of space, contractor employees may be authorized to utilize military aircraft services at normal user rates in effect. 4.5.1.9 When mission essential support requires deployment of contractor employees, the iployees shall perform under policies established by the Theater Commander. See Para 4.6 for deployment requirements. 4.5.1.10 Reserved 4.5.1.11 The contractor shall brief employees regarding the potential danger, and field living conditions that )ssible if the employee deploys in support of Page 16 of 22 •, physical hardships, operations. FA002 I - I I-F-0005 Attachment I 4.5.1.12 The contractor, with COR or designated Government representative direction, may rotate contractor employees into and out of the theater, provided there is no impact to the mission. The contractor shall coordinate personnel changes with the COR or designated Government representative and the CO. 4.5.1.13 At the request of the COR or designated Government representative, the contractor p( its employees, including third country nationals, entering and/or leaving the area of operations by name, citizenship, location, Social Security Account Number (SSAN), or other official identity document number. These reports shall be furnished to the COR or designated Government representative at both the departing location and the receiving location. 4.5.1.14 All deployed contractor employees shall comply with pertinent Service and DoD directives, policies, and procedures. The contractor shall also ensure compliance with federal statutes, judicial interpretations, and international agreements (ea., Status of Forces Agreements (SOFAs), Host Nation Support Agreements) applicable 10 US Armed Forces or US citizens in the area of operations. Host Nation laws and existing SOFAs may take precedence over contract requirements. 4.5.1.15. The contractor shall ensure that contractor employees possess the necessary and appropriate personal clothing and safety equipment to execute contract performance in the theater of operations in accordance with applicable directives for each location. 4.5.1.16 Deployed contractor employees shall conform to uniform requirements set by the combatant commander or Commander Air Force Forces per API 21-101, Paragraph 17.21.6.7. The contractor employee shall sign for all issued organizational clothing and individual equipment, thus acknowledging receipt and acceptance of responsibility for the proper maintenance and accountability or issued organizational clothing and individual equipment. Upon completion of the deployment, the contractor shall ensure that all Government-issued clothing and equipment provided to contractor employees is returned to the Government issuing office. 4.5.1.17 The contractor shall ensure that health life insurance benefits provided to its deploying employees are in effect in the theater of operations and allow traveling vehicles. 4.5.1.18 The contractor shall ensure that deploying employees are encouraged to make family care plans for any dependents. 4.5.1.19 Before deployment, the contractor shall ensure that each contractor employee completes a DD Fonn 93, Record of Emergency Data, and returns the completed form to the COR or designated Government representative. 4.5.1.20 The contractor shall provide employees who are medically fit and capable of enduring the rigors of deployment in the designated theater of operations. Contractor employees shall he required to undergo medical screening prior to deployment, which may include deoxyribo nucleic acid (DNA) sampling and panoramic x-rays taken for identification purposes. Dental x-rays may be substituted when the ability to take panoramic x-rays or DNA samples is not available. 4.5.121 Deploying contractor employees shall carry with them a minimum of a I 80-day supply of any medication they require. 4.5.1.22 Contractor employees assigned to a crisis or danger area are xpected to perform assigned duties under this contract or any extension thereof. Upon notification from the COR or designated Page 17 of 22 FA002 I - I I-F-0005 Attachment I Government representative, the CO may direct the contractor, at the contractors expense, to remove or replace any contractor employee failing to adhere to instructions and general orders issued by the Commander for the applicable location. If a contractor employee departs an area of operations without permission, the contractor shall ensure continued performance in accordance with the terms and conditions of the contract. Costs of retrieving contractor employees and obtaining replacement employees, if the contractor departs without COR or designated Government representative direction or permission shall be the responsibility of the contractor and the replacement must be in place in accordance with Special Contract Requirements. 4.5.9 The Government is responsible for providing information for all requirements involving deployment. The following responsibilities are in addition to those listed in 4.5.I a hove as accomplish in conjunction with the contractor. The COR or designated Government representative will: 4.5.2.1 Provide the contractor with the anticipated work schedule. The COR or designated Government representative may alter the work schedule to ensure the Government's ability to continue to execute its mission. The COR or designated Government representative will provide the contractor with the anticipated duration of the deployment. 4.5.2.2 Inform the contractor of all Chemical, Biological, Radiological and Nuclear (OWN) equipment and Chemical Defensive Equipment (CUE) training requirements and standards. 4.5.2.3 Provide the contractor employees with CDE familiarization training for the perforinance of mission essential tasks in designated high threat countries. This training shall be commensurate with the training provided to DoD civilian employees. 4.5.2.4 Identify to the contractor all identification cards and tags required for deployment and will inform the contractor where the identification cards and tags are to be issued. 4.5.2.5 Include provisions in operations or contingency plans to assume or supplement contractorsupplied essential services during crisis situations at the earliest opportunity, when members of the U.S. Aimed Forces, DoD civilians, or host-nation resources can he identified to perform the essential Doncontracted services. The Government shall ensure the contractor is aware of such replacement and transitioning plans. 4.5.2.6 Provide the contractor employees with appropriate ltawareness it is being provided to military personnel. 4.51.7 Ensure that contractor employees are issued any required security clearances expeditiously. Security clearances are to be issued on a "need-to-know' basis. 4.5.2.8 Set up procedures for contractor casualty notification and assistance that parallels those For military personnel as far as is legally permissible. 4.6 DEPLOYMENTS: Contractors will fulfill all government requited deployments with employees that have the prerequisite abilities, knowledge, skills and certifications as determined by the deployment manager. AU contractor personnel authorized to accompany U.S. Armed Forces deployed outside the United States must be accounted for in the Synchronized Predeployment and Operational Tracker (SPOT) Program located at Page 18 of 22 FA002 I - I I-F-0005 Attachment I https://spot.altess.army.miIL Contract performance at the deployed locations is subjectDo.DI 3020.41, Contractor Personnel Authorized to Accompany the U.S. Armed Forces. Historical requirements data reveals a continuous contractor deployment cycle. At any given time, contractor deployments have numbered I 5-30 personnel up to 44, month deployments. Future real world contingencies will dictate the actual number of required personnel/deployment period. Contractor shall deploy in support of all OCONUS deployment requirements. Contractor shall maintain a qualified pool of contract employees to meet deployment requirements. 4.7 SECURITY INSTRUCTIONS. 4.7.1 The contractor shall possess a TS/SCI clearance with the appropriate caveats and special accesses as required by the government to support operations in garrison and deployed. The contractor shall provide clearance verifications to the government at the following address: AFSOC A2S, 100 Barney Street, Suite 2125, Hurlhun Field, FL 32544 Phone: 850-884-4240 Fax: 850-884-658 I 4.7.2. The contractor shall not divulge any genee methods, systems, data, processing activities/functions, user Ill's, passwords, r knowledge that may be gained, to anyone who is not authorized to have access to such informati Contractor personnel shall not release or remove system mtormatiolVdocumentation, data, or reports generated by or through use of government systems without government permission. Contractor access to any sensitive information that could or may be used in any source selection or future acquisition must first be coordinated to avoid conflict of interest. 4.7.3 Security Administration. The nature of the contract requires contractor personnel to posses s a high degree of security awareness. The contractor shall develop a sound industrial security program to provide for the protection of classified defense information. Further, Government-furnished equipment/property must be reasonably protected from loss, theft, or unauthorized use. The contractor shall be responsible for understanding security obligations for the formulation of adequate regulatory procedures in the safeguarding of classified defense and other protected information. Contract security requirements and contractor access to classified information shall be in accordance with the "National Industrial Security Program Operating Manual (NISPOM) and as specified in the contract DD Form 254 (Contract Security Classification Specification). 4.7A Contractor Identification. 4.7.4.1 Identification Badges. The contractor shall furnish corporate identification badges to all contractor and subcontractor personnel authorized to work at Hurlbtut Field facilities (or other Government installations). Costs for providing the corporate identification badge is the sole responsibility of the Contractor. While in Government facilities, all contractor employees shall conspicuously display their corporate identification badge and any government-issued identification badge above the waist at all times to allow for easy identification as a contractor employee or authorized subcontractor performing work for the contractor. Badges shall be worn at all times when contractor employees are collocated on a Government installation or when on temporary duty (TDY) working with other Government personnel. Subcontractor employees' identification badges shall identify their respective prime contractor. Page 19o122 FA002 I - I I-F-0005 Attachment I 43.4.2 Contractor personnel and their subcontractors must identify themst subcontractors during all meetings, 'hone conversations, in electronic messages, or correspondence related to this contract. 4.7.4.3 Contractor-occupied facilities (on HurIburt Field or other government installation such as offices, separate rooms, or cubicles must be clearly identified with contractor supplied signs, name plates or other identification, showing that these are work areas for contractor or subcontractor personnel. 4.7.4.4 Out processing Procedures. Government-issued badges, identification cards, passes, vehicle registration media, and admittance controls are accountable and, as such, are US Government property to be accounted for, protected and returned to the Government. When a contractor employee leaves the company or moves to a different directorate for support under this contract, the employee shall clear all computer systems to which they have access, turn in all keys or other admittance hardware, and perform "out processing" procedures with their Contracting Officer Representative (COR). A statement certifying that all appropriate "out processing" has been completed shall be included in the monthly report upon departure of ally contractor personnel or at the end of TO performance period, to include the turn-in of the Common Access Card (CAC) as required by AFFARS 5352.242-9001. This responsibility extends to any subcontractors. 4.73 Visitor Group Security Agreement. With the assistance of Industrial Security Office, I SOW/IPC, the contractor shall enter into a Visitor Group Security Agreement. [reference AF Federal Acquisition Regulation Supplement (AbbARS) Clause 5352.204-9000, Notification of Government Security Activity and Visitor Group Security Agreements]. 4.7.6 Additional Securit Re uijvnient, The contractor shall be responsible for complying with program office Security Classification nudes (SCOs) and shall be responsible for marking and protecting information in accordance with these same SCGs and the Information Security oversight Office's Directive for this task. Additionally, the contractor is responsible for passing down to all subcontractors and team members the security requirements as stated in the contract_ All contractor employees shall observe and otherwise be subject to such security regulations as are in effect for the particular premises involved. When directed by the Contracting Officer, the contractor shall remove any employee who endangers national security. Removal shall be at no cost to the Government 4.7.7 Industrial Security Office. All contractor performance on Hurlburt Field involving collateral classified will be under the security oversight of the Industrial Security Office, I SOW/IPC, which will provide overall base security guidance and required security inspections of on-base contractor activities. All contractor performance involving collateral classified off Hurlbut Field that is not inspected by the "local" customer's security agency will be under the security oversight of the DSS. 4.7.8 Antiterrorism Trainiort. Per DoDI 2000.16, "DoD Antiterrorism (AT) Standards," all contractor personnel are required to complete Level I AT Training. This training shall be completed 30 days after award of contract. The contractor must comply with DEARS 252.225-7043, Antiterrorism/Force Protection Policy for Defense Contractors outside the United States 4.7.9 Security Training. Contractor employees shall be required to attend an equivalent level of security education and training as currently required by applicable Government agencies. For task orders, this includes but may not be limited to: information and computer security training, force protection briefings/training, and refreshers as required. Prime contractors are responsible for ensuring that their team members/subcontractors obtain this required training. 4.7.10 Additional Security requirements. See DD 254 for more security guidance and inforniatio Page 20 of 22 FA002 I - I I-F-0005 Attachment I 4.8 DUTY INFORMATION. The C01111-8ClOrS place of perf ormanc e: Historical data reveals nearly all of the estimated 187 FTE's are located at Hurlburt Field. There are 5 blEs located at the 561S at Cannon AFB, NM. This is only an estimate by the government and may change with future requirements. 4.5.1 11 IS, 214 Terry Ave., Hurlbut- 1 Field, FL 325-14. 4.8.2 56 15 112 E. Trident Ave, Cannon AFB, NM 88103. 4.8.3 A2 um Bartley Si, HurIburt Field, FL 32544 4.9 ESSENTIAL SERVICES. 4.9.1 Contract services shall be provided 24 hour a day, 7 days a week, and 365 days a year. All contractor positions are designated as mission essential by the government. Mission essenrial positions are identified as those positions considered critical to operations that cannot be suspended or interrupted. Contractor personnel performing in mission essential positions are required to report for work during an emergency. 4.9.2 The Period of Performance shall be based on a standard 40-hour work week. Overtime is not permitted in support of this requirement, however the contractor may work an expanded work week at normal labor rates when requested and approved by the COR and CO. The contractor shall be required to work non-standard duty hours and on weekends. The contractor shall be required to work on the following US Federal Holidays: New Year's Day, Martin Luther King Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. The standard pay period will not exceed 100 hours in a non-deployed status and will not exceed 182 hours in a deployed status. 4.9.3 The contractor shall support shift work 'LAW AFSOC crew rest criteria. The contractor shall be fully integrated into the standard AFSOC PED crew rotation and support missions based on the published shift schedule. Under national crisis conditions or other continuity of operations situations (natural disasters), the contractor may be required to remain on site to support mission requirements (war clause") and work extended hours due to mission exigencies. In these circumstances, extended work week compensation shall be considered. Authorization for extended work week shall be coordinated with and approved by the AE5OC/A2 and Contracting Officer on case-by-case basis. 4.10 TRAINING AND CERTIFICATION. The contractor shall be familiar with and capable of being trained and certified in AFSOC-DGS unique mission systems, associated mission equipment, related P's and CONOPs. Upon completion of training, the contractor shall be ARSOC-DGS mission crew certified and versed in AFSOC PED processes and procedures. Training includes all required orientation, certification, and familiarization training on tools and processes employed by AFSOC intelligence units. The contractor has no authority to incur material costs while performing this effort. The Government shall provide AFSOC PED certification training to applicable contract personnel for those operations requiring. certification LAW AFSCX7 training schedules and requirements. The government shall provide sponsored and funded formal mission certification process training and Area of Responsibility (AOR) orientation and familiarization training to the contractor before the contractor can be considered mission capable. The contractor shall be trained, certified and fully qualified and obtain all qualifications and certificates required to accomplish the AESOC mission. Other types of training development not specific to the AFSOC-DGS unique mission will be coordinated with the COR to ensure no mission loss Page 21 of 22 FA002 I - I I-F-0005 Attachment I and to determine ownersh i'pbr training. Training that is contrac development and career progression, will be the responsibility of de 4.11SAFETY. The contractor shall identify, control, and document the hazards associated with this effort and the control methods necessary to eliminate or control the hazards. Significant items shall be addressed in status meetings, monthly report and Quality Control Plan. 4.12 RELEASE AUTHORITY. Release of reports, data, materials, or other nformation obtained or generated under this contract is not authorized unless written approval from the CO is provided. Page 22 of 22 A002 I -1 -R-0007 ALLIANT TASK ORDER REQUEST FOR PROPOSAL (RFP) REP: EA002 I -II -R-0007 REP Title: INTELLIGENCE PROCESS, EXPLOITATION & DISSEMINATION SUPPORT ISSUE DATE: 06/23/201 I CLOSING DATE/TIME, 08/03/2011, 1:00 PM Central Time ISSUING OFFICE: HQ AFSOC/A7KQ 427 Cody Ave Hurlburt Field, F132544 PDC! Contracting Officers! (b)(3) 10 USC §130b,(b)(6) Notice to MI ALLIANT Contractors: This is a notice that Headquarters Air Force Special Command (HO AFSOC) at I adburt Field, FL is releasing a Request for Proposal (RFP) under Number FA0021-1 I -R-0007 against the Alliant Government Wide Acquisition Contract (GWAC). The title for this solicitation is Int -Iligence Processing Exploitation and Dissemination Support for HQ AFSOC/A2 Intelligence Dirmtorate, Subject: INTELLIGENCE PROCESS. EXPLOITATION AND DISSEMINATION SUPPORT Project Scope: HQ AESOC has a continuing requirement for Intelligence Processing, Exploitation, and Dissemination Support in CONUS and OCONUS locations. The hulk of the requirements will be performed at HurIburt Field, FL, with additional work being performed at Cannon AFB, NM and deployed OCONUS locations. General Contractor Work: The contractor shall support planning and ntegrat ion of w and existing intelligence collection, exploitation, reporting, dissemination, and evaluation capabilities into AESOC Distributed Ground Station (DGS)/intelligence units and shall provide implementation of these warfighfing capabilities through direct support to AFSOC. This includes integration of data from intelligence collection, fusion, correlation, and dissemination systems related to UAS-RPA, manned, satellite systems, and surface/ground collection platforms, conducting ISR operations. The contractor shall provide support for programmatic/unit functions that support :intelligence operations, standards and evaluation, unit support functions, and systems security & sustain went activities. The contractor shall be responsible for data collection, reduction, first level analysis, design, plus engineering and integration of simulations and modeling to support evaluation of potential threats, doctrine and requirements, technologies, and defense system interface architectures. The spectrum of conflict in the simulations may range from peacetime readiness to full-scale warfare, and the scenarios may range from conflict in Central Europe to any number of Third World countries. The contractor shall integrate mission-critical computer resources and representative hardware elements of existing and emerging technologies, cyberspace, weapon systems, aircraft, missiles, national and theater sensor, pimping/fusion capabilities, command, control, and communications and the associated doctrine, both U.S. and foreign. The contractor shall support targeting, information operations, deliberate and crisis action planning, and 24/7/365 operations. The following are pertinent facts regarding this request for proposal: Contract Type: Fixed Price with Cost Reimbursable line items for Travel and other ODC's. NAICS Code: 518210 Page 1 of 9 FA0021-11- -0007 Performance Period Base period, 16 Oct 2011, 0001 his through 15 Oct 2012, 2400hrs, w/two, one year Options. Location of Performance: HurFie ld. FL, Ca nnon AFB, NM & °CONKS Lae Security Requirements: TS/Sel. All Contractor employees supporting this effort at any of the performance locations require Top Secret (TM access and TS/Sensitive Compartmented Information (SCI) access. Employees working TS/SCI tasks shall be capable of being cleared for applicable Special Access Program (SAP) in-briefs in limited time. The successful contractor shall submit a visit request to the using organization's security manager via the Joint Personnel Adjudication System (IPAS) system prior to start of the Task Order. Contractual History: Support it:iv this effort began in 2007 with the award of a Task order issued to Science Application International Corporation (SA1C) by the US Army Space and Missile Defense Command (SMDC) Contract DASG604)2-D-0006 with ongoing support through 31 Mar 2011. On 1 April 2011 a sole source Bridge contract EA0021-11-C-0002, was written by HQ AESOC/A7K Specialized Contracting with the Current Contractor, SAIC for the period 1 Apr 2011 through 15 Oct 2011 to continue needed mission support iuld to also allow sufficient acquisition lead time to compete a contract for long term services. Questions on Request for Proposal (REP): Any contractual and/or non price questions most be submitted in writing via email to lOy3j10 USC §130b,(b)(6) Intl later than 07/15/2011, 4:00 PM -ifiral I fine. Questions suOirulled alter this date will not be responded to. Proposal Submittal Instructions: Due Date: 1:00 PM, Central Time, 08/03(2011. Submit to: HQ AFSOC/A7KQ 427 Cody Ave Hurlburt Field, El 32544 POC: Contracting Officers: (b)(3) 10 USC §130b,(b)(6) Instruct ions to Offer I. General: This acquisition conclude under FAR part 15.3 do not apply, As such, the range, conduct discussions with all co to provide a cost/price and technical proposal in under PAR 16.505: therefore, th ent is not obligated to evistal proposals. rdance w.ith the instructions herein: Proposal Organization / Preparation 2.1 Specifications: 2.1.1 Binder Organi i n standard three-ring, permitting the binders to lay flat when completely opened and allow for easy removal and peges. Staples shun not be used. Binder contents, page limitation, and number of copies ar Table Para 2.1.3 of this section. Each hinder cover and spine shall clearly identify the Company Name. Point of Contact, Address, Volume Number. Original" or "Copy," RFP Number, and REP Title. Copies shall be numbered (e.g., 1 of 3, 2 of3, 3 of3. etc.). Apply all appropriate markings including those prescribed in accordance with EAR 52215-I, paragraph (e). Restriction on Disclosure and Use of Data, and EAR 3.104-4, Disclosure, Protection, and Marking of Contractor Bid or Proposal Information and Source Selection Information, 2.1.2 Clarity of Proposal - The proposal shall be clear, conci effective valuation and for substantiating the validity of staled c Page 2 of 9 d include sufficient The proposal should Pl -0 0A0021- )7 rephrase or restate the Government's requirements, but id rationale to address how the offeror intends to meet these requirements. Otferors shall assume that the Government has no prior knowledge of the offeror's facilities and experience, and will ni . presented in the offeror 's proposal. 21.3 Proposal Organization I Volume Titles I No of Pages / P io PAGE VOLUME TITLE #1 Technical Capability Management Approach Paper: Original + 3 50 #2 Past Pe or Paper: Original + 3 30 Cost / Price Proposal Paper: Original + 3 Per Cost Proposal Workbook, Atch #3 711 * Submit virus-free CD-ROM(s) containing the entire proposal in a sleeve(s) placed in the front of the "Original" binder #I. **Excluded from Page Limitation, Blank Pages, Dividers. r Pages, Tide Page of Contents, Glossaries. Cross-Reference Matrix, Consent I etters, Present and Past List, Resumes (2-page limit per resume), and Organization Charts. VOLUME I —Technical Capability and Management Approach Offm s. Indexes, Table tmmce Recipient Irtictur the PWS in explaining their proposal. The offeror shall demonstrate a clear understanding of the re( perform them. This shall include a description of their understanding of the discussion of their approach for delivering the services and deliverables, and an explain subcontracting arrangements (company relationships and a clear identification of the po performed by each contractor) Is project. This shall 11 and external comm ni rformanee, Address key personnel and provide resumes pace limit per resu Ensure the Technical Capability & ManagementApproach volume is speciUc and complete. Explain your plan for obtaining and retaining an appropriate number of er. with the proper clearances and training, including the 'roper mix of journeyman/senior personnel. This volume will be the primary bests fin evaluating your proposed approach to meeting or exceeding the minimum performance or capability requirements of the PWS. VOLUME 11- Past Performance: Offerors shall submit past performance infirmation "recent and relevant" contracts/task orders with requirements comparable to the solicited task. Recent pi performance is defined as contract performance occurring nu:Nil the last three (3) years. Relevant performance for this task order is defined as complex Information Technology (IT), and Intelligence Processing Exploitation & Dissemination Support Services of the same or similar scope and magnitude. Past Performance information submitted by the offeror for more than three contracts/task orders will not be rated. Documentation must include a point of contact (name, organization, phone number, and email address), contract number, contract type, dollar value, date of award, performance period, and a brief narrative describing the nature and complexity of the work. The offeror shall also describe their role in the project and its relevance to the solicited task. Offerors shall provide the separately attached Past Performance Questionnaire to the points of contact for the submitted contracts/task orders. The questionnaire must come directly from the point of contact. Offerors shall be solely responsible for contacting the point of contact to submit a completed questionnaire. Page 3 of 9 PA0021-1 I-R-0007 If an offeror has no relevant experience for similar services, the offeror must provide the point of contact information for current contracts that reflect the offerors normal business endeavors within the last three if the Governments in the offeror's aln based on demonstrated relevant and recent performance, In conduc rovernment may use data provided by the offeror and data obtained ft urces that it considers recent and relevant. Greater weight shall be given to information received past perfbrrnance relèrences. than the written infortnation furnished by the offeror in their quote. lug past performance, the Government will review how well the offeror has performed on other recent and relevant comparable projects. In making this determination, the Government will review the following elements: • • • • Quality of Rh contract requirements, technical excellence, accuracy of reports, Management Controls -responsive Q, project management. Cost Control - managetn k budget and cost control. Customer Satisfaction - r eason perative behavior and commitment to custom e. VOLUME HI - CostrPriee: Contractors are required to provide a cost/price proposal utilizing the attached Cost Proposal Workbook at Attachment 3. Contractor shall fill in all blanks contained in the workbook. Please follow workbook instnictions carefully. Schedule B of the proposal also contains some fill-ins for CTINs 0002 — 0005 and Option sears. The remainder of Schedule 13 will be completed with the successful award. Proposals should address the Offeror's technical approach, skill mix and hours, hourly rates, estimated travel, Other Direct Costs (ODCs), and total price as requested in the Workbook attachment. This cost documentation is required to facilitate the Government's determination of cost reasonableness and realism. Since this is a competitive acquisition, with adequate price competition anticipated, the cost documentation is considered other than cost or pricing data and shall not be certified in accordance with FAR Part 15,406-2 Should adequate price competition not exist after receipt of proposals, the provisions of FAR Part 15,403-4 shall apply, and the offeror will be asked to provide certification of cost or pricing data. Any updates, amendments, or modifications to the "Cost Proposal Workbooks" (Ref RIP Arch afloriginally submitted should be in the same media format, and include, or be accompanied by, a clear, concise explanation of such changes significant to the negotiation process and to the proposal. Evaluation & Basis tor Award: 1. General. Auer issuing the REP, the Contracting Of Team. Upon receipt. proposals will he evaluated lu, ti The Government will select the best overall offer, based upon an integrated assessment of Technical Capability & Management Approach, Past Performance, and Cost/Price. Task Order may be awarded to the offeror who is deemed responsible in accordance with the FAR, as supplemented, whose proposal conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by Instructions to Offerors of this solicitation) and is judged, based on the evaluation factors to represent the best value to the Government, The Government seeks to award to the offeror who gives the Air Force the greatest confidence that it will best meet, or exceed, the requirements. This may result in an award to a higher rated, higher priced offeror, where the decision is consistent with the evaluation factors, and the Contracting Officer (CO) reasonably determines that the technical superiority and/or overall management approach and/or superior past performance of the higher price offeror outweighs the cost difference. The CO will base the award decision on an integrated assessment of proposals against all evaluation criteria in the solicitation (described below). The assessment of price will consider the overall price (base period and all options). Evaluation of options does not obligate the government to exercise the options. While the Government task order evaluation team and the CO will strive for maximum objectivity, the evaluation process, by its nature, is subjective; and therefore, professional judgment is implicit throughout the entire process. Page 4 of 9 FA0021- I - -0 )7 2. TO Evaluation Team. Upon receipt he CO will assign them to the TO Evaluation Team for evaluation. 3. TO Evaluation Process. Table 31. Upon receipt of TO proposal. the following will occur: STEP ACTION ARP TO Evaluation Team. 2 Evaluate and rate proposals in accordance with these instructions and this evaluation process. Document and submit ratings and recommendations to the CO. lions are completed 'Mk with these its and award is based on "best value" to RESPONSIBILITY Contracting Officer TO Evaluation Team TO Evaluation Team Contracting Officer 4. Evaluation Factors. It is Air Forc e policy to establish the absolute minimum number of factors wcessary for evaluation of TOs. Evaluation factors are the basis for assessing each Offeror's ability to neCt the Government's need. They are the uniform baseline against which each Offeror's proposal is evaluated to determine the degree of confidence the Government has that the Offeror will perform work proposed. Evaluation factors establish the level an Offeror's proposal must meet to be judged acceptable. Factors selected should be real discriminators and serve to identify the "best -value" solution. Factor I: Technical Capability and Management Approach Factor 2: Past Performance Factor 3: Cost/Price Relative Order of Importance of E The relative order of importance of evaluat (I) Factor I, Technical Capability and anagem nt Approach. is more important than Factor 2 and Factor 3. (2) Factor 2, Past Performance is less important than Factor I and more important than Factor 3. (3) Factor 3, Cost/Price - All evaluation factors, other than cost or price, when combined, are significantly more important than cost or price. Exception: As competing Offerors' ratings for Technical Capability and Management Approach (Factor I); and Past Performance (Factor 2) become more equal, cow may become more important in relation to the combined importance of the other factors. Summary Order of Importance: (1) Factor I ">" Both Factor 2 & Factor 3 (2) Factor 2 "<" Factor I & 44'• Factor 3 (3) Factor 3 "<" Factors I & 2 4.1.1. Factor 1—Technical Capabilities and Managerial Approach. In performing the Technical Capabilities and Managerial Approach evaluation, the TO Evaluation Team will focus on strengths, inadequacies, or deficiencies identified in the Offerods proposal. Technical Capabilities and Managerial Approach shall he assigned a rating as listed below. If an Offeror's proposal demonstrates either numerous inadequacies or a material failure to meet the Government requirement, this is a deficiency in the Offeror's proposal resulting in an Unacceptable rating and the proposal is not awardable. Table 4.1. Ratings. Technical Capabilities and Management Approach Page 5 of 9 fl A002 I -1 -R-0007 RATING Exceptional Acceptable DEFINITION Exceeds specifi beneficial to the performance or capability raw • proposal must have one or more strengths an Exceptional. specified minimum performanc bility requirements deli Request for Proposal (REP) proposal able must have no deficiencies but may have one or gths. o performance or capability Marginal Unacceptable h uncertainty is correctable. Fads to meet specified minimum nc r capability proposal has one or more deficiencies. Proposal with an °fleee prahle rating are not awardable. 4.1.2. The TO Evaluation Team will evaluate and assign a confidence rating for each Citation(s) submitted by the Offeror and located by the TO evaluation team. The confidence ratings for each Citation(s), corresponding questionnaire, and any other recent and relevant past performance identified by the TO evaluation team will be combined to assign one overall Performance Confidence Assessment Rating. The Performance Confidence Assessment Ratings are as follows: Table 4.2. Performance Confidence Assessment Ratings. RATING High Confidence DEFINITION Based on the Offeror's performance record, the Government has high confidence the Offeror will successfully perform the required effort. Based on the Offerers performance record, the Government has significant confidence the Confidence Satisfactory Confidence •Little Confidence No Confidence Unknown Confidowe Offeror will successfully perform the required effort. Based on the Offerors performance record, the Government has confidence the Offeror will successfully perform the required effort. Normal Contractor emphasis should preclude any problems. Based on the Offerers performance record, substantial doubt exists that the Offeror will successfully perform the required effort. Based on the Offeror's performance record, extreme doubt exists that the Offeror will successfully perform the required effort. No performance record identifiable. 4.1.2.1 The TO Evaluation Team will perform a review and evaluation of all past performance data submitted with the proposal to determine how closely the work performed under these efforts relates to the proposed effort. The TO Evaluation Team may also use past performance information obtained from other sources that are determined recent mil relevant. The TO Evaluation Team will conduct a performance evaluation based upon the past performance information provided by the Offeror, or obtained by the TO Evaluation Team, as it relates to the probability of successfully performing the Performance Work Statement (PWS) requirements. The TO Evaluation Team will, as deemed necessary, confirm past performance data provided by Offerors. The past performance evaluation is accomplished by reviewing aspects of an Offerors past performance, focusing on and targeting performance which is relevant to the Technical Capability and Management Approach and Cost/Price, and includes assessments of recency, relevancy, and quality. Although the past performance evaluation focuses on performance that is relevant to the Technical Capability and Management Approach, all aspects of past performance that relate to this TO may be considered. The resulting Past Performance Assessment Rating is assigned using the following definitions: 4.1.2.1.1. Recen Offeror and other performance of TO evaluation, '' Citation(s) submitted by the tuned by the Govern in.ent is dell ned as work completed or Page 6 of 9 0A0021- la-0007 ongoing within three (3) years fixim the TO proposal due date. The rating is Passifiail. If a Citation fails the initial 'Recency" evaluation, neither "Relevancy" nor ''Quality" of the Citation(s) will be rated. 4.1.2.1.2. Relevancy. For purposes of this evaluation, "Relevancy" of a Citation submitted by the Offeror and other performance information gathered by the Government is defined below. If a Past Performance Citation provided by the Offeror is rated Not Relevant," the "Quality" of that Citation will not be rated. Table 4.3. Rating. Relevancy Rating RATING DEFINITION The scope/type of work involved a magnitude of effort and essentially the same as the requirements of this PWS. Somewhat Relevant (SR) ' m Relevant (NR) The scope/type of work involved less magnitude of effort and complexity as the ref itirements of this PWS. The scope/type of work invoked much less magnitude of effort and omplexity as the requirements of this PWS. Past performance did not involve any significant aspects of above. 4.1.2.1.2.1. The Government is not hound by the Offeror's opinion of "Relevancy" and "Quality" and will perform an independent assessment. Each (Worm will receive a single, integrated rating for the Past Performance factor. Past Performance information should relate to either the Prime or Subcontractor that will he performing the TO. 4.12 1.3. Quality. "Quality" of Citation(s) uhn information gathered by the TO Evaluation Team is defined d by the Offeror and ofic, PC tn Table 4.4. Rating. Past Performance Confidence Assessment RATING Very Good Satisfactory DEFINITION Performance requirements and exceeds many, to the Government's (or custom contractual performance was accomplished with few minor problems for which corrective actions taken by the Contractor were highly effective. Performance meets contractual requirements and exceeds some, to the Government's (or customer's) benefit. The contractual performance was accomplished with sonic minor problems for which corrective actions taken by the Contractor were effective. Performance meets contractual requirements. The contractual performance contains some minor mohlems for which corrective actions taken by the Contractor were salislhctory. Performance does not meet some contractual requirements. The contractual performance reflects a serious problem for which the Contractor has not yet identified corrective actions. The Contractor's proposed actions appear only marginally effective or were not fully implemented. U nsat i >, facto ry Performance does not meet most contractual requirements, and recovery is not likely in a timely manner. The contractual performance contains a problem(s) for which the Confidence The question does not apply. No performance record identifiable within the area of evaluation. Contractor's coaective actions appear or were ineffective. 4.1.2.1.3.1. Considerations. In evaluating the extent to which the Offcrods past performance meets mission requirements, the Government will consider areas such as technical quality of performance. the Offerors history of estimating and controlling costs, adhering to schedules (including the administrative aspects of performance), reasonable and cooperative behavior, ability to manage subcontractors, commifinent to customer satisfaction, and responsiveness. More recent and more relevant performance will have a greater impact on the confidence assessment than less recent or less relevant efforts and may receive a higher confidence rating and be considered more favorably than a less recent or relevant record of favorable performance. Page 7 of 9 A002 I -1 -R-0007 4.1.2.13.2. Ratings. In determini ng the Offeror Assessment Rating as referenced in the table above, the Government will pi, risks and strengths identifier{ in the ratings assigned to "Recency", 'Relevancy above. ntegrated anal, 1 'Quality' as identi 4.1.2.1.33. Performance Problems and Adverse Past Performance, If' Adverse Past Performance or performance problems are revealed in information obtained from other sources, the Government will consider the number and severity of the problems and the appropriateness and effectiveness of any corrective actions taken (not just planned or promised). Adverse past perlorman defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received front sources without a formal rating system. All Offerors will he given an opportunity to respond to any adverse past performance information that they have not had an opportunity to respond to. 4, I .2.1.3.4. No Record of Past Performance. For purposes of TO evaluation, there should be no instances of No Record of Past Performance, 4.1.3. Factor —Cost / Price. The offeror's Cost/Price proposal will be evaluated for award purposes. based upon the total price proposed for basic requirements (base year) and all options. The Offeror's cost/price proposal will not he rated or scored. It will be evaluated for reasonableness and realism, which are of equal importance. 4.1.3.1. Reasonableness—A determination of reasonable will be giveli to 011eron whc Is reflect sound business judgment. 4.1.3.2. Realism—Realism of the cost proposal will he evaluated 4.1.3.2.1. Whether the proposed cost is realistic fOr the work to he performed, reflects a clear understanding of requirements. and is consistent with the unique methods of performance described in the Offeror's proposal; 4.1.3,2.2. A 4 I 3 2 3 Whether the cost proposed iposal scope and e ect iderstanding of the reqturementst and 4.13.2.4. The risk associated with any proposed use of uncompensated oi to the potential degradation of the level of technical expertise, potential for causing unrealistic labor rates, unbalance distribution of such uncompensated overtime among skill levels and it technical positions. in key 5. Summary of Factor Ratings—Factor I, Technical Capability and Management Approach, will receive a rating depicting how well the Offerors proposal meets the Technical Capability and Management Approach requirements. Factor 2, Past Performance, will receive an overall Performance Confidence Assessment Rating. Factor 3. Cost / Price, a determination of realism and teasonableness will be made based on the information presented in the Offeror's proposal. 6. Rejection of Unrealistic Offers. The Government may reject any proposal that is considered to he unrealistic in terms of program commitments such that the proposal is deemed to reflect an inherent lack of competence, failure to comprehend the complexity and risks of the program, or failure to respond to TO REP direction and guidance. Unrealistic program commitments include contract terms and conditions, unrealistically high or low costs/prices when compared to Government estimates, or information gleaned from the proposal itself. Any aspect of the proposal judged to be unacceptable may render the entire proposal unacceptable. The offeror is strongly encouraged to oiler discount rates below theirA (ASA( loaded hourly labor rates. Page 8 of 9 BA002 I -1 -R -0007 List of Attachments Attachment Table of Contents DOCUMEN T TYPE Attac hment 2 PWS Appendix A PWS Appendix B At tachment Attachment 4 To be removed after award Attachment 5 TO be removed after award DESCRIPtiON PAGES DATE Schedule B, DoD, USAF and Local Clauses 39 23(06/2011 Pet 72 09/06/2011 Work Statement Letter of Iden ftcation 0 Official Trael of Government Co nu actors DD Form 1423-2 Contract Data Requirements Lists DI) Form 254 — Don Contract Security Classification Specification (W/ADD; 2 Past Performance Citation/Questionnaire 2 undated Cost Pioposal Workbook WE undated Page 9 of 9 22 ADO I -1 I undated undated undated FA( M )2 Attachment - I Schedule B - DoD, USAF, and Local Claup Schedule 8— Bid Schedule SECTION B— BID SCHEDULE Note to Anima Contractors: a IN's 0002— 0005 and corresponding option year CLINs shall be Prided by the government as determined by the Contracting Weer. Offerors shall not propose on these CLIA's in the Cost Proposal Workbook. The contractor shall however insert a rate in the blanks provided for CLIA"s 0002— 0005 and corresponding Option Year CIJN's. ITEM NO SUPPLIES/SERVICES QUANTITY 0001 I UNIT UNIT PRICE Lump Sum $ OUNT $ Labor FL P Labor Costs for all ons during the base period of perfoiman Contractor shall provide non-personal senrces using the labor categories identified M the contractor's Alliant GWAC contract. (2) The Firm Fixed-Price award of $ to be filled in upon award for on-site labor is based on the Coneaetoes proposed and awarded cost to perform services and provide deliverables identified in the Performance Work Statement for the period 16 Oct 2011 — 15 Oct 2012. Contractor's proposal, dated to be filled in upon award is incorporated by reference. (3) Payment for satisfactory performance and acceptance of required deliverables by the government shall he made Intlebly. Reference G-0004(d)(1) & H-0005. FOB: Destinatioi SIGNAL CODE: A NET WY Page of 39 $ to be filled in upon award FA( M )2 I - I I -R40007 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0002 Lump UNIT PRICE AMOUNT $ to be fitted in upon award Sum OCONUS Reimbursable Expenses COST OCONUS reimbursable expenses particular to the TO include but are not limited to deployment expenses such as hazardous duty pay and hardship differential pay. Travel costs related to deployments shall be billed to the Travel CON. The government will reimburse all allowable cost as determined by the DSSR. The government shall not pay 0/H, fringe, fee, profit, or G&A. however the government shall pay a nominal processing charge _hi' FE 3% for each invoice. FOB: Destination SIGNAL CODE: A ESTIMATED COST Page 2 of 39 $ to be fitted in upon award FA002131 I -R4)IU07 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0003 Lump Sum UNIT PRICE AMOUNT $ to be filled in upon award Travel Costs COST CONUS and OCO limited by FAR 31.20 be approved on a Letter or as soon as possible after government will allow a no CAN is a Not to Exceed amou And will be rei nib ursed at or S. el shall be government oiled and shall n (T01) no less than 5 days prior to travel. ation of required Pavel. The processing charge N lb 3%. This FOB: Destination SIGNAL CODE: A ESTIMATED COST ITEM No SUPPLIES/SERVICES QUANTITY UNIT 0004 Lump Sum UNIT PRICE Expanded Work Week The contractor shall invoice this CLAN for hours worked in excess of a 40 hour work week. The contractor shall seek approval for expanded work week from the CUR and CO as identified in the PWS. The government expects this rate to be lower than the hourly fully burdened tabor rate due to savings on Fringe and 0/H expenses. The following rate el: will apply. We are looking for %. For Example: If your 1 113LR is $100.00 per hour for a Network Analyst the Expanded Work Week rate will be 90% or $90.00 per hour. The rate you insert will apply to any/all hours that exceed the standard 40 hour work week. The 90% used in this example is for explanatory purposes. Page 3 of 39 $ to be filled in upon award AMOUNT $ to he filled in upon award FA( M )2 I I I -R4HHO7 - ITEM NO SUPPLIES/SERV10ES QUANTITY UNIT 0005 Lump UNIT PRICE AM0UIT $ to be filled in upon award Sum New Mexico Gross Receipts Tax No fee, 0/H, or G&A shall he applied to the NMORT reimbursemeni request for work performed at Cannon AFB, NM. The government will pay a nominal processing charge _NTH 3%. The contractor is encouraged to determine if any exemptions exist for this service as it applies to the NMGRT. FOB: Destination SIGNAL CODE: A ESTIMATED COST Page 4 of 39 $ to be tilled in upon award FA(M)2 I-I -R40007 ITEM NO IMPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Labor FFP Labor Costs for all locations during the b ase period of perlbrrnance, C) The Contractor shall provide non-personal services using the labor categories identified in the contractor's Al ant GWAC contract. (2) The Firm H xed-Price award of to be filled in upon award for on-site labor is based on the Contractor's proposed and awarded cost to perform sok:ices and provide deliverables identified in the Performance Work Statement for the period 16 Oct 2011 — IS Oct 2012. Contractors proposal, dated to be filled in upon award is incorporated by reference. (3) Payment for satisfactory performance and acceptance of required deliverables by the government shall be made monthly. Reference G-0004(d)(1) & H-0005. FOB: Destination SIGNAL CODE: A NET AMT Page 5 of 39 $ to be filled in upon award FM/02 I - I I -R-0007 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 1002 Lump Sum UNIT PRICE AMOUNT $ to be filled in upon award OCONUS Reimbursable Expenses COST OCONUS reimbursable ticular to the TO include but are not limited to deployment expenses such as zardous duty pay and hardship differential pay. Travel costs related to deployments shall be billed to the Travel CLIN. The government will reimburse all allowable cost as determined by the DSSR. The government shall not pay OtH, fringe, fee. profit, or G&A. however the government shall pay a nominal processing charge NTE 3% for each invoice. FOB: Destination SIGNAL CODE: A ESTIMATED COST Page 6 of 39 $ to be tilted in upon award FA(./O2 I -I 1 -R4)f107 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 1003 Lump Sum UNIT PRICE AMOUNT $ to be filled in upon award Travel Costs COST CONUS and OCO limited by FAR 31.20 be approved on a Len or as soon as possible after government will allow a no CAN is a Not to Exceed amou rid will be rei nib ursed at et s vel shall be government directed and shall n (TOT) no less than 5 days prior to travel. ation of required travel. The processing charge N lb 3%. This FOB: Destination SIGNAL CODE: A ESTIMATED COST ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 1004 Lump Sum UNIT PRICE Expanded Work Week The commotor shall nvoice this CLAN for hours worked'a excess of a 40 hour work week. The contractor shall seek approval for expanded work week from the COP and CO as identified in the PWS. The government expects this rate li be lower than the hourly fully burdened tabor rate due to savings on Fringe and OfH expenses. The following rate 111: will apply. We are looking for %. For Example: if your13LI2 is %100.00 per hour for a Network Analyst the Expanded Work or $90.00 per hour. The rate you insert will apply to aid the standard 40 hour work week. The 90% used in this example is for explanatory purposes. Page 7 of 39 $ to be filled in upon award AMOUNT $ to he filled in upon award FM/02 I I -11241007 ITEM NO SUPPLIES/SERVICES DU AMEBA' UNIT 1005 Lump Sum UNIT PRICE AMOUNT $ to be tilled in upon award New Mexico Gross Receipts Tax c, OtH. or G&A shall be applied to the NMGRT mimbursernu t request fin work performed at Cannon AFB, NM, The government will pay a nominal processing charge NTE 3%. The contractor is encouraged to determine if any exemptions exist for this service as it applies to the NMORT. No FOB: Destination SIGNAL CODE: A ESTIMATED COST Page 8 of 39 $ to be filled in upon award FA( M )2 I -1 I -R400117 ITEM NOSUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 OPTION Labor FFP Labor Costs or all locations during the base period or pertormance. (1) The Contractor shall provide non-personal services using the labor categories identified in the contractor's Alliant GWAC contract. (2) The Firm Fixed-Pike award of to be filled in upon award for on-site labor is based on the Contractor's proposed and awarded cost to perform services and provide deliverables identified in the Performance Work Statement for the period 16 Oct 2011 — 15 Oct 2012. Contractor's proposal dated to be filled in upon award is incorporated by reference. (3) Payment for satisfactory performance and acceptance of required deliverables by the government shall be made monthly. Reference G-0004(d)(1) & H-0005. Destmzition SIGNAL CODE A NET AMT Page 9 of 39 $ to be filled in upon award FM/02 I - I I -R-0007 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 2002 Lump Sum OPTION UNIT PRICE AMOUNT $ to he filled in upon award OCONUS Reimbursable penses COST OCONUS reimbursable ticular to the TO include but are not limited to deployment expenses such as zardous duty pay and hardship differential pay. Travel costs related to deployments shall be billed to the Travel CLIN. The government will reimburse all allowable cost as determined by the DSSR. The government shall not pay 0/1-1, fringe, fee. profit, or G&A. however the government shall pay a nominal processing charge NTE 3% for each invoice. FOB: 'destination SIGNAL CODE: A ESTIMATED COST Page 10 of 39 $ to be ed in uponaward FM/02 I-I -R-0(107 ITEM NO SUPPI :S/SER ES QUANTITY UNIT UNIT PRICE 2003 AMOUNT $ to be filled in upon award Sum OPTION Travel Costs COST CONUS and OCONUS travel are required and will reimbursed at cost as limited by FAR 31.205-46(a). All travel shall be government directed and shall be approved on a Letter of identification LOP no less than 5 days prior to travel, or as soon as possible after a short notification of required travel. The government will allow a nominal processing charge NTE 3%. This MN is a Not to Exceed amount. FOB: Destination SIGNAL CODE: A ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 2004 Lump Sum UNIT PRICE Expanded Work Week The contractor shall invoice this CLIN for hours worked in excess of a 40 hour work week. The contractor shall seek approval for expanded work week from the CUR and CO as identified in the PWS. The government expects this rate to be lower than the hourly fully burdened labor rate due to savings on Fringe and OfH expenses. The following rate _ % will apply. We are looking for %. For Example: If your F131212 is 5 l00.00 per hour for a Network Analyst the Expanded Work Week rate will be 90% or $90.00 per hour. The rate you insert will apply to any/all hours that exceed the standard 40 hour wort week. The 90% used in this example is for explanatory purposes. Page 11 of 39 AMOUNT $ to be filled in anon award FM/02 I - I I -R4007 URA NO SUPPLIES/SERVICES QUANTITY UNIT 2005 Lump Sum UNIT PRICE AMOUNT $ to be filled in upon award pis Tax No fee. &A shaH be applied to the NMGRT reimbursement request for work performed at Cannon AFB, NM. The government will pay a nominal processing charge NTE 2%. The contractor is encouraged to determine if any exemptions exist for this service as it applies to the NMCIRT. FOB: Destination SIGNAL CODE: A ESTIMATED COST Total 9 $ to be filled in upon award $ to be filled in upon award FA0D2 I -I I -R410117 Section - Inspection and Acceptance iON E - LOCAL CLAUSES E —0001 DATA APPROVAL When Government approval is required, and a suspense time is not provided in the data item or elsewhere in the contract or Task Order, the Government shall approve and/or furnish written comments to the Contractor within thirty) (30) calendar days after receipt of each data item. Upon written communication, this suspense time may he extended by mutual agreement between the parties. In the event resolution cannot be reached and approval furnished and the Contractor is impacted by this lack of approval, the Contractor shall proceed on the basis of Government comments. Data will be approved at Hurlburt Field, EL, or as specified in the Task Order Performance Work Statement. —0002 FORM 1423 DATA NSPECTION AND ACCEPTANCE The Inspection and Acceptance for Data items are as shown on DD Form 1423 attached hereto, or as specified in each TO PWS. INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY ALL Government Govermnent Destination Destination Section G - Contract Administration Data SECTION G - LOCAL CLAUSES - 0001 ACCOUNTING AND APPROPRIATION DATA Accounting and appropriation data will be stated on award document. G - 0002 PATENT RIGHTS ADMINISTRATION All documents and information required to be submitted by the contractor pursuant to the Patent Rights Clause shall he forwarded to the Contracting Officer (CO). — 0003 GOVERNMENT POINTS OF CONTACT The CO (Ordering Contracting Officer fir this Task Order) is the point of contact for this acquisition. CO alone, without delegation, is authorized to take actions on behalf of the Government to amend, modify or deviate 9 FM/02 I - I I -R40007 from the contract terms, conditions, and requirements. The CO may delegate certain other responsibilities to hr authorized representatives or Contracting Officer Representatives (CORs). If at any time during the performance of this TO. administrative problems should arise which will have an adverse impact on timely performance by the contractor or affect the contract costs or funding, the contractor is required to immediately notify the CO. Address any questions or concerns you may have to the CO. Written requests for clarification may be sent to the CO at the address indicated below: Officer (Orderin Of his Or (b)(3) 10 USC §130b,(b)(6) TO Administrator (b)(3) 10 USC §130b,(b)(6) — 0004 ADDITIONA (a) There shall be no five percen Payments under Time-and-Mated NVOICING INSTRUCTIONS ithhold made for labor as outlined in FAR Clause 52.232-7ç07h tor-Hour Contracts. (b) The contractor shall submit all invoices into the Wide-Area-Workflow (WAWF) nvoiein, thirty (30) days after invoiced costs are incurred, and not mom than once monthly. Two exceptions apply:labor line items may be invoiced separately from other direct cost line items: and (2) the final invoice may be submitted up to sixty (60) days after invoiced costs am incurred to allow for submission of any unbilled travel or other direct costs. The invoice line item description shall specify the period of performance being invoiced for. Payment will be made electronically by the office designated in Block 15 on DO Form J 155, or paying office otherwise designated. Guidance is provided in Special Contract Requirement clause in section H for use of WAWF. (c) The contractor shall segregate and bill separately for work performed under each CLIN of the TO. Costs of performing work set forth in one CL1N shall not he chargeable or payable under any other CLIN. (d) Back-up documentation is required to support some labor charges and other direct costs (ODCs). When submitting an invoice for these charges in WAWF, the contractor shall attach to the invoice a summary recapping what charges are being billed at the time of invoice submission in WAWF. An electronic copy of the required backup documentation shall identify the WAVVT invoice number and shall be delivered to both the CO App COR prior to inputting the invoice ii WAWF. Backup documentation includes, but is not limited to: I. For fixed-price labor, when contractor personnel vacancies occur (over tuff above normal vacancies for vacation or sick leave, etc.), monthly payments shall be reduced commensurate with reduction in personnel as awarded. See clause H-0005 entitled "Vacancy Credit". 2. For any travel during the invoked period, the required nforrnmion in Sect ion H. Allowable Travel Costs, shall be submitted along with an expense voucher outlining all travel and charges Include a summary in the WAWF CL1N description segregated by trip/Letter of Identification (L01). Travel handling costs shall not be reimbursed unless actually charged to the contractor. Short duration trips shall be invoiced only after completion, and invoicing shall be for the complete trip. Longer duration trips, i.e., 90-day deployments, may be invoiced on a monthly basis and shall be for all expenses incurred for the period invoiced. 3. When ()COWS allowances are invoiced for deployed contract personnel, include a spreadsheet showing, for each deployed employee, specific times of arrival at and departure from each deployed location. Include a worksheet showing days/hours worked by all contractor employees signed by the employee. The worksheet shall include documentation showing the unburdened labor rate for each employee on those TOs that will invoice for Page 14 of 39 FAD02 I -11-12-0(107 reimbursement Defense Base Act ijisurane CL1N 0002. 4. Other costs that require substan le) The COR will perform a thorough review of the invoice and if they do not concur with the invoiced cost, shall notify the CO. The contractor shall be required to resolve the billing discrepancy with the CO and resubmit a separate invoice as required covering die disputed portion. Number the resubmitted invoice the same as the disputed invoice, but add a discriminator after the number to denote re-submission, Example: Invoice 185 is disputed, resubmitted invoice is 185a. (I) The contractor shall submit th The contractor shall track the ava Funding is located. - 0005 g to CLIN and subCLINs established in the TO rid invoice against the subCLINs whe he appropriate FINAL TASK ORDER INVOICING PROCEDURES a. The contractor shall submit a final invoice within 60 days of completion of TO performance period in accordance with G-0004. The final invoice in WAAL shall be coded as "Final." This will provide notice to the CO that the services are complete and all deliverables have been provided to the Government. Upon receipt of the "Final" WANVII invoice, the CO will unilaterally modify the TO to de-obligate remaining funds. At the end of each option year, do not code the invoice "Final" in WAWF but include a statement in the item description that the invoice is the final for that base or option period as appropriate. b. The final invoice, including at the end of each option expended for each CLIN, and shall show the final amou - 0006 hall include a breakdown by CLIN showing totals tTactor and all subcontractors. IDENTIFICATION OF QUALITY ASSURANCE PERSONNF (a) Quality assurance personnel as defined by AEI 63-124 are designated as CORs and are responsible for technical oversight of the TO. CORs will be designated and will monitor delivery and performance. The COR will advise CO in all matters related to the TOs. (b) In accordance with DEARS 251201-7000, the CO may appoint (c) COR appointments will be in writing, signed by the CO, and set forth the audit of the COR. The contractor shall acknowledge receipt of appointment letters in w back to the CO. ployees as COR. nd the limitations xi one signed copy '0 call nottfy the Contractor in writing of COR appointment changes or revocatiot G - 0007 CONTRACT HOLIDAYS a. The prices/costs in Section B (or attachments) of the contract include nc Government will not be billed for such holidays, except when services are requi actually performed on a holiday. The contractor and all subcontractors shall be include Executive Orders releasing Government personnel from their duties. These additional same manner as the standard holidays: i.e.. no adjustments will be made to firm-fixed-p The following days are the standard contract holidays: New Year's Day Martin Luther King Birthday President's Day Memorial Day Independence Day 9 rdingiy, th e the FA0021-1 I -R-0007 Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day G - 9008 Reimburs ment of N xico Gross Receipts Tax (NMGRT) a. The State of New Mexico assesses a Gross Receipts tax for firms conducting business within the state. This tax is imposed on the basis of revenua derived ern business operations within the state without regard to the location of the business entity. The rate of the NA4GRT may be obtained from the New Mexico Taxation and Revenue Office in Clovis, New Mexico, by calling (505) 763-5515. b. "NMGRT for services performed in New Mexico will be invoiced against CL1N/subC INs 0005". c. To identify taxable receipts that comprise the total amount invoiced. provide the following information on an Excel worksheet when submitting the :information for NMGRT: (I ) Row TO receipts are recorded on the CRS-I Form; (2) Tax Period; (3) Labor Receipts, excluding tax; (4) Travel Receipts. excluding tax Identify Letter of identification (L01) number(0 and receip (5) Material Receipts, excluding tax Identify material(s) and receipts reported for each: (6) Other receipts. if any, excluding tax Identify other receipts and amount reported for each; (7) Total Deductions; (8) Taxable Gross Receipts: (9) Tax Rate; (10) Gross Receipts Tax (CRT); (II) Compensating Tax, if any; (12) Withholding Tax, if any; and (13) Total Tax Due, fo - Row 4; ( -31. Mar 10 (identify monthly, quarterly or Sends Receipts - $100,000.00: 'el Receipts - LOI-001 - $1 00000 and L01-002 $2.000.00 d) Material Receipts - Uniforms ' $300.00 and Bo $200.00, Total $500.00; (e) Other Receipts - Overtime Pay to Jones, Tot $50000: (t) Total Deductions - 5200,00(g) Taxable Gross Receipts 5103,80000; (h) Tax Rate 5.25%; (i) GRT $5,44930: 01 Compensating Tax one; (k) Withholding Tax - None; (I) Total Tax Due $5,449.50. Description Example: CSR- t - Row 4; for Tax Period I - 3 I Mar 10. Relere ce attached CRS- I Rum and NMGRT worksheet. d. The Government shall not reimburse penalty or interest charges incurred due to e the CR5-1 Form, or delinquent or insufficient payment of NMGRT. e. Any payments that result in an overpayment and a subsequent refund sh gli uch refund 1. The government will pay nominal processing fee identified at CLIN 0005. ntractor is encouraged to determine if any exemptions exist lbr the N ()RT. Page 16 of 39 g he FA( M )2 I -1 I -R-0007 Section H - Special Contract Requirements SECTION If LOCAL CLAUSES H — 0001 KEY PERSONNEL REQUIREMENTS a. Certain skilled experienced professional and/or technical personnel are essential f accomplishment of Me work to he performed under this TO. These are defined as "key Program Manager, Project Management, contracting rep, etc, or whomever the contractor deter successful performance. The contractor agrees that such personnel so identified as "key" shall not the TO work or replaced without compliance with the following: I) If one or more of the key personnel for whatever reason becomes, or under this TO for a continuous period exceeding 30 workdays, or is e ) the work than indicated in the proposal or initially anticipated, the contra CO or his authorized representative, promptly replace such personnel with p ability and qualifications. become, unavailable for bstamially less effort to t to the concurrence of the of at east substantially equal (2) All requests for approval of substitutions hereunder must be in writing and provide a detailed explanation of the circumstances necessitating the proposed substitutions along with the resume of the substitute. The CO or his authorized representative will ch requests and promptly notify the contractor of his approval or disapproval thereof in writing H —0002 LIABILITY. The Government shall not be held responsible for darn might occur without fault on the part of the Governme H — 0003 property- or for inj sult of. or incidet eath to p huh contractor CONTRACTOR IDENTIFICATION a. Contractor employees shall wear a conspicuously displayed corporate identification badge and any government-issued identification badge above the waist for easy identification as contractor or subcontractor employees while in Government facilities. The corporate identification badges shall be worn at all times when contractor employees are collocated on a Government installation or when on temporary duty (TDY) working with other Government personnel. Subcontractor employees' identification badges shall identify their respective prime contractor. b. All contractor and subcontractor employees shall clearly identify themselves as a contractor at all times, including during meetings, telephone conversations, in electronic messages, or correspondence related to this TO. c. Contractor-occupied facilities (on Hurlburt Field or other government installations) such as offices, separate rooms, or cubicles must be clearly identified with contractor supplied signs, name plates or other identification, showing that these are work areas for contractor or subcontractor personnel. d. Government-issued badges, identification cards, passes, vehicle registration media, and admittance accountable and, as such, are U.S. Government property to be accounted for, protected and returned Government. When a contractor employee leaves the company or moves to a different directorate for support under this TO. the employee shall clear all computer systems to which they have access, turn in all keys or other admittance hardware, and perform "oraprocessing" procedures with their Contracting Officer Representative (COR). A statement certifying that all appropriate "outprocessing" has been completed shall he included in the monthly report upon departure of any contractor personnel or at the end of TO performance period, to include the Page 17 of 39 FAHD2 I-I 1-R41007 Access C H — 0004 C 2242-9001 This ponsihility PERSONNEL SUBSTITUTIONS a. If personnel substitutions are required during the TO period of performance. the justification for the change and resume(s) for new personnel. The contractor shill substitutions meet or exceed the stated qualifications and clearance level of the indi the task b. lithe personnel substitution is " d.'> the contractor shall provide a notice to the CO at least 10 workdays prior to the proposed replacement. lithe substitution is "contractor-generated," the contractor shall provide 30 calendar days' advance notice. The rntice shall state the date and time the position will be vacant, the reason for vacating the task, the anticipated replacement date of personnel, and what management corrective action will be taken to ensure task mission completion All personnel substitutions shall be subject to CO approval. If the Government expends additional third to orient new personnel and/or performance requirements are delayed or missed, the Government may recoup reasonable consideration. c. The Contractor shall retain the right to substitute personnel provided the s lapse in services currently provided to the Government. ocs not se a break or d. Removal of Personnel at Government Request: The CO may require the removal (permanent or temporary) of personnel on a TO for violations/concerns with the following: work ethic, job performance, business ethics. security, safety, health of upon discovery of fraudulent resume documentation. Upon receipt of notification from the CO. the prime contractor has 10 workdays to submit a replacement candidate in accordance with paragraph b. above. A credit will be issued for vacancies in accordance with verbiage at H-0005. e, Selected Reserve Duty Vacancies: Personnel substitutions are not required while a Contractor employee performs their scheduled 2-week annual reserve duty unless the TO requires coverage during that time. If the position requires coverage while the assigned employee performs the 2-week reserve duty, the Contractor shall submit the resume of a qualified candidate to perform the requirement while the assigned employee performs the 2-week reserve duty. If reserve duty extends beyond the annual 2-week requirement, the Contractor shall till the position with a qualified candidate approved by the CO, A "no-cost" Letter of Identification (LOU shall be submitted to the COR and CO for approval 30 calendar days prior to departure of the employee to perform scheduled reserve duty. f, Monthly fixed-priced labor payments will not be reduced while an employee per:Rims their annual 2-week reserve duty unless the Contractor withholds or reduces the employee's regular salary during the 2-week period. If the Contractor withholds or reduces the employee's regular salary while performing the 2-week reserve duty, a credit shall be provided to the Government in the amount withheld from the employee's salary. For reserve duty extending beyond the annual 2-week requirement, a vacancy credit (as described below in H-0005) shall be provided to the Government until the vacancy is filled with a qualified candidate approved by the CO. H— 0005 VACANCY CREDITS When Task Order vacancies occur, monthly payments shall be reduced eotntnens th reduction in Contractor Manpower Equivalent (CNTE) as awarded. Provide stand nt reductions to the CO for review and approval prior to invoicing reduced payments. Approved f kiting reductions shall be consistently applied when CME vacancies exist. Provide calculations used t ninthly payment via email to the CO/CA administering the contract prior to invoicing, and document doetion in the WAWF invoice description by including verbiage "Monthly payment is reduced due to (Labor Category) vacancy from (dd - dd mm yy)," i.e., (Network Analyst) - 10 Dec II). Reduced monthly payments shall continue until the vacancy is filled with an equal or more qualified contractor employee approved by the CO: or other appropriate action is taken by the CO. Upon submission of potential new employee resume. the CO will approve/disapprove within 3 business days of receipt. This TO may also contain CMEs that have a potential for conversion to government positions at sometime during the base or option years. If any CMEs are converted, these positions will also become vacancy credits. 9 FM/02 I -1 I -R-00117 — 0006 GOVERNMENT CONTRACTOR RELATIONSHIPS The Government and the contractor understand and agree that the SCINiCe5 to be delivered under this TO by the contractor to the Government are non-personal services. The parties recognize and agree that no employer employee relationships exist or will exist under the TO between the Government and contractor and/or between the Government and the contractor's employees. It is, therefore, in the best interest of the Government to afford the parties a full and complete understanding of their respective obligations. Contractor personnel under this TO shall not he: - placed in a position where they arc appointed or employed by a Federal Officer, or direction, or evaluation of a Federal Officer, Military or Civilian. - placed in a staff or policy-making position. - placed in a position of command, supervision, administration of control over Hit personnel of other contractors, or become a part of the Government organizati - used for the purpose of avoiding manpower ceilings or other personnel rides and regulations or the Civil Service Commission. - used in administration or supervision of military procurement activities. The services to be performed under this TO do not require the contractor or its employeesto exercise personal judgment and discretion on behalf of the Government, but rather the contraemployees and exercis personal judgment and discretion on behalf of the contractor. Rules, regulations, directions and requirements which are issued by command authorities under their responsibility for good order, administration, and security are applicable to all personnel who enter the installation, or who travel on Government transportation, This is not to be construed or interpreted to establish any degree of Government control, which is inconsistent with a non-personal service contract. In no case shall signs of recognition or appreciation for exceptional performance the Government serve as endorsement of that contractor or its employees, in Government acceptance of the contractor's performance unless made in writi represent themselves as endorsed by the Government in any manner, including materials. H — 0007 any other state ALLOWABLE TRAVEL COSTS a, The contractor may be required to travel within the contiguous United States and overseas, The contractor shall not perform any travel without direction and approval in advance by the Government. Reimbursement for travel occurring at the direction of the Government performed in conjunction with a specific authorized trip will he under the Travel CLIN in Section B of the TO. AFSOC policy for rental cars is that only compact car size shall be utilized unless justification is provided in advance. Conference fees shall he reimbursed under the Travel CON, with no G&A allowed. Reasonable and allowable contractor travel expenses will be reimbursed limited to those expenses specifically authorized at FAR 31.205-46. Billable travel costs are transportation, lodging, and per diem expenses, and receipts are required for lodging and transportation at a minimum. The contractor shall he responsible for making all travel arrangements and obtaining any passports and/or visas. The contractor may be required to travel by Government-provided transportation When commercial air travel is authorized, the contractor shall utilize coach, tourist, or similar accommodations. Government quarters shall be utilized, when available, to the greatest extent possible. b. Pursuant to Public Law 99-234, reasonable and allowable transportation minted with the performance of this TO may be reimbursed based upon mileage. rates, actual costs or a combination thereof. Lodging, meals, and incidental expenses may be based upon p diem, actualxpenses, or a combination thereof, provided the method used results in a reasonable charge. Page 19 of 39 FM/02 I - I I -R1)007 c. The contractor shall be reimbursed fin travel md per diem expenses in accordance with the regulations cited above, not to exceed amounts allowable under the Joint Travel Regulation (JTR), excluding overhead, profit, fee and G&A. The government shall pay the contractor processing charge (see Travel GUN) for the administrative burden of conducting travel Payment shall be made directly to the contractor on a cost-reimbursable basis upon submission of proper invoices and supporting documentation as stated in Section G-0004. d. The Government will be responsible for obtaining travel clearances and issuance of any required special orders. Subject to availability. the Government may provide travel to and from overseas work sites via Air Mobility Command (AMC) flights. Use of AMC transportation shall be approved in advance by the CO or designee. Utters of Authorization as outlined in the Synchronized Predeployment and Operational Tracker (SPOT) program shall specify the Customer Identification Code (QC) specific for the line of accounting cm the TO. The CIG and line of accounting shall he annotated on all letters that the contractor presents to the deployment processing center when traveling. This will allow direct billing to the Government of AMC Bights. If the Contractor does not have the GIG number, the Letter of Authorization (LOA) in SPOT will state "special account handling: billing for military transportation will be forwarded to the contractor's address (insert Contractor's address a Cited Federal Regulations are not incorporated in their entirety. It is the contractor's responsibility adhere to all provisions of cited regulations. H — 0008 PERSONNEL RIGHTS OF THE GOVERNMENT TO PERFORM FUNCTIONS WITH ITS OWN The government reserves the r personnel during periods of di o perform or supplemen des poli cc of TO functim acts of God. th Govern H— 0909 GOVERNMENT DOWN TIME (Applicable to Contractor Performance on Govemmen nstalla • a: Base Closures Due to Emergencies: The Wing Commander may direct a base closu part of such as, but not limited to, adverse weather, A natural gas leak or fire. When the directive is issued, 'tor pers dismissal, contractor personnel shall promptly and appropn telt; secu evacuate in an expedient but safe manner. Once evacuated paragraph It of this clause. o an unfo n emergency di as a d. Upon d property and directions in Payment Terms: Firm-Fixed Price TOs - the Contractor shall be reimbursed at the awarded amount unless negotiations change that amount. If necessary, a time extension may be granted for each order delayed by the closure equal to the time of the closure, subject to the availability of funds. As a "mission essentiar Task Order this Task Order may require such personnel to work despite the base being closed. h. Base Closure Notification Procedures: After an official notification of a base cloth bu TO) by the Wing Commander, the contractor i the re-opening of the hose as no other form of notifit The contractor is responsible for notifying their employees of the base is made during the duty day, the contractor stud transmitted through official notification channels. any other performance location s al news progr ening will be issued ning. If the deck ng Commander's instruc a Base or AESOC Closure Due to Non-Emergencies: The HQ AFSOC Commander or Wing Commander may elect to close all 'r part 01 inc base br on reasons such as base open house, etc. In the event of a non-emergency B e or Headquarters closu re the contractor shall jointly choose a course of action within the following phonic Page 20 of 39 COR and PAOH21-11-R4HHH7 , 'there is a need for the service during the Base or Headquarters closure and a Government employee will e present. he contractor may continue 10 work on-site. Billing for meaningful work shall be at the labor rates award in the 10. (2) if there is a requirement for work during the base or Headquarters closure but either a Government employee will not be present or access lathe work area is not available, the contractor may work off-site provided meaningful work is accomplished. The contractor shall certify to the Government by letter within five (5) business days of returning to work the nature and scope of the work completed off-site. Billing for labor in performing meaningful work under Labor-Hour TOs shall be submitted for payment. Billing for Firm Fixed Price TOs will be paid at awarded rates. (3) If there is not a requirement for the se ice during the scheduled Base or Headquarters closure, th shall not work on n off-site location. The Government may grant a time e each order equal to the amount of he closure. Bi labor under Labor-Hour TOs shall submitted for payment. Bilh ixed Price TOs paid at awarded rates. (4) If a Federally mandated holiday other than those listed in Section G. Para G-0007, is granted to Feder employees, contractor employees shall observe the holiday. Billing for labor under Labor-Hour TOs sha or be submitted for payment. Billing for Firm Fixed Price TOs will be paid at awarded rates. H — ONO SUCCESSOR CONTRACTOR a. This TO represents a continuing need of the Government and as such, it is anticipated that, upon completion or temination of this TO. another contract or TO for substantially the same effort will be executed. In the event that another contractor is selected as the "successor" contractor, is mutually agreed and understood that the Government interests in such a case may be best served through employment by the successor contractor of contractor employees who may be acceptable to the successor 'tor and who otherwise elect to accept employment with the successor contractor. b. The contractor agrees to preserve and make available to the CO, upon request, copies of all Is and oth documentation, developed or acquired under this TO or preceding contracts for this effort, reganling pe the work required by this TO. c, The contractor agrees to cooperate fully w transition at the end of this TO. The contrac XI any suc 1. Make available to the CO. upon request, the n under this TO; lerly Fl 2. Permit current employees to be interviewed for possible employment by a suece ssor Co 3. Provide, as requested, an orientation for a maximum of 10 succes (60) days of this TO 4. Establish agreements with its employees to do one or more of the following I unused vacation time and sick leave at the end of the TO or (2) negotiate with the that contractor compensation for vacation time andthr sick leave balance obligations contractor/employe' of employees with outstanding balances; or (3) if sick leave balance vested, negotiate with the successor contractor and pay to that contractor compensation fo obligations assumed by the successor contractor and transfer, without monetary eonsideratro balances, not to exceed successor contractor's sick leave limitations. H — 0011 TELEPHONE COMMUNICATIONS SECURITY MONITORING Page 21 of 39 FA0021-11-R-0(017 All communications with Dof) organizations are subject to communications security (COMSEC) review Contractor personnel will he aware that telecommunications networks are continually subject to intercept by unfriendly intelligence organizations. The DoD has authorized the military departments to conduct COMSEC monitoring and recording of telephone calls originating from, or terminating at, Doll organizations. Therefore, civilian contractor personnel are advised that any time they place a call to, or receive a call from, a military organization, they are subject to COMSEC procedures The contractor will assume the responsibility for ensuring wide and frequent dissemination of the above information to all employees dealing with Doll information. H — 0012 BASE SUPPORT AT HURLBURT HELD OR AS SPECIFIED IN THE PWS The Government will provide base support to the contractor in accordance with the provisions of this clause Failure by the contra.tor to comply with the provisions of this clause will release the Government, without prejudice, from its obligation to provide base support by the date(s) required. If warranted, and:if the contractor has complied with the proviagms of this clause. an equitable adjustment will be made if the Government fails to provide base support by the date(s) required (a) Base support includes Government-controlled working space, material. equipment. ;ding automated data processing), or other support (excluding use of the defense switched the Government determines can be made available at, or through, any Air Force installation where performed. All Government property in the possession of the contractor, provided through the base support Ian will be used and managed in accordance with the Government property clause. (b) Support will be provided on a no-fee basis and the value will be part of the Government's TO consideration. (c) The contractor agrees to immediately report to the CO (with a copy to the COR) inadequacies, defective Government-Furnished Property (GFP). or non-availability of support stipulated together with a recommended plan for obtaining the required support. The Government will determine (within I 0 workdays) the validity and extent of the involved requirement and the method by which it will be fulfilled (e.g., purchase, rental, lease. GIP, etc.). Facilities will not be purchased under this clause. Additionally, the contractor (or authorized representative) will not purchase, or otherwise furnish any base support requirement provided by the clause (or authorize others to do so) without prior written approval of the CO regarding the price, terms, and conditions of the proposed purchase. or approval of other arrangements. (d) The Government support to be furnished under this TO: (I ) Adequate office floor space, including electricity, water, sewagetrash rem oval se rvices,HVAC. (2) Appropriate level of telephone service. (3) Access to technical library service. (4) PC terminals necessary for task accomplishment the value of such equipment is indeterminable, us k performed, (e) The contractor shall not incur any cost resulting from nonsupport prior to Co concurrence in accordance with the Base Support clause. (t) The contractor agrees that in the performance of this TO or any major subcontract no direct or indirect costs property will be incurred if the Government determines that the property is available at, or through, any A military installation where this TO will/may be performed. Only the prior written approval of the CO can relieve the contractor from this restriction. H— 0013 TRAINING OF CONTRACTOR EMPLOYEES The contractor shall not bill •for labor hours or travel costs associated with contractor employee tr ming unless specifically required and authorized: however, with the CO's approval, actor employees may I wed to Page 22 of 39 FAHH2 I -I I -R-0007 attend Go nment-sponso completed H - 0014 ig at the contractor's expense involved DISCLOSURE OR RELEASE OF INFORMATION a. In order to comply with DEARS 252.204-7000, Disclosure of Informeuion, copies of the information to he released are required to be mailed to the CO at least 45 days prior to the desired information release date. h. The contractor shall not hold any discussions or release any information relating to this TO without the written consent of the CO. c. This restriction applies to as follows: (1) Informant ual or potential subcontractors or vendors, nee. (2) Information to be supplied to a duly authorized representative of the CO. 001$ OCONUS LOGISTICS SUPPORT PRIVILEGES a. Logistics Support privileges may be authorized for contractor personnel in overseas locations and will be outlined in the Letter of Authorization in the Synchronized Predeployment and Operational Tracker Program. Certain of the privileges listed below apply only to mission essential services in overseas areas during military crisis situations in accordance with Special TO Requirement H-0046, °CONES Mission Essential Contractor Services Salary Allowances/Differential/Danger Pay. Authorized logistics support privileges will be within the discretion of the CO but in no event will such support exceed that permitted under the applicable Status of Forces Agreement (SOFA), or other controlling regulations. Such support to provide adequate logistical/personal benefit coverage may include but not be limited to the following: Commissary (includes rationed it (1) AAEES Facility (Military Exchange) (includes (2) (3) Military .Banking Facility (4) Military Postal Services - APO (Person (5) Petroleum and Oil Products (6) Officer's or Enlisted Club (7) Armed Forces Recreation Facilities (8) Class VII (alcoholic beverages, includes rationed Customs Exemption (9) Legal Assistance (assistance with making wills and any necessary powers of attorney as permissibleid (10) Military Department regulations) Local government transportation for official gov (11) Local MoralefWelfare Recreation Services (12) Mortuary Services (13) Transient Billets (14) PON (privately-owned vehicle) licensefregistrati (13) Immunizations (e.g., Anthrax, Smallpox, Typhoid. Lelia A) in support of °CONES (contractors are (16) immunized with the same immunizations as the military commensurate with the of the OCONUS location) ( 17) Geneva Convention Identification Cards (DD Form 489), vise and/or Dog Tags' for identification purposes Medical Care. In accordance with DODI 3020.37, Continuation of Essential DoD Contractor Services During Crises, 'contractors in a theater of operations are entitled to the same medical care as military personnel" to include but not be limited to DNA samples AIDS testing, and inedicalidentalipsychological examinations prior to deployment. Contractor employees may receive cost-free military physical examinations upon return from Page 23 of 39 FM/021- I 1-R-0007 deployment Contractor shall requirements in 1 SOMDGI 48-13 for AESOC dep loyments being established). Training. Contractors subject to deployment are lobe trained to include but not be limited to Standards of (19) Conduct. Prisoner of War Sk protection training and the use of Chemical /Biological Defensive Personal Pi-MCC:the Gear. (20) OCONUS support requirements ntract PWS paragraphs 4.5 and 4.6 and other OCONUS support requirements subject to CO discret ion b. Contractor employee dress. Numerous considerations (Air Force policy, Conventions, exposure to risk of hostile activities, effect on camouflage integrity, in-theater commander regarding the appropriate attire of contractor employees. The decisions of the commander based on those considerations. the Geneva of the omply with c. If required. the Government shall provide to the contractor all military unique organizational clothing and individual equipment with prior approval of the in-theatre commander. (Types of organizational clothing and individual equipment may include Chemical, Biological, Radiological or Nuclear (b/BRN) and Chemical Defcnsi Equipment (CDE) and/or heavy winter clothing.) d. The contractor/contractor personnel shall be responsible for ration cards, POV tags and registration, POV and GOV operator's overseas area of operation. tu all pport items (i.e. prior to the departure fro] II— 0916 °CONES MISSION ESSENTIAL CONTRACTOR SERVICES SALARY Al DIFFERENTIAL/ DANGER PAY a. During crisis situations, some technical and acquisition management support under this contract will be necessary to sustain mission essential services reference PWS pan 4.5compensation for various adverse conditions which may be associated with the performance of such essential services areas in/near declared hostile military action or areas with a high potential for terrorist activity, various pay allowances and differentials may be authorized and reimbursed under this contract. These allowances and differentials negotiated by analogy to federal civilian employee entitlements under $ U.S.C. 5925 - Post Differentials (hereinafter referred to as Differential Rates): and US.C. 5928 - Danger Pay Allowance (hereinafter refeded to as Danger other statutes and implementing regulations as appropriate. Some allowances may apply to other than mission essential personnel for certain OCONUS locations Definitions of the potential allowances and differe paragraph c. below. b. The determination of the amount of Differential Rates and Danger Pay authorized shall be based on the following: (I) The CO will utilize the United States Department of State Standardized Regulations 1DSSR) Payment Tables for Differential Rates and Danger Pay as a guideline to determine the applicable Differential Rates and Danger Pay to be authorized. The CO will utilize the DSSR Payment Tables in effect at time of deployment: subject to changes thereafter as determined by the urgency of the deployment, the length of the deployment and the facts and circumstances pertinent to application of the tables. (2) The Differential Rates and Danger Pay shall be applied to the normal compensation of the contractor employee and not to any premium pay. (3) There is an annual salary ceiling for the Differential Rate f5925(a)] as set forth in paragraph Annual salary ceilings do not apply to Danger Pa (4) Any Differential Rates and Danger Pay amounts sh government representative for the TO. The contract available to cover anticipated allowances. I Pa below. neur red with by the appropriate COR or designated the ppropriate GUN has sufficient funds c. Pay premiums which may be negotiated for contractor employees deployed to OCONUS location to the following federal employee entitlements: Page 24 of 39 na ogous FAOH2 Is I I -R410117 ( I) Differential Rates. UjiderTitle 5 U.S.C. 5925, Differential Ri (a ) 5925(a) - Additional compensation of up to 35 percent of the rate of basic pay for service at places in foreign areas where conditions of environment differ substantially from conditions of environment in the United States. If shown in the USSR Payment Table, a federal employee is entitled to this differential rate after being deployed to one or more hardship posts after the 42nd day of such detail As an exception to this rule, if shown in the USSR Payment Table, a federal employee who serves for a period of 42 consecutive days or moth on detail in specified countries may be granted die post differential at the prescribed rate for the number of days sewed, beginning with the first day of detail. Notwithstanding the rate of differential prescribed for the differential post, the per annum post differential rate at which payment is made shall be reduced. if necessary, so that the combined per annum post differential and basic compensation or post differential and salary authorized for the employee does not exceed the per annum salary authorized at Executive Schedule Level H. (b) 5925(b). This category tar Differential Rate does not apply to this contract. (2) Danger Pay Allowance. tinder Title 5 CSC. 592S, a federal employee serving in a foreign area may be granted a danger pay allowance on the basis of civil insurrection, civil war. terrorism, or wartime conditions, which threaten physical harm or imminent danger to the health or well-being of the employee. If Danger Pay allowance is granted it will be reimbursed up to the limits stated in the DSSR Payment Tables in effect at the time of performance at the applicable location. d. The following allowances are provided here for inform employees on permanent assignment (at the official Hallo contractor employees on detail in OCONUS locations. TI Standardized Regulations (DSSR) Payment Tables in effe allowances. purposes only. These allowances apply only to he employee) and are therefore not applicable to ill utilize the United States Department of State f the permanent assignment for negotiating the (I) Living Quarters Allowance 11,QAT Under Title 5 U.S.C. 5923, QA is intended to provide suitable, adequate. living quarters for the employee. The LQA is not available when government-owned or leased quarters are provided without charge. (2) Cost of living Allowan employee officially station• substantially higher than in location. There is no annual 01COLA is a cost-of-living allowance under Title 5 U.S.C. 5924 granted to an k're.ign area where the cost of living, exclusive of quarters costs, is DC, and will be paid in accordance with the DSSR tables applicable to the m applied to COLA. e, Nothing herein shall be interpreted to obligate the Government to negotiate pay premium in ex limitations applied to federal employees pay in like circumstances. Likewise, any pay premium n hereunder which is subsequently determined to be in excess of a statutory limitation applied to fed like circumstances may be declared to have been null and void, subject to disallowance as a reimb this contract, and recouped by the Government upon demand by the CO. — 0017 COMPLIANCE WITH APPLICABLE LAWS AND REGULATIONS. This TO is subject to all relevant statutes, ordinances, laws and regulations of the United States (including Execu tive Orders of the President) and state (or other public authority). The contractor shall observe and comply with all applicable state and federal requirements as to Social Security, Workmen's Compensation and employment, and any other matter concerning employment applicable to TO performance. The contractor shall also abide by and comply with such rules and regulations directions, or orders, not inconsistent herewith, as may from time to time be issued by the Government. The contractor shall comply with, and shall ensure that its personnel and ft subcontractors and subcontractor personnel at all tiers obey. all existing and futum U.S. and Host Nation la . Federal or DoD regulations, and Central Command orders and directives applicable to personnel in Iraq ant Afghanistan, including hut not limited to USCENTCOM, Multi-National Force and Multi-National Corps fragment, orders, instructions and directives. Page 25 of 39 FA0021-1 I-R-0007 Contractor employees pe Uniform Code of Military employees for criminal offsn offense. Contractors shall not pe force to depart Iraq or Af,ghanista he USCENTCOM Area of Operations are at the jurisdiction o Under the LICHT U.S. commanders maydiserpl ra s shall advise the CC) if they suspect an nip WC has co nii mployee suspected of a serious offense or it* g t he rules I ut approval from the senior U.S commander in the Rules and regulations of Hurlbut -I Field or any other government location shall apply to all contractors and their employees. Regulations include, but are not limited to, presenting valid picture identification for base entrance, obeying all posted directives, and strictly adhering to security police direction where security police have been dispatched to a particular location. H — 0018 HURRICANE SEASON Ilunicane season for the state of Florida is normally the period from I June through 30 November. During an actual hurricane condition, you may be contacted by this office and requested to secure equipment and clean up your work area. In accordance with contract clauses FAR 52.237-2 (Protection of Government Buildings, Equipment and Vegetation (Apr 1984)), you are required to maintain your work area free of debris in a safe and secure condition at the completion of each work day, with particular care during the hurricane season. — 0019 WIDE AREA WORKFLOW STATEMENT In order to receive awards from the Government Contracting activities Hurlbu an E-Invoicing id Wide Area Work Flow (WAW10. WAWE is a web-based tool for the processing of invoices/receiving reports. This will bring ab the amount of time it takes to process these documents making payment much faster. The web nuwellwawrenmil. There are no charges to use WAWF. All questions relating to system setu can he directed to the help desk at Ogden at phone number 1466-618-598W THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. CAGE CODE: ISSUE DODAAC: ADM1N DODAAC: INSPECT WY DODAAC: SERVICE ACCECPTOR: "SHIP TO" CODE: PAY DODAAC: 'A FA00 EA0021 FA0021 EA0021 tQFP21 F67100 SERVICE ACCEPTOR: CONTRACT ADMINISTRATOR: CONTRACTING OFFICER: ADDITIONAL CONTACTS ode (A 72 ti (1<4002] Idenli PLUS SIX D 7500:471(0 Q AFSOCIAQ(Q) F7LOCO TB!) (b)(3) 10 USC §130b,(b)(6) (b)(3) 10 USC §130b,(b)(6) The paying office DODAAC and mailing address can be located on front ofyour award. You can e ily tra ck your payment information on the web at Impadmvinvoicerisdclisamilllindahmt Vendor registration required, and your purchase order/contract number or invoice number will be required to inquir I your payment. TOs awarded by Hudburt Field will be paid by the Defense Finance Accounting Services (DENS) westions concerning payment should be directed to (207) 328-1682. Please have your order number mber ready when calling about payment status. If your paying office is other than Limestone, contact or for the customer services phone/fax numbers. Page 26 of 39 FM/02 I - I I -R-0007 Ii — 0020 RASE RECYCLE PROGRAM The contractor shall support and comply with all requirements of the Hudbun Field and Cartoon AFB Qualified Recycling Program (OAP). The procedures fin the collection and handling of applicable recyclable materials are outlined in HurIburt Held Instmetion (HEI) 32-7002, I September 2007 H 002t ACCESS TO SAFETY PRIVILEGE DATA - Contractors may have a legitimate requirement for access to data that is protected by safety privilege, as specified AFI 91-204, Safety Investigations and Reports, to advance the interest of Air Force safety. To ensure all personnel covered by this TO are adequately educated to these restrictions and to document acceptance of this responsibility, the following measures will be taken: - As determined necessary by AESOCISE. contractor personnel will receive i requirements of safety privilege using approved courseware. This training m privilege data will be granted after execution of a Non-disclosure Agreement - HQ AESOC/SE will grant contractor access to privilege safety data when a validated requirement is documented. HQ AESOC/SE will determine what data will be released to the contractor. - All products developed by contractors using safety privilege data will be reviewed by HQ JABOT E to delerminc if the product is a privilege document. Contractors should attempt to only produce non-safety privilege doemnentst if the product produced is determined to contain safety privilege information, it will be protected in accordance with the re sin in AR 91-204. - All safety privilege data provided to contractors must be returned to HQ AFSOUSE when the requireni access is no longer needed. Section! - Contract Clauses 252.225-7040 CONTRACTOR PERSONNEL AUTHORIZED TO ACCOMPANY U.S. ARMED FORCES DEPLOYED OUTSIDE THE UNITED STATES (JAN 2009) (a) Definitions. As used in this clause--Combatant Commander mans the commander of a unified or specified combatant command established in accordance with 10 U.S.C. 161. Designated operational area means a geographic area designated by the combatant commando force commander lem the conduct or support of specified militant operations. rd n Law of war means that part of international law that regulates the conduct of armed hostilities. The law of war encompasses all international law for the conduct of hostilities binding on the United States or its individual eitize including treaties and international agreements to which the United Slates is a party, and applicable customary international law Subordinate joint force commander means b ni (b) General. Page 27 of 39 FA( M )2 I I 2 R 0007 - s clause applies c United State. auth - - paint U S. Armed Forces dep lo (i) Contingency operations; manitarian Or peacekeeping op (iii) Other military operations or military CxcrcTses, when d by the Combatant Commander (2) Contract performance in support of U.S. Armed Forces deployed outside the United States may require work in dangerous or austere conditions. Except as otherwise provided in the contract, the Contractor accepts the risks associated with required contract performance in such operations. (3) Contractor personnel are civilians accompanying the US. Armed Forces. 0) Except as provided in paragraph (b)(3)(ii) of this clause. Contractor personnel are only authorized to use deadly force in self-defense. (ii) Contractor personnel perfornung reasonably appears necessary to exec and conditions contained in their cont sity functions also authorized to use deadly force yvhe heir security mission to protect rsons, consistent or th their ob description an imployment (iii) Unless immune from host nation jurisdiction by virtue of an international agreement or inten inappropriate use of force by contractor personnel authorized to accompany the U.S. Armed Fore personnel to United Slates or host nation prosecution and civil liability (see paragraphs (d) and (j)( in al law, subject such itis clause). (4) Service performed by Contractor personnel subject to this clause is not active duty or service under 38 U.S.C. 106 note. (c) Support. t D(i) The Combatant Commander will develop a security plan for locations where there is not sufficient 1 authority, when the Cv the interests of the Government to provide security bee Ct (A) The Contractor cannot obtain effective ((Airily services (B) Effective security services are unavailable hie cost; (C) Threat conditions necessitate security through military means. (ii) The Contracting Officer shall include in the contract the level of protection to be provided to Contractor personnel. (iii) In appropriate cases, the Combatant Commander may provide See with the level of security r,rovided DoD (2)0) Generally, all Contractor personnel authorized to accompany the U.S operational area are authorized to receive resuscitative care, stabilization, hospitalizatio treatment facilities, and assistance with patient movement in emergencies where loss o occur. Hospitalization will he limited to stabilization and short-term medical treatment duty or placement in the patient movement system. the designated vel Iff military imb, or eyesight could Oasis on return to ii) When the Government provides medical treatment or transportation of Con facility, the Contractor shall ensure that the Government is reimbursed for any( or uianiportation. e1 to a selected civtlh d with such treatment Medical or dental care beyond this standard is not u d unless specified elsewhere in this contract Page 28 of 39 FA0(12 I I I -R-(9102 - th co ngaed in the designated operationaldc (4) Contractor personnel must h ave a letter of nut holm:mai through a deployment center or to travel to, from, or withir authorization also will identify any add it ional authorizatioi personnel are entitled to under this contract. S po n ntrae ther supportrequired for its sued by the Contracting Officer in order to process c designated operational area. The letter of privileges, Or Government support that Contractor (d) Compliance with laws and regulations. (I) The Contractor shall comply with, and shall ensure that pe rs onnel authorized to accompany P.S. Armed Forces deployed outside the United States as specilied in paragraph (h)(I) 01 this clause are familiar with and comply with, all applicable-(U United States, host country, and third country national laws; (ii) Provisions of the law of war, as well as any other applicable treaties and international (iii) tinged States regulations, directives, instructions. policies, and procedures; and Orders, directives, and instructions issued by the Combatant Commander, including those relating to force security, health, safety, or relations and interaction with local nationals. (2) The Contractor shall institute and implement an effective program to prevent violations employees and subcontractors, including law of war training in accordance with paragraph (e) Pre-deployment requirements. (I) The Contractor shall ensure that the following requirements ale nwt prior to deploying personnel authorized to accompany U.S. Armed Forces. Specific requirements for each eory may be specified in the statement of work or elsewhere in the contract. CO All required security and background checks are nd accep (ii) All deploying personnel meet the minimum medical screening requirements and have received all required immunizations as specified in the contract. The Government will provide, at no cost to the Contractor, any theater specific immunizations and/or medications not available to the general public. (iii) Deploying personnel have all necessary passports, visas, and other documents required to enter and exit a designated operational area and have a Geneva Conventions identification card, or other appropriate DOD identity credential, from the deployment center. Any Common Access Card issued to deploying personnel shall contain the access permissions allowed by the letter of authorization issued in accordance with paragraph (c)(4) of this clause. (iv) Special area, country, and theater clearance is obtained for personnel. Clearance requirements are in Dot) Directive 4500.54, Official Temporary Duty Abroad, and DoD 4500.54-G, DoD Foreign Clearance Guide. Contractor personnel are considered non-DoD personnel traveling under DoD sponsorship. 11 personnel have received personal security training. At a minimum, the training shall-(A) Cover safety and security issues facing employees overseas; B) Identity safety and security contingency planning actiyities; and C) Identity ways to utilize safety and security personnel and other resources appropriately. vi) All personnel have received isolated persona g, if specified in the contract, in accordance with DoD Instruction 1300.23, Isolated Personnel Training fin DoD Civilian and Contractors. Page 29 of 39 FM/02 I -I 1-R-0007 (vii) Personnel have received law of war training o (A) Basic training is required for all Contractor personnel authorized to accompany US. Armed Fomes deployed outside the United States. The basic training will be provided through-( I) A military-run training center; or (2) A Web-based source, if specified in he proved by the Contracting Off i (B) Advanced training, commensurate with personnel as specified in the contract. d responsibilitie (2) The Contractor shall notify all personnel who are not a host country in the host country, that-- ho are not (i) Such employees, and dependents residing with such employees, who engage in conduct outside the United States that would constitute an offense punishable by imprisonment for more than one year if the conduct had been engaged in within the special maritime and territorial jurisdiction of the United States. may potentially be subject to the criminal jurisdiction of the United States in accordance with the Military Extraterritorial Jurisdiction Act of 2000 (IS U.S.C. 3621. et seq.); (ii) Pursuant to the War Crimes Act (18 U.S.C. 2441), Federal criminal jurisdiction also extends to conduct that is determined to constitute a war crime when committed by a civilian national (iii) Other laws may provide for prosecution of U.S. nationals who commit offenses on the premises of U.S. diplomatic consular, military or other U.S. Government missions outside the United States (18 U.S.C. E9)); and (iv) In time of declared war or a contingency operation. Contractor personnel authorized to accompany U.S. Armed Forces in the field are subject to the jurisdiction of the Uniform Code of Military Justice under 16 Ufit 802(0110). (I) Processing and departure points. Deployed Contractor personnel shall-(I ) Process through the deployment center desioated in the contract, or as otherwise directed by the Contracting Officer, prior to deploying. The deployment center will conduct deployment processing to ensure visibility and accountability of Contractor personnel and to ensure that all deployment requirements are met, including the requirements specified in paragraph (ex ) of this clause; (2) Use the point of departure, and transportation mode directed by (3) Process through a joint Reception Center (JRC) upon arrival at the deployed location. The JRC will validate personnel accountability, ensure that specific designated operational area entrance requirements are met, and brief Contractor personnel on theater-specific policies and procedures. (g) Personnel data. ( I) The Contractor shall enter Ohre deployment and maintain data for all Contractor personnel that ar to accompany U.S. Anned Forces deployed outside the United Stales as specified in paragraph (b)(1) of this The Contractor shall use the Synchronized Predeployment and Operational Tracker (SPOT) web-based syste http://www.dod.mil/Nri/products(spothtml, to enter and maintain the data. (2) The Contractor shall ensure that all employees in the database have a current DD Form 93, Record of Fan en Data Card, on file with both the Contractor and the designated Government official. The Contracting Officer will inform the Contractor of the Government official designated to receive this data card. (h) Contractor personnel. Page 30 of 39 FM/02 1- 1 1 -R41007 ( I) The Contracting Officer iv direct the Contractor, at its own expense, to remove and replace ally Contractor personnel who jeopardize or th mission accomplishment or who fail to comply with or pplicable requirements of this contract. Such action may be taken at the Government's discretion without prejud under any other provision ofthis contract, including the Termination for Default clause. (2) The Contractor shall have a plan on file showing how the Contractor would replace employees who are unavailable for deployment or who need to be replaced during deployment. The Contractor shall keep this plan current and shall provide a copy to the Contracting Officer upon request. The plan shall-(i) Identify all personnel who are subject to military mobilization; (ii) Detail how the position would be filled the individual were mobilized; and (iii) Identify all personnel who occupy a position that the Contracting Officer has designated as mission (3) Contractor personnel shalt report to the Combatant Commander or a designee, or through other channels such as the military police. a judce advocate, or an inspector general, any suspected or alleged conduct for which there is credible information that such conduct-(i) Constitutes violation of the law of war; or (ii) Occurred during any other military operations and would constitute a violation of the law of war if it occurred during an armed conflict. (i) Military clothing and protective equipment. (1) Contractor personnel are prohibited from wearing military clothing unless specifically uth the Combatant Commander. If authorized to wear military clothina. Contractor personnel: (i) Wear distinctive patches, arm bands, nametags, or headgear, in order to be distinguishable fro personnel, consistent with force protection measures; and (ii) Carry the written authorization vvith them at all times. (2) Contractor personnel may wear military-unique organizatio required for safety and security, such as ballistic, nuclear, biolog and indivi dual quipment (OCIF) uffiment. (3) The deployment center, or the Combatant Commander, shall issue OM and shall provid to ensure the safety and security of Contractor personnel, (4) The Contractor shall ensure that all issued OCIE is returned to the point of issue, unless th Contracting Officer. d by the 0) Weapons. (I) If the Contractor requests that its personnel performing in the designated operational area he authorize weapons, the request shall he made through the Contracting Officer to the Combatant Comman with DoD Instruction 3020.41. paragraph 6.3.4.1 or, if the contract is for security services. paragraph 6.3.5. Combatant Commander will determine whether to authorize in-theater Contractor personnel to carry weapo what weapons and ammunition will be allowed. (2) itthe Contracting Officer, subject to the approval of the Combatant Commander , u weapons-- Page 31 of 39 the ns EA002 I-I I-R-0007 Tr) The specific acting Officer may a hof CC clor-own ii pons and ammunition or (ii) The (Contracting Officer Regional Security Officer) may i issuance to specified Contractor employees Pf n ividual, e.g., Contracting Officer's Rem . fished weapons and ammunition to the Contract° (3) The Contractor shall ensure that its personnel who are authorized to carry weapons-(I) Are adequately trained to carry and use them' (A)Safely; (B) With full understandin g of, and and (C) In compliance with applicable gen Combatant Commander: 'ies, agreements, rules, regulations. h ppligable la 00 Are not barred from possession of a firearm by IS U.S.C. 922; and Adhere to all guidance and orders issued by the Combatant Commander regarding possession. use, safety, an accounutbilny of weapons and ammunition. (4) Whether or not weapons are Government-furnished, all liability for the use or any weapon by Contractor personnel rests solely with the Contractor and the Contractor employee using such weapon. (5) Upon redeployment or revocation by the Ciombattml Commander of the Contractor's authorization to ism firearms, the Contractor shall ensure that all Government-issued weapons and unexpended tunmunition are relit as directed by the Contracting Officer. (k) Vehicle or equipment licenses. Contractor personnel shall possess the mqum red licenses to operate all vehicles or equipment necessary to perform the contract in the designated operational area. (I) Purchase of scarce goods and services. If the Combatant Commander has established an organization for the depgnated operational area whose function IS to determine that certain items are scarce goods or senuces. the Contractor shall coordinate with that organization local purchases of goods and services designated as scarce, in accordance with instructions provided by the Contracting Officer. (m) Evacuation. (1) lithe Combatant Commander orders a mandatory evacuation of some or all personnel, the Government provide assistance, to the extent available, to United States and third country national Contractor personnel. (2) In the event of a non-mandatory evacuation order, unless authorized in writing by the Contracting Officer, the Contractor shall maintain personnel on location sufficient to meet obligations under this contract. fin Next of kin notification and personnel recovery. (1) The Contractor shall he tesponsible for notification of the employee-desigt employee dies, requires evacuation due to an injury, or is isolated, in deta of kit n the event pawed, or abducted. (2) In the case of isolated, missing, detained, captuted, or abducted Contractor personnel, the Government will assist in personnel recovery actions in accordance with Doll Ditective 2310.2, Personnel Recovery. (o) Mortuary affairs. Mortuary affairs for Contractor personnel who die while accompanying the U.S. Arm will be handled in accordance with Dot) Directive 1300.22, Mortuary Affairs Policy. 32 of 9 PAHH2 I-I I-R-0007 (p) Changes. In addii Officer may, at any ment-furnishi this paragraph (p) sh n to the changes otherwise authorized by the Changes clause of h e, by written order identified as a change order, make changes cibties, equipment, material, services, or site. Any change ogle he subject e provisions of the Changes clause of this contract. Pp Subcontracts, The Contractor sh subcontracts when subcontractor pc United States in-- rporate the substance of this clause, including this paragraph (q), in all authorized to accompany U.S. Aimed Forces deployed outside the ) Contingency ope ions. (2) Humanitarian or peacekeeping opt (3) Other military operations Or military e 'care designated by t Commander. (End of clause) 252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS OUTSIDE THE UNITED STATES (MAR 2006) (a) Definition. United States, as used in this clause, means. the 50 States, the District of Columba areas. (b) Except as provi traveling outside th paragraph (c) of this clause, he Contractor and its subc( )(.1 States under this con ig or (I) Affiliate with the Overseas Security Advisory Council, if the Contractor subcontractor U.S. entity, (2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a non-transitory basis, register with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country nationals comply with any security related requirements of the Embassy of their nationality; nth with th to the ex subcontractor personnel, antiterrorism/force protection awareness information he Department of Defense (DoD) provides to its military and civilian personnel and information can be made available prior to travel outside the United States; and (4) Obt subcontractor pets to The requirements if this eta s pr V ti for Contractor and lb ( I) A foreign government; (2) A representative of a foreign government: or (3) A foreign corporation wholly owned by a foreign governm td) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from the appropriate Antiterrorism Force Protection Office at HQ AESOC. This will be supplied at the Task Order level. (End of clause) 9 EA0(12 1 -I I -R400117 252.237-7019 TRAINING FOR CONTRACTOR PERSONNEL INTERACTING WITH DETAINEES (SEP 2006) (a) Definitions. As used in this Combatant Commander means the commandera unified or SOCLI ied combatant command established accordance with 10 U.S.( Detainee means a person in the custody or under the physical control °Tithe Department of Defense cm behalf olth United States Government as a result of armed conflict or other military operation by United States Personnel interacting with detainees means personnel who, in the ((curse of their duties. are expected detainees. (b) Training requirement. This clause implementson 1092 of the National Defense Year 2005 (Pub. 7 or Fiscal (1) The Combatant Commander responsible for the area where a dcten tion or interrogation facility is located wi arrange for training to be provided to contractor personnel interacting with detainees. The training dc international obligations and laws of the United States applicable to the detention of personnel, including the Gen Conventions. The Combatant Commander will arrange for a training receipt document to he provided to person who have completed the training. (2)(i) The Contractor shall arrange for its personnel interacting with detain (A) Receive the training specified in paragraph OWL) of this clauseI.) him to interacting with detainees, or as soon as possible if, •for compel g reasons, the Contracting Officer authorizes interaction with detainees prior to receipt of such training; and (B) Provide a copy of the train.in.g receipt document specified in paragraph retention. (ii) To make these arrangements, us c apply: (Contracting Officer to insert applicable point of contact ci (3) The Contractor shall retain a copy of the training receipt documenhs (10( I) and (27) of this clause until the contract is closed, or 3 years after al completed and accepted by the Government, whichever is sooner. (c) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph subcontracts that may require subcontractor personnel to interact with detainees in the course of their (End of clause) Page 34 of 39 FAHD21- I I -R411117 5352.204-9000 NOTIFICATION OF GOVERNMENT SECURITY ACTIVITY AND VISITOR GROUP SECURITY AGREEMENTS (APR 2003) This contract contains a DD Form 254 DOD Contract Security Classification Specification, and requires performance at a government location in the U.S. or overse4s. Prior to beginning operations involving classified information on an installation identified on the DD Form 254, the contractor shall take the following actions: (a) At least thirty days prior to beginning operations, notify the security police activity shown in the distribution block of the DO Form 254 as to: (1) The name, address, and telephone number of this contract company's representative and designated alternate in the U.S. or overseas area, as appropriate; (2) The contract number and military contracting command, (3) The highest classification category of defense information to which contractor employees will ha e (4) The Air Force installations in the U.S. (in overseas areas, identify A cant work will he performed; (5) The date contractor operations will begin on base in the U.S. or in the overseas area; (6) The estimated completion date of operations on base in the U.S. or in the overseas area; and, (7) Any changes to information previously provided under this clause. This requirement is in addition to visit request procedures contained in DOD 522H22-M, National Industrial Security Program Operating Manual. (b) Prior to beginning operations involving classified information on an installation identified on the pp Form 254 where the contractor is not required to have a facility security clearance, the contractor shall enter into a Visitor Group Security Agreement tor understanding) with the installation commander to ensure that the contractor's security procedures are properly integrated with those of the installation. As a minimum, the agreement shall identify the security actions that will be performed: (1) By the installation for the contractor, such as providing storage and classified reproduction facilities, guard services, security forms. security inspections under DOD 522022-M, classified mail services, security badges. visitor control, and investigating security incidents; and (2) Jointly by the contractor and the installation, such as packaging and addressing classified transmittals, security checks, internal security controls, and implementing emergency procedures to protect classified material. (End of clause) 5352.223-9000 ELIMINATION OF USE OF CLASS! OZONE DEPLETING SUBSTANCES (DDSs) (APR 2003) (a) Unless the requiring activity has ob 'Senior As (SAO) approve 1) Provide any service or p of a Class I ODS in the test, op Mahon, standard, drawing. or other doctiment that requires the use nee of any system, subsystem, mponent, or process; or (2) Provide any specification, standard, drawing, or ither document that establishes at requirement that can only be met by use of a Class 1 ODS. [Note: This prohibition does not apply to manufacturing.] or the purposes of Air Force policy, the following products that fication identified in AM 32-7086) are Class I ODSs: pure they meet the relevant product (1) Habits: 1011, 1202. 1211, 1301. and 2402, Of Chlorofluorocarbons (CFCs): C1C-11, CPC-12, CBC-13, C}C-I 1 CHC-I 12, CHC-I 13, CHC-I 14, CHC-I 15, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-7 6, and C -217, and the blends R-5t)0, R-501, R-502, and R-503; and t Carbon Tetraehboride, Methyl Chloroform, and Methyl Bromide. FM/02 I - I I -R-0007 [NOTE: Material that definition of a Class I ODS.l C Ai lc) The requiring activity has not obtained SAO approval to permit the contractor to use any Class I ODS(s): (d) The offeror/contractor is required to notify the contracting officer if any Class 1 ODS that is not specifically listed above is required in the test, operation, or maintenance of any system, subsystem, item, component, Or process. (End of clause) 5352142-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear OS prominently display installation identification badges OS contractor-furnished, contractor identification badges while visiting or perionning work on the installation. Mt The contractor shall submit a written isrquest on company letterhead to the contracting officer listing the following: contract number, location of work site, start and slop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individualist should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification fo newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longe requires access to the work site. (dl When work under this contract requires unescorted entry to cram -oiled or restricted areas. comply with any instructions provided at the TO level to comply with AFT 31-101, Volume 1. Installation Security Program. and All 31:501. Personnel Security Program Management. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with the IS may result in withholding of final paw Wild of clause) 5352.242-9001 COMMON ACCESS ARDS FOR CONTRACTOR PERSONNEL (AUG 2004) (a) Contractor personnel will be issued the Common Access Card (CAC) per Homeland Security Presidential Directive-12 (HSPD-12), which mandates policy Mr a common identification standard tim all contractors, The Federal InMrmation Processing Standard 201-1 (MPS 201-1), provides standards for the identity verification, issuance, and use of the common identity standard The Doll Federal Personal identity Verification credential, the CAC, will provide a level of identity assurance and a method of authentication. The CAC, upon presentation at perimeter security locations, shall be accepted for perimeter screening purposes. Page 36 of 39 FA(M)2 I -I I -R-0007 (b) National Agency Check with Inquiries (NACI) or equivalent bona] security clearance (e.g ational Agency Check with Local Agency Checks including Credit Check (RAC C) is required for permanent issuance of the credential. The credential may be issued upon favorable return of the FBI fingerprint check, pending final favorab completion of the NACUequivalent, based on a commander/director risk management decision. An individual holding a valid national security clearance shall not require an additional submission of the BAD/equivalent. (c) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria: (I) Require logical access to Department of Defense computer networks and systems in either: (i) the unclassified environment; or (ii) the classified environment where authorized by governing three (2) Perform work, which requires the use of a CAC for installation buildings. or physical and (d) Contractors and their personnel shall use the following procedures to obtain CACs: (I) Contractors shall provide a listing of personnel authorized a CAC to the contracting office officer will provide a copy of the listing to the government representative in the local organization authorize issuance of contractor CACs (i.e., "authorizing official"). :on (2) The Contractor Verification System (CVS) is the primay source used for issuance of the CAC. Contractor personnel on the listing shall contact the unidappointed trusted agent to enter personnel data into CVS. Trusted agent will verify that contractor personnel have as a minimum a NAO. or NACLC prior to entering data into CVS. (3) Contractor personnel will proceed to the nearest CAC issuance workstation (usually the local Military Personnel Flight (MPF) and appropriate documentation to support their identification and/or citizenship. The CAC issuance workstation will then issue the CAC. (e) While visiting or performing work on installati display the CAC as required by the governing tom mr co During the performance period of the contract, the personnel COMMC (l) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide a updated listing to the contracting officer who will provide the updated listing to the authorizing official (2) Return CACs in accordance with local policy/directives within? working days of a change in status for contractor personnel who no longer require logical or physical access; (3) Return CACs in accordance with local policy/directives within? working days date; and (e) Report lost or stolen CACs in accordance i g a CACs expiration ti g) Within 7 working days following completioMermi nation of the contract, the contractor shall ret urn all CACs Issued to their personnel to the issuing office or the location specified th) Failure to comply with these requirements may result in withholding Page 37 of 39 lent. FA002 I-I I-R-0007 The following clauses are incorporated by reference with full force and effect as if in full text: 52.223-18 Texting 251201-70(70 Contracting 252.204-7000 Disclosure of inforniation MAY 2010 252.227-7020 Rights in Special Works TUN 1995 252.203-70W 252.204-7000 Requirements Relating Compensation of Former DoD JAN 2009 Officials Prohibition On Persons Convicted of Fraud or Other Defense- DEC ZOOS Contract-Related Felonies Disclosure Of Information DEC 1991 252.204-7002 Payment For Subtitle hems Not Separately Priced DEC 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.203-7001 OCT 2009 's Representative SEP 2010 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.204-7005 Oral Attestation of Security Responsibilities NOV 2001 252.204-7006 Billing Instructions OCT 2005 251205-70170 Provision Of Information To Cooperative Arueement Holdt.rs DEC 1991 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By DEC 2006 The Government of a 'terrorist Country Item Identification and Valuation AUG 2008 252.211-7003 252.211-7007 252.223-7004 252.221-7006 Reporting of Government-Furnished Equipment in the DoD NOV 2008 Item Unique Identification (RA D) Registry Drug Free Work Force SEP 1988 757 . 775-7001 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials Buy American Act And Balance Of Payments Program JAN 2009 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252125-7004 252.225-70112 Report of Contract Performance Outside the United States and MAY 2007 Canada--Submission after Award Quarterly Reporting of Actual Contract Performance Outside MAY 2007 he United States Preference For Certain Domestic Commodities DEC 2008 252.225-7041 Correspondence in English JUN 1997 252.226-7001 SEP 2004 252.227-7000 Utilization of Indian Organizations and Indian-Owned Economic Enterprises. and Nati) Concerns Non-estoppel 252.227-7013 Rights in Technical Data—Noncommercial Items NOV 1995 251227-7014 JUN 1995 251227-7015 Rights in Noncommercial Computer Software and '711 Computer Software Documentation Data--Commercial Items 252.227-7016 Rights in Bid or Proposal Information JUN 1995 252.227-7019 Validation of Asserted Restrictions--Computer Software JUN 1995 252.227-7025 Limitations on the Use or Disclosure of GovernmentFurnished information Marked with Restrictive Legends JUN 1995 252.225-7006 9 APR 1993 OCT 1966 NOV 1995 FA002 I I I-R-0007 252.227-7026 Deferred Delivery Of Technical Data Or Computer Software APR 1988 251227-7027 Deferred Ordering Of Technical Data Or Computer Software APR 1988 252.227-7030 Technical Data--Withholding Of Payment MAR 2000 252.227-7037 Validation of Restrictive Markings on Technical Data SEP 1999 252.231-7000 Supplemental Cost Principles DEC 1991 252.232-7003 MAR 2008 252.232-7010 Electronic Submission of Payment Requests and Receiving Reports Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) JUN 1997 252.239-70(X) Protection Against Compromising Emanations JUN 2004 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008 252.243-7001 Pricing Of Contract Modifications DEC 1991 252143-7002 Requests for Equitable Adjustment MAR 1998 252.244-7000 JAN 2009 252.243-7002 Subcontracts for Commercial Items and Commercial Components (Doll Contracts) Requests for Equitable Adjustment 252.246-7001 Warranty Of Data DEC 1.991 252.247-7023 Transportation of Supplies by Sea MAY 2002 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000 5352.227-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS JUN 1997 Section I Fill In Clause: FAR 52.217-8 Option to Extend Services "within ys FAR 52.217-9 Option to Extend the Term of the Contract "within 30 days" "36 months" FAR 52.246-20 Warranty of Services "withi n 30 da CT" Page 3 9 of 39 DEC 2006 MAR 1998 CONTRACT DATA REQUIREMENT ST Form Approved OMB No 0704-0188 (I Data Item) • The outarc ram:Nog burden for fl ft collaction drormarron emmated wat mate 110 ht pe mamma, reclooro the hate teree.e.a no (0Si...daft; 2E ,S7CH(19anctin data ooprout patformg end morn:mem the d ta needed and comalatrna and revramara the tollantran ■Illfillafttn Sam cammonto•meardme the burden eatanata DI atm other amect of r - t, tolottIon i eifortttettor maim° o rigami oho Ear thdudn the burdon, t& the Dgpartnint of Delman Executua Smnom ,e enoratt M704 Olen Reapandentrehohld be aware th t notedthatandErg any other plOtra.on A law, no parson shall he G'LLIaLt to ane penofty for MAN to comply with n col lect an of trimmatran t does. not Malay a Cureent:y onbd OMB amino. number Mama do not return your form to Ola abC a organsation. Sand completed form to the G movement lemma Contrachnp °fluor tor the Contrattlfft No hated to Ram E A. CONTRACT LINE ITEM NO. B. EXHIBIT C CATEGORY: TOP b. SYSTEM/ITEM ONTRACTOR FA00214 14-0007 Intel PFD Services forAFSOC A2 DATA A001 OftrER X TM NTRACT/PR NO TITLE OF DATA ITEM 17, PRICE GROUP 3. SUBTITLE Status Report Monthly StAtOS Report (MSR) lE ESTIMATED TOTAL PRICE 5. CONTRACT REFERENCE • XX 01ST STATEMENT IlEnuatED Atar CODE See Pl4 S Paragraph 10 FREQUENCY 12 oarE Of FIRST SUBMISSION MIIILY 20111201 11 AS OF DATE N/A OLET H ISOTr0N COPIES a ADDRESS SUBMISSION Mk 16 20111016 AI .S( A7 IR REMARKS oft 0111cc a d will he delivered via rh Electronic format shall boompntih HQ AFSOC LAN electron AESOP; (CUE lilk 9. Distribution autho Ato only those included In item 14. Distribu r; document s II be re ferred to the CDR or CO. Distribution to d appropriate by the CUR and CO. document wiftbe updated if and subsequently on the 1st of d ith of each month. Blk First submittal shall be on MSR will he provided to dislribdtic kepon problet be on eonlr !iutions and be distributed, Report be coordinated betwee a that tidied and ayvpro% tor and aPPr I he coordinated by th rdinated and approv e Altemtion'imp Adjustments deemed co, 'tractor ; - Cum - Status of - List of a - •Report s ug broken: 40Wn by si and sh inform at 10 by de ton to this contra and willprovide a mon - Planned - Informat - Required •Subcontracting - Spreadsheet attac phan CO and runperiod qualifie of AR 52 . 219-14 Lim ere applicable. this information Repo 01 15 TOTAL G. PREPARED BY 1 (b)(3) 10 USC §130b,(b)(6) DD FORM 1423 - 1, FEB 2001 H. DAT 0 J. DATE I. APPROVED BY 20110519 PREvIOUS EDITION MAY BE USED. Par / of Page A d Lament 70 Form Approved CONTRACTDATAREQUMEMENTSLIST OMSINo. 07040(88 11 Data Item) 1 Tha 'n a ion hi in o un e au! atu Estr nr1 The pNB of A, CONTRACT LINE ITEM NO. ti cer tcd lc ditct 10 cugh to "ihi a""hin 'tlit i h nu ssr mem al hat T Bra Not etutho tu Id OMB ccnte MR N I B. EXHIBIT C, CATEGORY: TEM TM B P. S VSTEM)1TEM Irne l 1. DATA I I s for AFSOCA TITLE RCA IfM E. CONTRACT/PR NO. FA0021-1 -R-0007 info e EIT'th matior mon 11 Os i c o I ic rc 'd tow. Nue PD ST c F. CONTRACTOR 17 PWCC GROU 3, SUBTITLE DUN& BT Man-hour Expendi u 1 4. IN INC A 700260 ffO xx - 10, SEQU NCY N. T1 LY 12, DATE Ii. AS DE DATE 13 20111016 16- EM1S 1 14. ornIrilBunoN co a. ADOBE (A7K(0 (()) b Arsoc 11Q ST SUMISSIOf 20 01 BATT OF $EOOENT SUBMISSION 131k 16 IP ESTIMATED TOTAL PRICD OFF LC A SOCIA2X CONtRACT REFERENCE Sec PWS Paragraphs 14.2 A compatible vith Mreiowft 0111cc and wifl hc delivered L AN electronic mail syste m. ArSOC•A2 (EOM k 9 Di,tributton authorwed to Olt, those in d uded tn tern 4- Distribution. Other ivquests for this doc ument shall be referred to the CUR or CO. Distribution to this document will be updated if deemed appropriate by 1 le CUR and CO. 131k hall be on I Nov II and subsequently on the lst of each will be provided to distribution NLT the 5th of each month. lontly Repart iil be distributed DID spreadsheet, certified and approved by the CO and CUR. Discrepancies will be coordinated between the CO and contractor and approved hy the 10t Altcratioivimprnvcments to the format will be coordinated by the CUR witlt the CO. Adiustinents deemed necessary will be coordinated and approved between COd - Each individual cost breakout tilI he detailed and include employeename,CO pay flceptidns,d; )bas Status of funds expcndedfrcrnaining his DR1 can bt. achided as a attachmentL A001 Mail-hour Expcnditxwe.Rep.ofl 1"&k111 used tø keep II fon d I'll* IOTA PREPARE N. DATE Y —10E I, APPROVED BY (b)(3) 10 USC §130b (b)(6) 201100510 D FOR 42 FEB2001 PREVIO DITION MAY BE USED. Page 0 i DATE 0 2 CONTRACT DATA REQUIREMENTS LIST (I Data Item The r bi repor,ftu buten .thi ,•00 0C10 0 nth, 50350501 i omtL okOSUMMad the 81 E0 XX TRACT/PR NO. NoJ 10. FREW) NOV 12 DATE OF FIRST SUBMISSION ASREQ II. c forma I C LAN electxonicmail Distñ.bdkion authorized 'A A FSOC1A2X 1 4. DS thiRcrtO N ASREQ OF DATE 20111016 13 DATE OR SUBSEQUENT SUBMISSION a ADDRESSEE contra he al SEE REMARKS Repro AIS0C/A2X th010 11111 (lt Mlenooft Office arid vtlI be dcli end' 'ta dc stern, MI to only Out% inckded in item It Disuihuflon. Otiier requests for this document referred to th COR.(4( CO. Distribution to this document will be tpdated mud appropriate. by th CUR and CO. C 18 ESTIMATED TOTAL PRICE OFfICE ARKS HQ n CRC Concept Documents See PWS Paragraphs I4.8 0 A r E. CONTRACTOR 5 COST A REQUIRED 8 ARP CODE e TI 330A 9. 0tH StATEMENT to ...I tontØtafed form to FAOO2I 11-R-0007 ' 2, TITLE OF DATA IT TT Ova Aquisifioa kao,rnr c ommen° oe for. t. Operadonal Concept Documerns A008 4. [ E. (0 Services for response. in oIletion ma on Send Esctinest 8 , ry ; C, CATEGORY TOP I R Intel Form Approve 0448 No. 0704 ) a us aithe con imet.t those areas where improvements to the procedures, processes and bus i nes can. beimplentented and these. docrntents must tied to the Requiring Office for further considerati( gni ma, MMIIII In a a ..... .. ....... . ... a = .......... ......... ....... 11111111111111111111111111111111 SIIIIIIIIIIIIS SIIIIIIIIIIIIIIM SIM SEM SIIIIIIIII 1111111 SIM= SIIIIIIIIII•11111111 M1111111•111111111111111111 15 TOTAL C. PREPARED BY (b 0 USC §130b (b) 6 /3 FORM 1423-1, FEB 200 H. DATE —e—Yeee4T I. APPROVED BY On 0510 PREVIOUS EDITI AY BE USED 0 J. DATE Page 0 CONTRACT DATA REQUIREMENTS LIST (T Data Item) 'he paSE recoMS bt dar, thIz olloS,r ti ton, e*iàr S ttiiiated o ava ae 10 houra per r es-u me mass mcseng and pain Inc he datar,eaded a d om ptEtyo end re .ove t,0 on ", polosco _■.` trw. Co/lett' o thg ]or (0704.0 'ES. Peependsre au ]dareare t s at sesseteen P :t does not thtplay a rurranTly valid OMR on±toI rtntber Plea do not return ythr Oeveserest Expels Commas R. EXHIBIT B D. SYSTEM/ITEM a 4 AUTOOHITV Dat Quality Anon. 10 FREQUENCY M EMEMPRING 0 12. QATE 60 day after 2 APP CODE award N/A or mast suarAlsstoN SOC/A2X 14. 20111016 DISTRISOTIO 291112/5 CIS ATE OF Al SEQUENT OMISSION 11 AS OF DATE ADDflSSEE SEE RF.M.ARKS 16, REMPSkS AI • QAP) See PWS Para&aplii 4.3.11 X ?Anchorit• Ihrmut shaflnP HQ AFSOC LAN e X F. CONTRACTOR E. CONTRACT RMEREN 9. 0151 STATEMENT E on E. MOONS 794 Q 0TH R b e with Microsofl Office and will be delivered via the Ha, 9 Distribution authorized to only those included in item 14. Distribution . AR Q 'A2 (CUR) Other requests for this document shall be referred to the CUR or CO. Distribution to this t 11 be updatedifdeemed appropriate by the COR and CO. Submittal shailbo on M T 60 duns after award of contract. The plan shall iduntilh boo rnanaement will monitor perfirmance to ensure quality service in providod to the .Uovernmènt in ishing contract requirements and shall SMMES VOXIMISIN rotccl on Plan requirements. 'the plan shall be updated as needed to ensure quality service is tuaiOtine dthrcughout the contract performance perwd. CO review and approval is required for all revisions, The contractor's QAT shall be applicable to all subcontractors and members • contractors Report will hedistribuS, cenifleftand approved by the CO and TOR. Discw pattces will be coordinated betvreen the CO and contractor and approved within 10 days ofinitial completion and within . .10 .days of all upd .Alterationflinpro‘einems to the format will be coordinated by the CUR with the CO Adjustment, deemed nerAnnary will be coordinated and approved between CO and contractor. 15 TOTAL G. PREPARED BY (b)(3) 10 USC §130b (b)(6) I H. DATE I. APPROVED BY 20110510 DD FORM 1423 - 1, FEB 2001 PREVIOU DMON MAY BE USE is any te hIeo toper e FA002141-R-0007 i 2 TITLE OF DATA ITEM I cqt4ththm. al ex ma re art TM TOP E. CONTRACTIPR NO. QSity Assurance Program Plati (QAP) A009 Nó,07049.IM C. CATEGORY: Intel PED Services for AESOC A2 1, DATA TThW NO, Approved au rn oth er ap.s..-2t. A CONTRACT LINE ITEM NO, Form oosne"---tx 0 J, DATE 0 CONTRACT DATA REQUIREMENTS LIST II Dem Item/ Form Approved 01148 No, 0704-0 188 Th€ Fobt ponn btren for. t hizII in of fonatfonmoDE To merape "D Mutt pet Horror -do-'ndud dato mmoodd a e .3 ta noodad. ad nd recomm tbe oolloonon AD ntorrciation moor anrom of nh eniftot or of orftfltion ■ nclodo1 u0000ton or redue on De by-den, to De Deporren 0104 01 ne Rethoohlo.t. tim d be are that Ha tha 3ndFn any otho. TrommTo of lath no pormo MCI bo aubn odron or if Id do no' rentlo vahd OMR eont of nuitiber. Please do not morn your Derr MOH old Hp Cdntraetlnq OffIcer tot the Condeant/Pfl No. atad p B lock tM tinw tot Mviewin0 ttrns. soa Dm a Send oorn,rent; reTarding tillSb Ott ettn,ta or De Di rnetorate to ny Penat ri Fil To CO mpF5 1 th a colic- lion A. CONTRACT LINE TEM NO, B. EXHMT C. CATEGORY: TOP B D.SYSTEM/ITEM Mel PED Sen'ices for AFSOC A2 1. DATA ITEM 140 TH FA0021-11-R-0007 Scm TAmIS ' CRIME (Doc HMUDIIM MCIMent No ACT REFERENCE DI-MOMT-80004A 9. 01ST STATEMENT REQUIRED X 9 Niil 18 ESTIMATED TOTAL PRICE AFsoc!A2X 12 DATE Off FIRST SUEWISSION 14. DiSTRIBUTION 20415 13, DATE OF SUBSEQUENT SUBMISSION, . DATE ,fA 20111016 shall be compatib Dalt NyA Re sith Microsoft 091cc a d sffl the IHJAFSOC LAN elecrn,ntawaij system requests thr AESOCint Rero OR nbution authorized to only those included in item 14 Distribution. Oth er i5 document shall be mferred to the COR or CO Diaribunan to this document 1 be updated irdecmcd appropriate by the COP. and CO suhthitinl shaH to on Semi Ann fal Program uccornphshmcnt pertoan 'P Fl See PWS Paragraphs 4 5. NEP F irst GROU P 3. SURTItLE hogram Managntc.nt. Plan 250 4 F. CONTRACTOR TIThE OF DATA rEM A010 4. TM E. CONTRACT/PR NO. cc Apr 12. The contractor shall prepare and present a gement Report that provides a brief description of the task. Information. total contract v alue, nno‘ ations perforniancc infl t alnes. and problem ISb113.5. If an ftc leport sh dlix. providcd In hard copy and PowerPomt SINICS affeetiml for prsentation. 10 HQ AFSOC/A1 KQ Report iH be distrihutdd , ccftificd.and approved by the CO be coordinated between the ..()R. DISCI ( and contractor and approved within 10 days of nrcsc to the format will he C o o rd i n a t e d by ihè COR with the CO rdinated and approved bctwem C0 and. Adjustments deented flcecsatv ia. T TAT, G. b) PREPARED BY I H. DATE I. APPROVED BY + 0 0 I J. DAT E 0 USC §130b (b (6) 20110510 OD FOR 4 FEB 2001 PREVIOUS LDITION MA USED of 7 CON TRACT DATA REQUIREMENTS LIST Porn, 466494 II Data Item) DM8 N61 0704 e repo NA L data 0 g h27F1 other coped of thU 704 01551 q on , op to vc ti t I D hours pa porec, tnohthri the one and a da ..i.,, , ia usen es tea o any Reot ri of inorms ,00n euppeot dnt to raduotryg tFt0 burden, e the Deparvn. ,„,y of Oct nec E Ut 4 eorr I cc D ey be ye h S outwit other p te no ce e" be Per di i , 00 P0 urn yote Seine to. the. Send crnpfetcd form to the Conrrdctlrtg Oftier br the ci,ntqactlpn ck A. ACT LINE ITEM O. B. EXHIBIT C. CATEGORY: B S YSTEM/ITEM Intel TOP D Services for APSOC A2 ATA Ufl NO, TM CONTRACT/PR NO. FAUO21-I F. CONTRACTO R R-0007 2. TiTLE OF DATA ITEM S. SUBTITL E AUTHORTY ;Da Acqtñeim>n DUCI0&S Health T D'SAFT4I626 6 . REQUIRING OFFICE N See PWS Paragraphs4. 9 9. 01ST STATEMENt 7 oo noEa 12 DATE OF XX It MISSI0t .1 A$ OF OAT 20fl 1 01 6 13. D T BM 14. DISTRISUnO N a ADDRESSEE D reit NIA APSOCIA7N.Q at shall be compatiblE 0c LAN:electron ic and wiil.be delivered vin : the IS ESTIMA TED TOTAL PRICE 'A 2X co rs U ON IL HEMRKS A AFS 20 I P0 . flQ 17 PACE GROUP ‘ntal Health and Safety Plan .Ao ii S AN CODE X TH A AI ,A fl ER CU R ) lk 9: Ditrihution authorized io only those included in item 14 Distribution Other re quests br this docwnent shall bc relbrred to the CUR or CO. Distribution to he MSS ,d irdeemed appropriate by the CDR and CO. Only re qufred suhniitt&haU hcortOl Dec IL I he safety office will assistihe co to ensu and health plan includes all requi red xdciltlt Ld I WS) The contractor's plan st 11 o fficer ude Ineaures to ensure the contractor manta promptly to investigate. correct and track alleged safety & heohh violations and/or uncontrolled hazards in contractor work appr opriate allallit Repod will be distri buted , certifled and approved by the CO.andcOR, Discrepancies iU coordinated between the CO And contractorand approved within 10 days ofcornplet inn. 11111111111■1111111111 Altcration/improvemcnts to the format ‘..‘ ill be coot -di uited by the CDR with the CO. Adjustments deemed necessary will be coordinated and approved between CO and contra.!tor. 111 = MI 11111.1111111 TOTA C. PREPARED BY i(b) H. DATE APPROVED Y 0 J. DATE 0 USC §1 3Ob(b)(6) 0110510 OD FORM 14 FEB 2001 PREVIOU DITION MAD Pages Page // Laps. Proft INSTRUCTIONS FOR COMPLETING DD FORM 1423 (See DeD 5010 12-M for dais/led mem:mons.) FOR GOVERNMENT PERSONNEL Item A, Seltexplanatory. FOR THE CONTRACTOR Item 17, .Specify apropriate price group from one of the following groups of dffort tn developing estrnated prices for each data item listed on the OD Form 1423 planatory. . ark Mi appropriate categoryl TOP Technical Data Package. TM Technical Manual Other - other category of data, such as 'Povisoninó, — Configuration Management," etc. Item D. Enter name of systeingtem being acquired that data will support a. Group I, Definttion which is not otherw to the contractor's•performance of the primary coot Iproduction, development, testing, and admmistrationt required by HD Form 1423 Rem E. Self-explanatory (to be filled in after contract award); Item F. Self-explanatory tto be filled n after contract award) hem G. Signature of preparer of COAL. AL was prepared ed Price - Costs to be included under Group lore those .applicabie to preparing and assembling the data item Hn conformance with Government requirements, and the administratton and other expenses related to reproducing and delivering such data items to the Government CDRL approval author Rem .1 as approved hem 1 See DoD FAR Supplement Subpart 4.71 for proper riumbe hem 2. Enter tale as it appears on data acquisition docu but(e of data item for further deftly astion (01Di number, military specification robe, listed in DoD 6010.12 L (AMSDL), Cr es data content and format requirements Item 5. Enter reference to tasking in contract that generates requirement for the data hem le g , Statement of Work paragraph number) Item 6 Enter technical office responsible for ensuring adequacy of the data Item. (tern 7. Speedy requirement for inspection/acceptance of the data item by the Government Rem 8. Specify requirement for approval of a draft before preparation of the fatal data Item Item 9, For technical data, specify requirement for contractor to mark the appropriate distribution statement on the data lief. DoDD 5230 24! tern 10. Specify number of times data Items are to be delivered Ivan Ii, Specify date of data item, when applicable Ii. Group II. Definition - Data which is essential performance of the primary contracted effort but the contractor is required to perform additional work to conform to Government requirements with regard to depth of content, format, frequency of submittal, preparation, control, or quality of the data Item Estimated Puce Coats to be included under Group II are those incurred over and above the cost of the essential data item without conforming to Government regetrements, and the administrative and other expenses related to reproducing and delivering such data item to the Government c Group III De -Mutton which th develop for his internal use in perfor contracted effort and does not reciter conform to Government reouirem content, format frequency of sub quality of the data item. Estimated Price Costs to be included under Group III are the administrative and ether expenses related to reproducing and delivering such data item to the Government. d. Group IV Definition D contractor as part of his normal op in supplying these data to the Gove hich is developed by the procedures and his effort minimal. Item 12, S pecify when first submittal is required Item 13. Specify when subsequent submittals are required, when applicable Estimated Price - Group IV items should nerma be shown on the DO Form 1423 at no cost hem 14, Enter addressees and number of draftiftnal copies to be delivered to each addressee Explain reproducible copies in Item 16. Item 16, Enter total number of draft/final copies to be delivered Item 16. Use for addltionallanlying information for Items 1 through 15 Examples are: Tailoring of documents cited in Item 4; Clarification of submittal dates to Items 12 and 13, Explanation of reproducible copies in Item 14.; Desired mechum for delivery of thei data (tem. OD FORM 1423-1 (BACK), FEB 2001 Itern 18 For each data item, onto, an amount equal t hat portton of the total price when is estimated to be attribi. Me to the production or development for the Government of that of data These estimated data prices shall be developed onl m those costs which will be Incurred as a skeet result of the requirement to supply the data, over and above those oasts which would otherwise he tncurred in performance of the contract if no data were required. The estimated data prices shall not include any amount for rights in data The Government's tight to Use the data shall be governed by the pertinent prOVISIOPS of the contract L DEPARTMENT OF DEFENSE CONTRACT SECURITY CLASSIFICATION SPECIFICATION TOP SECRET (The requirements of the DoD Indrwrial Sentra). Manual apply to all aspects of Mu effort) b LEVEL OF SAFEGUA ROM° REQUIRED NONE 2. THIS SPECIFICATION IS FOR: (X and complete as applicable) • CLEARANCE AND SAFEGUARDING 8 FACILITY CLEARANCE REQUIRED 3. THIS SPEC! 'CATION IS: fX and complete as aPPEcoN4) a. PRIME COMPACT NUMBER • ORIGINAL (Complex dais it all roses) b SUBCONTRACT NUMBER b. REVISED (Sisomedes Date (YYMAIDD) 110510 Revbion No Date CY YMMOD) all premous Wets) • • 1 c. SOLICITATION OR OTHER NUMBER • • Due Dale (MAIMOD) FA0021-11-R-0007 4. IS THIS A FOLLOWDN CONTRACT? in In respouse to the contractor's request dated I 0 0 111—J YES Date 07MMDDI I NO li ves complete die following (Preceding Connect Number) Classified material received or generated tinder 5. IS THIS A FINAL HD FORM 254? i YES c FINAL (Compleie learn f mall eases) is transferred to this follow-on contract NO li ves complete the following retention of the identified classified material is authorized for the period of 6. CONTRACTOR (Include Commercial and Government Entity ( CAGE)Code) a. NAME. ADORERS, AND ZIP CODE . sEcuarry OFFICE (Name, Address, on if MGM) b CAGE CODE c COGNIZANT b CAGE CODE c COGMZANT SECURITY %WES (Name. Address. and Zip Code) b CAGE CODE c COGNIZANT SECURITY OFFICE (Name. AddreiS and Zip Code) 7. SUBCONTRACTOR • NAME, ADDRESS, AND ZIP CODE 8. ACTUAL PERFORMANCE a. LOCATION (b)(3) 10 USC §130b,(b)(6) N/A See Block/Item 15 of this form ***Multiple Locations, See Block 13*** GENERAL IDENTIFICATION OF THIS PROCVREMENT Air Force Special Operations Command (AFSOC) is responsible for fie ding and executing Intelligence, Surveillance, and Reconnaissance (ISR), Processing, Exploitation, and Dissemination (FED) capabilities. These responsibilities are vast and encompass an overall intelligence effort in exploiting intelligence information collected primarily by airborne ISR platforms, specifically unmanned aerial systems-remotely piloted aircraft (VAS-RPA). Although, the predominant intelligence mission is to UAS-RPA operations, AFSOC collections efforts are not defined solely to UAS-ItPA and includes equally in importance, support to manned platforms, surface/ground and satellite collections/operations. 10. THIS CONTRACT WILL REQUIRE ACCESS TO: a. COMMUNICATIONS SECURITY (COMSEC) INFORMATION b RESTRICTED DATA YES NO II. IN PERFORMING THIS CONTRACT, THE CONTRACTOR WILL: el 0 0 9 a. RAVE ACCESS TO CLASSIFIED INFORMATION ONLY AT ANOTHER CONTRACTOR'S FACILITY OR A GOVERNMENT ACTIVITY bRECEIVE CLASSIFIED DOCUMENTS ONLY H c RECEIVE AND GENERATE CLASSIFIED MATERIAL c CRITICAL NUCLEAR WEAPON DESIGN INFORMATION ci FABRICATE, MODIFY, OR STORE CLASSIFIED HARDWARE d. FORMERLY RESTRICTED DATA e PERFORM SERV7CES ONLY e INTELLIGENCE INFORMATION I 0 Stamm Comparimesed leformamo (SCI) 0 0 (1)Noe-SCI 0 0 a a a t HAVE ACCESS TO U.S. CLASSIFIED INFORMATION OUTSIDE INE US • PUERTO RICO. US POSSESSIONS AND littlS7 TERRITORIES g BE AUTHORIZED TO USE THE SERVICES OF DEFENSE TECHNICAL INFORMATION CENTER °MCI OR OTHER SECONDARY DISTRIBUTION CENTER b. REQUIRE A COMSEC ACCOUNT 1:1 I HAVE A TEMPEST REQUIREMENT ID ID r HAVE OPERATIONS SECURITY (ORSEC) REQUIREMENTS 1. SPECIAL ACCESS INFORMATION g NATO INFORMATION I 6 FOREIGN GOVERNMENT INFORMATION LIMITED DISSEMINATION INFORMATION r FOR OFFICIAL USE ONLY INFORMATION k OTHER Spent) Automated Information Systems NIPRNET and S1PRNET DD Form 254 (Dec 99) I 0 0 0 9 El 0 k. BE AUTHORIZED TO USE THE DEFENSE COURIER SERVICE I OTHER (Speerty). YES NO 0 0 0 0 0 0 0 0 El 0 0 0 E E I 'd • Lal 0 0 Access to ACCM/Focal Point is required (Item 1IL) II. PUBLIC RELEASE Any toromunonIclasafied ovum/ass:flan pennon:6 :a this contact than not be released for public dissemination excepi as provided by the industrral Secunty Manual or wins, 4 has been approved for pubbc release by appropnaie LIS Govaarnent authonty. Proposed public release shall be suborned for approval 00(10 release w the Directorate for Freirdom of Information and Security Mincer, Office oldie Assistant Secretary of Defense (Public Affairsr for review ibribe case of noricDoD Usa Menem, requests for disclosure OM be submit -mil to that agency . IIII 0 Direct 71rougb (SPAWN PUBLIC RELEASE OF SCUOR NON-SCI (INTELLIGENCE INFORMATION) IS PROHIBITED. Contractor will obtain contracting officer approval lAW DFAR 252.204-7000 for unclassified release. All releases will be coordinated with: HQ AFSOC/PAHQ AFSOC/A2S AF/A2RS-CSA 229 C906, STE 103 100 Bartley Street, Ste 212S 1110 Luke Ave SW, Ste 490 HurIburt Field, FL 32544 Hurlbun Field, FL 32544.5273 Joint Base Bolling DC 20332 13. SECUPJTY GUIDANCE. The Navvy classificaNN guIdaoN 'medal for .A.5 effort irLdentrficd below. If ray diffically is aNamtered Al applyior this guidance or if ray NAN conoibuting Actor Indiums ants fa changes in this guidance, McNamar is authorized sod coma -Aged lo Novi& recomnardetcbarga. c. [INMAN Lbe guidance or classificacco assigned tnay information or material 6macked or generaled unda Gus wand; and to, submit any queAmas for interemon GRIN guidance ro the official demified below Pending final decision, the mronnswo involved shall be handled aael vowed m the Mellen kvel of clarNficalpon assignee Or recommended. .10 al as appopnalefor the classified eat Attach, op-lemon, under separate correspondence. any clocumenquicles/alrans referenced herein Add additionalpages as needed to provide complete guidance I. Supported USAF organizations will provide security classification guides and other classification guidance to the contractor as required for contract performance. Contractors will comply with all Hurlburt Field, supported unit and special program requirements. Supported units will provide security requirements and instructions, and will include contractors in the unit Information Security program. 2. Classified markings on all working, draft, and final copies of deliverable material shall be in accordance with Executive Order 13526, The Controlled Access Program Coordination Office (CAPCO) guidelines, DOD 5220.22-M, DoD 5200.IR and applicable instructions contained in the respective security classification guides. 3. For on-base contractors, the NISPOM security standards can be satisfied by incorporating AFI 31-401, Information Security Program Management, and AFI 31401, Industrial Security Program Management requirements into the Visitor Group Security Agreement. 4. All classified material provided shall be returned by the contractor at contract completion. Individuals are responsible for safeguarding classified information entrusted to them. 5. Use only AF certified MS for performance on base and will comply with all AF MS procedures. Ref Item 8a: I I IS, 214 Terry Ave, Hurlburt AFB, FL; 56 IS, 112 Trident Ave, Cannon AFB; Iraq; Afghanistan Ref item 10f: The OPR for the SAP is not the office shown in item 13 of this form. However, the contractor requires access to SAP material and must adhere to the special access instructions, requirements, procedures developed by the specific SAP program manager. Ref Item 10g: Access to NATO information requires a final US Government clearance at the appropriate level. The AFSOC NATO Registry can be contacted at 850-884-5909. Ref Item 1011: This item includes any foreign Government information except NATO. Access to foreign government infomution requires a final US Government clearance at the appropriate level. Contractor employees will be briefed, and acknowledge in writing, their responsibilities for handling foreign government inforntation prior to being granted access. The contractor will maintain strict compliance with NISPOM Ch 10. Prior approval of the contracting activity is required for subcontracting. All foreign visits will be coordinated in advance with the AFSOC Foreign Disclosure Office (850) 8844096. Ref item 11g: Access to DT1C will require contractor to submit DD Form 1540 and 154110 user agencies for approval. Ref item Ili: The OPR for the Tempest is not the office shown in item 13 of this form. However, the contractor requires access to Tempest and must adhere to the Tempest instructions, requirements, procedures developed by the specific Tempest Program Manager. Ref Item Ilk: Contractor is authorized to use the services of the Defense Courier Service (DCS). The contracting activity is required to request DCS services from the commander, Defense Courier Services, ATTN: Operations Division, F1 George Meade, MD 20755-5370. Only certain classified information qualifies for shipment by DCS. It is the responsibility of the contracting activity to comply with DCS policy and procedures. (b)(3) 10 USC §130b,(b)(6) ** see attached addendums for items 10a, e (I&2), f, h, g, k and III, j and l** woomoriasEctritrty It REQUIREMENTS. Requirema in addition to ISM requirements, etc este/Imbed for Jur contact aI Yes. tOennfythe penInene cyan -actual clews 'ir the contract documeni fuel( or provide an appopriare statement which Jdoinfies the additional requirements Provide a copy of the requirements to the cognizant mayfly eke. Use hen I 3 ladchnonal la Yes . No e u needed I Provide the information requested by the Notification of Government Security Activity clause and Visitor Group Security Agreements Clause, AFFARS 535 .20 9000, to the Servicing Security Activity indicated in Item 13 above. Refer to the contract document for these clauses. The visitor group will operate per DoD 5200.1-R, AF 31-401, AFI 31-601, Hurlburt Field supplements and unit security program operating instructions, plans and procedures. See attached addendum for SCI. IS. INSPECTION& Elements °trigs Nita° art °Abide the isspectioa resporaibility of the cogaizam scarily office. out and rhea/Mo. responsible for aunt/we. Use Item 13 4/additional space is needed. (If Yes. °plan fond idea* specta car e a s or clematis carved Yes n No Long term visitor groups will be inspected as pan of the supported organizations annual Information Security Program Review, conducted by the SSA, whil operating on an Air Force Installation. The contractor will comply with the visitor group security agreement provided by the USAF Program/Project Manager at th performance location. The above does not apply to intelligence, SCI and SAP. See attached addendum. 16. CERTIFICATION AND SIGNATURE. Security requirements stated herein are complete and adequate for safeguarding the classified information to be released or generated under this classified effort All questions shag be referred to the official named below. a TYPEDNAME OF CERTIFYING OFFICIAL b. TITLE I c TELEPHONE (Include Area Goo.) I (b)(3) 10 USC §130b.(b)(6) I I d ADDRESS (Intrude ZIP Code) I 17. REQUIRED DISTRIBUTION (b)(3) 10 USC §130b,(b)(6) SIGNATURE . cosmaucroa • A SUBCONTRACTOR a A coGNIZANT Nankin' OFFICE FOR PRIM AND SUBCONCIACrOR 17 6 U.S AMATO' RESPONSIBLE FOROVERSEAS SECURITY ADMINISTRATION e ADMINISTRATIvE 12) DD Form 254 (Dec 99) . cannucnnoONICER I SOWLIPC, 27 SOW/IPC, 27 5055/S SO, AFSOC/A2S r INNERS AS NECESSARY ADDENDUM to DD FORM 254 (BLOCK 10a) COMSEC COMSEC material/information may not be released to DoD contractors without Air Force Cryptological Support Center (AFCSC) approval. Contractors will forward requests for COMSEC to the COMSEC officer through the CAASETA program office. The contractor is governed by AFKAG-1, AFKAG-2, and appropriate Air Force Security Instructions/Manuals (AFSSI/AFSSM) or Air Force Instructions (AEI). Access to COMSEC material or information is restricted to US citizens holding final U.S. Government clearances and is not releasable to personnel holding only a reciprocal clearance. Personnel requiring COMSEC access will be briefed in accordance with API 33-201 volumes 2 and 9 (COMSEC User Requirements). The Air Force program/project manager will designate the number of personnel requiring COMSEC access. The number will be limited to the mimmum necessary and will be on a strict need-to-know basis. If contractor is working within a squadronhutit, the contractor will go through the squadron/units' COMSEC Responsible Officer for the use of COMSEC. IN PERFORMING THIS CONTRACT: Contractor may be required to provide storage for classified hardware to the level of Top Secret. The contractor will follow all instructions from AF AFIs, AFSSIs, AFSSMs, and AFKAGs A COMSEC account will be established, if necessary, and COMSEC will be protected per DoD 522022-S. See API 33-203 volumes 1 and 3, The Air Force Emission Security Program, for additional guidance and requirements. The contractor is authorized to use the services of DCS if they have acquired an account through AFCSC. The contracting activity must request DCS services from the Commander, Defense Courier Service ATTN Operations Division, Ft George G. Meade MD 20755. Only certain classified information qualifies for shipment by DCS. It is the responsibility of the contracting activity to comply with DCS policy and procedures.. nOlMtEMENTS: The requirements of DoD 5220.22-M and NSA/CSS Policy Manual 3-16 are applicable to this effort All contractor personnel to be granted access to classified COMSEC information must be U.S. citizens granted FINAL clearance by the government prior to being given access. Immigrant aliens, interim cleared personnel, or personnel holding a contractor glinted CONFIDENTIAL clearance are not eligible for access to classified COMSEC information released or generated under this contract without the express permission of the Director, NSA. Contractor employees or cleared commercial carriers shall not cony classified COM SEC material on commercial passenger aircraft anywhere in the world without the approval of the procuring connecting officer. No contractor generated COMSEC or government furnished material may be provided to the Defense Technical Information Center (DTIC). Contractor generated technical reports will bear the statement "Not Releasable to the Defense Technical Information Center per Don Directive 5100-38." Classified paper COMSEC material may be destroyed by burning, disintegration, chopping or high security crosscut shredding, Cryptographic key tapes must be "terminally" destroyed (destroyed to the point where it cannot be reconstructed) utilizing devices listed on the Evaluated Products List (EPL) for Punched Tape Destruction Devices or the EPL for High-Security Disintegrators. Contact the COMSEC office for a list of approved devices. When a method other than burning is used, all residue must be reduced to pieces 5mm or smaller in any dimension. When classified COMSEC material other than paper is to be destroyed, specific guidance must be obtained from the User Agency. Unclassified COMSEC information released or generated under this contract shall be restricted in its dissemination to personnel involved in the contact Release in open literature or exhibition of such information without the express written permission of the Director. NSA, is strictly prohibited. Recipients of COMSEC information under this contract may not release information to subcontractors without permission of the User Agency. COMSEC systems requirements and assistance can be found at the following: (b)(3) 10 USC §130b,(b)(6) LAST REVIEWED/UPDATED October 2010 ADDENDUM TO DI) FORM 254 (BLOCK 10f) SPECIAL ACCESS PROGRAM INFORMATION A special access program (SAP) is one which is established and approved by the Secretary of the Air Force to control access, distribution, and to provide protection for particularly sensitive classified information beyond that normally required for Top Secret, Secret, Confidential information. A "CARVE-OUT' is a classified contract awarded by the Air Force in connection with a SAP in which the Servicing Security Activity (SSA) has been relieved of security and/or oversight responsibility in whole or in part. Prior approval of the contracting activity is required for subcontracting. Access to SAP information requires a final U.S. Government clearance at the appropriate level. lithe contractor is required to have access to a SAP (which is not a "carve out"), mark 101 "YES," the following statement applies: "Ref. 10.E: DSS maintains cognizance over the SAP. The Inspecting Industrial Security Representative must be briefed into the SAP by the government program manager or designated representative prior to access to the SAP material." If the contractor is required to have access to a SAP, but the program office is not the OPR for the SAP, the following statement applies: "Ref 10.f.: The OPR for the SAP is not the office shown in Item 13 of this form. However, the contractor requires access to material. The contractor must adhere to the special access requirements/procedures developed by the OPIL" If the contractor is required to have access to a "carve-out" classified contract, mark Items 10.f. and 14 "YES," the following statement applies: __ "Ref 10.f.: DSS has no responsibility for SAP material. SAP Program Manager has exclusive security responsibility for an SAP material released or developed under this contract." Note: Route all DD Form 254's through the appropriate SAP Officer for coordination/review. Questions/Concerns with Special Access Program Information must be coordinated in advance with the appropriate SAP Officer. LAST REVIEWED/UPDATED Date October 2010 ADDENDUM TO DD FORM 254 (BLOCK 10h) FOREIGN GOVERNMENT INFORMATION 1. Foreign Government Information is information provided to the United States by a foreign government other than NATO. The contractor is permitted access to Foreign Government Information, in the performance of this contract. Access to Foreign Government Information requires a U.S. Government clearance at the appropriate level. Comply with the requirements in the NISPOM Chapter 10, Section 3. Prior approval of contracting and foreign disclosure officer is required before subcontracting. 2. Questions/Concerns with Foreign Government Information must be coordinated/directed with the Contracting Officer and Program Manager. 3. Questions/Concerns with Foreign Visits must be coordinated in advance with AFSOC Foreign Disclosure Office: DSN 579-6588 or Comm (850) 884-6588/5306. LAST REVIEWED/UPDATED October 2010 ADDENDUM TO DD FORM 254 (BLOCK 10j) FOR OFFICIAL USE ONLY (FOUO) (References DoD Regulations 5200.142, Appendix 3, Jan 1997and 5400.7/Air Force Supplement, 22 Juo , 1999) I. GENERAL: "For Official Use Only (FOUO)" is a designation that is applied to unclassified information that may be exempt from mandatory release to the public under the Freedom of Information Act (FOIA) (reference (g)). The FOIA specifies nine exemptions that may qualify certain information to be withheld from release to the public i4 by its disclosure, a foreseeable harm would occur. FOUO is information that has not been given a security classification pursuant to the criteria of an Executive Order. Additional information on FOUO may be obtained by contacting the User Agency. FOLIO is assigned to information at the time it is created in a DoD Agency or derivatively. 2. MARKING: a. FOUO information received (released by a DoD component) should contain the following madcing, when received: THIS DOCUMENT CONTAINS INFORMATION EXEMPT FROM MANDATORY DISCLOSURE UNDER TOLL EXEMPTION(S) APPLIES/APPLE b. Information that has been determined to qualify for FOUO status should be indicated by markings when included in documents and similar material. Markings should be applied at the time documents are drafted, whenever possible, to promote proper protection of the information. Unclassified documents and material containing FOUO information shall be marked as follows: Documents will be marked "FOR OFFICIAL USE ONLY at the bottom of the front cover (if there is one), the title page (if there is one), the first page, and the outside of the back cover (if there is one). Pages of the document that contain FOUO information shall be marked "FOR OFFICIAL USE ONLY" at the bottom. Each paragraph containing FOUO information shall be marked as such. Material other than paper documents (for example, slides, computer media, films, etc.) shall box markings that alert the holder or viewer that the material contains FOUO information. • c. Within a classified document, an individual page that contains both FOUO and classified information shall be marked at the top and bottom with the highest security classification of information appearing on the page. Individual paragraphs shall be marked at the appropriate classification level, as well as unclassified or FOUO, as appropriate. An individual page that contains FOU0 information but no classified information shall be marked "FOR OFFICIAL USE ONLY" at the top and bottom of the page, as well as each paragraph that contains FOUO information. NOTE: For "production efficiency" the entire document may be marked top and bottom with the highest level of classification contained within it, as long as every paragraph is marked to reflect the specific classification of the information it contains. d. Mark other records, such as computer print outs, photographs, films, tapes, or slides 'FOR OFFICIAL USE ONLY" so that the receiver or viewer knows the record contains FOUO information. e. Mark each pad of a message that contains FOLIO information. Unclassified messages containing FOUO information must show the abbreviation "FOUO" before the text begins. 3. ACCESS: Access to FOUO Information. FOUO information may be disseminated within the DoD Components and between officials of the DoD Components and DoD contractors, consultants, and grantees as necessary in the conduct of official business. FOUO information may also be released to officials in other Departments and Agencies of the Executive and Judicial Branches in performance of a valid Government fimcdon. (Special restrictions may apply to information covered by the Privacy Act, reference (1).) Release of FOUO information to Members of Congress is covered by DoD Directive 54004 (reference (gg)) and to the General Accounting Office by DoD Directive 7650.1 (reference (II)). 4. DISSEMINATION: FOUO may be disseminated between officials of DoD Components, DoD contractors, consultants and grantees to conduct official business for DoD. Recipients shall be made aware oldie status of such information and transmission shall be by means that preclude unauthorized public disclosure. FOUO documents and material transmitted outside the Department of Defense must bear an expanded marking on the face of the document so that non-DoD holders understand the status of the information. A statement similar to this one should be used "This document contains information exempt from mandatory disclosure under apply, the FOIA. Exemption(s) 5. TRANSMISSION: FOUO information shall be transmitted in a manner that prevents disclosure of the contents. When not commingled with classified information, it may be sent via first-class mail or parcel post. Bulky shipments, i.e. testing materials, that LAST REVIEWED/UPDATED October 2010 otherwise qualify under postal regulations, may be sent by fourth-class mail. FOUO information may also be seat over facsimile equipment; however, when deciding whether to use this means, balance the sensitivity of the records against the risk of disclosure. Consider the location of sending and receiving machines and ensure authorized personnel are available to receive the FOUO information as soon as it is transmitted. Transmittal documents shall call attention to the presence of FOUO attachments. FOUO information may also be sent via e-mail, if it is sent via a system that will prevent unintentional or unauthorized disclosure. 6. STORAGE: To safeguard FOR OFFICIAL USE ONLY records during normal duty hours, place them in an out-of-sight location if your work area is accessible to persons who do not have a valid need for the information. After normal duty hours, store FOUO records to prevent unauthorized access. File them with other unclassified records in unlocked files or desks when normal internal building security is provided. When there is no internal building security, locked buildings or rooms normally provide adequate afterhours protection. If such protection is not considered adequate, FOUO material shall be stored in locked containers such as file cabinets, desks, or bookcases. Expenditure offundsfor security containers or closed areas soleh,for the protection of FOUO data is prohibited 7. DESTRUCTION: When no longer needed, FOUO information shall be disposed of by any method that will preclude its disclosure to unauthorized individuals. Destruction of all FOUO, Unclassified, and Official Business related paper products on Hubert field is accomplished by shredding. 8. Direct any and all questions concerning FOUO to the I SOW/MI Office at 884-4322. LAST REVIEWED/UPDATED October 2010 ADDENDUM TO DD FORM 254 (BLOCK 10k) AUTOMATED INFORMATION SYSTEMS I. This section outlines the requirements, procedures, and AF Instmclions that must be adhered to and are necessary requirements for contractor's use of Base Network Automated Information Systems on the Local Area Network (LAN). 2. Information Assurance is the actions that protect and defend information systems by ensuring the availability, integrity, authentication, confidentiality, and nonrepudiation. This includes providing for restoration of information systems by incorporating protection, detection, and reaction capabilities. 3. Applicable Regulations governing Automated Information Systems and Computer Security: a. MI 33-115v2, Licensing Network Users and Certifying Network Professionals b. AFSSI 8502, Organizational Computer Security c. MI 33-119, Electronic Mail (E-Mail) Management and Use d, AN 33-129, Transmission of Information via the Internet e. AFSSI 7700, Emission Security MI 33-200, Information Assurance Management g. AN 33-219, Telecommunications Monitoring and Assessment Program h. AFSSI 8520, Identification and Authentication i. AFSOCI 33-202, Portable Electronic Device Security j. AFSSI 8580, Remanent° Security 4. You are required to safeguard information systems and information . law sabotage, tampering, derual-ofeavice, espionage, fraud, misappropriation, misuse, or release to unauthorized persons. You must also protect hardware, firmware, software, and information against unauthorized disclosure, destruction or modification. 5. Per the Hurlburt Field NEPRnet System Security Authorization Agreement (SSAA), contractor owned hardware and software will not be connected to HurIburt Field unclassified or classified LAN. 6. Contractor shall not install, use or operate non-Air Force wireless network devices on Hurlburt Field. 7. All information systems, software, and/or enclaves operating on Hurlburt Field must be certified and accredited through the Don Information Assurance Certification and Accreditation Program prior to their implementation or connection to the Air Force GIG. 8. Per AFI 33-115, Volume 2 Section 5.1 states that every individual who has access to the af.mil or afamil domain, specialized systems is a network user. Before becoming an Air Force network user an individual must have a favorable background investigation, be trained, and licensed. 9. Automated information systems requirements and assistance can be found at the following: a. Email: 1 sow.ia®hurIburt.af.mil b. Contact: 1 SOCS/SCXS at 884-6605 LAST REVIEWED/UPDATED October 2010 ADDENDUM TO DD FORM 254 (BLOCK 11i) CONTROL OF COMPROMISING EMANATIONS (TEMPEST) 1. Reference: a. DOD $220.22-M, National Industrial Security Program Operating Manual, 28 February 2006. b. Secret Manual AFMAN 33-214, VI, Emission Security Assessments, 7 January 2003 (U). c. AFSS1 7700, Emission Security, 24 Oct 07 2. In accordance with guidance referenced above, a TEMPEST (EMSEC) Countermeasure Review will only be employed where a threat of exploitation exists. A countermeasure review must be performed by a Certified Tempest Technical Authority (CTTA) and be validated by Information Assurance/Cyber Surety elements prior to allocation of funds for TEMPEST countermeasures. 3. When electronic equipment is used to process classified information, a completed AF Form 4170, Emission Security Assessments/Emission Security Countermeasures Review will be completed IAW with Secret Manual AFMAN 33-214, Emission Security Assessments (U) only if either of the following conditions applies: a. The contractor will use electronic equipment/facilities to process CONFIDENTIAL, SECRET, TOP SECRET, SCI, SAP, S1OP, Restricted Data information; or b. The contractor does not maintain complete physical access control of the facility, e.g., the contractor is located in a suite. 4. Complete TEMPEST assessments will be protected at a minimum of "CONFIDENTIAL". A classification is warranted if classified threat information on the facility is included or significant vulnerabilities are identified. 5. TEMPEST/EMSEC requirements and assistance can be found at the following: a. Email: Isow.ia®hurIburraf.mil b. Contact: 1 SOCS/SCXS at 884-6605 LAST REVIEWED/UPDATED October 2010 ADDENDUM TO DD FORM 254 (BLOCK 11j) OPERATIONS SECURITY 1. This section outlines the requirements and procedures necessary for contractors to provide Operations Security (OPSEC) protection for AFSOC's Critical Information (CI). 2. OPSEC is the process of analyzing friendly actions attendant to military operations and other activities to: a. Identify those actions that can be observed by adversary intelligence systems. b. Determine which of those action are indicators to hostile intelligence systems which they can obtain and interpret or piece together to derive critical information in time to be useful for adversaries planning. c. Develop, select and execute countermeasures that eliminate or reduce to an acceptable level the vulnerabilities of friendly actions to adversary exploitation. 3. OPSEC principles are used to help assigned personnel: a. Maintain a continuing awareness of adversary interest in SOF actions and adversary intelligence collection capabilities. b. To understand the need to identify and protect unclassified indicators that reveal sensitive information. c. To evaluate the effectiveness of OPSEC measures taken to preclude or reduce adversary acquisition and exploitation of sensitive information. 4. Our objectives are: a. Protect planned operational activities by preventing the inadvertent disclosure of unclassified information relating to or revealing a possible classified operation. b. To preserve secrecy concerning specific scenario events and a USSOCOM or AFSOC response to these events. c. To identify OPSEC vulnerabilities and recommend protective measures which will serve to enhance the security of future operations. 5. AFSOC employed contractors will be OPSEC m-briefed by the assigned unit/directorate's OPSEC program manager/coordinator on the unit/directorate's OPSEC requirements within 30 days of assignment. Individual training will be developed and applied as required by the level of contact with AFSOC critical information. 6. OPSEC requirements, Critical Information Lists (CILs) and assistance can be found at the following: 7. OPSEC requirements and assistance can be found at the following: a. Email: lsow.io@hurIburtalmil b. Contact: 1 SOW/I0 at 884-4565 LAST REVIEWED/UPDATED October 2010 ADDENDUM TO DD FORM 254 (BLOCK 11L) FOCAL POINT 1. For access to Focal Point, the contractor must be verified to have a Need to Know and a proper security clearance. After proper vetting, contractor may be briefed into Focal Point and will be entered into the Need to Know Database. Contractors are permitted access to Focal Point they are cleared to in the performance of this contract. During out processing, the contractor's assigned unit will coordinate with AFSOC/A3Q to schedule debriefing. Once debriefed, AFSOC/A3Q will remove the contractor from the Need to Know Database. The assigned unit will then notify the COR of read out from Focal Point. 2. Focal Point requirements and assistance can be found at the following: a. Email: afsoc.a3q.wf®afsoc.atmil b. Contact: AFSOC/A3Q at 884-2738/4009 LAST REVIEWED/UPDATED October 2010 SCI ADDENDUM TO [FA0021-11-C-0002 The below Coordination Sheet must be signed by the offices where signature blocks appear. These are for sub-items 10.e.(1) and 10.e.(2) OR only ' em 10.e.(1) under item 10 INTELLIGENCE INFORMATION. 10.e.(1) Sensitive Compartmented Information (SCI) (b)(3) 10 USC §130b,(b)(6) b 6) 410.e.[2) Non-SCI b) 0 USC §130b,(b)(6) b)(6) The responsible office for this information is AFSOC/A2S. The information is current as of 14 February 2011. Earlier versions of this documentare obsolete and will not be accepted for new/revised-contracts. SCI Addendum - Page 1 of 11 SCI ADDENDUM TO [FA0021-11-C-0002 ADDENDUM TO DD FORM 254 FOR ITEM 12 (When item 10.e(1) and/or 10.e.(2) are(is) checked "YES") If either Item 10.e.(1) or Item 10.e.(2) are marked "YES," (i.e., "SCI" or "Non-SCI Intelligence" is involved In the contract), Item 12 must be marked "THROUGH" and the following additional addressees entered: HO AFSOC/A2S 100 Bartley Street Suite 212 South Hurlburt Field, FL 32544-5273 AF/A2RS-CSA 1110 Luke Ave SW, Ste 490 Joint Base Bolling DC 20332 In addition, include the following statement in Item 12: "CONTRACTOR IS PROHIBITED FROM RELEASING ANY INFORMATION RELATING TO ANY CONTRACT/CONTRACTUAL EFFORT INVOLVING SCI WITHOUT PERMISSION OF AFSOC/A25. PUBLIC RELEASE OF SCI AND / OR NON-SCI INTELUGENCE INFORMATION IS PROHIBITED." ADDENDUM TO DD FORM 254 FOR ITEM 13 (When item 10.e(1) and/or 10.e.(2) are checked "YES") Contractor is prohibited from using references to SCI accesses, even by unclassified acronyms, in advertising or recruitment media or on the company website without specific, case-by-case approval by SSO AFSOC. (Refer to DCID 6/1, paragraph 7.1) When required, the contractor will derivatively classify documents created in the course of this contract using the procedures and criteria defined in Executive Order 12958, Classified National Security Information, (EO 12958) as amended and Information Security Oversight Office Implementing Directive No. 1. Requests for original classification of intelligence information at any classification level or within any compartment will be referred to the AFSOC Special Security Officer. Requests for classification not involving SCI or intelligence will be referred to the AFSOC Security Forces office via the Contracting Officer's Representative (COR). When the contractor creates a classified document from extant classified documents, the contractor will incorporate into the finished product a list of all sources used and will apply required security classification markings and handling / control / dissemination / declassification caveats to all working, draft and final copies of classified documents in accordance with the following documents: The responsible office for this information is AFSOC/A2S. The information Is current as of 14 February 2011. Earlier versions of this document are obsolete and will not be accepted for new/revised contracts. SCI Addendum - Page 2 of 11 SCI ADDENDUM TO [FA0021-11-C-0002 • • • • • • • Executive Order 13526; Information Security Oversight Office Implementing Directive No. I (Effective September 22, 2003) The Intelligence Community Classification and Control Markings Implementation Manual, (U/FOU0), with its classified Appendix (CONFIDENTIAU/Rel To USA, AUS, CAN, GBR) as required The Authorized Classification and Control Markings Register, (U/FOU0), with its classified Annex (SECRET//Rel To USA, AUS, CAN, GBR) as required Air Force Instruction 31-401 Information Security Program Management Information Security Program, DoD 5200.1-R The National Industrial Security Program Operating Manual (NISPOM) (February 2006), DoD 5220.22-M, its supplement and the Department of Defense Overprint to the NISPOM Supplement, as appropriate. NOTE: As of 30 May 2006, Air Force policy requires use of the standardized security markings guidelines provided in references 12 and 13 listed below. THIS POLICY APPLIES TO ALL CLASSIFIED MATERIAL (DOCUMENTS, PRESENTATIONS, ETC.) GENERATED IN, BY AND FOR THE AIR FORCE. Contractors are required to comply with this policy change. Data storage media in any form become the property of the U.S. Government whenever classified information is placed thereon. Erasure, "wiping" of the data or reformatting of the media does not change this requirement and does not declassify the media. Contractor will not sanitize or decompartment any SCI or intelligence. If the contractor believes fulfillment of this contract requires sanitization of SCI or decompartmentation of intelligence, the information will be forwarded to SSO AFSOC. Access to, discussion of, use of, handling, maintenance and/or storage of SCI is limited to government-owned or government-controlled Sensitive Compartmented Information Facilities (SCIF) unless approved in writing by SSO AFSOC. The AFSOC Special Security Officer is the final authority regarding issues of security, classification, dissemination or any other matter involving SCI or intelligence. Unresolved SCI or intelligence information security issues shall be directed to HQ AFSOC/A2S (SSO AFSOC), phone (850) 884-6689, or DSN 579-6689. Similar issues involving other classified information will be referred to the COR. A co-utilization agreement as required by DoD 5105 21-M-1, Chapters, Paragraph C, will be completed and signed if any Special Access Program material or information is The responsible office for this information is AFSOC/A2S. The information is current as of 14 February 2011. Earlier versions of This document are obsolete and-will-not beaccepted-for new/revised-contracts, SCI Addendum - Page 3 of 11 SCI ADDENDUM TO [FA0021-11-C-0002 stored within any SCIF. The agreement will comply with the requirements in DoD 5105.21-M-1, Chapter 5.0. and AFM 14-304, Chapter 5. If the SSO with security cognizance over the SCIF concerned is not SSO AFSOC, a copy of the agreement will be provided to SSO AFSOC by the SSO concerned. References. (If newer editions are published after award of the contract, the contractor will utilize the most recent edition of these documents): 1. Executive Order 13526. Classified National Security Information, (December 29, 2009) • 2. Director of Central Intelligence Directive 6/1 Security Policy for Sensitive Compartmented Information and Security Policy Manual (1 March 1995 / 23 December 2002) 3. Director of Central Intelligence Directive 6/3 Protecting Sensitive Compartmented Information Within Information Systems (May 1, 2003) 4. Intelligence Community Directive Number 704, Personnel Security Standards and Procedures for Access to Sensitive Compartmented Information and Other Controlled Access Program Information (Replaced DCID 6/4 on 1 October 2008) 5. Intelligence Community Policy Guidance Number 704.2, Personnel Security Adjudicative Guidelines for Determining Eligibility for Access to Sensitive Compartmented Information and Other Controlled Access Program Information (Replaced DCID 6/4, Annex Con 2 October 2008) 6. Director of Central Intelligence Directive 6/5 Policy for Protection of Certain nonSCI Sources and Methods Information (SAMO(February 12, 2001) 7. Director of Central Intelligence Directive 6/6 Security Controls on the Dissemination of Intelligence Information (11 July 2001 / 3 May 2002)(Classified SECRET/NOFORN) 8. Intelligence Community Directive Number 705, Sensitive Compartmented Information Facilities (This document rescinds Director of Central Intelligence Directive 6/9 Physical Security Standards for Sensitive Compartmented Information Facilities (December 17, 2002) as amended by Intelligence Community Policy Memoranda 2005-700-1, 2006-700-7 and 2007-700-2.) 9. Information Security Oversight Office Implementing Directive No. 1 The responsible office for this information is AFSOC/A2S. The information is current as of 14 February 2011. Eadier versions-of thisdocument are obsolete and will not be accepted-for- new/revised contracts. 501 Addendum - Page 4 of 11 sa ADDENDUM TO [FA0021-11-C-0002 10. The Intelligence Community Classification and Control Markings Implementation Manual, (U/FOU0), with its classified Appendix (CONFIDENTIAU/Rel To USA, AUS, CAN, GBR) as required 11. The Authorized Classification and Control Markings Register, (U/FOUO), with its classified Annex (SECRET//Rel To USA, AUS, CAN, GBR) as required 12. Department of Defense Manual 5105.21-M-1 Sensitive Compartmented Information Administrative Security Manual (August 1998) (DoD 5105.21-M-1) (For Official Use Only) 13. Department of Defense Manual 5220.22-M National Industrial Security Program Operating Manual, February 2006 14. Joint DoDIIS Crypt°logic SCI Information Systems Security Standards (JDCSISSS)(For Official Use Only) 15. Air Force Instruction 14-302 Control, Protection, And Dissemination Of Sensitive Compartmented Information (18 January 1994) 16. Air Force Instruction 14-303 Release of Intelligence to U.S. Contractors (1 April 1999) 17. Air Force Manual 14-304 The Security, Use and Dissemination of Sensitive Compartmented Information (1 May 99) (For Official Use Only) 18. Signals Intelligence Security Regulation, 26 May 99 (SECRET//COMINT) 19. National Geospatial-Intelligence Agency Imagery Policy Series February 2004 (SECRET//NOFORN). 20. AFSOC Instruction 33-202, Portable Electronic Device (PED) Security The responsible office for this information is AFSOC/A2S. The information is current as of 14 February 2011. Earlier versions of.this-documentare obsolete and-will notbeacceptedlocnewkevised.contracts. SCI Addendum - Page 5 of 11 SCI ADDENDUM TO [FA0021-11-C-0002 ADDENDUM TO DD FORM 254 FOR ITEM 14 (When item 10.e(1) and/or 10.e.(2) are(is) checked "YES") Automated Information Systems used to process Sensitive Compartmented Information (SCI) will comply with the Joint DoblIS/Cryptologic SCI Information Systems Security Standards (JDCSISSS) and the references listed in Appendix A of that document. In no case will the contractor process SCI on non-government-owned AIS or on governmentowned AIS without written permission from a government agency authorized to issue approval to operate such equipment. The AFSOC SSO is the final authority regarding questions of AIS security for systems processing SCI and/or intelligence information. Contractor will require access to the NIPRNET. Contractor will require access to the SIPRNET. Contractor will require access to the JDISS SOCRATES/JWICS networks. The contractor will notify the AFSOC Special Security Officer immediately upon receiving "reportable information" or knowledge of reportable information involving any SCI-indoctrinated employees assigned to work on this contract. Reportable information" is defined as any change in personal status which could affect continuing eligibility for access to SCI. Refer to Paragraph L, Chapter 2 of Department of Defense Manual 5105 21-M-1 Sensitive Compartmented Information Administrative Security Manua/ (August 1998XFor Official Use Only) and Paragraph 2.7 in Air Force Manual 14304 The Security, Use and Dissemination of Sensitive Compartmented Information (1 May 99) (For Official Use Only) . Some examples (not all-inclusive) of reportable information are: • Death, capture or the unexplained absence (over 24 hours) of any SCIindoctrinated person (military U S Government civilian employee, contractor) • Intent to marry or cohabit (i.e., establish a "spouse-like" relationship), or marriage to / cohabitation with a US citizen. • Intent to marry or cohabit (i.e., establish a "spouse-like" relationship) or marriage to / cohabitation with a foreign national • Divorce of a spouse (US citizen or foreign national) • Psychiatric referral or psychiatric self-referral. • Involvement with any civilian or military law enforcement agency (defined as arrest or detention) due to criminal activity (E.g., fraud, black-market activity, theft, assault, driving under the influence/while intoxicated, prostitution, sex offenses, child abuse, domestic violence, use/possession/distribution of Illegal drugs or possession of drug The responsible office for this information is AFSOC/A2S. The information is current as of 14 February 2011 Earlier versions.of this dcatmentere obsolete and will not be accepted for new/revised contracts. SCI Addendum - Page 6 of 11 WI ADDENDUM TO [FA0021-11-C-0002 paraphernalia, homicide, manslaughter, leaving the scene of an accident, etc.) or any traffic infraction where the fine was $150 or more. • Illegal procurement/disposition matters (includes misuse of government or corporate credit and/or travel cards). • Dependent involvement in a criminal offense • An SCI-indoctrinated individual declares himself a Conscientious Objector. • A close personal or business relationship with a foreign national. • Attempted suicide or a suicidal gesture. • Recurring incidents of a discreditable nature. • Financial Irresponsibility or significant debt (failure to make court-ordered payments, placement of accounts with a collection agency, lens against property or income, repossession of property, foreclosures, etc.) . • Sudden affluence. (Defined as receiving $10,000 or more.) • Employment (paid or volunteer) by a foreign national, by an agent of any foreign Interest or with any organization or person (foreign or domestic) Involved in intelligence, foreign affairs or defense issues. • Coworker or supervisory/management doubts about the stability, trustworthiness, reliability, discretion, character, soundness of judgment or the ability to safeguard classified information to include outside activities/employment. • Security violations (SCI and non-SCI) involving an SCI-indoctrinated person. • Refusal to sign a security statement (e.g., non-disclosure agreement, security termination statement, etc.). • Unofficial foreign travel (itinerary required when self-reported). • Crime or Accident Victim. Report only those incidents that result in medical or mental problems which, in turn, could adversely affect continuing SCI access. • Any incident not listed occurring outside the United States which is inconsistent with the laws or customs of a country or state and which may result in unfavorable publicity. This contract requires certain contractor employees to have access to SCI for performance under this contract. This contract requires not more than 202 SCIindoctrinated person(s) in order to complete work on the deliverables specified in this contract. Contractor will provide AFSOC/A2S (SSO AFSOC) a list of all persons assigned to work under this contract. The list will include the employees' full names, Social Security Account Numbers, dates and places of birth, the dates of the latest personnel security investigations and the dates of SCI eligibility determination, if applicable. If a Single-Scope Background Investigation has not been completed, or is out of date, upon approval of billets by AFSOC/A2S (SSO AFSOC), the Contractor Special Security Officer (CSSO) or Facility Security Officer (FS0) will submit the necessary forms to the Defense Industrial Security Clearance Office or to the Office of Personnel Management (OPM) for those persons nominated for SCI access in The responsible office for this information is AFSOC/A2S. The infonnation is current as of 14 February 2011. Earlier versions of this document are obsolete and will-not-be accepted-for new/revised-contracts. SCI Addendum - Page 7 of 11 Sc, ADDENDUM TO [FA0021-11-C-0002 accordance with the National Industrial Security Program Operating Manual (NISPOM). Billet justifications for uncleared persons or for those whose investigations are outdated will include the contract Statement of Work (SOW). Contractor will comply with the SSO AFSOC policy of requiring the shredding of all waste paper products generated in a SCIF or intelligence facility. AFSOC Instruction 10701 also requires the shredding of all other paper items. The only exceptions are food wrappings, newspapers, magazines and packing materials. The shredder used must meet the performance requirements of NSA/CSS Specification 02-01, High Security Crosscut Paper Shredders and be approved for the destruction of classified information. (See Annex A of this specification, NSA/CSS Evaluated Products list for High Security Crosscut Paper Shredders, for specific equipment meeting these standards.) Contractor will not destroy any classified document provided by the government for the purpose of performing under the contract without permission from the government The AFSOC/A2 is the approval authority for "need-to-know" for SCI and intelligence information. This authority is delegated to SSO AFSOC. For all other information, the COR is the approval for aneed-to-know." Contractor will provide AFSOC/A2S ($SO AFSOC), via the Contracting Officer's Representative, a complete list of all employees (names and Social Security Numbers) assigned work under this contract and will maintain the list in a current status as employees are added or removed from the contract. No access will be provided to any contractor employee not on the list. Contractor will return all SCI and non-SCI intelligence material furnished under this contract to the AFSOC Special Security Officer upon completion of this contract unless written approval is granted for its retention. All classified information (in any form whatsoever) furnished in support of this contract is and remains the sole property of the United States Government. Contractor will utilize only appropriately secured local/wide area networks (i.e., SIPRNet or JWICS/JDISS, as appropriate), or another appropriately secured electronic means of transmission approved by AFSOC/A25 (SSO AFSOC) as the primary method of transmitting SCI and/or intelligence information under this contract. An alternate method of transmitting SCl/intelligence will be the Defense Courier Service. $SO AFSOC will act as the receiving and dispatching point for use of the Defense Courier Service under this contract and contractor will not require a separate Defense Courier Service account. Establishment of a Defense Courier Service account is not authorized. Contractor will not remove any SCI or intelligence information from a government or government-controlled Sensitive Compartmented Facility (SCIF) supported by this The responsible office for this information is AFSOC/A2S. The information Is current as of 14 February 2011. Earlier versions of this document are obsolete and will not be accepted for new/revised contracts. SCI Addendum - Page 8 of 11 SCI ADDENDUM TO [FA0021-11-C-0002 contract without written approval of the Senior Intelligence Officer (AFSOC/A2) and, If removed from a government installation, written courier authority from the AFSOC Special Security Officer. Requests to hand-carry SCI or intelligence information via commercial aircraft generally will not be approved. Removal of other classified information requires written permission from the COR. Contractor will not reproduce classified information (to include SC! and/or Intelligence information) without advance approval of SSO AFSOC or the releasing agency. If permission is granted, each copy will be controlled in the same manner as the original. Contractor employees will wear a SCIF identification badge (issued by SSO AFSOC or other appropriate government authority) at all times while within a SCIF under Government control. The badge must be prominently displayed on top of the outer garment and above the wearer's waist. This requirement is in addition to that mandating wear of the base-issued contractor identification badge. Contractor will comply with HQ AFSOC policies concerning the use and/or possession of Portable Electronic Devices (PED) within any AFSOC facility. AFSOC prohibits all non-government PEDs and limits use of government PEDs within AFSOC buildings. Refer to AFSOC Instruction 33-202 (Portable Electronic Device (PED) Security) for definitions of PEDs. • AFSOC/A2S (SSO AFSOC) prohibits the possession or use of all cameras, video recorders, audio recorders, cellular phones, hand-held radios, two-way pagers and all devices containing an Radio Frequency transmitter in any AFSOC SCIF. • Contractor will comply with the AFSOC/A28 (SSO AFSOC) policies which prohibit the possession or use of memory/storage devices variously described as Flash Memory, Memory Stics, Smart Media, Thumb Drives and/or Jump Drives, inter elle, In AFSOC SCIFs. Such items present unacceptable security hazards. • Briefings/presentations will be sent to / brought into AFSOC-operated SCIFs via secure e-mail at the appropriate classification level or on CDROM (Read only) or on DVD (Read only). Use of "thumb drives: "flash drives: "lump drives" or similar type USB storage devices to transfer briefings/Dresentations is pj,ibited. The contractor is prohibited from: The responsible office for this Information Is AFSOC/A28. The information is current as of 14 February 2011. Earlier versions of this document are obsolete and will not be acceptedior new/revised contracts. SCI Addendum - Page 9 of 11 SCI ADDENDUM TO WA0021-11-C-0002 • Connecting any media storage device to any government computer without permission from the Information Assurance Officer for the location in question. • Connecting any non-government computer to any government computer or computer network without permission from the from the Information Assurance Officer for the location in question. AFSOC/A25 ($SO AFSOC) (or its designee) conducts random searches of persons (military, government civilians, contractors and other persons) entering and leaving SCIFs. These searches are to ensure prohibited items do not enter SCIFS and to ensure that only authorized items are removed from SCIFs. Prohibited items will be seized and may not be returned. The incident will be reported to the Defense Security Service and the contractoes Facility Security Office/Contractor Special Security Office. Contractor employees assigned to work under this contract must consent to search. (Authority: Section 21 Internal Security Act of 1950; 50 U S C 797) Contractor employees performing under this contract will participate in all periodic SCI security awareness education and training provided by AFSOC/A2S (SSO AFSOC). Contract expiration date: 15 Oct 2011 COR/Contract Monitors (CM) (Primary and Alternate) (Names, office symbols, and phone numbers): Primary: Alternate (b)(3) 10 USC §130b,(b)(6) Places where contract will be performed (list physical addresses 8 locations): See 0D254 8.a and 13. ADDENDUM TO DD FORM 254 FOR ITEM 15 (When item 10.e(1) and/or 10.e.(2) are(is) checked "YES") HQ AFSOC/A25 (SSO AFSOC), Huriburt Field, Florida has exclusive security responsibility for all intelligence information and/or SCI material provided, released or developed under this contract. The Defense Intelligence Agency and HQ AFSOC/A2S (SSO AFSOC) have inspection authority for all intelligence-related and/or SCI-related matters under this contract. The SSA has security oversight of all information and/or material released or developed under this contract with the exception of Intelligence (SCI and non-SCI) and SAP The responsible office for this information Is AFSOC/A2S. The information is current as of 14 February 2011.. Earlier versions of this document are obsolete andwill not be accepted-for new/revised-contracts. SCI Addendum - Page 10 of 11 SCI ADDENDUM TO FM021-114-0002 material. Long Term Visitor Groups will be inspected as part of the supported organization's annual Information Security Program Review, conducted by the SSA, while operating on an Air Force Installation. The contractor will comply with the Visitor Group Security Agreement which must be signed before start of work is authorized at Hurburl Field. Addendum to DD Form 254 for Item 17 When item 10.e(1) and/or 10.e.(2) are(is) checked 'YES" HQ AFSOC/A25. The responsible office for this Information is (b)(6) The information is current as of 14 February 2011. Eadier versions of this document are obsolete and wit not be accepted for new/revised cOOtracts. SCI Addendum - Page 11 of 11 RESPOND NLT: 3 Aug 2011 TO REP No. FAO PAST PERFORMANCE QUESTIONNAIRE When Filled M This Docarneni Is Source Selection Information TAW FAR 3.104 A GENERAL INFO (Company being evaluated): Respondent, please casseet inlinanation known robe ma ce Contractor's Name: Contract Number Provided by Offeror Dollar Amount: Contract Period or Dates of Performance Provided by Offeror: B. RESPONDENT INFORMATION (Person pi Name of Respondent uestionnaire): RelationshM to Contractor: Address: Telephone Number: Fax Number: Email Address: C. PERFORMANCE INFORMATION: Please rare the contracrofs quality of performance by placing appropriate column that best describes their effort in ac the following descrip so *factory Performance does not meet most cormactual requirements and recovery 1) not likely in a ninety manner The Contractor pod °finance of the factor or subfactor contains a problem(sr for which the contractor's corrective actions appear or were fueffectice : : : N argiout Performance does not meet some contractual reCtillICMCIlti The contractual performance of the rector or subfa.:tor being akses.ed reflects a .,erviu., problem for which the contractor has not yet identified coriectice actions The contractor's propo,ed actions appear unIv mare turdly Pertotinance meets contractual requirements Contractual performance of the factor or .ubtactor contaim qmie minor problem,. for which corrective action. taken by the contract°, were satisfactor). fully im plement ed th 4 5 N/A Very GfssI Eeepthsi& Unti.wn Si Ut Pertorsnance meets contractual reqturemenB and exceeds some to the Government s (or cu.toiner's) benefit. The cormaaual per formance of the factor or ,,ubt actor being assessed was accompliched with some minor problems for winch corrective actions taken by the contractor vvere effective. Pet tortnam:e meets contractual InntlInn meats and Ckateds many to the Goommcmt's lot cmtomer's) benefit. The Lonttactual perfornume or the factor or mabla,:tor being asse,sed was accompltshed with few minor probleim, letwhich corrective actions taken by the Ihe question does not apply No pefforinance record identfliable within the area of e‘aluation contractor weit JugJilv etle cuve 2 3 4 5 N/A Technical Capability and Management Appro ach Did the contractor provide sufficient personnel with sufficient breadth and depth of experience /expertise to respond to the PWS? Did the contractor effectively monitor team performance and quality of work? Did the contractor effectively communicate between contractor employees and/or the Government counterparts? Did the contractor provide reasonable and cooperative ppott in dealing with your _staff (including the ability to successfuIR resolve dr r li _____ Did the contractor meet schedule, handle time seiritive requirements, and respond to unexpected surges in work activity? REP Attachment 4 Page II of 2 ___ RESPOND NLT: 3 Aug 2011 TO REP No. FAO Technical Capability and Management Approach (Cont'M 2 3 4 N/A If required, did the contractor avoid, neutralize, or mitigate Organizational Connie of Interest? Did the contractor demonstrate a sound technical approach, and overcame technical challenges, if encountered, during the period of performance? Did the contractor have technically qualified personnel at the time of award with the appropriate security clearances available? If not, did the contractor recruit, him and retain appropriately cleared and qualified personnel throughout the remaining period of performance? nnel were replaced during the period ofperfo cc, did the conti and hire personnel with the appropriate securit aranee experience and essential technical expertise necessary :nsure successiu performance? 4 Di contractor -cfor ecast tin Did the contractor2ronaptly i the Government of unforeseen cost in Did the contractor demonstrate effectiveness in handling unforeseen costincreases? Di Did the contractor provide accurate and complete cost proposals reflecting all aspects 1 of work for the re uired effort? D n N including btu ny efforts that resulted in impteme MEI lye and/or Ohms. E Briefly summ ze die quality and timeliness ofeustomer service provided. F. Would you award a similar contract to this company? Yes No Maybe Printed Name of Respondent: Respondent Signature: PLEASE FAX THIS COMPLETED "PRESENT AND PAST PERFORMANCE QUESTIONNAIRE" DIRECTLY TO THE GOVERNMENT AT PO ) I OR SCAN AND EMAIL TO: lags: iu usc g130b,(b)(6) ATTENTION: (b)(3) 10 USC §130b,(b)(6) Your prompt response NO LATER THAN: 3 AUG 201It1:00 P.M., tared Thank y ou REP Attachment 4 Page 2 of 2 INTEL PROCESS WORK BOOK Solicitation No.: FA0021-11-R-0007 Worksheet 1.0 INSTRUCTIONS TO OFFERORS (PRIME CONTRACTOR) 1. Worksheets contained in this workbook shall be used to form the core of your cost proposal. As stated in the RFP, all COST AREA information shall be submitted in electronic format, plus the number of paper copies indicated in cover letter 2. This workbook is designed to make the proposal process less confusing for offerors and to make the evaluation of the cost area easier for the Government. Please provide the information required on the worksheets in the format provided. "PLEASE DO NOT ADJUST THE FORMAT." *Note: If you need additional cost categories that are not included in the FaRs worksheet (Sheet 4.0). you may insert additional columns only in the GRUM ROLM:NS - to accommodate the added indirect categories. DO NOT delete any columns. If you don't propose Fringe or COM, for example, leave them blank. The following worksheets are for the Prime Contractor, 1.0 INSTRUCTIONS TO OFFERORS (PRIME CONTRACTOR) - Provides general instructions/directions to the prime contractor. 2.0 INSTRUCTIONS TO OFFERORS (MAJOR SUBCONTRACTORS) - Provides general instructions/directions to Major Subcontractors (Defined in Para 10 below). 3.0 GENERAL INFORMATION - Identifies administrative information that is required for reasonableness analysis. 4.0 Offeror Calculations - Provides worksheet to input offeror's charges. 3. In the worksheets themselves, the following color codes are used Yellow :Dells: Offeror enters cost data. Totals usually referenced from other worksheets. Cells containing specific information. 4. Please use the following filename when submitting the Cost Volume: "COMPANYNAMECOST. 1 5. The Prime Contractor shall complete and submit all Worksheets. 6. Additional comments / directions may be provided in the 'Comments section of individual cells. 7. For the purposes of cost evaluation only, MAJOR SUBCONTRACTOR Is defined as any subcontractor providing 20% or more of any given labor category. Attachment 5 Page 1 of 7 INTEL PROCESS WORK BOOK Solicitation No.: EA0021-11-R-0007 INSTRUCTIONS TO OFFERORS (MAJOR SUBCONTRACTORS) 1. Major Subcontractor is defined as any subcontractor who is expected to provide 20% or more of any given labor category. (See Para 7, Worksheet 1.0.) 2. For those firms proposing as Major Subcontractors to a Prime, Worksheet 4.0 Offeror Calculations shall be completed as appropriate for those labor categories provided by the sub. A copy of the sub's completed Worksheet 4.0 shall be provided to the Government by the proposal due date, either through the Prime or under separate cover to the Government. 3. The following worksheets shall form the core of your cost proposal. As requested in the RFP, all COST AREA information should be presented in electronic format plus the number of paper copies indicated. 4. This workbook is designed to make the proposal process less confusing for offerors and to make the evaluation of the cost area easier for the Government. Please provide the information required on the worksheets in the formal provided. 'PLEASE DO NOT ADJUST THE FORMAT? it you need additional cost categones that are not included in the FBOTs worksheet, you may insed additional columns only in the ChAttN COL 444,iS - to accommodate the added indirect categories. DO NOT delete any columns. It you don't propose Fnnge or COM, tor example, leave them blank, 5. Subcontractors are requested to complete and submit the following completed Worksheets 2.0 INSTRUCTIONS TO OFFERORS - (MAJOR SUBCONTRACTORS) - Provides general instructions/directions to Subcontractors. 3.0 GENERAL INFORMATION - Identifies administrative information that is required for reasonableness analysis. 4.0 Offeror Calculations - Provides worksheet to input offerors charges. 6. Subcontractors may submit their detailed proposals under separate cover by the proposal due date as identified in the RFP. 7. In the worksheets themselves, the following color codes are used: Yellow Cells: Offeror enters cost data. Totals usually referenced from other worksheets. Cells containing specific information. 8. Please use the following filename when submitting the Cost Volume: "COMPANYNAMECOST4 9. Major subcontractors are required to complete Worksheets 3.0 and 4.0. II they desire, they may provide their calculations directly to the Government under separate cover by the proposal date as identified in the UP. 10. Additional comments! directions may be provided in the "Comments section of individual cells. Attachment 5 Page 2 of 7 INTEL PROCESS WORK BOOK Worksheet 10: General Information if proposing as a Subcontrac ENERAL REQUIRED INFORMATION To the 0 The following General Information Tab continues through line 55 provide the information requested below. St Address City State Zip Telephone ABC COFtP PO Box 100 ANYWHERE, USA XXXXXX XXXXXX 2.0 Profit Rate 3 Cognizant DCAA Auditor Name Office St. Address City,State Zip Telephone Mt John Doe Cognizant IDCAA Anytivhere USA ;0000CX it it email FAX 4 Are you Proposing using FPRAs? YES NO Partly 5. Escalation: Identify the esc Provide Copy of FPRA Provide SupportUustification for Rates Used (explain) :on used to nenerate the Direct Labor Rates Base Year Option Yr 1 Option Yr 2 Attachment 5 Page 3 of 7 Solicitation No.: FA0021-11-R-0007 INTEL PROCESS WORK BOOK Solicitation No.: FA0021-11-R-0007 Escalation Index Used: Other Method of 6 Total P total of Pro osal (Automatically FA Base Year $714,03E40 Option Year 1 $0.00 Option Year 2 $0.00 Total $714,030.40 7. Full Time Equivalent Productive Work Year Attachment 5 Page 4 of 7 Solicitation No.: FA0021-11-R-0007 INTEL PROCESS WORK BOOK Worksheet 4.0: Offeror Calculations Calculates the Average/Maximum FBLR for the Primp for Subrontrartor) Note: Offerors have the option of either using the offered formulae or direct E ■ Fi:.. I 'i vdEttS 101 Life II :: re•.....oluilais. Note: Examples given for offeror understanding. Please erase figures and use your own. BASE YR Yearly FTE # Emp in Base Disciplines/Skill Levels C.O.M. Salary Hours Labor Cat Rate Fringe Overhead G&A Base Yr Proposed Indirect Rates 5% 1% 5% 5% Prime Ktr Profit Yrly Total All Emp FE3113 5% Labor Calegory Network Analyst II $ 3680000 Subject Matter Expert IN $ 5520000 1840 1840 1 s 1/1 5 $ $ $ 5 $ $. $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 3,680 20.00 30.00 5 5 5 $ 1.00 1.50 $ $ S $ $ $ 15 $ 5 $ $ $ 5 $ S S 5 $ 5 5 $ $ 5 $ $ $ 5 5 $ 5 $ $ $ $ $ $ $ $ $ $ $ $ 5 $ $ $ $ $ 1.00 1.50 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 1.10 1.65 $ $ $ $ $ 5 1.16 1.73 z, H. $ 623 $ 5 $ $ $ $ $ $ $ $ b 5 $ $ $ $ $ $ $ $ S , $ $ Grand Total: $ 11.00 Attachment 5 Page 5 of 7 44,638.40 669,392.00 714,03040 Solicitation No.: FA0021-11-R-0007 INTEL PROCESS WORK BOOK Worksheet AO: Offeror Calculations Calculates the Average/Maximum FBLR for the Prime for Subcontractor) Note: Offerors have the option of either using the offered formulae or direct E ■ Fi:.. vdEttS 101 Life re• Option YR 1 Yearly FTE # Emp in Base Disciplines/Skill Levels Salary Hours Labor Cal Rate Base Yr Proposed Indirect Rates Fringe Overhead 0 0% GSA C.O.M. Profit Prime Ktr FBLR Grand Total: $ Attachment 5 Page 6 of 7 Yrly Total All Emp Solicitation No.: FA0021-11-R-0007 INTEL PROCESS WORK BOOK Worksheet 4.0: Offeror Calculations Calculates the Average/Maximum FBLR for the Prime for Subcontractor) Note: Offerors have the option of either using the offered formulae or direct E ■ Fi:.. re• vdEttS 101 Life Option YR 2 Yearly FTE # Emp in Base Disciplines/Skill Levels Salary Hours Labor Cat Rate Base Yr Proposed Indirect Rates Fringe Overhead G&A 0 0% $ S S s $ $ $ $ $ $ $ s $ $ s $ 5 $ s $ H $ $ s $ $ $ $ $ $ 5 $ $ $ $ $ $ 5 $ S 5 $ $ $ $ $ $ $ S $ $ $ 5 S $ $ $ $ $ $ $ S $ $ $ $ $ $ $ $ $ $ - 5 S $ $ $ $ $ $ $ $ $ $ $ Yrly Total All Emp $ $ s $ $ $ s $ s a s $ $ $ $ s s $ s $ $ $ $ Prime Ktr FBLR Profit C.O.M. $ a 7 S $ $ $ $ ; s $ $ $ $ $ H $ $ $ $ $ a $ $ s Grand Total: $ Attachment 5 Page 7 of 7 .. AMENDMENT OF SOLICTEATION/MONFICATION OF CONTRACT VN) , X!, 5-Jar 2312 4.2: 4) ‘.1.' LPC11 .‘St '4 -xr-, ''')4An t r 2XFO I ..X.417XXI£ +CaC.OditKC I §130b SII0 H. rEA.°21 !xx _ I INS)090.31:S '1,25 42; Y AVE • hl>U5OR Flt 0)7 k 32,41:At. K. 1:,/ ,‘1‘1, A.1, A!,:..Xi:;Sx!:* 1 ”NfRA:11)1r. IN!.! Iitrxet. ecxxxX, am1 1/2pexcxx At OH 11.A.11DOill HAr.,,,T.T DE N4pipi e. x `X - Qi>1!XA]:1 1: 021.XX 11M. PAT:1...11 ISHX1:11:! :1.4 XII Are:n9 Arr.' uy coDE :02-Sep!,21111 11 11:11X X111XX. ONLY Ant 0 1.1S TO ANIFNI,1111.1,1 i (X fl R !!'n Xxxx EZ^bsg:d SOke01,110111,11 ■010110i ! 4 12 010j711, 101111 11 11112b ,ho god 9w sp,,,e.nc4..!g ■ 101.01,3 01 031... ■ xxxxx:- ■ ,r <11%.!!!:xx a1o!!x..!..xxerxxx.!,,!!! „, 01-1091; 1,01..` .110 1 , u1,01L°1113 y ! 11]. A KE1I.L ' N 5,11 xx.-ax (.,..C!" I 1( 't : 11 R xx ND: I I- • RR' tLiIuI MM1,1.11,101,pcs.W(tdm the x.1*.xxxx..n 01 , 21114100,1 P. 011.101 5110 10 ■ 00,0 0001.00 cci 01 [1 { 0,, 00 of 105 1110.0i ,11:1,1LW(mcle!!!!xxtth Xtu! xXxx! III.,I4t1r VLIilTI1IIl lImwn 1.:Xx l'xi OUR x 4xX011.11.1XX.PALIT1: 1 HI X1 ci IX/ 1 ,1 0'11 X• SA 1X1 5112:111: I FAO 1- Rapik112 •Page 2 .c:114 OB1XCK 14 CON EINIJATI MARY OF CHANGES siicrno PP CLIN 0001 The CLINT e S II PRICES ed description has changed From - Labor Costs for all ocalions during the base period of petfoimance. 'h shall provide non-personal services using the labor categories identified in the contractor' Al liant OWAC contract (2) The Firm Fixed-Price award of $ 19.964227.60 for on-site labor based on the Contractor's proposed and awarded cost to perform sen ices and provide ernerables identified in the Performance Work Statement for the period 16 Oct 2011 - 15 Oct 2012. Contractors proposal, received 3 Aug 2011 is incorporated by reference. (3) Payment for satisfactory performance and acceptance of required deliverables by the government shall be made as follow: one partial payment of 5831,842.82 for the period 16 Oct - 31 Oct 2011, doyen equal payments of S1,663,685.63. and one partial payment of $831,842.82 for the period 1 Oct 15 Oct 2012. Reference G-0004(d)(1) & 14-0005. To - Labor Costs thr all locations during the base period of performance. 1) The Contractor shall provide non-personal se - ices using the labor categories identified in the contractor's Alhant CA AC contract (2) The Firm Fixed-Price award of $ 19,964,227.60 for on-site labor is based on the Contractors proposed and awarded cost to perform services and provide deliverables identified in the Performance Work Statement for the period 16 Jan 2012 — 15 Jan 2013. Contractor's proposal. received 3 Aug 2011 is Incorporated by reference (3) Payment for satisfactory performance and acceptance of required deliverables by the government shall be made as follow: one partial payment of $831,842.82 for the period 16 Jan - 31 Jan 2012, clef en equal payments of 51,663,685.63, and one partial payment of $831,842.82 for the period 1 Jan IS Jan. 2013. Reference G-0004(d)(I ) & 11-0005.. CLIN1001 The CL tN extended description changed FirLabor Costs for all locations during the base period of performance. (1) Th The Contractor shall provide non-personal services using the labor categories identified in the contractor s Alliartt GWAC contract. (2) The Finn Fixed-Price award of S 19,975,394.80 for on-site labor is based on the Contractor's proposed and awarded cost to perform services and provide deliverables identified in the Performance Work Statement for the period 16 Oct 2012— 15 Oct 2013. Contractor's proposal, received 3 Aug 2011 is incorporated by reference. (3) Payment for satisfactory performance and acceptance of required deliverables by the government shall he 21-Itteam}, Page 3 o 14 made as funned at drne of option) payment shall be made monthly 16 Oct - 31 Oct 2012 els payments ed at time I option) and one partial payment of (detcrrnrned at time ol option) od 1 Oct - 15 Oct 2013. Reference 0-0004(d)(1) & H-0005. o - Labor Costs for all locations during the base period of performance (1) The Contractor shall prc non-personal senices using the labor categories identified in the contractor's Albant GWAC contract (2) The Firm Fixed-Price award of $ 19,975,394.80 for on-site labor is based on the Contractor's proposed and awarded cost to perform services and provide dulnerablcs identified in the Performance Work Statement for the period 16 Jan 2011- IS Jan 2314 Contractor's proposal. received 3 Aug 2011 is incorporated by reference. (3) Payment for satisfactory pertia mance and acceptance of required deliverables by the government shall be made as follow (determined at time of option) payment shall be made monthly 16 Jan - 31 Jan 2913, dc'. en equal payments of (determined at time of option), and one partial payment of (determined at time of option) for the period 1 Jan - 15 Jan 2014. Reference G-0004(d)(I) & 11-0005.. 'LIN 2001 The JILIN extended description has changed From - Labor Costs for all locations during the base period °floor -for-mance. (I) The -personal services using the labor categories identified in the contractor s All 1. (2) The Firm Fixed-Price award of $ 20,026,173.60 for on-site labor is based on the Contractor's proposed and awarded cost to perform services and provide deliverables identified in the Performance Work Statement for the period 16 Oct 2013 - 15 Oct 2014. Contractor's proposal, received 3 Aug 2011 is incorporated by reference. (3) Payment for satisfactory performance and acceptance of required derv, erables by the government shall be made as folios\ : (determined at time of option) payment shall be made monthly 16 Oct - 31 Oct 2013, eleven equal payments of (determined at time of option), and one partial payment of (determined at time of option) for the period 1 Oct - 15 Oct 2014, Reference G-0904(d)(1) & 11-0005. ahor Costs for all locations during the base period of performance. (I) The Cot shall provide non-personal services using the labor categories identified in thc contrac Alliant GWAC contract (2) The Firm Fixed-Price award of $ 20,026,173.60 for ou-itc labo based on the Contractor's proposed and awarded cost to perform services and provide del iverables identified in the Perfonnanee Work Statement for the period 16 Jan 2014 -15 Jan 2015. Contractor's proposal, received 3 Aug 2011 is incorporated by reference. (3) Payment for satisfactory performance and acceptance of required deliverables by the government shall be made as follow (deterininal at time of option) payment shall be made monthly 16 Jan -31 Jan 2014, eleven equal payments of (determined at time of option), and one partial payment of (determined at time of option) for the period 1 Jan - 15 Jan 2015. Reference G-0004(d)(1) & H-0005.. SUL3CLIN 00010 dded as fo FAO 2 14417400951 spiT11225). Pope 4. Of 14 SUPPLIES:S. QUANTITY UNIT Nil PRICE tl in Taber costs Ter a EPP Labor co. Jan 2011 FOB: Destinabon PURCHASE REQU SIGNAL CODE: A base pen N st, 16 Jan 2012 5 21 2004A00 NET AM .ACRNI AA CIN(F2FF212004.AOOIOOGOAA $19,964129 60 SUBCIJ N 000201 is added as thltows SUPPLJES!SERVICES QUANTITY AMOUNT Lump Sum OCONUS Rinhtirabfe COST OCIONUS Reimbursable Expenses Destination PURCHASE REQUEST NUMBER: F2 SIGNAL CODE: A 2004A001 ESTIMATED COST ACRN AA CIN::F2FF2i2aO4AOO IOU SLJBCLIN 000301 is added as follows $0.00 $ 1400. 00000 EA( 21211.4210005 radar:11235• Page 5 of 14 ITENI NO SUPPI IES 000301 QUANTIT UNIT Lump Sum UNIT PRICE AM: Travef Coso, CONUS and OCONU S and OT FOB. Dctivaton PURCHASE REQUEST NUMBER- F2 SIGNAL CODE: A 2004A00 ESTIMATED COST - 2i2OQ4.AQWO.0O0AA.. SUBCLIN 000401 is added as 1 FILM NO SUPPLIESSERVICES QUANTITY 000401 Expanded FOB: Destination PURCHASE RISQUE SIGNAL CODE: A UNIT uNri PRICE of 40 hours per yak. NUMBER: F2 2004A001 ES I IMA ACRN AA CAN /1211112I20( 4A SUB 'N I $0.00 C S4,000,00 /0 000AA dded 1Ic FAt (camk112 Pane 6 of UNIT opts I as FOB: De PURCHASE REOLIES NU/sIBE SIGNAL CODE: A ESTIM COST 5,000.00 TN:F2 12004A0010000AA SITTIG E 211 ing Aceepta ECT A 1 6 C'T AT Destination • 1 he following Acceptance INSPECT AT Destination •The wing Aceeptan INSPECT AT Destination wing Acceptance/In PECT AT tioation ND ACCEFTA Potion Schedule was added •for SEBCIAN 000101. INSPECT BY ACCEPT AT Government Destination pe dub was added for SUBCLIN 000201: tCr BY ACCE It 1 Al e Dept beitittle was added fo r SUB 0 INSPECT BY ACC Government Destinaiio ACCEPT Y CioSsion mont Oli peotion Scheduli INSF Govet •don Sch ACCEPT BY Government ACCEPT BY Coveminont ACCEPT BY Gowmmeni or SUBCLIN 000501: ACCERIF AT Destination ACCEPT BY Government SECTION F DELIVERY •been changed fro QUANTITY SIM' 10 ADDRESS UIC (b)(3) 10 USC §130b,(b)(6) DELIVERY QUANTITY - S (b)(3) 10 USC §130b,(b)(6) •POP 16-JAN-2012 TO I5JAN-121j13. The HI owing Delivery Sc ül tm uk CJJN.0002been changed fr DELIVERY DATE QUANTITY •POP lb-OCT-2011 TO 11 OCT-2012 N/A VERY DA rE POP 6-JAN-2012 IQ g Delivery QUANTiTY N/A for CLI SHIP TO ADDRI IJIC (b)(3) 10 USC §130b,(b)(6) SHIP TO ADDR (b)(3) 10 USC §130b,(b)(6) T 211E2 I td from: FRY DATE QUANT SHIP TO ADDRESS oc r-2o TO -2012 1211A (b)(3) 10 USC §130b,(b)(6) P2 DELIVERY DATE QUANTITY (b)(3) 10 USC §130b,(b)(6) POP I 6.1 AN-20 I 2 TO I 5TAN-2013 'ul RY DATE SHIP TO ADDRESS F2FF2I 0004 has beeñhauged from QIJANTI P TO ADDRESS POP 16-0C r-2011 TO IshA (b)(3) 10 USC §130b,(b)(6) DELIVERY QUANTITY SHIP TO AD Pop 144AN-2012 TO I 5LAN-2013 SVA (b)(3) 10 USC §130b,(b)(6) VIC F2FF21 • I ha allowing Delivery Schedule item for CLIN 0005 h been changed from DELIVERY DATE QuANTITY (b)(3) 10 USC §130b,(b)(6) POP 16-04714 201 110 ISOCT-2012 DELiVERY DATE SHIP TO ADDRESS QUANTITY SHIP ADDRESS UIC N 2012 - TO N/A (b)(3) 10 USC §130b,(b)(6) N 13 ng L.u1ivy Sliduie fton ibr CLIN 1:OO I. irns been AlL QUAN POP 16-0C r15-OCT-2013 ) 6JAN2O13 -2 4 SHIP 10 ADDRESS UTE (b)(3) 10 USC §130b,(b)(6) N/A RY DATE E red from. NT11 Y ro SHIP TO ADDRESS (b)(3) 10 USC §130b,(b)(6) lIowng Detivcry Schedule 0_ ha b ft. DEEIVERY DATE QUANT SHIP TO POP i6-OCT-2012 TO I5-0(2 F2 N/A (b)(3) 10 USC §130b,(b)(6) F211721 DELIVERY DATE QUANTIFY SHiP TO ADDRESS DIU POP 16-JAN-201310 15-JAN-2014 NiA RESS (b)(3) 10 USC §130b,(b)(6) UIC FZEP2 bdu.k i teft lot C DEUVEPY PATTi QUANTITY PO 620CE-2012 TO 1-2013 NIA (b)(3) 10 USC §130b,(b)(6) DELIVERY QUANTITY SHIP TO ADDRESS POP 16-JAN-20 '0 154AN-2014 N/A (b)(3) 10 USC §130b,(b)(6) y Schedule DEliVERY DATE The folio bccn changedfrom: SHIP TO ADDRESS UK: 2 004 has •been changed from QUANI Y SI-HP TO ADDRESS UR' POP lo-ocno 2 TO NIA INOC122013 (b)(3) 10 USC §130b,(b)(6) 1211E21 DELIVERY DATE QUANTITY SHIP TO ADDRE, POP 16 111AN-2013 TO 1541AN-2014 NIA (b)(3) 10 USC §130b,(b)(6) F2F1121 Schedule item for CI IN 1005 ha been changed from: VERY DATE QUANTITY SHIP TO ADDRESS U10 2 43CI-201 2 TO 1-0005 1 . 235) 14 (b)(3) 10 USC §130b,(b)(6) 1121 11 LUG C1-2 DELIVERY DATE QUANTITY S P To ADDRESS POP 164AN-2013 TO 15-JAN-2014 N/A (b)(3) 10 USC §130b,(b)(6) The following Delivery Schedule item for ClAN 2001 ha bceu changed from DELIVERY DATE QUANI: ry POP I 6-0C1-2013 TO 15-0CE-2014 NIA DELIVERY DATE QUANTITY SHIP TO ADDRESS 111 POP 16-JAN-201410 15-JAN-2015• NIA (b)(3) 10 USC §130b,(b)(6) 11211 2 The 10witi2 Delivery Scheduic item for CL SHIP TO ADDRESS (b)(3) 10 USC §130b,(b)(6) 002 ha. been UTC F2IF21 nged from: 13E1 AVERY DATE QUAN SHIP TO ADDRESS POP 161)CT-2013 TO 15-0(1T-2014 WA (b)(3) 10 USC §130b,(b)(6) 1121T21 DELIVERY DATE QUANTIFY SHIP TO ADDRESS 1JIC POP 16-1AN-2014 TO 154AN-2015 N/A (b)(3) 10 USC §130b,(b)(6) •F211:21 The followig CLIN 200 h. been changed DELIVERY DATE QUANTITY POP 16-OCT-2013 TO 15-0C1-2014 A SHIP TO ADDRESS 132C (b)(3) 10 USC §130b,(b)(6) I215/221 SHIP TO AD UTE Ty DEliVERY DATE QUANTITY (b)(3) 10 USC §130b,(b)(6) PO 6-JAN-2014 TO I5 JAN bllowhig Delivery Schedule item For GUN 20 DELIVERY DATE POP 1 - :DELIVERY D FE QUANTITY T b TO ADDRESS UIC NIA (b)(3) 10 USC §130b,(b)(6) F2FF211 QUANTITY SHIP TO ADDRESS IflC 110P 1 JAN-20I4 0 • 15-JAN-2 ha Se d VERY DATE - Icr-20n (b)(3) 10 USC §130b,(b)(6) NIA for (ITN 20 QUANTITY TO •NIA (b)(3) 10 USC §130b,(b)(6) QUANTITY SHIP TO CIO (b)(3) 10 USC §130b,(b)(6) F2 IT-2014 To: DELEVERY E HON G - EOM RACE ADMINISTRAT DAT. and Appropriation Summary for the Payment Office As a result of this mo fro 9.00 to S25,969,2276S document was increased by 25 , 969 , 22 00101: f uudthg A 261.212004A00100 9720100.568 4,227.60 :Pah al 64,277.60 9700 010000 559Z7 012547 667 WO F67100 ESP:7C 1550021-11-11-0005 (capik11235) Page 14• of 14 01 2i gon is: itUtiaied ACEN: AA ON 172SE212004A0010000AA Aeon% Data: 9720100.56SE SC2 30t0.JM9700010000 559Z701.25476 SUI3CI IN Funding al 7100 r 000301 is uittati.d as ft ACREE C1N. EH F212004700100 OAA Acetng Data: 9720100.565f SC12:301:01.M9700 010000 559ZZ 012547 667100 F67100 115Z7C 0 MOO ADO 0000 Fund N 0004 004 A00 720100 56SE SC230:IO 1M9700 010000 01 1 547 6671.00 F67100 YO 00 SLIBULIN 000501 Funding on JBCLJN.00050i i ACRN: AA 651 1 5(22 3010 Mere se. $25,000P0 • Fatah $25.000.00 mary of Changes) 970 00 7 12547 667100 167100 (b)(3) 10 USC §130b (b)(6) (b)(3) 10 USC §130b.(b)(6) ENRYIENT OF SOLICETATIONIMODIE CATION OF CONTRACT 1 5 Rue( 2R 1 2 WARDS I D( (2663( ..„ . 63.00 -I — IDA0633 ( 33 3)3 3 4 (43 4463 ika „,.44443 3 SAMS AND AnDRES•• OF Ci% I Cit)4 (No Strecc CI 021: "La:: rh.1 tzp Co331 i(b1(61 4M10 (:SEEWS).N.1 h 3 X lil% M).} (.., RADR; RAM 1010)1 1. NO SA0(41 11 s 00115 (1 1013 3DA1 3 9 1 13.(A II 3 (D1 (D3 .X 02,S69-7311 3 D1 416311A '-1.1 A( 11 'IS (31's It I ifiSi; i '40N ■ 1> All'i LI 4 ',USW kolfM ■ `41:•:.}4 40 "T'.ters 1.CC0‘. aa 1 74 MI ■ R 11ATION$ 1+§s. ■■re ■■ an2K ■ sgentfi(. ■ ..s+7 .r(E n ■ FV, 3s11) ADP ROPRINI ION OAT AS +Et toq il.x1; Sae Schedule IMS111.4M APN l'ASONLY I 0 MODthICA ION:NOF CON I RW: 'NORM iZS 1".1 MODIFIFS COM RADS ORDLR NO AS DES( RUDD'S( I I 1 1+ 3.53 361( authorbv)I1111CHANDERSIM FORTH IN I • I LNf 113R! TqAf A IDISCHA§(13 ODOM 1611131130 PUR9(ANT COM R r■il'ThR NO .IN Li FM 10A 3 nil, 3.11(1031311 (.1014111AMKORI)SK IS 1310111 1 11(11 (0 R(33 33 b r rtm; cti()(3. (343(p3a»bn 1(1( 34) )( II `j.:.:4,1 )1A( x a(1 1( : FI.R2.2431 CtStieS .tY114, F.... (11 3 ) III ALAMINIs( IW IYI1AMD s 1 :JCL _1%C...57 ,4.2, 14 (3 ( kaDAN r I t) Till At' I I i( it0 FY Or FR P•3 \II RE :7 3Dira PbabStIAR. I* ', 2'1 Da 304) 01 0 At 11012, „ ,. ■...111(( 33333(3 D-31.(33 63(33§1 A 11611 1 01(11 (3NT (30316(cAm 0 33 nor E :,344.341,0 • 334 Ow co4..(3(34 and (4443 4•019.44.14 ION 01 341° 3(1)(.43(414,101413-3 AT ION •“.)rveAt ■ A lr I.tQFx.„ Tw idinp. r1II,n cce 3.0 30 Meat( (3*( 11b 33 3 ...1(3 en ( xltiINtc,Ix. • ecacc '2cb a The papoce C` 1HZ mcdfirabonis lo cc;e ■ surae requeucnts aide, In enable addl,ons P,D Wet b POPme-ems Ite cact See scrrercry ofchciges , c , funthng 4•4 1'111 Ullico RA( (b)(3) 10 USC §130b (b)(6) nth ( ) 63 1 •3 13AIDS ........ (4 (.1 (b)(6) b)(6) 6/1.5 /1.2 Ii.Nfl.(444(' , ((SI 1 A:346(444> b3' (4)43) c rib I I(bX3):10 USC §130b (b)(6) fcf 15-(13(M60 . 3 ■■•Al.PARTFOR.NI110ITC"z (b)(3) 10 USC §130b (b)(6) (b)(3) 10 USC §130b (b)(6) tcATI ATA rap A 13, I Um IT •M ATIWfl V. ODIF Y ft 14 P AL MEN A4 ,NT ' NTQ rtMiMT tO. A 243." (b) (b)(3) 10 USC §130b,(b)(6) (b)(6) 0 USC §130b,(b)(6 EA0021-I I-E-0005 P00003 Page 2 of 3 ON St' 30 BLOCK 14 CONTINUATION PM SUMMARY OF CHANGES SECTION A - SOLJCITATIONICONTRACT FO .962,000 00 from Ibis contract was decrea,sed b 933,424 01 27,971.424 01. SECTION B - SUP? IS OR SCR ICES AND PRICES OLIN 0001 The unit price amount has decreased by $1,000,000.00 from 522.752.289.01 to $21,752,289.01 The total cost of this line item has decreased by $1.000,000.00 horn $22,752,289.01 to $21,752,2 01 CL1N 0002 decreased bo 275,000 00 front $1,925 1 he estimate The total 0084 of this line iteinhas decreased by $275,000 00 from $1.925,000. CLIN 0003 has decreased by $70.000.00 from $455,000.00 to $385,000.00 1 he esun The total cost of this line item has decreased by $70.000.00 from $455,000.00 to $385.000.00 CLIN 0004 The estunated(max The total cost of has ecreased by $600,000.00 from 54, 776.135 00 to 54,176.135.00 has eased by $600,000 00 from $4,776,135.00 to $4,176.135.00. : 0005 1 has decreased by $17,000.00 from $25,000.00 to 58,000.00. itemlias decreased by $17,000.00 from $25,000.00 to S8,000.00. SEC1 ION - CONTRACT ADM INISTRA rioN DATA Accounting and Appropriation my for the ayment Office of this modification, the total 1424 01 m $27,971.424.01. d o for his dotnncat was decreased h> 51,962 000.00 000101: C2 3010 (M9700 010000 59 012547 667100 F671.00 IESP:70 (CIN 004A 0000 decreased by S500&00O0 fr 19,964 727 60 10,19.464,227.60 SUBCLIN 000102: F2 720100.56SF SC2 010 1549700 010000559ZZ 0 47 (717 )44A0010000AA) was decreased by $500,000 00 fran, $2,788 ESP:7C (ON SUJ3CLJN009201: A: 9720100.56 •2004A001000 2 3010 1M9700 010000 5597Z 012547 667100 r67100 ESP.7C (GIN was decreased bv $200,000 00 from $1,600.000 00 to SI 2400.000.00 IN 000202: AA: 9720100.56SF SC2 52E 112144A0010000AA) tv 0 1109700 010000 55971012547 667100E67100 creased by S75.000.00 from $325M00.00 to $250O00:00 AA972OIOa56sFSC23Q10JM9700OIQ0OO5597Z0125475oflo0m71oo ESP:7 (C1N F21242 4A0010000AA) was decreased by $50.000.00 from $380,000.00 to 5330.000.00 .000302 97201(03681 2 4'214212144:A0010000 0 700 010000 55977) 012547 667100 167100 ESP:(GIN by S20.000.00 ftom$75 000 00 to $55 000 00 SUSCLIN 000401: AA. 9720100.565F 8C2 3010 1M9700 010000 5597Z 012547 667100F67100 ESP27C (C1N E2EE212004A0010000AA) was decreased by $600,000.00 from $4,000,000.00 to ¶340000000 SUBCLIN 000501: AA. 9720100.56SE SC2 3010 1$49700 010000 559/7 012547 667100 7100 ES 7C (C1N 1217E212004A0010000AA) was decreased by $17,000 00 from $25,000.00 toSS 000.00 (End of Summary of Changes) AM ENDM ENT OF SOLIMATION/MODIFICATION OF CONTRACT 2 NE fl Pagagerregfeenaina.0 , P00004 7 PA ' enaNnefERE g A AiA0A -1, , (b)(3) 10 Ugc §130b (b)( ) !IfEe _C Cfegf 3 NAMEE. See Item 6 ADDineene On ',fuel get -roR•(2,4, eQ6;) ie „ENT OF SO 101A I i ON 9.DAT 01 ca.% I 0000,FH PALP "cc Nt ■ 1110 • ti fee MO0 ON ANORACI AMU'S:It NO 000: .00 4f-3d'a INEE I)A ETD •Enen. I. ENE 1 fig ea-Sep-20E1 IF EM (N1, AITLIIEN EEO A NOINOMUN SOF KP (:iA11ONS ! n 0".0,0x.pA, A ,A l t z IS& ( Ar4Opp ,0) PPO, ..AcapP,S ,P dp „,4 , L,..f■ }svg! sent Py 71.1 X Appic," 0000,,,p," 4 op Pt ,A.O. V ■■■ L e■E ■ A.,. ■ m o54 ne, a. gee. E“ ef —.Ow', ■ '."=.4.“31tIM 71 ■74 VW SIRE. DI P010.0 P 11 PAO ONO be I E , te !NENE N. Ac D. 'AC A ...ADO R L ■ c, 0, ".APPPRVA ,0 PP,A 0.1 I API II '3 M. ", IP -0 P.P BAA PO% OP PIA001 KA.P., tPt ,A.00,-op.opp Its 01,,Ann40Ad. s t itJ z PAA000. p . =4'7 , 9 ■'4115!, c 14s &aRn''' , 1) , ■ U1%@no.sh'cr”.2. -A ro. ■ ..>thf DPOs •• ■■ •■ 5 Affe Cl‘t NeNCOEENE ENG AND APPENUNIgA riON Del A EV 000.2..1) NE. APPLINS ONLY TO MO:title, I ff)NE, CONE RAN SeilENNIEN I. M001111 a" He COSI INV 'PORDE k AS OhleaRIBEI) IN El r I: 00 C.EN,Nea leINI/R ISPOPil`O Pt nageNT ro (Spate. egg°, EIE NONNI:ACE: !anal :NNE) l' IIINI !EA Eh CINAN(Yeier FOR( )1 IN Trrei 14 11;), ea 1 EIN '1441 Ni31 RD( O. CT,3RPURINNEONAIII 1 (7 RI.I I 0 1 Ell AnneN iMArtiT!JIANG+ S nee a , era:1!:.2% Nana NeennEeene, EtI .y WC FOR rif EN I:I . I 1.1IlfAN1 1 0 tie AN Meg enle3E00 kr IfIESNIneettecENrft.,..AGRETMENI r5 ENTERND INT 0 annegANI It) Alleilogrrv or! FAR ea 243-1 ardina” 10 UT Hee gin:ate 'ape 03 Eneefentafe F.ea NEM eel! Canna,. xs4th.tnty) egeereeln gen ñ< a4e:Nene:1 anal feten. nal A DE Sege' TfOe AMUNDMEM IMGDIFICATION r,Orpu.irfs;1,1ucoNPO [00 Efeyne OP I‘StrIlg office htad.;:gs InsUnt selienthonkornta:J strycl mallin Ric,:;h2mx,n c‘on”...‘1 eamber esiensflan Legate neonate we current eneatet Busmen Oearanne causes ee Serriary of Changes es aclon taken N.Neft: AND I.! 01, (b)(3) 10 USC §130b (b)(6) en te 4(b)(3) 10 0SC §130b (b)(6) Ink NA R (Ten os ce b)(6) ! EXCEEEP NNE TO egleagelfee OfRNI E. en Nleelf E NageNnle .o E 6! ET AP I1PP dPP (b)(6) tiara e peel. Nee OATS F. Nage- fa ! = !gee 3" ERNE I •028 0 fe, A 45 3 15 egg I eggEgi. '00 f (b)(3) 10 USC §130b (b)(6) A kNit ...1‘i Xi (Xi ...,1 1.1( ¶1 \ t1.4 ''',...‘1.(11J 1.%11. ‘1.44Ax t$1..i. k i... IRA( rs:::...=.',..... „ ,,,, ' ' ,. ., A ... 'AAMAAS.Alr< 4 <4 I. A A.A4A. A. A< .. 4 ....< A4 4 ...., ■ A .2A.... 2..*. , MA A MA< A A ° .. I 1 . , A Saa •tetr s6 ) A ..A'AA.AA' )). A 44.4 AA)))A A4<1 .4.4A ....<4A V AA A4 444A n * ots,0.0 A < A. A AeltS % ." 5 Av AA A < ,4 .4.444 4.41 A 1promdo *AI-persona' e-VatS 4.1.202 the iateer cetegoree der Mee C hi the. J 'rity ■ :. moths: thr d' I th dm:394 do: for OP s'iLt labee n>h.r.ed esthgrodoths Aloud GWAN contracth MS The FUTI1 1.0 pm•loan sus Nos and proside doithembloth 51556554 e.ths: an the Commcmds propossthS and 4.‘‘4rdAt4 cos; Porfonnance Work Stmemom For the poind If: Ian 2013 I 3 No :014_ :thorthooths proposthi. otherscl 3 Add Nth I tea, no arerrIame , 4 rorthry,I (.6.6366rInlen by is incomoraNc fos soterence. 131 Payrnou For sdisnoods pot Ihe government shall be made a, foamy; Motmoines: at :boo op:thol rothicom h be.Prado wooNN I5 INN Jar 2033. Moths) emal paynammatadearedaed fl. ; cog: c y l,c0,0, eNej nee ;eree l pyrnerV <0. {,14411Ni30.ci omo 1431666 re0> 00cr4Id 6 I & h 000 1 In I obor ethcr 66 an h)teNDOM., 'o KC ON the pr rt0=I : ■ H1 = S no 2914 {1IPirfr letr=fiOrt etsz I pcio.1 of pm knnanner I II I'M COfiVactor %. ■ 4 •01.I"flov“k 666r666, 6631 sem (C" mino ON labor memsles ohno Ned nthLcon01.mm , thsthian: COSNIN n, C# 14V kir a. I nod-PI ice as66n cry2d15N. :51 2n nass-d on the thhdriI 611666 yr I mri of VI otthith 054,30 Mos S.'s:MS:NM 40 fth sarthe 0E66) to 00 fl', innor and on •dm thoracmds pm:mod Awl onone aets.1. in rencon otna . and 430 theEthos shim ideoliththd is Me desimmance diods •51 ithinsoi to: L.1 . 1.17 ee.115.X. 16 Inn 2.03 3 4' Ian ',CI4 04Erdt.101 ompothal Neothsed AccICI 00,0 CUP,In$ A-ler/3166 OR Om mom he ssnthomny 16664m:616c and thesotharme thS oxishod hi In the othommon: 530 Ili,e :odds: as dolloth 5 .5th0> wouni tEirnr ituil ha maric 666616, I 6 Inn A at 1:13, alesoon sous: oththoserss of :ththermided oth um5. of 051. 10%N.). and one room I rwyniVM {45t1.1*Siirld KiriW .<0. ON/OMNI- the per so: I than - • 5 San 30I4 theleothod 1.05:0451:: las INONIN '11540 horn 5. 0.975 323O61 51.. 311, I so on prim. amoum has incren6/61 by SC Ith 6066 C566 has chth:theN troth (TI ion to tnplion idserel sad Ms 105.5 thos .: this :Mc Mon has mdsemed Nth 7:55.745.4:: Isom d dthr363;lO in U Th f Ilt 00 N..1 IN 1002 Tho ;DC lypt 666 chalwed fret:Ain:It (?ItiltittI!. 35 C. nth e'tillx, S=CdAni...i% g. ■■ %`.11. ■ .1. % kw SN:353::::: On Mon 5: 600) 6(" 0> 3,164III 003 fic no anion ono,. no ern 11,X from 1)theel to (IA WO I keT.Creel TM total thod or no IFN a, k,..n ■ hay irr6 , 663ch C,cyc,noc do s.,„ sd $.5690_4:00 CO 1<051,606 myl no C LIN 1003 The IDC Nops: has Mows:A 1303n 3333313n133333.3 .3 3nion333333 in NC.. at emirs:mod inn moth has inormsm by 5 30.000 uth: from S "Id0.000 4)) us SsisaNN tO The oplion 6666, has elyffirAd Opnon t 66-6.661 CAA POISICAs Page 3 of n I A002I-I rn ha 3 3:33easecIta SAIACICA: nrcen SSAIXIAttan to AA tgoonspa Ins to:AAA of t hi CAIN I 001 sytA ho s 31; Aned hin IFfIt'tia ■ :{;.A:con :3 :0 A She I he Anionetem n3:33s AA, innexced h SIcIASAn 00 A na 000Anc00 IIx:Anion Ames ba3 thawed l'44a Un Otto to I Int t ge,ised ittAI Co9 ot .tLIX nf Ihr% SIVX..4400 AO Isola SCO00.41/A 800 000 int 1:3A:1 Ctlemeicso, As:AALac oes 01 is added as Anecec rrElm SIAIPLIESISSIRACES CAC AN ctre 0014,3 4XE4044D Labor 04.44.44 • SAP 134thor costs O4UIonotiossclaring Includes CIAEs fee stone. FOS: Detninatite: PARAIHASE N VIl .i..1.44r4 1 A A P Ri (l I 14401,411 :01 11O Ation cess, II: IA 20: X 3 ISAIAH COI 4.. FAITAI 23 4 10 11 All moo 823.76).,: 812112 A CR.N AOl +4114: F2Fr2 022 1 44400.3.00A..4 S144.1CLIN 1:00201 i.o. 4411:444 af.r.41 NO 100201 NI EC tWlION Sk.10.01....11ESISIE44.410ES QuANTrre UNIT. Lump Suir A.44()#;IN'Y $144.44 • OCONUS tdrIblinabl.t. expenses CAST °COAL A reimitursalne expenses. roa 1144.40nation PURCHASE KliEEQUEST NUMBER.: 4320110123.184001. lEi!STINIAT41)...1 :X45.J .ACRN AB CIA /CACI 23 !81A/10000MA 10000 I A Aided xi felAst 80444 A: Inctilon.00 SA303 1-I i.r4g/05 iXs3003 Paps4. GE 6 VIESA 'NO SUSPLAFX333ERVIEEE QUA.NITEN 1.0030 as.( Its1 [F■ 1•1 i(‘% ra Cost UNIT Ens Nan UM'S PRICE AWES I SO OS COM iS Hnd OCONUS COSI CONUS xxxl CONES Irnd FOR DESISnEwi PURCHASE ES"QOEXTNUMSER.: E213E3I23134A001 NIEV"All DE"Es31 i(300 1.4 50 WIMIL os A.C3RV AR CI N 13213F2:12313400 0333DAS3 SUEXCLIN EXAM i3.333.ded Xx. IXSEE435." RIM NO SUPPLII3SEEREICE34, QUANTIFY 100401 AMOUNT SO XY3 UNIT Sias F.X1:333XXED OPTESN Ex•andsE wpo. W Ik CANT Expanded Work Week, Rs' hours nsxx SEE" per wed; 3" Dextmagiun RCHASE RIAXCES1 NT NEI It F21312123 ISACE ESTIMATEDCOST AXERN AG CSNE.PSEESEXXISE"sit0EXisEE 50.(X) S4.20 ■33103300 X.Ett If.XN Es :INSPECTION ENO SCCEESANEE 1kt lithowrny Att. pihrc<,. IPMEnti ■ On sthy dsk "2 US Ps3SPEC1 A I N "EXPI 1'1 33. N ioN 1134,1 \ 1(.0 ACC (:!PT AT Ix A X Se SoSowass Acceptancelosp3coonS3h3dok ')•Ex ■ ,<6 ERS3d. St 'ROAN 101120:: I' FLU M :ESNS"! IT AC( FPI Al NIA N.A NIT Me Efflux' am 3.33. song 33. tx‘EstiEsk S,X3SEE wo ILL'i 10( 17 91.(1 +3034:" iN3413CF X AXEISI AI She 10Xxxxsys Ass:A-pun:33 txxxxxiiso XXXxxiak V ■ 11% Add."3" ibr 3.3 3311E 0*1130 3301EXXXXXS 4133 SPI AN Cxxxernment ArCi '3 HT ("33.3rEnwst 1.r 4C0021-1 I4-0005. 1'00005 PafN 5.64 6 INSPECT BY •.:NSPI 'CI AI ACCEPT A"I ACC'I VI BY (“.rverthueA 1 ION u - CON1R.4.0 I•A.B.MINIS RA* i(r4 DA I A ACS.OUnirg und App ■ Opi WISMI Summary fur Pat intnt nze As a or thi, mod:ficacioN:. the min l niu:dnnt amount rut this document :nat inteemed hem $2 7 071 .41!..4.0 ft ■ 1,5838 4Ith32 541141.. LIN 10010i: hind:1w on. 51 . 1.011 . 110 001 I•11.1 itch 1h we AC RN: AB ("IN: I 2F122 I 23171A001 023.4. Ace.thg Data:. 0 130100.56M' n213 301O N12 700 OI BOJO 55:23 1 1 11I Inmasr $":;. Ica& 76..k. I S 60' pe. re' I oU • tI,P Lw ,c.761.17p SI 'MO IN IM12 ,41 I a rkiingen SuBtIlli,IN14.20L.0 I i% We'd IAA 10kUn5.4 AcRN: AB F2 H2 LO. I840(1100ThIAA Acme,' rktia: 97101 bIN 56SI Sr 00530 4°. 1 0/1 0 1 4N;e, i00 ,e100 F SP :1 ill incr‘mm.:: S1.900.000.1k ■ Towt. 31:,900BiliMO 91 440:11 IN: 44):3:1 I n”tfintt on *attic Lint maqtRn: es 14.0 *s A.I RN' AB C1N.. I 21121 n:I 4::01 :Ann: AA Aeon:: pat: 97 1 0100 SnSI SC ; ;0E0 I49700 00.0D .) , 9/2.. I hicreamt: $.:430/100X10 S4...F1000.00 SL EC LEN I00401' Nodingiya SI ;BC S CO bind as ruliONCS f>", ILO •I "1- 7 nio I SP-7 I ..Y.? 1::AMM111...";',0005 pp000$ AC1N; A•13 Aoonbl..1..)ata: Inurc'OS:tx S4,StX), 4:7■ 00,1"itt ?iv 100