IFolA Exemption 83 841 M67854-11-C-7020 Page 2 of62 Section B - Supplies or Services and Prices INCREASE OR DECREASE IN OTY B-1 SurgelDraw-down of Forward Presence. World events may require a surge or a draw-down of forward deployed Marines that will result in either an increase or a decrease of support. Likewise, manpower may be shifted between Forward Operating Bases (FOBs) in CENTCOM within the OEF Area of Responsibility (AOR) as the Marines are moved. In the event either a surge or a draw-down of support is required, the impact will be negotiated as soon as specific details are known. ITEM NO 0001 SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE Full Motion Video (FMV) Analysts FFP Full Motion Video (FMV) Analysts, with Imagery Analysis (IA) background, will provide analysis of targets utilizing Motion Video (full and slow) platforms and shall research appropriate databases for amplifying information as part of the analysis. Standard imagery analysis products will be produced while effectively collaborating with other Intelligence Community (IC) analysts during the collection, research and analysis process. Personnel will serve as hands-on motion imagery analysts, producing geospatial intelligence on militarY and counterterrorism issues and producing mission-specific summary reports, detailed mission graphics, ad hoc reports and daily briefings to the G-2 Staff, as required. Includes medical screening and Training Time prior to deployment. FOB: Destination NETAMT IFolA Exemption 83 841 (b)(3),(b)(4) (b)(3),(b)(4) IFolA Exemption 83 841 M67854-11-C-7020 Page 3 of62 ITEM NO 0001AA , --l i II. • .. QUANTITY UNIT 10 Months (b)(3),(b)(4) Full Motion Video (FMV) Analysts FFP Full Motion Video (FMV) Analysts, with Imagery Analysis (JA) background, will provide analysis of targets utilizing Motion Video (full and slow) platfonns and shall research appropriate databases for amplifying infonnation as part of the analysis. Standard imagery analysis products will be produced while effectively collaborating with other Intelligence Community (IC) analysts during the collection, research and analysis process. Personnel will serve as hands-on motion imagery analysts, producing geospatial intelligence on military and counterterrorism issues and producing mission-specific summary reports, detailed mission gr~phics, ad hoc reports and daily briefmgs to the G-2 Staff, as required. Includes medical screening and Training Time prior to deployment. FOB: Destination MILSTRlP: M6785411RCSUL69 PURCHASE REQUEST NUMBER: M6785411RCSUL69 SUPPLIES/SERVICES (b)(3),(b)(4) NETAMT ACRNAA CIN: M6785411RCSUL6900010001AA IFolA Exemption 83 841 (b)(3),(b)(4) M67854-II-C-7020 IFolA Exemption 83 841 Page 4 of62 ITEM NO OOOIAB QUANTITY I Full Motion Video (FMV) Analysts SUPPLIES/SERVICES UNIT Months (b)(3),(b)(4) (b)(3),(b)(4) FFP Full Motion Video (FMV) Analysts, with Imagery Analysis (IA) background, will provide analysis of targets utilizing Motion Video (full and slow) platforms and shall research appropriate databases for amplifying information as part of the analysis. Standard imagery analysis products will be produced while effectively collaborating with other Intelligence Community (IC) analysts during the collection, research and analysis process. Personnel will serve as hands-on motion imagery analysts, producing geospatial intel1igen~e on military and counterterrorism issues and producing mission-specific summary reports, detailed mission graphics, ad hoc reports and daily briefings to the G-2 Staff, as required. Includes medical screening and Training Time prior to deployment. FOB: Destination MILSTRIP: M6785411RCA YN83 PURCHASE REQUEST NUMBER: M6785411RCA YN83 NETAMT (b)(3),(b)(4) ACRNAB CIN: M6785411RCAYN830001 ITEM NO 0002 OPTION SUPPLIES/SERVICES QUANTITY 6 UNIT Months UNIT PRICE (b)(3),(b)(4) Field Service Representative FFP Field Service Representative (FSR) shall be qualified to service and maintain the government provided Multi Analysis and Archival System (MAAS) and other hardware and software required to accomplish the tasks defined in the SOW. FOB: Destination (b)(3),(b)(4) NETAMT (b)(3),(b)(4) IFolA Exemption 83 841 M67854-11-C-7020 )FOIA Exemption 83 84) Page 5 of62 ITEM NO 0003 SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE Dollars, U.S. (b)(3),(b)(4) Travel between CONUS and Kuwait/Qatar COST COST REIMBURSABLE - NO FEE. General and Administrative cost, in accordance with the company's disclosure statement, are allowed. Covers the cost of Coach Class Commercial Airfare from the CONUS point of departure to the CENTCOM AOR and returning to the Deployment Processing Center (DPC) lAW Paragraph 5.5.3 of the Statement of Work. FOB: Destination / ESTIMATED COST ITEM NO 000301 SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE (b)(3),(b)(4) Travel between CONUS and Kuwait/Qatar COST Funding for Travel between CONUS and Kuwait/Qatar FOB: Destination MILSTRIP: M6785411RCSUL69 PURCHASE REQUEST NUMBER: M6785411RCSUL69 ESTIMATED COST ACRNAA CIN: M6785411RCSUL6900o"1000301 )FOIA Exemption 83 84) (b)(3),(b)(4) IFolA Exemption 83 841 M67854-11-C-7020 Page 6 of62 ITEM NO 0004 SUPPLIES/SERVICES QUANTITY UNIT Dollars, U.S. UNIT PRICE (b)(3),(b)(4) Other Direct Costs COST . COST REIMBURSABLE - NO FEE. General and Administrative cost, in accordance with the company's disclosure statement,~are allowed. .. Covers the cost of office supplies and equipment that cannot be provided by the Marine Corps. Expenditures above $100 approval from the COR. -'. Full Estimated amount at time of award i (b)(3),(b)(4)LIN is incrementally funded. " FOB: Destination ESTIMATED COST ITEM NO 000401 SUPPLIES/SERVICES QUANTITY UNIT (b)(3),(b)(4) UNIT PRICE (b)(3),(b)(4) oilier Direct Costs COST Funding for Other Direct Costs FOB: Destination MILSTRIP: M6785411RCSUL69 PURCHASE REQUEST NUMBER: M6785411RCSUL69 ESTIMATED COST ACRNAA CIN: M678541lRCSUL690001000401 IFolA Exemption 83 841 (b)(3),(b)(4) r IFolA Exemption 83 841 II M67854-11-C-7020 I I Page 7 of62 ITEM NO 000402 SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE (b)(3),(b)(4) Other Direct Costs COST Funding for Other Direct Costs FOB: Destination MILSTRIP: M6785411RCAYN83 PURCHASE REQUEST NUMBER: M6785411RCAYN83 ESTIMATED COST (b)(3),(b)(4) ACRNAB CIN: M6785411RCAYN830004 ITEM NO 0005 SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT NSP Contract Data Requirements List (CDRLs) FFP Submission of the attached CDRLs as specified in the Statement of Work FOB: Destination NETAMT ITEM NO 0005AA SUPPLIES/SERVICES QUANTITY 1 CDRL AOOl- Pre-Deployment Checklist UNIT Lot UNIT PRICE FFP Pages 1 and 2 are due 30 Business Days prior to deployment Page 3 is due 20 Business Days prior to deployment FOB: Destination NETAMT IFolA Exemption 83 841 $0.00 AMOUNT NSP M678S4-11-C-7020 Page 8 of62 ITEM NO SUPPLIES/SERVICES OOOSPU3 QUANTITY 1 UNIT Lot UNIT PRICE AMOUNT NSP CDRL A002 - Personnel Status Report FFP Due on Monday of Each Week FOB: Destination NETAMT ITEM NO OOOSAC SUPPLIES/SERVICES QUANTITY UNIT Lot 1 CDRL A003 - Monthly Deployment Schedule FFP Due 1st day of each Month' FOB: Destination UNIT PRICE AMOUNT NSP NETAMT ITEM NO OOOSAD SUPPLIES/SERVICES QUANTITY UNIT Lot 1 CDRL A004 - After Action Report FFP As Required, See the DD Form 1423-1 for due dates. FOB: Destination UNIT PRICE NETAMT AMOUNT NSP M67854-11-C-7020 Page 9 of62 ITEM NO 0005AE SUPPLIES/SERVICES QUANTITY UNIT 1 Lot CDRL A005 - Financial Report FFP Due Monthly on the 15th ofthe following month FOB: Destination UNIT PRICE AMOUNT NSP NETAMT ITEM NO 0005AF SUPPLIES/SERVICES QUANTITY UNIT 1 Lot CDRL A006 - Production Report FFP Due Monthly on the 15th ofthe following month FOB: Destination UNIT PRICE AMOUNT NSP NETAMT ITEM NO 0005AG SUPPLIES/SERVICES QUANTITY UNIT 1 Lot CDRL A007 - Completed SF-86 and SF-86C FFP Due 30 days prior to an individual's deployment FOB: Destination UNIT PRICE NETAMT AMOUNT NSP ~---­ ! M67854-11-C-7020 Page 10 of62 IFolA Exemption 83 841 ITEMNO 0101 OPTION SUPPLIES/SERVICES QUANTITY UNIT Months 1 (b)(3),(b)(4) Full Motion Video (FMV) Analysts FFP Full Motion Video (FMV) Analysts, with Imagery Analysis (IA) background, will provide analysis of targets utiliz~g Motion Video (full and slow) platfonns and shall research appropriate databases for amplifying infonnation as part of the analysis. Standard imagery analysis products will be produced while effectively collaborating with other Intelligence Community (lC) analysts during the collection, research and analysis process. Personnel will serve as hands-on motion imagery analysts, producing geospatial intelligence on military and counterterrorism issues and producing mission-specific summary reports, detailed mission graphics, ad hoc reports and daily briefmgs to the 0-2 Staff, as required. Includes medical screening and Training Time prior to deployment. FOB: Destination NETAMT (b)(3),(b)(4) (b)(3),(b)(4) IFolA Exemption 83 841 M67854-11-C-7020 Page 11 of62 Section C - Descriptions and Specifications STATEMENT OF WORK 1.0 BACKGROUND AND SCOPE The Marine Corps Systems Command (MCSC) has a requirement for Motion Video Analysts to support national Operational Forces by providing real-time 2417/365 motion video exploitation at deployed locations to support combat operations and to support decision makers involved in Overseas Contingency Operations (OCO). These analysts will deploy to established United States Marine Corps (USMC) deployed locations with the potential of other locations as dictated by the USMC. 2.0 APPLICABLE DOCUMENTS 2.1 Department of Defense Documents • Federal Information Security Management Act (FISMA) • Joint Travel Regulation • National Industrial Security Program Operations Manual (NISPOM), DoD 5220.22M, dated 28 February 2006 • NISPOM Supplement 1, dated February 1995. • DoD 5220.22-S-2, Industrial Security Regulation ' . Deputy Secretary of Defense Memorandum, Subject: Management of DoD Contractors and Contractor Personnel Accompanying U.S. Armed Forces in Contingency Operations Outside the United States, dated 25 September 2007 • DoDI 3020.41, Contractor Personnel Authorized to Accompany the US. Armed Forces, dated 3 October. 2005 • DoDI 6000.11, Patient Movement, dated 9 September 1998 • CFC FRAGO 09-1038, DTG 010458Z Jul 06; CFC FRAGO 09-1038, Update, DTG 151353Z Sep 10 • CENTCOM FRAGO 09-1451, Contractor Theater Entrance Requirements, DTG l41938Z Aug 09 (SPOT FRAGO) • OUSD(ATL), SPOT Implementation Guidance, DPAP, 28 JAN 08 • DoD PGI 225.74, Defense .contractors Outside the United States • DoDI 3020.41, Contractor Personnel Authorized to Accompany the U.S. Armed Forces • USCENTCOM Policy and Delegation of Authority for Personal Protection and Contract Security Service Arming of DOD Civilian Person, dated 18 January 2011 • DoD Directive 8100.1 Global Information Grid Overarching Policy • DoD Directive 8523.01 Communications Security (COMSEC) NOTE: CENTCOM Contracting Command guidance can be found at: http://www2.centcom.miV 1ayouts/AccessAgreement.aspx 3.0 CONTRACT LOCATION The Contractor shall provide support services in: - Afghanistan 4.0 FUNCTIONS Full Motion Video (FMV) Analysts, with an Imagery Analysis (IA) background, will provide analysis of targets utilizing Motion Video (full and slow) platforms and shall research appropriate databases for amplifying information as part of the analysis. Standard imagery analysis products will be produced while effectively collaborating with other Intelligence Community (IC) analysts during the collection, research and analysis ptocess. Personnel will serve as hands-on motion imagery analysts, producing geospatial intelligence on military and counterterrorism issues and producing mission-specific summary reports, detailed mission graphics, ad hoc reports and daily briefmgs to the G-2 Staff, as required. M67854-11-C-7020 Page 12 of62 4.1 General Requirements. 4.1.1 Deployments. The Contractor shall plan, schedule, prepare and deploy FMV analysts to locations in support of the U.S. Armed Forces. Analysts shall meet or exceed the minimum skills identified in Attachment 1. A sample deployment schedule, with locations and hours worked per week for assigned personnel, is included at Attachment 2. The Contractor shall develop and maintain a schedule of deploying personnel to include current and future rotations (CDRL A002), ensure all deploying personnel are trained and prepared prior to departure using the Pre-Deployment Checklist (CDRL AOOl). Deployments shall be scheduled for not less than 180 days duration on site in the Exploitation Cell. The initial requirement is in support of the USMC Intelligence, Surveillance, and Reconnaissance (lSR) FMV Exploitation Cell. Additional efforts may be either added via contract modification or the work tasks may be reprioritized to keep the effort within the proposed manpower levels. 4.1.1.1 Services shall include imagery analysis, including use ofFMV analysis, in support to theater operations through exploitation of theater imagery and FMV feeds and multi-intelligence fusion and integration of National and Tactical ISR sources to assist in establishing an ISR FMV Exploitation Cell capability. This capability will utilize the provided Motion Video data to provide an "over watch" capability. All support will be OCONUS except for training time. These contract services shall provide the following: - Daily intelligence documents, briefs, and datasets providing situational awareness. - Collaboration with other analysts (government and contractor) on imagery analysis, full motion video, and Motion Imagery (Persistent Surveillance) video tools and analysis capabilities. - Assistance to internal and external customers and partners in locating and obtaining hardcopy, softc,:opy, motion, airborne, and commercial imagery-related products. - Reports of research and analysis using Intelligence Community databases. - Reports prepared as a result oftaskings for imagery research and analysis in which research was conducted on current historical hardcopy and softcopy imagery. Such imagery may include National Technical Means (NTM), theatre/tactical ISR data, motion imagery, and/or civil/commercial sensors. - Standard imagery analysis products, such as National Exploitation System (NBS) remarks, First Looks, Supplementary Imagery Reports (SUPIRs), and Initial Imagery Reports (IIRS). This will require working with National Geospatial-Intelligence Agency (NGA) reporting mechanisms to ensure airborne and motion imagery reporting is developed and managed as other imagery reporting. - Non-standard products as defined by the local operations authority. These products may include Microsoft Word or PowerPoint files or other products that meet local mission requirements. - Dissemination ofprelirninary and fmished intelligence products and displays that contribute to solving key imagery analysis and targeting issues. These products will go throughout the Military and Intelligence community. - Assistance in developing imagery analysis, full motion video and airborne imagery reporting tools. 4.1.1.2 Field Service Representative (FSR) shall be qualified to service and maintain the government provided Multi Analysis and Archival System (MAAS) and other hardware and software required to accomplish the tasks defmed in the SOW. All FSR support will be OCONUS. Software, hardware and other equipment or materials shall be provided to the contractor as GFE. These contract services shall provide the following: "i---------I M67854-11-C-7020 i Page 13 of62 - Software upgrades in accordance with MARCORSYSCOM policy - Collaboration and coordination with MARCORSYSCOM in response to an operational incident on imagery analysis, full motion video, and Motion Imagery (Persistent Surveillance) systems - Utilize system tools to trouble shoot and isolate operational impairments - Load or reload software as necessary for initial set up or system restoral - Replace defective hardware and restore service - Utilize established ticketing system - Will advise and provide necessary instruction to MARCORSYSCOM personnel in the operation and maintenance of systems operations as defmed in this SOW - Coordinates and follow equipment replacement procedures using established and existing procedure - Deliver After Action Reports and provide recommendations 4.2 Deliverable Reports. The following reports shall be provided. These reports shall be delivered by E-Mail in a fonnat compatible with Microsoft Office 2003-2007. The Contractor shall provide these reports at no additional cost to the Government. The Contractor shall ensure the Contract Number is included in the Subject Line of all EMail submissions. 4.2.1 Pre-Deployment Checklist (CDRL A001). The Contractor shall submit a completed Pre-Deployment Checklist (CENTCOM AOR-Over14DaysContractorPreDeployInfoReq-Chklist (Rev. B).doc) to the Project Officer, MSgt Brion Thomas (brion.thomas@usmc.mil), prior to any deployment with the exception of a short-notice (less than 30 days advance notice) customer support requirement. The due dates for individual sections of the fonn are indicated on each page of the fonn. In the case of a short notice deployment, the 30 business day requirement may be waived by the MCSC Chief of Staff. The Contractor shall ensure that all deployed personnel have completed all of the Pre-Deployment Checklist items prior to deploying. Incomplete Pre-Deployment Checklist may be returned without further action by the Government, pending correction by the contractor. 4.2.2 Personnel Status (CDRL A002). The Contractor shall submit a Personnel Status every Monday that covers the current week's activities. The status report shall reflect person by name, location; projected work hours, and what the individual is doing specifically in support of the Program Office. 4.2.3 Deployment Schedule (CDRL A003). The Contractor shall deliver a Monthly Deployment Schedule with a 45 day look-ahead. This deliverable will be in Contractor's format and provided electronically each month. Updates shall be provided on a weekly basis if personnel substitutions occur. 4.2.4 After Action Report (CDRL A004). The Contractor shall deliver an After Action Report in Contractor fonnat. This deliverable shall be provided as stated on the DD Fonn 1423-1. 4.2.5 Financial Status Report (CDRL A005). The contractor shall deliver a Financial Status Report for all cost type CLINs in a MCSC approved fonnat. This deliverable shall be provided monthly. 4.2.6 Production Report (CDRL A006). The contractor shall deliver a Production Report in contractor format that details the number, type and customer for the products produced over the period beginning on the first calendar day of the month and ending on the last calendar day of the month. This deliverable shall be provided monthly. M67854-11-C-7020 Page 14 of62 5.0 SPECIAL REQUIREMENTS 5.1 Deployment Personnel Certification. The Contractor shall provide personnel designated to deploy under the contract who are, in fact, both qualified and willing to deploy. 5.2 Reserved. 5.3 Work Conditions. 5.3.1 Harsh Environment. Some Contractor personnel shall be required by this contract to travel and temporarily live and work in areas designated by the U.S. Government as Imminent Danger Zones or Hostile Fire Zones. This designation means the Contractor personnel may be subject to working in harsh or hostile conditions, but does not establish eligibility for compensation beyond that described in the contract. Contractor personnel must also be willing and able to live and work in temporary facilities (e.g. tents, warehouses, portable shelters). 5.3.2 Tour of Duty. Contractor personnel shall be responsible for completing standard tours of a minimum of 180 consecutive days per deployment. The Contractor shall notify and work with the COR if special circumstances (Medical Emergency, Emergency Leave, removal for cause, etc.) result in a deployment lasting less than 180 consecutive days. 5.3.3 Level of Protection Provided to Contractor Personnel. When deployed, Contractor personnel will receive the same level of protection afforded to Government personnel deployed to the same location. Contractors should expect to live and work in a perimeter controlled base or zone and, when required, to travel in armed convoys or on military airlift. 5.3.4 Possession of Weapons. Contractor personnel are not authorized to carry or possess firearms. 5.3.5 Operation of Vehicles and Other Equipment. Personnel required by this contract to travel to Imminent Danger Zones or Hostile Fire Zones shall possess a valid U.S. Driver's License and all other required licenses to operate all vehicles or equipment necessary to perform the contract tasks. If a local government requires licensing, the U.S. Government may assist/sponsor Contractor personnel in the licensing procedures. Any Report of Survey fmding liability for loss or damage of U.S. Government vehicles on the part of the Contractor personnel that resulted from the negligent misuse of or misconduct with the vehicles shall be the sole responsibility of the Contractor. All Contractor personnel use of Government vehicles shall strictly comply with theater rules and guidance. 5.3.6 Personal Appearance. Contractor personnel working under this contract shall present a professional appearance, complying with standards delineated for Government civilian personnel acting in similar capacities. Contractor personnel are authorized to wear military issue protective equipment. 5.3.7 Passports. The Contractor shall ensure that all personnel selected to perform on this contract have all necessary passports, visas, and other documents required to enter and exit a theater of operations. The Government may, on a "by exception" basis, sponsor the Contractor personnel for passports, visas, and other documents as required to meet time-sensitive or other mission needs. 5.3.8 Personnel. 5.3.8.1 Standards of Conduct. Contractor personnel shall adhere to standards of conduct as established by the theater, operational, or unit commander, same as the standards for Government civilian personnel acting in similar capacities. 5.3.8.2 Removal of Contract Personnel. The Contracting Officer may require the Contractor to remove from this contract any Contractor personnel for reasons of: misconduct, security breaches; deemed or suspected to be under the influence of alcohol, drugs, or another incapacitating agent. Contractor personnel will comply with the Standards of Conduct as outlined in Paragraph 5.3.8.1 above. The Government reserves the right to reject, at any time and M67854-11-C-7020 Page 15 of62 without notice, any employee assigned who is either unable or unwilling to perform work within the scope of this contract. The Contractor shall remove the rejected Contractor personnel from performing under this contract upon notification by the Contracting Officer. The removal of personnel from this contract does not relieve the Contractor of the responsibility to provide the agreed upon level of service required under this contract. The Contractor shall provide replacements for the removed Contractor personnel, in the same category and with the same level of qualifications, at no additional cost to the Government, including transportation to and from the United States. Replacement personnel shall arrive on-site within 30 Business Days of the removal of the previous person. 5.3.8.3 Medical Treatment. The Government will provide, on a cost reimbursable basis, resuscitative medical care (where life, limb or eyesight is in danger of being lost) and emergency dental care (See DFARS 252.2257040(c)(2)). 5.3.9 Security Requirement. All Contractor personnel shall posses a security clearance as set forth in this SOW. All security requirements shall be met before any performance related to this SOW is conducted unless the security requirements are waived, in writing, by the U.S. Government. 5.3.9.1 Clearance Level. Contractor personnel shall be U.S. citizens who have been adjudicated and are eligible for the necessary clearance level. The necessary clearance level of Contractor Personnel on this contract will be a minimum TOP SECRET with eligibility for Sensitive Compartmented. Information (TS/SCI) with NATO access. Contractors assigned to staff the Intelligence Surveillance and Reconnaissance (ISR) Full Motion Video (FMV) Exploitation Cell will be required to obtain and maintain clearance to access TS/SCI. Individuals will be indoctrinated only if they are assigned to work daily inside the MEF (FWD) Sensitive Compartmented Information Facility (SCIF). SCI involvement entails unescorted access into SCI spaces. There is no current requirement for access to SCI materials or systems; however, there could be incidental exposure to SCI material. There is no SCI product created, used, or stored under this contract. 5.3.9.2 Security Procedures (CDRL A007). The MCSC Special Security Officer (SSO) provides SCI support as required for contractor employees. The contractor must provide the SSO with a copy of the most recent Standard Form 86 (SF-86) and Standard Form 86 Certification (SF-86C). Contractor personnel will be required to sign a N on-Disclosure Agreement. 5.3.9.3 Classified Products. Products classified Secret will be created, used, and stored under this contract. These products will be classified, downgraded or declassified in accordance with DCI, DoD, CENTCOM, ISAF and MEF classification guides. All classified source documents will be handled in accordance with local procedures for safeguarding classified material at the level indicated on the source document. Classified hardware has been provided to the contractor. This hardware is classified due to the software it contains to perform analysis functions and due to the material accessed and stored on its hard drives. 5.3.10 Medical Requirements. The Contractor shall ensure that Contractor personnel that are required to travel to Imminent Danger Zones or Hostile Fire Zones are physically capable of meeting all requirements and are in good health without chronic medical conditions which require frequent monitoring or contact with medical professionals. 5.3.10.1 Pre-Deployment Medical Examination. The Contractor shall ensure physical and medical evaluations are conducted on all its employees required to travel to Imminent Danger Zones or Hostile Fire Zones. These medical evaluations shall ensure they are medically fit and capable of enduring the rigors of deployment in support of a military operation. The Contractor shall provide certification of the same to the Government Deployment coordinator. 5.3.10.2 Immunization Requirement. The Contractor shall be responsible for, and shall ensure that all its personnel that are required to travel to Imminent Danger Zones or Hostile Fire Zone have, the vaccinations or immunizations required for the deployment area. Applicable Contractor personnel must be willing to receive Anthrax and Smallpox vaccines. M67854-l1-C-7020 Page 16 of62 5.3.10.3 Medications. The Contractor shall be responsible to ensure that Contractor personnel who are required to travel to Imminent Danger Zones or Hostile Fire Zones and are taking medications have sufficient quantities of their medicine to last for the duration of their stay in the deployment area of operation. 5.3.11 Defense Base Act. This award is subject to Worker's Compensation Insurance (Defense Base Act) (APR 1984) as set forth in FAR 52.228-3. 5.4 Quality Assurance. The Contractor shall be responsible for assuring all activities performed under this contract meet the requirements of the contract. The COR will evaluate the Contractor's performance under this contract based on reports provided by its Customer and/or program management personnel. The Government's evaluation will consider: 5.4.1 Adherence to the requirements of the SOW; 5.4.2 Accuracy, clarity and timeliness of the dociunents provided by Contractor personnel; 5.5.1 The Contractor shall ensure that Contractor personnel are at their work site when required. 5.5.2 The Contractor shall provide transportation to all staging locations, whether for training or deployment, and for any other transportation requirement outside of the contract. Primary staging locations are: a. Deploying Personnel: CRC, Camp Lejeune, NC; Doha, Qatar; Kuwait b. Deployment Cargo: Ifrequired, contact the COR. 5.5.3 Contractors are authorized air transportation at Government expense between CONUS and OCONUS, under the following terms, when travel is required to perform services under this contract. Travel between CONUS and OCONUS is limited to one round trip per individual per deployment, and should use Kuwait International Airport, Kuwait, except in cases of Emergency Leave when a flight from Doha, Qatar is the first available flight out ofthe theater. Travel between either Kuwait or Doha, Qatar and the work site will be· by military airlift (see paragraph 5.5.4, Rotator Flights, below) and military convoy. Those individuals deploying for 180 continuous days are authorized one three-day in-theater Rest and Recuperation (R&R) leave period to be taken after the individual has . completed 90 days of the deployment. Individuals deploying for 365 continuous days are authorized one two-week R&R leave period, taken approximately halfway through their deployment, and two three-day in-theater R&R leave periods, the fIrst taken after the individual has completed 90 days of the deployment, and the second after the individual has completed 270 days of the deployment. An R&R is not to be taken in conjunction with another R&R period. Transportation for R&R periods is authorized between the work site and Kuwait or Doha, Qatar; it is not authorized for locations outside the theater. Any other leave taken during the deployment will be at the individual's or the contractor's expense. When military travel is not available and commercial travel is used, it should be billed to CLIN 0003, Travel between CONUS and KUWait/Qatar, and will be reimbursed only at the standard commercial coach rate. Per Diem and other authorized expenses will be reimbursed in accordance with the Joint Travel Regulation (JTR). All travel provided by the Government, whether via military airlift or commercial transportation to be reimbursed, requires COR approval prior to the individual's travel. 5.5.4, Rotator Flights. When the contractor is charged for the movement of personnel within the AOR (between Kuwait/Qatar and the fmal destination, i.e. Afghanistan) it shall be invoiced against CLIN 0003, Travel between CONUS and Kuwait/Qatar, on a cost basis, burdened only with G&A. The contractor shall submit; via e-mail, travel requests to the COR for review and approval prior to costs being incurred. Flights for Emergency Leave, when the Red Cross makes notification of the emergency, do not need prior COR approval. However, the COR should promptly be notifIed that an FSR is departing on Emergency Leave. NOTE: The Air Force does not currently charge personnel with an approved Letter of Authorization (LOA) for the travel between Afghanistan and Kuwait. 5.6 Government Furnished Items. 5.6.1 Government Furnished Property (GFP). The government will provide a Multi Analysis and Archival System (MAAS) and other hardware and software required to accomplish the tasks defIned in this SOW. r ~ M67854-11-C-7020 Page 17 of62 5.6.1.1 All administrative and office equipment and supplies (Le. desks, tables, chairs, file cabinets, pencils, paper, and computer software) are qased upon availability. Special requirements will be coordinated ~ith the COR and will be made available to the Contractor when, and if, feasible.' Expenditures above $100.00 require prior approval from the COR 5.6.1.2 All communications equipment/capabilities, including classified and unclassified telephone services and facsimile services, will be provided, if available. This equipment and service will be only for official use. 5.6.1.3 All tactical equipment for use in Theater, including Personal Protective Equipment (PPE), if available, and eyeglass frame inserts for use with chemical masks, will be provided, if required. All non-standard property, including civilian items procured by the Government and all accountable property, must be returned to the Government once the deployment is complete. 5.6.1.4 DoD identification, including identification tags (dog tags) and Geneva Conventions Card will be provided, if required. 5.6.2 Government Furnished Services. 5.6.2.1 Billeting. Deployed contractor personnel will be billeted in conditions commensurate with junior commissioned officers. 5.6.2.2 Medical Services. These services are limited to resuscitative and emergency medical serVices per Clause 952.225-0003 (see Paragraph H-9 in Section H of this solicitation). 5.6.2.3 Training. When required, the Government will provide pre-deployment training in either the Washington, D.C. metro area or at the CONUS Replacement Center (CRe), at a date and time to be determined, to include the following: 5.6.2.3.1 Chemical, Biological, Radiological and Nuclear (CBRN) Training. CBRN training will be conducted subsequent to a liability waiver being signed by the individual receiving the training from the Government. 5.6.2.3.2 Theater Familiarization Briefings, Area Environmental Overview briefings, and Area Operating Procedures. Government will provide required training. 5.6.2.3.3 PPE Familiarization Training. Government will provide training on the use ofissued (PPE) gear and personal protective equipment. 5.7 Contractor Furnished Items. The Contractor shall provide the following for the required services tinder this contract. 5.7.1 All personnel, management and supervision, including recruitment, employment, additional medicallhealth examinations, healthlmedicaVlife insurance. 5.7.2 Quality control. 5.7.3 Accounting, bookkeeping and reporting of costs incurred for this contract. 5.7.4 Record keeping and accounting for Government-furnished property. 5.7.5 Acquisition of supplies necessary to perform services as specified in this contract, subject to prior approval of both the COR and Contracting Officer. Any unused supplies purchased for, and billed to, this contract will become the property of the Government. I 1167854-11-C-7020 Page 18 of62 5.8 Disclosure of Information. Performance under this contract may require the Contractor to access data and information sensitive to a Government agency, another Government contract or of such nature that its dissemination or use, other than as specified in the SOW, would be adverse to the interests ofthe Government or others. Disclosure of information by contractor personnel shall only be made in accordance with the terms and conditions of the contract. 5.9 Iraq/Mghanistan (JCC-I1A) Special Contract Requirements. See Section H of this contract. M67854-11-C-7020 Page 19 of62 Section D - Packaging and Marking D-1. Deliverables, if applicable. D-1.1. All supplies delivered under this contract shall be prepared for delivery (preserved, packed, palletized, and marked) in accordance with American Society of Testing and Materials Designation (ASTM D) 3951-98 (2004) entitled "Standard Practice for Commercial Packaging" and the Contractor's best practices so as to preclude damage during transit and ensure safe delivery". D-1.2. Marking of Documentation and Reports. All documentation to be provided under this contract shall prominently show on the cover of the report the following: (1) Name and business address of Contractor (2) Contractor Point of Contact's name and Contract Number D-2. Packaging, Handling, Storage,and Transportation Classified Data. Classified reports, data and documentation, if applicable, shall be prepared for shipment in accordance with the National Industrial Security Program Operating Manual (NlSPOM) DoD 5220.22M dated 28 February 2006, and when applicable, NlSPOM Supplement 1 dated February 1995. Contractor shall utilize best commercial practices in accordance with Paragraph D-1.1 above. 1167854-11-C-7020 Page 20 of62 Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN 0001 0001AA 0001AB 0002 0003 000301 0004 000401 000402 0005 0005AA 0005AB 0005AC 0005AD 0005AE 0005AF 0005AG 0101 INSPECT AT Destination N/A N/A Destination Destination N/A Destination N/A N/A Destination Destination Destination Destination Destination Destination Destination Destination N/A INSPECT BY Government N/A N/A Government Government N/A Government N/A N/A Government Government Government Government Govetnment Government Government Government N/A ACCEPT BY Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government Government ACCEPT AT Destination N/A N/A Destination Destination N/A Destination N/A N/A Destination Destination Destination Destination Destination Destination Destination Destination N/A CLAUSES INCORPORATED BY REFERENCE 52.246-4 52.246-5 52.246-16 Inspection Of Services--Fixed Price Inspection Of Services Cost-Reimbursement Responsibility For Supplies AUG 1996 APR 1984 APR 1984 r iI 1167854-ll-C-7020 Page 21 of62 Section F - Deliveries or Performance DELIVERIES OR PERFORrv1ANCE F-l. Contractor Notice: In the event the Contractor for any reason anticipates or encounters difficulty in complying with the contract period of performanceIde livery schedule, or in meeting any of the other requirements ofthe contract, the Contractor shall immediately notify the Contracting Officer in writing giving pertinent details. The Contracting Officer in writing will advise the Contractor of his or her decision. If approved by the Contracting Officer, the proposed changes shall be incorporated into the contract by a bilateral modification. If the proposed changes ,are disapproved, the Contracting Officer shall have the right to unilaterally make changes. Failure to agree constitutes a dispute concerning a question of fact within the meaning of the Disputes Clause. DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS 0001 POP 30-SEP-2011 TO 29-SEP-20l2 N/A N/A OOOIAA POP 30-SEP-20l1 TO 29-SEP-20 12 N/A PG12/CINSI 1167854 DAN FITZGERALD 11ARCORSYSC0112200 LESTER STREET QUANTICO VA 22134 703-432-4363 FOB: Destination OOOIAB POP 30-SEP-2011 TO 29-SEP-20l2 N/A (SA11E AS PREVIOUS LOCATION) FOB: Destination 1167854 N/A VIC FOB: Destination 0002 N/A N/A N/A 0003 POP 30-SEP-2011 TO 29-SEP-20l2 N/A PG12/CINSI 1167854 DAN FITZGERALD 11ARCORSYSCOM 2200 LESTER STREET QUANTICO VA 22134 703-432-4363 FOB: Destination 000301 N/A N/A N/A 0004 POP 30-SEP-2011 TO 29-SEP-20 12 N/A M67854 PG12/CINSI DAN FITZGERALD 11ARCORSYSCOM 2200 LESTER STREET QUANTICO VA 22134 703-432-4363 FOB: Destination N/A N/A 000401 N/A N/A N/A -! M67854-11-C-7020 Page 22 of62 000402 N/A N/A N/A 0005 POP 30-SEP-2011 TO 29-SEP-2012 N/A N/A FOB: Destination 0005AA POP 30-SEP-2011 TO 29-SEP-2012 N/A 0005AB POP 30-SEP-2011 TO 29-SEP-2012 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination M67854 0005AC POP 30-SEP-2011 TO 29-SEP-2012 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination M67854 0005AD POP 30-SEP-2011 TO 29-SEP-2012 . N/A (SAME AS PREVIOUS LOCATION) FOB: Destination M67854 0005AE POP 30-SEP-2011 TO 29-SEP-2012 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination M67854 0005AF POP 30-SEP-2011 TO 29-SEP-2012 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination M67854 0005AG POP 30-SEP-2011 TO 29-SEP-2012 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination M67854 N/A N/A N/A 0101 N/A I N/A PG12/CINSI M67854 DAN FITZGERALD MARCORSYSCOM 2200 LESTER STREET . QUANTICO VA 22134 703-432-4363 FOB: Destination CLAUSES INCORPORATED BY REFERENCE 52.242-15 Stop-Work Order AUG 1989 1167854-11-C-7020 Page 23 of62 Section G - Contract Administration Data WIDE AREA WORK FLOW MARCORSYSCOM WAWF INSTRUCTIONS TO CONTRACTORS ELECTRONIC SUB11ISSION OF PAY1'vIENT REQUESTS AND RECEIVING REPORTS (11AR 2008) In compliance with DFARS 252.232-7003, "Electronic Submission of Payment Request and Receiving Reports (11arch 2008)", the United States 11arine Corps (US11C) utilizes WA WF-RA to electronically process vendor request for payment. The contractor is required to utilize this system when processing invoices and receiving reports under this contract. The contractor shall (i) ensure an Electronic Business Point of Contract (POC) is designated in Central Contractor Registration at http://www.ccr.govand(ii)registertouseWAWF-RAatthehttps://wawf.eb.millwithin ten (10) days after award of the contract or modification incorporating WAWF-RA into the contract. Step by step procedures to register are available at the https:llwawfeb.rnill. The US11C WAWF-RA point of contact for this contract is Daniel Fitzgerald and can be reached at (703) 432-4363 or via E-mail atdaniel.fitzgerald@usmc.mil. The alternate US11C WAWF -RA point of contact is 11r. William Waggoner and can be reached at (703) 432-4300 or via E-mail at william.r.waggonerl@usmc.rnil. The contractor is directed to use the Invoice and Receiving Report (2-in-1) format when processing invoices and receiving reports. For all requirements, the contractor shall use the 11arine Corps Systems Command DODAAC (1167854) as the DODAAC for all shipping addresses, even if the ship-to address is other than the 11arine Corps Systems Command. DFAS - Columbus Center (HQ0338) DFAS - C/O South Entitlement Operations P.O. Box 182264 Columbus,OH 43218-2264 E-mail: CCO-J:v1YINVOICEHELP@DFAS.WL PHONE: 1-800-756-4571 (110CAS #1 then #4) WAWF: https:llwawf.eb.mill 11yInvoice: https:llmyinvoice.csd.disa.mil r During the invoicing process, W A WF requires the vendor to enter the Contract Number (PUN), Order Number (SPIIN), and CAGE Code with no dots, dashes, or spaces. Data entry information in WA WF: Payment Office DoDAAC: Issue By DoDAAC: Admin Office DoDAAC: Ship To Supply: Service Acceptor DoDAAC: Vendor CAGE Code: Contract Number (PIIN): Task Order (SPIIN): HQ0338 1167854 S2404A 1167854 Extension PG 12 1167854 Extension PG 12 071101 116785411 C7020 M67854-11-C-7020 Page 24 of62 Before closing out of an invoice session in WAWF-RA, but after submitting your document or documents, the contractor will be prompted to send additional email notifications. The contractor shall click on "Send Additional Email Notifications" block on the page that appears. Add the primary point of contact's email address (provided above) in the first email address block and 'add the alternate point of contact's email address in the following block. This additional notification to the government is important to ensure the appropriate point of contact is aware that the invoice documents have been submitted into the WA WF-RA system. Additional email notification of invoices: Contracting Officer's Representative: daniel.fitzgerald@usmc.mil Contracts: william.r.waggoner l@usmc.mil NOTE: The POCs identified above are for W A WF issues only. Any other contracting questions/problems should be addressed to the POC identified in Section A of the contract. IFolA Exemption 83 841 ACCOUNTING AND APPROPRIATION DATA (b)(3),(b)(4) CLAUSES INCORPORATED BY REFERENCE 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports IFolA Exemption 83 841 MAR 2008 1 I 1167854-II-C-7020 Page 25 of62 Section H - Special Contract Requirements H-l THE CONTRACTING OFFICER'S REPRESENTATIVE IS: Daniel Fitzgerald Email: daniel.fitzgerald@usmc.mil Inspection and Acceptance of contract deliverables are the responsibility ofthe Contracting Officer's Representative (COR), except as otherwise specified in the contract, under the inspection and acceptance clause or DD Form 1423, when applicable. Moreover, the COR serves in a supporting role to the Contracting Officer, providing advice and expertise on technical issues. However, only the Contracting Officer has the authority to authorize deviations from the terms and conditions of this contract, including deviations from specification requirements. In the event the contractor does deviate without written approval of the Contracting Officer, such deviation shall be at the risk of, and any costs relating thereto shall be borne by, the Contractor. CONSTRUCTIVE CHANGE ORDERS H-2 H-2.1. No order, statement, or conduct of Government personnel who might visit the Contractor's facility or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. H-2.2. No understanding, agreement, change order, or other matter deviating from or constituting an alteration or change to the terms of this contract shall be effective or binding upon the Government unless formalized by a contract modification executed by the Contracting Officer. H-2.3. The Contracting Officer is the only person authorized to approve changes in any of the requirements ofthis contract and, notwithstanding provisions contained elsewhere in the contract, the said authority remains solely with the Contracting Officer. In the event that the Contractor effects any change(s) at the direction of any person other than the Contracting Officer, these change(s) will be at the Contractor's expense. Except for a credit to the Government, no adjustment shall be made in the contract price or other contract terms and conditions, as the Contracting Officer did not approve consideration for the aforementioned unauthorized change. Further, should the unauthorized change be to the Government's detriment, the Contractor may be held financially responsible for its correction. H-3 RESPONSIBILITY IN SUBCONTRACTING The Contractor will be fully responsible for assuring that all appropriate contractual provisions and clauses are passed down to its subcontractors, if any, and that those provisions are enforced. H-4 ORGANIZATIONAL CONFLICT OF INTEREST H-4.1. The term "Organizational Conflict of Interest" means the following: (1) Because of other activities or relationships with other persons, a person is unable or potentially unable to render impartial assistance or advice to the Government; (2) or the person's objectivity in performing the contract work is or might be otherwise impaired; (3) or a person has an unfair competitive advantage. See FAR Part 9, Subpart 9.5. H-4.2. The Contractor warrants that, to the best of its knowledge and belief, it does not have any organizational conflict of interest, as defined in FAR Part 9, Subpart 9.5. H-4.3. The Contractor agrees that, if in the performance ofthis contract it discovers a potential organizational conflict of interest with respect to this contract, it shall make an immediate and full disclosure in writing to the Contracting Officer. This disclosure shall include a description ofthe action(s) that the Contractor has taken or proposed to take to avoid, eliminate, or neutralize the conflicts. In the event that the contractor does not disclose a known potential conflict to the Contracting Officer, the Government may terminate the contract for default. ' H-4.4. If the Contractor is directed by authorized Government personnel (e.g., by written task or verbal directions in a Program review or otherwise) to perform services, in which, the Contractor believes constitute a potential organizational conflict of interest; the Contractor shall notify the Contracting Officer in writing. This written notification shall include the nature of the conflict of interest, and shall be submitted to the Contracting Officer within ten (10) days after receipt of the Government directive. The Contractor shall not M67854-II-C-7020 Page 26 of62 expend any effort towards the performance of the services in question until this determination has been made or unless otherwise directed by the Contracting Officer. H-5 . COPYRIGHT RELEASE Pursuant to DFARS 252.227-7013, the contractor grants or shall obtain for the Government a royalty free, world-wide, nonexclusive, irrevocable copyright license for all copyrighted information. Moreover, the contractor shall not, without the written approval of the Contracting Officer, incorporate any copyrighted data in the technical data to be delivered under this contract unless the Contractor is the copyright owner or has obtained for the Government the license rights necessary to perfect a license or licenses in the deliverable data of the appropriate scope set forth in DFARS 252.227-7013, and has affixed a statement of the license or licenses obtained on behalf of the Government and other persons to the data transmittal document. The contractor shall furnish appropriate copyright release giving the Government permission to reproduce and use copyrighted information. When the contractor uses a manual, which covers a vendor's component(s) or a portion thereof, and the vendor's manual contains copyrighted material, the contractor shall be responsible for obtaining a copyright release from the vendor and providing the copyright release to the Government. H-6 952.222-0001 - PROHIBITION AGAINST HUMAN TRAFFICKING, INHUMANE LIVING CONDITIONS, AND WITHHOLDING OF EMPLOYEE PASSPORTS (AUG 2011) (a) All contractors ("contractors" refers to both prime contractors and all subcontractors at all tiers) are reminded of the prohibition contained in Title 18, United States Code, Section 1592, against knowingly destroying, concealing, removing, confiscating, or possessing any actual or purported passport or other immigration document, or any other actual or purported government identification document, of another person, to prevent or restrict or to attempt to prevent or restrict, without lawful authority, the person's liberty to move or travel, in order to maintain the labor or services of that person. (b) Contractors are also required to comply with the following provisions: (1) Contractors shall only hold employee passports and other identification documents discussed above for the shortest period of time reasonable for administrative processing purposes. (2) Contractors shall provide all employees with a signed copy oftheir employment contract, in English as well as the employee's native language, that defines the terms of their employment/compensation. (3) Contractors shall not utilize unlicensed recruiting firms or firms that charge illegal recruiting fees. (4) Contractors shall be required to provide adequate living conditions (sanitation, health, safety, living space) for their employees. Fifty square feet is the minimum acceptable square footage of personal living space per employee. Upon contractor's written request, Contracting Officers may grant a waiver in writing in cases where the existing square footage is withhi 20% of the minimum, and the overall conditions are determined by the Contracting Officer to be acceptable. A copy of the waiver approval shall be maintained at the respective life support area. (5) Contractors shall incorporate checks of life support areas to ensure compliance with the requirements of this Trafficking in Persons Prohibition into their Quality Control program, which will be reviewed within the Government's Quality Assurance process. (6) Contractors shall comply with International and Host Nation laws regarding transit/exit/entry procedures and the requirements for visas and work permits. (c) Contractors have an affirmative duty to advise the Contracting Officer if they learn oftheir employees violating the human trafficking and inhumane living conditions provisions contained herein. Contractors are advised that Contracting Officers and/or their representatives will conduct random checks to ensure contractors and subcontractors at all tiers are"adhering to the law on human trafficking, humane living conditions and withholding of passports. (d) The contractor agrees to incorporate the substance of this clause, including this paragraph, in all subcontracts under his contract. ! i M67854-11-C-7020 Page 27 of62 (End of Clause) 952.223':0001- REPORTING KIDNAPPINGS, SERIOUS INJURIES AND DEATHS (JUL 2010) H-7 Contractors shall notify the Contracting Officer, as soon as practicable, whenever employee kidnappings, serious injuries or deaths occur. Report the following information: Contract Number Contract Description & Location Company Name Reporting party: Name Phone number e-mail address Victim: Name Gender (Male/Female) Age Nationality Country of permanent residence Incident: Description Location Date and time Other Pertinent Information (End of Clause) H-8 952.225-0001 - ARMING REQUIREMENTS AND PROCEDURES FOR PERSONAL SECURITY SERVICES CONTRACTORS AND FOR REQUESTS FOR PERSONAL PROTECTION (AUG 2011) (a) General. Contractor and its subcontractors at all tiers that require arming under this contract agree to obey all laws, regulations, orders, and directives applicable to the use of private security personnel in Iraq and Afghanistan, including U.S. CENTCOM, United States Forces - Iraq (USF-I) and United States ForcesAfghanistan (USFOR-A) Commander orders, instructions and directives. Contractors will ensure that all employees, including employees at any tier of subcontracting relationships, armed under the provisions of this contract, comply with the contents of this clause and with the requirements set forth in the following: (1) DODI 3020.50, Private Security Contractors (PSCs) Operating in Contingency Operations; (2) DODI 3020.41, Program Management/or Acquisition and Operational Contract Support in Contingency Operations; (3) DFARS 252.225-7040, Contractor Personnel Supporting a Force Deployed Outside the United States; (4) Class Deviation 2011-00004, Contractor Personnel in the United States Central Command Area of Responsibility (5) US FOR-A, FRAGO 11-128, Outlines Management of Armed Contractors and Private Security Companies Operating in the Combined Joint Operations Area - Afghanistan (CJOA-A) (6) USF-I OPORD 11-01, Annex C, Appendix 20 (7) U.S. CENTCOM Policy and Delegation of Authority for Personal Protection and Contract Security Service Arming of DoD Civilian Personnel Dated 18 Jan 2011. M67854-11-C-7020 Page 28 of62 (b) Required Contractor Documentation. Contractors and their subcontractors at all tiers that require arming approval shall provide to the arming approval authority via the COR consistent documentation (signed and dated by the employee and employer as applicable) for each of their employees who will seek authorization to be armed under the contract as follows: (1) Weapons QualificationlFamiliarization. All employees must meet the weapons qualification requirements on the requested weapon(s) established by any DoD or other U.S. government agency, Law of Armed Conflict (LOAC); Rules for the Use of Force (RUF), as defined in the U.S. CENTCOM Policy, dated 23 December 2005; and distinction between the above-prescribed RUF and the Rules of Engagement (ROE), which are applicable only to military forces. (2) Completed DD Form 2760 (or equivalent documentation) for each armed employee, indicating that the employee is not otherwise prohibited under U.S. law from possessing the required weapon or ammunition. (3) Written acknowledgement by the individual of the fulfillment of training responsibilities and the conditions for the authorization to carry firearms. This document includes the acknowledgement ofthe distinctions between the ROE applicable to military forces and RUF that control the use of weapons by DoD . civilians, DoD contractors and PSCs. (4) Written acknowledgement signed by both the armed employee and by a representative of the employing company that use of weapons could subject both the individual and company to U.S. and host nation prosecution and civil liability. (5) A copy of the contract between the contractor's company and the U.S. Government that verifies the individual's employment and .addresses the need to be armed. (6) One (1) copy of a business license from the Iraqi or Afghani Ministry of Trade or Interior. (7) One (1) copy of a license to operate as a PSC (or a temporary operating license) from the Ministry of Interior. (c) Communication Plan. The contractor will submit to the COR a communications plan that, at a minimum, sets forth the following: (1) The contractor's method of notifying military forces and requesJing assistance where hostilities arise, combat action is needed or serious incidents have been observed. (2) How relevant threat information will be shared between contractor security personnel and U.S. military forces. (3) How the contractor will coordinate transportation with appropriate military authorities. (d) Plan for Accomplishing Employee Vetting. The contractor will submit to the COR an acceptable plan for vetting all contractor and subcontractor employees. The contractor shall, at a minimum, perform the following (which will be specifically addressed in its plan): (1) Local Nationals: Perform Local and National Agency background checks in accordance with Host Nation Government policies and protocols. (2) Use one or more ofthe following sources when conducting the background checks on Third Country Nationals: Interpol, FBI, (2) Country of Origin Criminal Records, Country of Origin U.S. Embassy Information Request, CIA records. (3) All local nationals and third country nationals will voluntarily submit to full biometric enrollment in accordance with theater biometric policies prior to submitting arming requests. All local nationals and third country nationals will voluntarily submit to routine biometric screening in accordance with local installation policies and procedures. The contractor will immediately notify the COR, local installation Force Protection agency and the theater arming approval authority of any individuals who are revealed as potential security risks during biometric processing. (4) The Contractor shall provide to the COR official written certification of candidate(s) suitability for employment. This certification may address multiple employees on a single certification but must clearly state each employee was vetted in accordance with the Contractor's plan for accomplishing employee vetting. M67854-11-C-7020 Page 29 of62 (e) Penalties for Non-Compliance. Failure of contractor or subcontractor employee(s) to comply with the laws, regulations, orders, and rules (including those specified herein) governing the use of force, training, arming authorization, and incident reporting requirements may result in the revocation of weapons authorization for such employee(s). Where appropriate, such failure may also result in the total revocation of . weapons authorization for the contractor (or subcontractor) and sanctions under the contract, including . termination. (f) Criminal and Civil Liability. Arming of contractor or subcontractor employees under this contract may subject the contractor, its subcontractors, and persons employed by the same, to the civil and criminal jurisdiction of the U.S. and Host Nation. "Host Nation" refers to the nation or nations where services under this contract are performed. (g) Lapses in Training or Authorization. Failure to successfully retrain an employee who has been properly authorized to be armed under this contract within twelve (12) months of the last training date will constitute a lapse in the employee's authorization to possess and carry the weapon. All unauthorized employees will . immediately surrender their weapon and authorization letter to the contractor and will remain unarmed until .such time as they are retrained and newly approved by the arming authority. Additionally, the arming a~thority's authorization letter is valid for a maximum of twelve (12) months from the date of the prior letter (unless authorization is earlier invalidated by a lapse in training). . (h) Authorized Weapon & Ammunition Types. Unless DCDRUSCENTCOM (or a designee) expressly provides otherwise, all arming requests and authorizations for contractor or subcontractor employees under this contract shall be limited to U.S. Government-approved weapons and ammunition. Notwithstanding Host Nation laws or regulations that would allow use of heavier weapons by contract securitylPSC, all DoD security service / PSC contractors must have weapons approved by DCDRUSCENTCOM (or a designee) before use. This restriction applies to all weapons in the possession of contractor employees, even if such weapons are required for personal protection. The following weapons and ammunition are currently authorized by the U.S. Government for use in Iraq and Afghanistan: (1) The M9, M4, M16, or equivalent (e.g.. 45 CAL, AK-47). (2) The M9 or equivalent sidearm will be the standard personal protection weapon unless other weapons are specifically requested and approved. (3) Standard authorized weapons are selectable fire semi-automatic weapons only. All Non-U.S. and Nonstandard weapons must be submitted to the theater arming authority for review and approval. Non-standard weapons are classified as any machine gun, belt- fed or crew served weapon or any weapon utilizing ammunition greater than 7.62mm X 51mm NATO. Contractors must also provide scorecards and criteria for qualification appropriate to the Non-standard weapon's caliber. (4) U.S. government Ball ammunition is the standard approved ammunition. (i) Requirements for Individual Weapons Possession. All employees of the contractor and its subcontractors at all tiers who are authorized to be armed under this contract must: (1) Possess only those U.S. Government-approved weapons and ammunition for which they are qualified under the training requirements of section (b) and subsequently authorized to carry. (2) Carry weapons only when on duty or at a specific post (according to their authorization). (3) Not conceal any weapons, unless specifically authorized. (4) Carry proof of authorization to be armed. Employees not possessing such proof will be deemed unauthorized and must surrender their weapon to their employer. (5) lAW USCENTCOM G.O. #1, consumption of alcohol or use of any intoxicating substances which may impair judgment, medication or otherwise in Iraq or Afghanistan is prohibited. In the event of a suspension or an exception to G.O. #1, employees shall not consume any alcoholic beverage while armed or within eight (8) hours of the next work period when they will be armed. There are no circumstances under which a person will be authorized to consume any alcoholic beverage or use any judgment impairing substance when armed for personal protection. 1167854-II-C-7020 Page 30 of62 U) Weapons/Equipment Restrictions and Responsibilities. Unless otherwise provided, the U.S. Government will not provide any weapons or ammunition to contractors, their subcontractors, or any employees of the same. The Contractor will provide all weapons and ammunition to those employees that will be armed under the contract The contractor and its subcontractors at all tiers will also provide interceptor body armor, ballistic helmets, and the Nuclear, Biological, and Chemical (NBC) protective masks to those employees that require such equipment in the performance of their duties. (k) Rules for the Use of Force (RUF). In addition to the RUF and ROE training referenced in paragraph (b), the contractor and its subcontractors at all tiers will monitor and report all activities of its armed employees that may violate the RUF and/or otherwise trigger reporting requirements as serious incidents. Prompt reporting demonstrates a desire by the contractor and its subcontractors to minimize the impact of any violations and, therefore, will be given favorable consideration. Violations «;lfthe RUF include, though are not limited to: \ (1) Taking a direct part in hostilities or combat actions, other than to exercise self-defense. (2) Failing to cooperate with Coalition and Host Nation forces. (3) Using deadly force; other than in self-defense where there is a reasonable belief of imminent risk of death or serious bodily harm. (4) Failing to use a graduated force approach. (5) Failing to treat the local civilians with humanity or respect. (6) Detaining local civilians, other than in self-defense or as reflected in the contract terms. (I) Retention and Review of Records. The Contractor and all subcontractors at all tiers shall maintain records on weapons training, LOAC, RUF and the screening of employees for at least six (6) months following the expiration (or termination) of the contract. The Contractor and its subcontractors at all tiers shall make these records available to the Contracting Officer or designated representative, at no additional cost to the government, within 72 hours of a request. (m) Contractor Vehicles. Vehicles used by contractor and subcontractor personnel in the course oftheir security duties shall not be painted or marked to resemble U.S.!Coalition or host nation military and police force vehicles. (n) Monthly Reporting. The prime contractor will report monthly arming status to the Contracting Officer responsible for this contract, and any other organization designated by the Contract~ng Officer in accordance with theater policy and the timelines defined in the Performance Work Statement. (End of Clause) H-9 952.225-0002 - ARMED PERSONNEL INCIDENT REPORTS (AUG 2011) (a) All contractors and subcontractors in the United States Forces-Iraq (USF-I) or United States ForcesAfghanistan (USFOR-A) theater of operations shall comply with and shall ensure that their personnel supporting USF-I or USFOR-A forces are familiar with and comply with all applicable orders, directives, and instructions issued by the respective USF-I or USFOR-A Commanders relating to force protection and safety. (b) IRAO: Contractors shall provide an initial report of all weapons firing incidents or any other serious incidents they or their contractors are involved in to USF-I Contractor Operations Cell (CONOC) as soon as practical, but not later than 4 hours after the incident. The contractor and its subcontractors at all tiers shall submit a written report to CONOC, the Contracting Officer (KO) within 96 hours of the incident. Interim reports shall be submitted between the initial and final report, when necessary to the CONOC at usfic3conoc@irag.centcom.miI DSN 318-435-2369, UK# 0044 203 286 9851 or 0044 203 239 5894 or Skype: USFICONOC. "1 II M67854-11-C-7020 Page 31 of62 (c) AFGHANISTAN: Contractors shall immediately report all incidents and use of weapons through their Contracting Officers Representative (CORs) who will notify the Contracting Officer. Contracting Officers are responsible to notify the SCO-A Chief of Operations and the SAR @ USFOR-A (SAR SHIFT DIRECTOR, DSN: 318-237-1761) Information should include: the name of the company, where the incident occurred, time when the incident occurred, a brief description of the events leading up to the incident, and a point of contact for the company. The SCO-A Chief of Operations in coordination with the SAR will issue guidance for further reporting requirements. (d) Contractors shall provide first aid and request MEDEVAC of injured persons, and remain available for U.S. or Coalition response forces, based upon the ~ituation. In the event contractor personnel are detained by U.S. or Coalition Forces, prolonged detention due to lack of proper identification can be alleviated by contractor personnel possessing on their person information that includes the contractor's name, the contract number, a contractor management POC, and the phone number of the CONOC/SAR Watch. Contractor and subcontractor personnel shall carry their Letter of Authorization (LOA) on their person at all times. (End of Clause) H-I0 952.225-0003 - FITNESS FOR DUTY AND MEDICALIDENTAL CARE LIMITATIONS (AUG 2011) (a) The contractor shall perform the requirements of this contract notwithstanding the fitness for duty of deployed employees, the provisions for care offered under this section, and redeployment of individuals determined to be unfit. Contractor personnel who deploy for multiple tours, for more than 12 months total must be re-evaluated for fitness to deploy. An examination will remain valid for 15 months from the date of the physical. The contractor bears the responsibility for ensuring all employees are aware of the conditions and medical treatment available at the performance location. The contractor shall include this information and requirement in all subcontracts with performance in the theater of operations. (b) The contractor shall not deploy an individual with any of the following conditions unless approved by the appropriate CENTCOM Service Component (i.e. ARCENT, AFCENT, etc.) Surgeon: Conditions which prevent the wear of personal protective equipment, including protective mask, ballistic helmet, body armor, and chemical/biological protective garments; conditions which prohibit required theater immunizations or medications; conditions or current medical treatment or medications that contraindicate or preclude the use of chemical and biological protective's and antidotes; diabetes mellitus, Type I or II, on pharmacological therapy; symptomatic coronary artery disease, or with myocardial infarction within one year prior to deployment, or within six months of coronary artery bypass graft, coronary artery angioplasty, or stenting; morbid obesity (BMI >/= 40%); dysrhythmias or arrhythmias, either symptomatic or requiring medical or electrophysiological control; uncontrolled hypertension, current heart failure, or automatic implantable defibrillator; therapeutic anticoagulation; malignancy, newly diagnosed or under current treatment, or recently diagnosed/treated and requiring frequent subspecialist surveillance, examination, and/or laboratory testing; dental or oral conditions requiring or likely to require urgent dental care within six months' time, active orthodontic care, conditions requiring prosthodontic care, conditions with immediate restorative dentistry needs, conditions with a current requirement for Qral-maxillofacial surgery; new onset « 1 year) seizure disorder, or seizure within one year prior to deployment; history of heat stroke; Meniere's Disease or other vertiginous/motion sickness disorder, unless well controlled on medications available in theater; recurrent syncope, ataxias, new diagnosis « 1 year) of mood disorder, thought disorder, anxiety, somatoform, or dissociative disorder, or personality disorder with mood or thought manifestations; unrepaired hernia; tracheostomy or aphonia; rena lithiasis, current; active tuberculosis; pregnancy; unclosed surgical defect, such as external fixeter placement; requirement for medical devices using AC power; HN antibody positivity; psychotic and bipolar disorders. (Reference: Mod 10 to USCENTCOM Individual Protection and Individual/Unit Deployment Policy, Tab A: Amplification of the Minimal Standards of Fitness for Deployment to the CENTCOM AOR). 1167854-11-C-7020 Page 32 of62 (c) In accordance with military directives (DoDI 3020.41, DoDI 6000.11, CFC FRAGO 09-1038, DoD Federal Acquisition Regulation Supplement (DFARS) PGI 225.74), resuscitative care, stabilization, hospitalization at Level III (emergency) military treatment facilities and assistance with patient movement in emergencies where loss of life, limb or eyesight could occur will be provided. Hospitalization will be limited to emergency stabilization and short-term medical treatment with an emphasis on return to duty or placement in the patient movement system. Subject to availability at the time of need, a medical treatment facility may provide reimbursable treatment for emergency medical or dental care such as broken bones, lacerations, broken teeth or lost fillings. (d) Routine and primary medical care is not authorized. Pharmaceutical services are not authorized for routine or known, routine prescription drug needs of the individual. Routine dental care, examinations and cleanings are not authorized. (e) Notwithstanding any other provision of the contract, the contractor shall be liable for any and all medically-related services or transportation rendered. To view reimbursement rates that will be charged for services at all DoD deployed medical facilities please got to the following website: http://comptroller.defense.gov/rates/fy2011.html (change fiscal year as applicable). (End of Clause) H-11 952.225-0004 - COMPLIANCE WITH LAWS AND REGULATIONS (JUL 2010) (a) The Contractor shall comply with, and shall ensure that its employees and its subcontractors and their employees, at all tiers, are aware of and obey all U.S. and Host Nation laws, Federal or DoD regulations, and Central Command orders and directives applicable to personnel in Iraq and Afghanistan, including but not limited to USCENTCOM, Multi-National Force and Multi-National Corps operations and fragmentary orders, instructions, policies and directives. (b) Contractor employees shall particularly note all laws, regulations, policies, and orders restricting authority to carry firearms, rules for the use of force, and prohibiting sexual or aggravated assault. Contractor employees are subject to General Orders Number 1, as modified from time to time, including without limitation, their prohibition on privately owned firearms, alcohol, drugs, war souvenirs, pornography and photographing detainees, human casualties or military security measures. (c) Contractor employees may be ordered removed from secure military installations or the theater of operations by order ofthe senior military commander of the battle space for acts that disrupt good order and discipline or violate applicable laws, regulations, orders, instructions, policies, or directives. Contractors shall immediately comply with any such order to remove its contractor employee. (d) Contractor employees performing in the USCENTCOM Area of Responsibility (AOR) may be subject to the jurisdiction of overlapping criminal codes, including, but not limited to, the Military Extraterritorial Jurisdiction Act (18 U.S.c. Sec. 3261, et al) (MEJA), the Uniform Code of Military Justice (10 U.S.c. Sec. 801, et al)(UCMJ), and the laws of the Host Nation. Non-US citizens may also be subject to the laws of their home country while performing in the USCENTCOM AOR. Contractor employee status in these overlapping criminal jurisdictions may be modified from time to time by the United States, the Host Nation, or by applicable status of forces agreements. (e) Under MEJA, a person who engages in felony misconduct outside the United States while employed by or accompanying the Armed Forces is subject to arrest, removal and prosecution in United States federal courts. Under the UCMJ, a person serving with or accompanying the Armed Forces in the field during a declared war or contingency operation may be disciplined for a criminal offense, including by referral of charges to a General Court Martial..Contractor employees may be ordered M67854-11-C-7020 Page 33 of62 into confinement or placed under conditions that restrict movement within the AOR or administratively attached to a military command pending resolution of a criminal investigation. (t) Contractors shall immediately notify military law enforcement and the Contracting Officer if they suspect an employee has committed an offense. Contractors shall take any and all reasonable and necessary measures to secure the presence of an employee suspected of a serious felony offense. Contractors shall not knowingly facilitate the departure of an employee suspected of a serious felony offense or violating the Rules for the Use ofForce to depart Iraq or Afghanistan without approval from the senior U.S. commander in the country. (End of Clause) 952.225-0005 - MONTHLY CONTRACTOR CENSUS REPORTING (AUG 2011) Contractor shall provide monthly employee census information to the Contracting Officer, by province, for this contract. Information shall be submitted either electronically or by hard-copy. Information shall be current as of the 25 th day of each month and received by the Contracting Officer no later than the first day of the following month. The following information shall be provided for each province in which work was performed: . H-12 (1) The total number (prime and subcontractors at all tiers) employees. (2) (3) (4) (5) (6) The total number (prime and subcontractors at all tiers) of U.S. citizens. The total number (prime and subcontractors at all tiers) of local nationals (LN). The total number (prime and subcontractors at all tiers) of third-country nationals (TCN). Name of province in which the work was performed. ~ The names of all company employees who enter and update employee data in the Synchronized Pre-deployment & Operational Tracker (SPOT) IAW DFARS 252.225-7040 or DFARS DOD class deviation 2011-00004. (End of Clause) H-13 952.225-0009 - MEDICAL SCREENING AND VACCINATION REQUIREMENTS FOR CONTRACTOR EMPLOYEES OPERATING IN THE CENTCOM AREA OF RESPONSffiILITY (AOR) (AUG 2011) (a) Contractors and subcontractors at any tier shall ensure and provide satisfactory evidence that all locally hired employees, including Local National (LN), Third Country National (TCN), and U.S. employees, working on bases have been screened for and do not currently have active tuberculosis (TB). (1) Contractors may initially utilize a testing method of either a chest x-ray or TB skin test (TST), depending on the originating country of a contracted employee. (i) Chest x-rays (CXR's), symptom survey, and Body Mass Index (BMI) shall be taken, and TSTs administered within 12 months prior to the start of deployment/employment. Contractors are required to bring in a physical copy of the pre-employment CXR film as it is the only way to verify interval changes should an active case of TB occur. (A) Third Country Nationals (TCNs) and Local Nationals (LNs) cannot be screened with the TST. They need the pre-employment screening with a quality CXR, BMI and symptom survey. (B) Small-Risk Nationals (SRNs), those with less than 25 TB cases per 100,000 persons annually (mostly expats from Europe and US), can be screened via the TST. 1 1167854-11-C-7020 Page 34 of62 (ii) Annual re-screening for TCNs, and LNs will be performed with a CXR conducted by the Contractor's medical provider or local economy provider who will look for interval changes from prior. CXR's and review any changes in the symptom survey. (iii) SRN's do not require annual TB re-screening. However, for a TB contact investigation, a TST or Interferon Gamma Release Assay (IGRA) is required. (iv) For a contact investigation, all personnel with a positive TST or IGRA will be evaluated for potential active TB with a symptom screen, exposure history, BMI, and CXR. All cases of suspected or confirmed active TB must be reported to the theater Preventive Medicine (PM) physician and/or TB Consultant as soon as possible. TB reporting is required within 24 hours to the PM POe. Contact tracing, and medical coding have specific requirements. All Small-Risk National (SRN) contract personnel are required to be MEDEVAC'd out of theater, at the contractor's expense, for treatment of active TB, after consultation with the Theater PM or TB Consultant. For SRN personnel, the contractor is responsible for management and compliance with all prescribed public health actions. (v) Screening may be performed either by a licensed medical provider from the local economy or by the contractors' licensed medical staffs. Contractors shall maintain medical screening documentation and make it available to the Contracting Officer upon request. (2) TB screening and documentation is a requirement prior to receiving badges to work in the CENTCOM Area of Operations. A copy of the TB screening documentation shall be provided to the responsible Base Operations Center prior to issuance of base access badges. (b) Contractor employees, including subcontractors at any tier, who work in food service positions and/or water and ice production facilities, shall have current Typhoid and Hepatitis "A" (full,series) immunizations in accordance with the Centers for Disease Control and Prevention guidelines (e.g. typhoid vaccination booster is required every 2 years), in addition to the required TB tests. The contractor medical provider must complete a pre-placement examination to include a stool sample test for ova and parasites, and annual medical screening form or equivalent for food service, ice and water production workers. (c) Proof of individual employee vaccinations shall be provided to the Contracting Officer and COR showing that their employees and their subcontractor employees at any tier have received the above vaccinations. The contractor shall maintain their employees' vaccination records for examination by the Contracting Officer. The contractor shall ensure that their subcontractors at any tier maintain their respective employees' vaccination records for examination by the Contracting Officer. (d) The contractor is responsible for management and compliance with all prescribed public health actions regarding TB in the contracted personnel. The contractor also bears the responsibility of ensuring that adequate health management for TB (screening/diagnosis/treatmentiisolation) is available at the contractor's chosen health care provider for their contracted and subcontracted personnel. NOTE: Contractors are reminded of the requirement to comply with their contract and all regulatory guidance (DoD InstructionsiRegulations, Federal Acquisition Regulation as Supplemented, and FRAGO's) as applicable regarding Medical Screening and Vaccination Requirements. (End of Clause) H-14 952.225-0011- GOVERNMENT FURNISHED CONTRACTOR SUPPORT (AUG 2011) The following is a summary of the type of support the Government will provide the contractor, on an "asavailable" basis. In the event of any discrepancy between this summary and the description of services in the Statement of Work, this clause will take precedence. i 1167854-11-C-7020 Page 35 of62 * CAAF means Contractors Authorized to Accompany Forces. U.S. Citizens Accompanying the Force ~ APOIFPOIMPOlPostal Services D Authorized Weapon ~ Billeting ~CAAF* ~ Controlled Access Card (CAC) ~ Badge ~ Commissary ~DFACs ~ Excess Baggage D Fuel Authorized ~ Govt Furnished Meals ~ Military Banking D Military Clothing ~ Military Exchange ~ Mil Issue Equip ~MILAIR ~MWR ~ Resuscitative Care ~ Transportation DAII DNone D Dependents Authorized Third-Country National (TCN) Employees D APOIFPOIMPOlPostal Services D Authorized Weapon D Billeting DCAAF* D Controlled Access Card (CAC) D Badge D Commissary D Dependents Authorized DDFACs D Excess Baggage D Fuel Authorized D Govt Furnished Meals D Military Banking D Military Clothing D Military Excl;tange D Mil Issue Equip DMILAIR DMWR D Resuscitative Care D Transportation DAII ~None Local National (LN) Employees D APOIFPOIMPOlPostal Services D Authorized Weapon D Billeting DCAAF* D Controlled Access Card (CAC) D Badge D Commissary D Dependents Authorized DDFACs D Excess Baggage D Fuel Authorized D Govt Furnished Meals D Military Banking D Military Clothing D Military Exchange D Mil Issue Equip DMILAIR DMWR D Resuscitative Care D Transportation DAII ~None (End of Clause) H~15 952.225-0016 - CONTRACTOR DEMOBILIZATION (AFGHANISTAN) (AUG 2011) (a) Full demobilization of contractors and subcontractor(s) in the Afghanistan Combined Joint Operations Area (CJOA) is critical to responsible drawdown. The prime contractor is required to submit a demobilization plan to the Contracting Officer a minimum of 120 days prior to the end of the contract performance period or when requested by the Contracting Officer. The demobilization plan shall address, as a minimum, the following procedures detailed below. The procedures outline specific guidance to ensure a timely and responsible exit from theater. Prime contractors are responsible and accountable to ensure their subcontractor(s) at all tiers comply with responsible and timely exit from theater immediately following contract performance completion or termination. (1) Exit from Afghanistan: The prime contractor is responsible to remain cognizant of Afghan laws regarding exit from Afghanistan. Currently, all foreigners traveling out of Afghanistan airports via commercial air transportation must have exit visas. Department of Defense, U.S. Forces-Afghanistan, Letters of Authorization (LOAs), and/or Embassy Badges are not accepted means of exiting Afghanistan. All U.S. 11678S4-11-C-7020 Page'360f62 citizens and foreign national contractors exiting via commercial means must obtain an Afghanistan exit sticker before departing the country. The exit sticker may be obtained from Ministry of Interior (MOl) office. It is the prime contractor's responsibility to ensure that the most recent exit procedures are followed and to ensure that subcontractor(s) at all tiers are in compliance with exit procedures. It is to the responsibility of the contractor to work with the Embassy of Afghanistan or Afghanistan MOl as required. (2) Letter of Authorization (LOA): The prime contractor is responsible for demobilizing its workforce, including subcontractor employees at all tiers, and all contractor owned and subcontractor owned equipment out of theater as part of the prime contractor's exit strategy. This exit strategy must include reasonable timeframes starting with the end of the contract performance period and not exceeding 30 days. The Contracting Officer has the authority to extend selected LOAs up to, but not exceeding 30 calendar days after the contract completion date to allow the prime contractor to complete demobilization of its workforce and contractor owned equipment, as well as subcontractor(s) workforce and owned equipment, out of the Afghanistan CJOA. The prime contractor shall notify the Contracting Officer a minimum of 30 days prior to the end of the contract period to request up to a 30-day extension of selected LOAs beyond the contract completion date to complete demobilization. The request shall include at a minimum: (i) the name of each individual requiring a new LOA; (ii) the number of days for the LOA (no more than 30 calendar days); and (iii) justification for the request (e.g., what function the individual(s) will be performing during the demobilization period). The Contracting Officer may request additional information for an LOA extension. Any LOA extension granted beyond the contract completion date shall not exceed 30 days and the contractor is not entitled to additional compensation for this period. If approved by the Contracting Officer, this is a no cost extension of an employee's LOA due to demobilization and in no way is an extension of the contract performance period. (3) Badging: The prime contractor is responsible to ensure all employee badges, including subcontractor employees at all tiers, are returned to the local Access Control Badging Office for de-activation and destruction. The prime contractor shall submit a Badge Termination Report to ensure each record is flagged and the badge is revoked. If a prime and/or subcontractor employee's badge is not returned, the prime contractor shall submit a Lost, Stolen or Unrecovered Badge Report to the appropriate Access Control Badging Office. Contractor employees in possession of a Common Access Card (CAC) shall be responsible for turning in the CAC upon re-deployment through a CONUS Replacement Center in the U.S. Failure to return employee badges in a timely manner may result in delay of final payment. (4) Contractor Controlled Facility Space: If the prime contractor has entered into a Memorandum of Understanding with the Installation Mayor or Garrison for site space, buildings, facilities, and/or Containerized Housing Units (CHU) to house prime and/or subcontractor employees (at all tiers), the prime contractor is responsible to notify the Installation Mayor or Garrison Commander ofintent to vacate at least 90 calendar days prior to the end of the contract performance period. All United States Government (USG) provided property in the prime contractor's possession must be returned to the USG in satisfactory condition. The prime contractor is responsible and liable for any and all damages to USG property caused by prime. and/or subcontractor employees, and shall be further liable for all cleanup, clearing, and/or environmental remediation expenses incurred by the USG in returning prime contractor and/or subcontractor facilities including surrounding site to a satisfactory condition, including expenses incurred in physically moving property, trash, and refuse from such premises, removing/ remediating hazardous wastes on the premises, and repairing structures, buildings, and facilities used by the prime contractor and/or subcontractor. The prime contractor shall provide notification to the Installation Mayor or Garrison Commander to perform an inspection of all facilities as soon as practicable, but no more than 30 days, after the end of the contract period. If damages are discovered, the prime contractor shall make the necessary repairs. The prime contractor shall notify the Installation Mayor or Garrison Commander for re-inspection of the facilities upon completion of the repairs. If the Installation Mayor or Garrison Commander inspects the property, site space, buildings, facilities, and/or CHUs and finds they have not been properly cleaned, cleared, and/or M67854-11-C-7020 Page 37 of62 environmentally remediated, or if the prime contractor fails to repair any damages within 30 calendar days after the end of the contract performance period, the final contract payment shall be reduced by the amount of the specified damages/repairs or the expenses incurred by the USG to properly clean, clear, and/or environmentally remediate the premises. (5) Government Furnished Equipment/Materials: The prime contractor is responsible to return all USG furnished equipment, as defined in Federal Acquisition Regulation (FAR) Part 45, clauses 52.245-1, if included in the contract. Prime contractors who are not in compliance with the FAR, Defense Federal Acquisition Regulation Supplement, Department of Defense Directives and Instructions, policies, or procedures will be responsible and liable for damages to the government property. The prime contractor may apply for a "relief of responsibility" from the Contracting Officer anytime during the contract performance period. A joint inventory shall be conducted of the equipment by the prime contractor, USG representative, and the Contracting Officer or their representative, within 10 calendar days after the end of the contract performance period. The prime contractor shall report lost, damaged or destroyed property immediately to the Contracting Officer, but no later than the j oint inventory at the end of the contract period. If the prime contractor fails to report lost, damaged or destroyed equipment or materials during the contract performance period, the prime contractor shall be responsible for the replacement and/or repair of the equipment or materials. The replaced equipment shall be new, of the same quality, and shall perform at the same functional level as the missing piece of equipment. If the prime contractor fails to repair and/or replace damaged or missing equipment, the final payment shall be reduced by the appropriate amount of the specified damages or cost to replace missing equipment with new. (6) Contractor Personal Property: The contractor is advised that all personal property left on the respective installation after the date of departure of said premises, shall be sold or otherwise disposed of in accordance with 10 U.S.c. § 2575. (i) A request for the return of the property will be honored, if feasible, and if received before the expiration of the period of time allowed to vacate the installation. (ii) If abandoned property is left on the respective installation, contractual remedies may be enforced against the contractor, (See paragraph (b) ofthis clause for potential contractual remedies). Additionally, even if the contractor waives its interest to all abandoned personal property, the contractor may still be liable for all costs incurred by. the USG to remove or dispose of the abandoned property.. (iii) The contractor hereby authorizes the USG authority to dispose of any and all abandoned personal property in any manner the USG may deem suitable and hereby releases and discharges the USG and its agents from any and all claims and demands whatsoever that could otherwise be asserted because of the disposition of said abandoned personal property. (7) Synchronized Predeployment Operational Tracker (SPOT): The prime contractor is responsible to close out the deployment of personnel, including subcontractor employees at all tiers, at the end of the contract completion period and to release the personnel from the prime contractor's company in the SPOT database. The release of employee information must be accomplished no more than 30 calendar days after . the end of the contract completion date. (8) Accountability of Prime and Subcontractor Personnel: Whether specifically written into the contract or not, it is the expectation ofthe USG that for any persons brought into the Afghanistan CJOA for the sole purposes of performing work on USG contracts, contract employers will return employees to their point of origin/home country once the contract is completed or their employment is terminated for any reason. If the prime contractor fails to re-deploy an employee, or subcontractor employee at any tier, the USG shall notify the applicable U.S. Embassy to take appropriate action. Failure by the prime contractor to re-deploy its personnel, including subcontractor personnel at any tier, at the end of the contract completion date, could result in the contractor being placed on the Excluded Parties List System (EPLS) and not be allowed to propose on future U.S. contracts anywhere in the world. M67854-II-C-7020 Page 38 of62 (9) Personnel Recovery: Any DoD contractor with unaccounted for employees shall follow the instructions in the "Contractor Accountability and Personnel Recovery" Clause 952.225-20. The contractor may use the Contracting Fusion Cell as a resource to track or research employees last known location and/or to view LOA's. (b) CENTCOM - Joint Theater Support Contracting Command (C-JTSCC) and external agencies will utilize all available contracting remedies to guarantee compliance with demobilization requirements. Such actions include, but are not limited to withholding payment, issuing a cure notice, issuing a negative Contractor Performance Assessment Reporting System (CPARS) evaluation, reduction of award fee, debarment, reimbursement of U.S. Government expenses, and/or any other legal remedy available to a contracting officer. The USG reserves the right to withhold payment from the prime contractor not in compliance with the above procedures included herein. Additionally, the Contracting Officer shall document all unresolved contractor compliance issues in CPARS, which shall have an adverse past performance affect on future contracts with the USG, anywhere in the world. . (End of Clause) H-16 952.225-0019 - Commodity Shipping Instructions (Afghanistan) (AUG 2011) (a) USFOR-A FRAGO 10-200. United States Forces Afghanistan (USFOR-A) has directed that all shipments into and out of the Combined Joint Operations Area - Afghanistan (CJOA-A) be coordinated through the Defense Transportation System (DTS) in order to expedite the customs clearance process and facilitate the use of in-transit visibility for all cargo in the CJOA-A (b) Information regarding the Defense Transportation System (DTS). For instructions on shipping commodity items via commercial means usingDTS, see the following websites: 1. Defense Transportation Regulation - Part IT Cargo Movement - Shipper, Trans-shipper, and Receiver Requirements and Procedures: http://www.tran.scom.milldtr/part-iildtr part ii 203.pdf 2. Defense Transportation Regulation - Part IT 4 Cargo Movement - Cargo Routing and Movement: http://www.transcom.milldtr/part-iildtr part ii 202.pdf 3. Defense Transportation Regulation - Part V - Department of Defense Customs and Border Clearance Policies and Procedures: http://www.transcom.milldtr/part-v/dtr part v 512.pdf (c) Responsibilities of the vendor carrier representative, shipping expediter, and/or customs broker: 1. Afghanistan Import Customs Clearance Request Procedures: The carrier, shipping expediter, and/or customs broker is responsible for being knowledgeable about the Afghan Customs Clearance! Procedures. 2. Status of Customs Clearance Requests: All inquiries regarding the status of a customs clearance request prior to its submission to Department of Defense (DoD) Customs and after its return to the carrier representative or shipping expediter should be directed to the carrier or shipping agent • .3. Customs Required Documents: The carrier representative or shipping expediter is required to provide the DoD Contracting Officer Representative (COR) with all documentation that will satisfy the requirements of the Government of the Islamic Republic of Afghanistan (GffioA). (d) Required Customs Documents: Documents must be originals (or copies with a company stamp). Electronic copies or photocopied documents will not be accepted by GffioA. The carrier is responsible for checking the current requirements for documentation with the Afghanistan Customs Department (ACD) as specified by the U.S. Embassy Afghanistan's SOP for Customs Clearance Requests Operations (http://trade.gov/static/AFGCustomsSOP.pdf) and paragraph 4 below. M67854-11-C-7020 Page 39 of62 1. The U.S Ambassador Afghanistan diplomatic note guarantees that the U.S. Government (USG) shipments are exempt from Afghanistan Customs duties and taxes. USG shipment~ do not provide commercial carriers with the authority to unnecessarily delay shipments or holdover shipments in commercial storage lots and warehouses while en route to its final destination. The U.S. Embassy expects that shipments will be expedited as soon as customs clearance paperwork is received from the respective GIRoA officials. 2. Imports: Documentation must list the year, make, model, and color of the commodity, the commodity Identification Number (if applicable) and for vehicles, the Engine Block Number. The following documentation is required for all import shipments: An original Customs Clearance Request (CCR) prepared by the COR in accordance with Afghanistan customs guidance referenced in paragraph 4 below. b. Bills of Lading (for shipments by sea), Airway Bills (for shipments by air) or Commodity Movement Request (CMRs) (for overland shipments). In the consignee block, type in "US Military". This will help the Afghan Customs officials to recognize that the shipment belongs to the US Military and, therefore, the shipment is subject to tax exemption provisions as specified under the current Diplomatic Note or Military Technical Agreement (MTA). c. Shipping Invoices. d. Packing Lists. Required only if the shipping invoice does not list the cargo. e. An Afghan Government Tax Exemption Form (Muaffi Nama) purchased from the Department of Customs and Revenue and prepared in the local language by the carrier representative, shipping agent, or customs broker. f. A Diplomatic Note, prepared by DoD Customs, to the Ministry of Foreign Affairs requesting the initiation of customs formalities with the Ministry of Finance, Department of Customs and Exemptions. Please note that DoD Customs is not responsible for registering vehicles. g. Commercially-owned equipment such as vehicles, construction machinery or generators that are leased and imported to Afghanistan for the performance of a USG contract may be subject to taxes and duties as determined by GIRoA. If commercially-owned equipment is imported into Afghanistan in a duty-free status, that duty-free status only applies as long as the equipment is under the exclusive use of the USG contract. If the equipment is released at the end of the contract, applicable GIRoA duties and taxes will apply to the owner if the equipmenfis not exported from Afghanistan or transferred to another USG . contract. h. USG-owned vehicles must be exported at the conclusion of the project period or transferred to another USG entity. Under certain conditions, the USG may transfer equipment or vehicles to GIRoA. a. 3. Exports: The following documentation is required for all export shipments: a. b. c. d. An original CCR prepared by the COR. If COR is not available, the Contracting Officer (KO) will prepare the CCR. Invoices. Packing Lists. Required only if the shipping invoice does not list the cargo. A Diplomatic Note, prepared by the DoD Customs Cell, to the Ministry of Foreign Affairs requesting the initiation of customs formalities with the Ministry of Finance, Department of Customs and' Exemptions. 4. Customs requirements from the GIRoA may change with little notice. For current detailed instructions on customs guidelines in Afghanistan, refer to "The Instruction for Customs Clearance Request (lmportlExport) Operations." In all cases, the carrier is required to obtain a copy of this document, found at the following link: http://trade.gov/static/AFGCustomsSOP.pdf (e) Point of contact (pOC) for customs issues is the USFOR-A Joint Security Office (JSO) J3 at DSN: 318449-0306 or 449-0302. Commercial to DSN conversion from the United States is (732) 327-5130, choose option #1, and then dial 88-318 followed by your seven-digit DSN number. M678S4-11-C-7020 Page 40 of62 (End of Clause) H-17 952.225-0020 - CONTRACTOR ACCOUNTABILITY AND PERSONNEL RECOVERY (AFGHANISTAN) (AUG 2011) (a) Contract performance 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. (1) Unaccounted Personnel: It is the expectation of the USG that any contractor brought into Afghanistan for the sole purposes of performance of work on a USG contract must be accounted for at all times by their respective employers. Additionally, contractors who maintain living quarters on a USG base shall verify the location of each of its employees' living quarters a minimum of once a month. If a DoD contracted employee becomes missing and evidence does not indicate foul play, a Personnel Recovery (PR) event is NOT automatically triggered. Such an event will be treated as an accountability battle drill by the employer's chain of command or civilian equivalent. (2) Contractor Responsibilities: The contractor is responsible to take all necessary steps to locate and investigate the unaccounted for employee(s) whereabouts to the maximum extent practicable. To assist in this process, contractors may use the Contracting Fusion Cell as a resource to track or research employee's last known location and/or to view LOA's. All missing personnel will be immediately reported to the installation division Personnel Recovery Officer (PRO), Mayor's cell, Military Police Station and/or the Criminal Investigative Division, and the Base Defense Operations Center (BDOC). (3) Contractor Provided Information: If it is determined that a potential criminal act has occurred, the USD PRO (or USFOR-A Personnel Recovery Division (PRD) with prior coordination) will attempt to validate the missing person's identity through the employer. The contractor shall provide the information to PRD within 12 hours of request. The required information the contractor should keep on file includes but is not limited to: copy of the individuals Letter of Authorization generated by the Synchronized Pre-deployment and Operational Tracker System (SPOT), copy of passport and visas, housing information of where the individual resides such as room number and location, DD Form 93, Record of Emergency Data, copy of badging, and contact information for known friends or associates. (b) IfUSFOR-A PRD determines through investigation that the unaccounted personnel have voluntarily left the installation either seeking employment with another contractor or other non-mission related reasons, PRD will notify the contractor. The contractor shall ensure that all government-related documents such as LOA's, visas, etc. are terminated/reconciled appropriately within 24·hours of notification by PRD in accordance with subparagraph (a)(8) ofC-JTSCC Clause 952.225-0016 entitled "Contractor Demobilization (Afghanistan)". Contractors who fail to account for their personnel or whose employees create PR events will be held in breach of their contract and face all remedies available to the Contracting Officer. (End of Clause) H-18 952.225-0006 - CONTRACT DELIVERY REQUIREMENTS (JUL 2010) NOTE: No deliveries are planned at this time. REQUIRED DELIVERY DATE: _ _ _ _ _ _ _ __ CONTRACTOR DELIVERY LOCATION: _ _ _ _ _ _ _ _ __ POINT-OF-CONTACT RESPONSmLE FOR INSPECTION & ACCEPTANCE: Name: _______________________ M67854-11-C-7020 Page 41 of62 Phone No.: _ _ _ _ _ _ _ _ _ _ _ email: _ _ _ _ _ _ _ _ _ __ FINAL DELIVERY DESTINATION: _ _ _ _ _ _ _ _ _ _ _ __ POINT-OF-CONTACT AT FINAL DESTINATION: _ _ _ _ _ _ __ Name: _ _ _ _ _ _ _ _ _ __ Phone No.: _ _ _ _ _ _ _ _ _ _ _ email: _ _ _ _ _ _ _ _ _- REQUIRING ACTIVITY: _ _ _ _ _ _ _ _ _ _ _ _ _ _ __ (End of Clause) H-19 DEFENSE CONTRACTORS OUTSIDE THE UNITED STATES (Revised June 23, 2011) (See DFARS 225.74) NOTE: Contractors shall make note of the timeline for processing deploying personnel in accordance with the instructions contained in Attachment 3 -Deployment Documents. Also see the USCENTCOM Contracting site at http://www2.centcom.mil/sites/contracts/Pages/Default.aspx for the most current guidance. H-20 Incorporation of Representations and Certifications by Reference. All representations and certifications and other written statements made by the contractor in response to SECTION K at the request of the Contracting Officer, incident to the award ofthe contract, are hereby incorporated by reference with the same force and effect as ifthey were given in full text. The Offeror has completed the annual representations and certifications electronically via the Business Partner Network (BPN) web site at http://orca.bpn.gov and has submitted any changes pertaining to this specific solicitation to the Contracting Officer. These amended representation(s) and/or certifications, if any, are also incorporated in the Offeror's proposal and are current, accurate, and complete as of the date of this contract. H-21 952.225-0013 CONTRACTOR HEALTH AND SAFETY (AUG 2011). (a) Contractors shall comply with all National Electrical Code (NEC 2008), Specifications as outlined, and MIL Standards and Regulations. All infrastructure to include, but not limited to, living quarters, showers, and restrooms shall be installed and maintained in compliance with these standards and must be properly supported and staffed to ensure perpetual Code compliance, prevent hazards anq to quickly correct any hazards to maXimize safety of those who use or work at the infrastructure. The government has the authority to enter and inspect contractor employee living quarters at any time to ensure the prime contractor is complying with safety compliance standards outlined in the 2008 National Electric Code (NEC). (b) The contractor shall correct all deficiencies within areasonable amount of time of contractor becoming aware of the deficiency either by notice from the government or a third party, or discovery by the contractor. Further guidance on mandatory compliance with NFPA 70: NEC 2008 can be found on the following link http://www.nfua.org. (End of Clause) M67854-11-C-7020 Page 42 of62 Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.202-1 52.203-3 52.203-5 52.203-6 52.203-7 52.203-8 52.203-10 52.203-12 52.204-2 52.204-4 52.204-7 52.204-9 52.204-10 52.209-6 52.209-9 52.211-15 52.215-2 52.215-2 A1t I 52.215-8 52.215-10 52.215-11 52.215-12 52.215-13 52.215-14 52.215-14 A1t I 52.215-15 52.215-18 52.215-19 52.215-21 52.215-21 Alt II 52.215-21 Alt III 52.215-23 52.215-23 A1t I 52.216-7 Definitions JUL 2004 Gratuities APR 1984 Covenant Against Contingent Fees APR 1984 Restrictions On Subcontractor Sales To The Government SEP 2006 Anti-Kickback Procedures OCT 2010 Cancellation, Rescission, and Recovery of Funds for Illegal or JAN 1997 Improper Activity , , Price Or Fee Adjustment For Illegal Or Improper Activity JAN 1997 Limitation On Payments To Influence Certain Federal OCT2010 Transactions Security Requirements AUG 1996 Printed or Copied Double-Sided on Postconsumer Fiber MAY2011 Content Paper Central Contractor Registration ' APR 2008 Personal Identity Verification of Contractor Personnel JAN 2011 Reporting Executive Compensation and First-Tier SubcontractJUL 2010 Awards ' Protecting the Government's Interest When Subcontracting DEC 2010 With Contractors Debarred, Suspended, or Proposed for Debarment Updates of Publicly Available Information Regarding JAN 2011 Responsibility Matters Defense Priority And Allocation Requirements APR 2008 Audit and Records--Negotiation OCT 2010 Audit and Records--Negotiation (Oct 2010) Alternate I MAR 2009 Order ofPrecedence--Uniform Contract Format OCT 1997 Price Reduction for Defective Certified Cost or Pricing Data AUG 2011 Price Reduction for Defective Certified Cost or Pricing Data-- AUG 2011 Modifications Subcontractor Certified Cost or Pricing Data OCT 2010 Subcontractor Certified Cost or Pricing Data--Modifications OCT 2010 Integrity of Unit Prices OCT 20 10 Integrity of Unit Prices (Oct 2010) - Alternate I OCT 1997 Pension Adjustments and Asset Reversions OCT 2010 Reversion or Adjustment of Plans for Postretirement Benefits JUL 2005 (PRB) Other than Pensions Notification of Ownership Changes OCT 1997 Requirements for Certified Cost or Pricing Data or OCT 2010 Information Other Than Certified Cost or Pricing Data-Modifications Requirements for Cost or Pricing Data or Information Other OCT 1997 Than Cost or Pricing Data--Modifications (Oct 2010)Alternate II Requirements for Cost or Pricing Data or Information Other OCT 1997 Than Cost or Pricing Data--Modifications (Oct 2010) Alternate III Limitations on Pass-Through Charges OCT 2009 OCT 2009 Limitations on Pass-Through Charges JUN2011 Allowable Cost And ,Payment -1 M67854-11-C-7020 Page 43 of62 52.216-11 52.216-26 52.217-7 52.217-8 52.219-8 52.219-9 52.219-16 52.222-3 52.222-21 52.222-26 52.222-29 52.222-35 52.222-36 52.222-37 52.222-40 52.222-50 52.222-50 Alt I 52.222-54 52.223-5 52.223-6 52.223-16 52.223-17 52.223-18 52.225-13 52.225-19 52.227-1 52.227-2 52.227-3 52.227-9 52.227-14 52.227-17 52.228-3 52.229-4 52.229-6 52.229-8 52.230-2 52.230-3 52.230-6 52.232-1 52.232-8 52.232-23 52.232-23 Alt I 52.232-25 52.232-33 52.233-1 Cost Contract--No Fee APR 1984 Payments Of Allowable Costs Before Definitization DEC 2002 Option For Increased Quantity-Separately Priced Line Item MAR 1989 Option To Extend Services NOV 1999 Utilization of Small Business Concerns JAN2011 Small Business Subcontracting Plan JAN 2011 Liquidated Damages-Subcontracting Plan JAN 1999 Convict Labor JUN2003 Prohibition Of Segregated Facilities FEB 1999 Equal Opportunity MAR 2007 Notification Of Visa Denial JUN2003 Equal Opportunity for Veterans SEP 2010 Affirmative Action For Workers With Disabilities OCT 2010 Employment Reports on Veterans SEP 2010 Notification of Employee Rights Under the National Labor DEC 2010 Relations Act Combating Trafficking in Persons FEB 2009 Combating Trafficking in Persons (Aug 2007) Alternate I AUG 2007 Employment Eligibility Verification JAN 2009 Pollution Prevention and Right-to-Know Information MAY 2011 Drug-Free Workplace MAY 2001 IEEE 1680 Standard for the Environmental Assessment of DEC 2007 Personal Computer Products Affirmative Procurement of EPA-Designated Items in Service MAY 2008 and Construction Contracts Encouraging Contractor Policies To Ban Text Messaging AUG 2011 While Driving Restrictions on Certain Foreign Purchases JUN2008 Contractor Personnel in a Designated Operational Area or MAR 2008 Supporting a Diplomatic or Consular Mission Outside the United States Authorization and Consent DEC 2007 DEC 2007 Notice And Assistance Regarding Patent And Copyright Infringement Patent Indemnity APR 1984 APR 1984 Refund Of Royalties Rights in Data--General DEC 2007 Rights In Data-Special Works DEC 2007 Worker's Compensation Insurance (Defense Base Act) APR 1984 Federal, State, And Local Taxes (State and Local APR 2003 Adjustments) Taxes--Foreign Fixed-Price Contracts JUN2003 Taxes--Foreign Cost-Reimbursement Contracts MAR 1990 Cost Accounting Standards OCT 2010 Disclosure And Consistency Of Cost Accounting Practices . OCT 2008 JUN 2010 Administration of Cost Accounting Standards APR 1984 Payments FEB 2002 Discounts For Prompt Payment Assignment Of Claims JAN 1986 APR 1984 Assignment of Claims (Jan 1986) - Alternate I Prompt Payment OCT 2008 OCT 2003 Payment by Electronic Funds Transfer--Central Contractor Registration JUL2002 Disputes 1 ! M67854-11-C-7020 Page 44 of62 52.233-1 Alt I 52.233-3 52.233-3 Alt I 52.233-4 52.237-2 Disputes (Ju12002) - Alternate I DEC 1991 Protest After Award AUG 1996 Protest After Award (Aug 1996) - Alternate I JUN 1985 Applicable Law for Breach ofContract Claim OCT 2004 Protection Of Government Buildings, Equipment, And APR 1984 Vegetation 52.237-3 Continuity Of Services JAN 1991 52.239-1 Privacy or Security Safeguards AUG 1996 52.242-1 Notice of Intent to Disallow Costs APR 1984 52.242-2 Production Progress Reports APR 1991 ·52.242-3 Penalties for Unallowable Costs MAY 2001 52.242-4 Certification of Final Indirect Costs JAN 1997 52.242-13 Bankruptcy JUL 1995 52.243-1 Changes--Fixed Price AUG 1987 52.243-1 Alt I Changes--Fixed Price (Aug 1987) - Alternate I APR 1984 52.243-2 Changes--Cost-Reimbursement AUG 1987 52.243-2 Alt II Changes--Cost Reimbursement (Aug 1987) - Alternate II APR 1984 52.244-2 Subcontracts OCT 2010 52.244-5 Competition In Subcontracting DEC 1996 52.244-6 Subcontracts for Commercial Items DEC2010 52.245-1 Government Property AUG 2010 52.245-1 Alt I Government Property (Aug 2010) Alternate I AUG 2010 52.245-9 Use And Charges AUG 2010 52.246-25 Limitation Of Liability--Services FEB 1997 Preference For U.S. Flag Air Carriers 52.247-63 JUN2003 52.247-67 Submission Of Transportation Documents For Audit FEB 2006 52.249-2 Termination For Convenience Of The Government (FixedMAY 2004 Price) 52.249-6 Termination (Cost Reimbursement) MAY 2004 52.249-8 Default (Fixed-Price Supply & Service) APR 1984 52.250-1 Indemnification Under Public Law 85-804 APR 1984 52.250-1 Alt I Indemnification Under Public Law 85-804 (Apr 1984)APR 1984 Alternate I 52.253-1 Computer Generated Forms JAN 1991 Contracting Officer's Representative 252.201-7000 DEC 1991 Requirements Relating to Compensation of Former DoD 252.203-7000 JAN 2009 Officials Prohibition On Persons Convicted of Fraud or Other Defense- DEC 2008 252.203-7001 Contract-Related Felonies 252.203-7002 Requirement to Inform Employees of Whlstleblower Rights JAN 2009 252.203-7003 Agency Office of the Inspector General SEP 2010 252.204-7000 Disclosure Of Information DEC 1991 252.204-7002 Payment For Subline Items Not Separately Priced DEC 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 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 252.204-7008 Export-Controlled Items APR 201 0 252.222-7006 Restrictions on the Use of Mandatory Arbitration Agreements DEC 2010 252.226-7001 Utilization of Indian Organizations and Indian-Owned SEP 2004 Economic Enterprises, and Native Hawaiian Small Business Concerns Supplemental Cost Principles DEC 1991 252.231-7000 Levies on Contract Payments DEC 2006 252.232-7010 Pricing Of Contract Modifications 252.243-7001 DEC 1991 1167854-11-C-7020 Page 45 of62 252.243-7002 Requests for Equitable Adjustment 11AR 1998 CLAUSES INCORPORATED BY FULL TEXT 52.232-20 LIMITATION OF COST (APR 1984) (a) The parties estimate that performance of this contract, exclusive of any fee, will not cost the Government more than (1) the estimated cost specified in the Schedule or, (2) if this is a cost-sharing contract, the Government's share of the estimated cost specified in the Schedule. The Contractor agrees to use its best efforts to perform the work specified in the Schedule and all obligations under this contract within the estimated cost, which, if this is a costsharing contract, includes both'the Goveinment's and the Contractor's share ofthe cost. (b) The Contractor shall notify the Contracting Officer in writing whenever it has reason to believe that-- (1) The costs the Contractor expects to incur under eLIN 0003 and 0004 of this contract in the next 60 days, when added to all costs previously incurred, will exceed 75 percent of the estimated cost specified in the Schedule; or (2) The total cost for the performance of eLIN 0003 and 0004 of this contract will be either greater or substantially less than had been previously estimated. (c) As part ofthe notification, the Contractor shall provide the Contracting Officer a revised estimate to complete for eLIN 0003 and 0004 of this contract. ' (d) Except as required by other provisions of this contract, specifically citing and stated to be an exception to this .clause-(1) The Government is not obligated to reimburse the Contractor for costs incurred in excess of (i) the estimated cost specified in the Schedule or, (ii) if this is a cost-sharing contract, the estimated cost to the Government specified in the Schedule; and (2) The Contractor is not obligated to continue performance under this contract (inclllding actions under the Termination clause of this contract) or otherwise incur costs in excess of the estimated cost specified in the Schedule, until the Contracting Officer (i) notifies the Contractor in writing that the estimated cost has been increased and (ii) provides a revised estimated total cost of performing this contract. If this is a cost-sharing contract, the increase shall be allocated in accordance with the formula specified in the Schedule. (e) No notice, communication, or representation in any form other than that specified in subparagraph (d)(2) above, or from any person other than the Contracting Officer, shall affect this contract's estimated cost to the Government. In the absence of the specified notice, the Government is not obligated to reimburse the Contractor for any costs in excess of the estimated cost or, if this is a cost-sharing contract, for any costs in excess of the estimated cost to the Government specified in the Schedule, whether those excess costs were incurred during the course of the contract or as a result of termination. (f) If the estimated cost specified in the Schedule is increased, any costs the Contractor incurs before the increase that are in excess of the previously estimated cost shall be allowable to the same extent as if incurred afterward, unless the Contracting Officer issues a termination or other notice directing that the increase is solely to cover termination or other specified expenses. (g) Change orders shall not be considered an authorization to exceed the estimated cost to the Government specified in the Schedule, unless they contain a statement increasing the estimated cost. (h) If this contract is terminated or the estimated cost is not increased, the Government and the Contractor shall 1167854-11-C-7020 Page 46 of62 negotiate an equitable distribution of all property produced or purchased under the contract, based upon the share of costs incurred by each. (End of clause) 52.232-22 LIIvlITATION OF FUNDS (APR 1984) (a) The parties estimate that perfonnance of this contract will not cost the Government more than (1) the estimated cost specified in the Schedule or, (2) if this is a cost-sharing contract, the Government's share of the estimated cost specified in the Schedule. The Contractor agrees to use its best efforts to perfonn the work specified in the Schedule and all obligations under this contract within the estimated cost, which, ifthis is a cost-sharing contract, includes both the Government's and the Contractor's share of the cost. (b) The Schedule specifies the amount presently available for payment by the Government and allotted to this contract, the items covered, the Government's share ofthe cost if this is a cost-sharing contract, and the period of perfonnance it is estimated the allotted amount will cover. The parties contemplate that the Government will allot additional funds incrementally to the contract up to the full estimated cost to the Government specified in the Schedule, exclusive of any fee. The Contractor agrees to perfonn, or have perfonned, work on the contract up to the point at which the total amount paid and payable by the Government under the contract approximates but does not exceed the total amount actually allotted by the Government to the contract. (c) The Contractor shall notify the Contracting Officer in writing whenever it has reason to believe that the costs it expects to incur under this contract in the next 60 days, when added to all costs previously incurred, will exceed 75 percent of (1) the total amount so far allotted to the contract by the Government or, (2) if this is a cost-sharing contract, the amount then allotted to the contract by the Government plus the Contractor's corresponding share. The notice shall state the estimated amount of additional funds required to continue perfonnance for the period specified in the Schedule. (d) Sixty days before the end of the period specified in the Schedule, the Contractor shall notify the Contracting Officer in writing of the estimated amount of additional funds, if any, required to continue timely perfonnance under the contract or for any further period specified in the Schedule or otherwise agreed upon, and when the funds will be required. (e) If, after notification, additional funds are not allotted by the end of the period specified in the Schedule or another agreed-upon date, upon the Contractor's written request the Contracting Officerwill tenninate this contract on that date in accordance with the provisions of the Tennination clause ofthis contract. If the Contractor estimates that the funds available will allow it to continue to discharge its obligations beyond that date, it may specify a later date in its request, and the Contracting Officer may tenninate this contract on that later date. (f) Except as required by other provisions of this contract, specifically citing and stated to be an exception to this clause-(1) The Government is not obligated to reimburse the Contractor for costs incurred in excess ofthe total amount allotted by the Government to this contract; and (2) The Contractor is not obligated to continue perfonnance under this contract (including actions under the Tennination clause ofthis contract) or otherwise incur costs in excess of (i) the amount then allotted to the contract by the Government or, (ii) if this is a cost-sharing contract, the amount then allotted by the Government to the contract plus the Contractor's corresponding share, until the Contracting Officer notifies the Contra'?tor in writing that the amount allotted by the Government has been increased and specifies an increased amount, which shall then constitute the total amount allotted by the Government to this contract. -1M67854-11-C-7020 Page 47 of62 (g) The estimated cost shall be increased to the extent that (1) the amount allotted by the Government or, (2) ifthis is a cost-sharing contract, the amount then allotted by the Government to the contract plus the Contractor's corresponding share, exceeds the estimated cost specified in the Schedule. Ifthis is a cost-sharing contract, the increase shall be allocated in accordance with the formula specified in the Schedule. (h) No notice, communication, or representation in any form other than that specified in subparagraph (f)(2) above, or from any person other than the Contracting Officer, shall affect the amount allotted by the Government to this contract. In the absence of the specified notice, the Government is not obligated to reimburse the Contractor for any costs in excess of the total amount allotted by the Government to this contract, whether incurred during the course of the contract or as a result of termination. (i) When and to the extent that the amount allotted by the Government to the contract is increased, any costs the Contractor incurs before the increase that are in excess of (1) the amount previously allotted by the Government or, (2) ifthis is a cost-sharing contract, the amount previously allotted by the Government to the contract plus the Contractor's corresponding share, shall be allowable to the same extent as if incurred afterward, unless the Contracting Officer issues a termination or other notice and directs that the increase is solely to cover termination or other specified expenses. G) Change orders shall not be considered an authorization to exceed the amount allotted by the Government . specified in the Schedule, unless they contain a statement increasing the amount allotted. (k) Nothing in this clause shall affect the right of the Government to terminate this contract. If this contract is terminated, the Government and the Contractor shall negotiate an equitable distribution of ail property produced or purchased under the contract, based upon the share of costs incurred by each. (1) If the Government does not allot sufficient funds to allow completion of the work, the Contractor is entitled to a percentage ofthe fee specified in the Schedule equalling the percentage of completion of the work contemplated by this contract. (End of clause) 52.232-23 ASSIGNMENT OF CLAIMS (JAN 1986) (a) The Contractor, under the Assignment of Claims Act, as amended, 31 U.s.C. 3727, 41U.S.C. 15 (hereafter referred to as "the Act"), may assign its rights to be paid amounts due or to become due as a result of the performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency. The assignee under such an assignment may thereafter further assign or reassign its right under the original assignment to any type of financing institution described in the preceding sentence. (b) Any assignment or reassignment authorized under the Act and this clause shall cover all unpaid amounts payable under this contract, and shall not be made to more than one party, except that an assignment or reassignment may be made to one party as agent or trustee for two or more parties participating in the fmancing of this contract. (c) The Contractor shall not furnish or disclose to any assignee under this contract any classified document (including this contract) or information related to work under this contract until the Contracting Officer authorizes such action in writing. (End of clause) 52.243-7 NOTIFICATION OF CHANGES (APR 1984) 1167854-11-C-7020 Page 48 of62 (a) Definitions. "Contracting Officer," as used in this clause,.does not include any representative of the Contracting Officer. "Specifically authorized representative (SAR)," as used in this clause, means any person the Contracting Offiq,er has so designated by written notice (a copy of which shall be provided to the Contractor) which shall refer to this subparagraph and shall be issued to the designated representative before the SAR exercises such authority. (b) Notice. The primary purpose of this clause is to obtain prompt reporting of Government conduct that the Contractor considers to constitute a change to this contract. Except for changes identified as such in writing and signed by the Contracting Officer, the Contractor shall notify the Administrative Contracting Officer in writing, within FIVE (5) calendar days from the date that the Contractor identifies any Government conduct (including actions, inactions; and written or oral communications) that the Contractor regards as a change to the contract terms and conditions. On the basis of the most accurate information available to the Contractor, the notice shall state-(1) The date, nature, and circumstances of the conduct regarded as a change; (2) The name, function, and activity of each Government individual and Contractor official or employee involved in or knowledgeable about such conduct; (3) The identification of any documents and the substance of any oral communication involved in such conduct; (4) In the instance of alleged acceleration of scheduled performance or delivery, the basis upon which it arose; (5) The particular elements of contract performance for which the Contractor may seek an equitable adjustment under this clause, including-(i) What contract line items have been or may be affected by the alleged change; (ii) What labor or materials or both have been or may be added, deleted, or wasted by the alleged change; (iii) To the extent practicable, what delay and disruption in the manner and sequence of performance and effect on continued performance have been or may be caused by the alleged change; (iv) What adjustments to contract price, delivery schedule, and other provisions affected by the alleged change are estimated; and (6) The Contractor's estimate of the time by which the Government must respond to the Contractor's notice to minimize cost, delay or disruption of performance. (c) Continued performance. Following submission of the notice required by (b) above, the Contractor shall diligently continue performance of this contract to the maximum extent possible in accordance with its terms and conditions as construed by the Contractor, unless the notice reports a direction of the Contracting Officer or a communication from a SAR of the Contracting Officer, in either of which events the Contractor shall continue performance; provided, however; that if the Contractor regards the direction or communication as a change as described in (b) above, notice shall be given in the manner provided. All directions, communications, interpretations, orders and similar actions of the SAR shall be reduced to writing and copies furnished to the Contractor and to the Contracting Officer. The Contracting Officer shall countermand any action which exceeds the authority of the SAR. (d) Government response. The Contracting Officer shall promptly, within TEN (10) calendar days after receipt of notice, respond to the notice in writing. In responding, the Contracting Officer shall either-- -j i I M67854-11-C-7020 I Page 49 of62 (1) Confmn that the conduct of which the Contractor gave notice constitutes a change and when necessary direct the mode of further performance; (2) Countermand any communication regarded as a change; (3) Deny that the conduct of which the Contractor gave notice constitutes a change and when necessary direct the mode of further performance; or (4) In the event the Contractor's notice information is inadequate to make a decision under (1), (2), or (3) above, advise the Contractor what additional information is required, and establish the date by which it should be furnished and the date thereafter by which the Government will respond. (e) Equitable adjustments. (1) If the Contracting Officer confmns that Government conduct effected a change as alleged by the Contractor, and the conduct causes an increase or decrease in the Contractor's cost of, or the time required for, performance of any part of the work under this contract, whether changed or not changed by such conduct, an equitable adjustment shall bemade-- (i) In the contract price or delivery schedule or both; and (ii) In such other provisions ofthe contract as may be affected. (2) The contract shall be modified in writing accordingly. In the case of drawings, designs or specifications which are defective and for which the Government is responsible, the equitable adjustment shall include the cost and time extension for delay reasonably incurred by the Contractor in attempting to comply with the defective drawings, designs or specifications before the Contractor identified, or reasonably should have identified, such defect. When the cost of property made obsolete or excess as a result of a change confmned by the Contracting Officer under this clause is included in the equitable adjustment, the Contracting Officer shall have the right to prescribe the manner of disposition of the property. The equitable adjustment shall not include increased costs or time extensions for delay resulting from the Contractor's failure to provide notice or to continue performance as provided, respectively, in (b) and (c) above. Note: The phrases "contract price" and "cost" wherever they appear in the clause, may be appropriately modified to apply to cost-reimbursement or incentive contracts, or to combinations thereof. (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these addressees): http://farsite.hill.a£mil/vffara.htm https://www.acquisition.gov/far/index.html http://www.acq.osd.mil/dpap/dars/dfarspgi/currentlindex.html https://acquisition.nayy.mil/rdalhome/policy and guidance/nmcars http://www2.centcom.mil/sites/contracts/Pages/TBC .aspx (End of clause) M67854-11-C-7020 Page 50 of62 252.225-7039 CONTRACTORS PERFORMING PRlVATE SECURITY FUNCTIONS (AUG 2011) (a) DefInition. Private security functions means activities engaged in by a contractor, including-- (i) Guarding of personnel, facilities, designated sites, or property of a Federal agency, the contractor or subcontractor, or a third party; or (ii) Any other activity for which personnel are required to carry weapons in the perfonnance of their duties. (b) Requirements. The Contractor is required to-(1) Ensure that all employees of the Contractor who are responsible for perfonning private security functions under this contract comply with any orders, directives, and instructions to Contractors perfonning private security functions that are identifIed in the contract for-(i) Registering, processing, accounting for, managing, overseeing, and keeping appropriate records of personnel perfonning private security functions. This includes ensuring the issuance, maintenance, and return of Personal Identity VerifIcation credentials in accordance with FAR 52.204-19, Personnel Identity Verification of Contractor Personnel, and DoD procedures, including revocation of any physical and/or logistical access (as defIned by Homeland Security Presidential Directive (HSPD-12)) granted to such personnel; (ii) Authorizing and accounting for weapons to be carried by or available to be used by personnel perfonning private security functions; _ (A) All weapons must be registered in the Synchronized Predeployment Operational Tracker (SPOT) materiel tracking system. (B) In addition, all weapons that are Government-furnished property must be assigned a unique identifIer in accordance with the clauses at DFARS 252.211-7003, Item IdentifIcation and Valuation, and DFARS 252.245.7001, Tagging, Labeling, and Marking of Government-Furnished Property, and physically marked in accordance with MIL-STD 130 (current version) and DoD directives and instructions. The items must be registered in the DoD Item Unique IdentifIcation (lUID) Registry (hltps://www.bpn.gov/iuiQL); (iii) Registering and identifying annored vehicles, helicopters, and other military vehicles operated by Contractors perfonning private security functions; (A) All armored vehicles, helicopters, and other military vehicles must be registered in SPOT. (B) In addition, all armored vehicles, helicopters, and other military vehicles that are Government-furnished property must be a~signed a unique identifIer in accordance with the clauses at DFARS 252.211-7003 and DFARS 252.245.7001 and physically marked in accordance with MIL-SID 130 (current version) and DoD directives and instructions. The items must be registered in the DoD IUID Registry (bttps://www.bpn.gov/iuiQL); and (iv) Reporting incidents in which-(A) A weapon is discharged by personnel perfonning private security functions; . (B) Personnel perfonning private security functions are attacked, killed, or injured; (C) Persons are killed or injured or property is destroyed as a result of conduct by contractor personnel; M67854-ll-C-7020 Page 51 of62 (D) A weapon is discharged against personnel perfonning private security functions or personnel perfonning such functions believe a weapon was so discharged; or (E) Active, non-lethal countenneasures (other than the discharge of a weapon) are employed by personnel perfonning private security functions in response to a perceived immediate threat; (2) Ensure that all employees of the Contractor who are responsible for personnel performing private security functions under this contract are briefed on and understand their obligation to comply with-(i) Qualification, training, screening (including, if applicable, thorough background checks), and security requirements established by DoD! 3020.50, Private Security Contractors Operating in Areas of Contingency Operations, Combat Operations, or Other Significant Operations, at http://www.dtic.millwhs/directives/corres/pdf; (ii) Applicable laws and regulations ofthe United States and the host country and applicable treaties and international agreements regarding perfonnance of private security functions; (iii) Orders, directives, and instructions issued by the applicable commander of a combatant command relating to weapons, equipment, force protection, security, health, safety, or relations and interaction with locals; and (iv) Rules on the use offorce issued by the applicable commander of a combatant command for personnel perfonning private security functions; and (3) Cooperate with any Government-authorized investigation by providing access to employees perfonning private security functions and relevant infonnation in the possession of the Contractor regarding the incident concerned. (c) Remedies. In addition to other remedies available to the Government-- (1) The Contracting Officer may direct the Contractor, 'at its own expense, to remove and replace any Contractor personnel who fail to comply with or violate applicable requirements of this contract. Such action may be taken at the Government's discretion without prejudice to its rights under any other provision of this contract, including tennination for default. Required Contractor actions include-(i) Ensuring the return of personal identity verification credentials; (ii) Ensuring the return of other equipment issued to the employee under the contract; and (iii) Revocation of any physical and/or logistical access granted to such personnel; (2) The Contractor's failure to comply with the requirements of this clause will be included in appropriate databases of past perfonnance and may be considered in any responsibility determination or evaluation of past perfonnance; (3) If this is an award-fee contract, the Contractor's failure to comply with the requirements of this clause shall be considered in the evaluation ofthe Contractor's perfonnance during the relevant evaluation period, and the Contracting Officer may treat such failure to comply as a basis for reducing or denying award fees for such period or for recovering all or part of award fees previously paid for such period; and (4) This contract may be tenninated for default if the Contractor fails to comply with the requirements of paragraph (b) of this clause or, if directed by the Contracting Officer, fails to remove or replace, at its own expense, any of its personnel who violate the requirements of paragraph (b) of this clause. (d) Rule of construction. The duty of the Contractor to comply with the requirements of this clause shall not be reduced or diminished by the failure of a higher- or lower-tier Contractor to comply with the clause requirements or by a failure ofthe contracting activity to provide required oversight. -i ! M67854-11-C-7020 Page 52 of62 (e) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts that will be perfonned in areas of contingency operations, complex contingency operations, or other military operations or exercises designated by the Combatant Commander. (End of clause) 252.225-7040 CONTRACTOR PERSONNEL AUTHORIZED TO ACCOMPANY U.S. ARMED FORCES DEPLOYED OUTSIDE THE UNITED STATES (JUN 2011) (a) Definitions. As used in this clause--Combatant Commander means 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 commander or subordinate joint force commander for the conduct or support of specified military operations. 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 citizens, including treaties and international agreements to which the United States is a party, and applicable customary international law . Subordinate joint force commander means a sub-unified commander or joint task force commander. (b) General. (1) This clause applies when Contractor personnel are authorized to accompany U.S. Anned Forces deployed outside the United States in-(i) Contingency operations; .(ii) Humanitarian or peacekeeping operations; or (iii) Other military operations or military exercises, when designated by the Combatant Commander. (2) Contract perfonnance in support of U.S. Anned 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 perfonnance in such operations. (3) Contractor personnel are civilians accompanying the U.S. Anned Forces. (i) 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 perfonning security functions are also authorized to use deadly force when such force reasonably appears necessary to execute their security mission to protect assets/persons, consistent with the tenns and conditions contained in their contract or with their job description and tenns of employment. (iii) Unless immune from host nation jurisdiction by virtue of an international agreement or international law, inappropriate use offorce by contractor personnel authorized to accompany the U.S. Anned Forces can subject such personnel to United States or host nation prosecution and civil liability (see paragraphs (d) and 0)(3) of this clause). 1167854-ll-C-7020 Page 53 of62 (4) Service perfonned by Contractor personnel subject to this clause is not active duty or service under 38 U.S.C. 106 note. (c) Support. (1 )(i) The Combatant Commander will develop a security plan for protection of Contractor personnel in locations where there is not sufficient or legitimate civil authority, when the Combatant Commander decides it is in the interests of the Government to provide security because-(A) The Contractor cannot obtain effective security services; (B) Effective security services are unavailable at a reasonable cost; or (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 security through military means, commensurate with the level of security provided DoD civilians. (2)(i) Generally, all Contractor personnel authorized to accompany the U.S. Armed Forces in the designated operational area are authorized to receive resuscitative care, stabilization, hospitalization at level III military treatment facilities, and assistance with patient movement in emergencies where loss oflife, limb, or eyesight could occur. Hospitalization will be limited to stabilization and short-tenn medical treatment with an emphasis on return to duty or placement in the patient movement system. (ii) When the Government provides medical treatment or transportation of Contractor personnel to a selected civilian facility, the Contractor shall ensure that the Government is reimbursed for any costs associated with such treatment or transportation. (iii) Medical or dental care beyond this standard is not authorized unless specified elsewhere in this contract. (3) Unless specified elsewhere in this contract, the Contractor is responsible for all other support required for its personnel engaged in the designated operational area under this contract. (4) Contractor personnel must have a Synchronized Predeployment and Operational Tracker (SPOT)-generated letter of authorization signed by the Contracting Officer in order to process through a deployment center or to travel to, from, or within the designated operational area. The letter of authorization also will identify any additional authorizations, privileges, or Government support that Contractor personnel are entitled to under this contract. (d) Compliance with laws and regulations. (1) The Contractor shall comply with, and shall ensure that its personnel authorized to accompany U.S. Armed Forces deployed outside the United States as specified in paragraph (b)(l) of this clause are familiar with and comply with, all applicable-(i) 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 agreements; (iii) United States regulations, directives, instructions, policies, and procedures; and (iv) Orders, directives, and instructions issued by the Combatant Commander, including those relating to force protection, security, health, safety, or relations and interaction with local nationals. (2) The Contractor shall institute and implement an effective program to prevent violations of the law of war by its employees and subcontractors, including law of war training in accordance with paragraph (e)(l)(vii) ofthis clause. M67854-11-C-7020 Page 54 of62 (3) The Contractor shall ensure that contractor employees accompanying U.S. Armed Forces are aware-(i) Of the DoD defmition of "sexual assault" in DoDD 6495.01, Sexual Assault Prevention and Response Program; (ii) That many of the offenses addressed by the defmition are covered under the Uniform Code of Military Justice (see paragraph (e)(2)(iv) of this clause); and (iii) That the offenses not covered by the Uniform Code of Military Justice may'nev~rtheless have consequences to . the contractor employees (see paragraph (h)(1) of this clause). (e) Pre-deployment requirements. (1) The Contractor shall ensure that the following requirements are met prior to deploying personnel authorized to accompany U.S. Armed Forces. Specific requirements for each category may be specified in the statement of work or elsewhere in the contract. (i) All required security and background checks are complete and acceptable. (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 theaterspecific 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 DoD 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. (v) All personnel have received personal security training. At a minimum, the training shall-(A) Cover safety and security issues facing employees overseas; (B) Identify safety and security contingency planning activities; and (C) Identify ways to utilize safety and security personnel and other resources appropriately. (vi) All personnel have received isolated personnel training, if specified in the contract, in accordance with DoD Instruction 1300.23, Isolated Personnel Training for DoD Civilian and Contractors. (vii) Personnel have received law of war training as follows: (A) Basic training is required for all Contractor personnel authorized to accompany U.S. Armed Forces deployed outside the United States. The basic training will be provided through-- (1) A military-run training center; or (2) A Web-based source, if specified in the contract or approved by the Contracting Officer. (B) Advanced training, commensurate with their duties and responsibilities, may be required for some Contractor personnel as specified in the contract. 1167854-11-C-7020 Page 55 of62 (2) The Contractor shall notify all personnel who are not a host country national, or who are not ordinarily resident in the host country, that-(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 11ilitary Extraterritorial Jurisdiction Act 0[2000 (18 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 ofthe United States; (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. 7(9)); 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 ofthe Uniform Code of11ilitary Justice under 10 U.S.C. 802(a)(10). (f) Processing and departure points. Deployed Contractor personnel shall-(1) Process through the deployment center designated 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 (e)(1) of this clause; (2) Use the point of departure and transportation mode directed by the Contracting Officer; and (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. (1) The Contractor shall enter before deployment and maintain data for all Contractor personnel that are authorized to accompany U.S. Armed Forces deployed outside the United States as specified in paragraph (b)(1) of this clause. The Contractor shall use the Synchronized Pre deployment and Operational Tracker (SPOT) web-based system, at http://www.dod.mil/btaJproducts/spot.html. 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 Emergency Data Card, on file with both the Contractor and the designated Government official. The Contracting Officer will inform the Contractor ofthe Government official designated to receive this data card. (h) Contractor personnel. (1) The Contracting Officer may direct the Contractor, at its own expense, to remove and replace any Contractor personnel who jeopardize or interfere with mission accomplishment or who fail to comply with or violate applicable requirements of this contract. Such action may be taken at the Government's 4iscretion without prejudice to its rights under any other provision of this 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-- M67854-11-C-7020 Page 56 of62 (i) Identify all personnel who are subject to military mobilization; (ii) Detail how the position would be filled if the individual were mobilized; and (iii) Identify all personnel who occupy a position that the Contracting Officer has designated as mission essential. (3) Contractor personnel shall report to the Combatant Commander or a designee, or through other channels such as the military police, a judge 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 ifit occurred during an armed conflict. (i) Military clothing and protective equipment. (1) Contractor personnel are prohibited from wearing military clothing unless specifically authorized in writing by the Combatant Commander. If authorized to wear military clothing, Contractor personnel must-(i) Wear distinctive patches, arm bands, nametags, or headgear, in order to be distinguishable from military personnel, consistent with force protection measures; and (ii) Carry the written authorization with them at all times. (2) Contractor personnel may wear military-unique organizational clothing and individual equipment (OCIE) required for safety and security, such as ballistic, nuclear, biological, or chemical protective equipment. (3) The deployment center, or the Combatant Commander, shall issue OCIE and shall provide training, if necessary, 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 otherwise directed by the Contracting Officer. G) Weapons. (1) If the Contractor requests that its personnel performing in the designated operational area be authorized to carry weapons, the request shall be made through the Contracting Officer to the Combatant Commander, in accordance with DoD Instruction 3020.41, paragraph 6.3.4.1 or, ifthe contract is for security services, paragraph 6.3.5.3. The Combatant Commander will determine whether to authorize in-theater Contractor personnel to carry weapons and what weapons and ammunition will be allowed. (2) If the Contracting Officer, subject to the approval ofthe Combatant Commander, authorizes the carrying of weapons-(i) The Contracting Officer may authorize the Contractor to issue Contractor"owned weapons and ammunition to specified employees; or (ii) The Contractor is not authorized to have weapons. However, in a EMERGENCY, the Marine Expeditionary Force Provost Marshall may issue Government-furnished weapons and ammunition to the Contractor for issuance to specified Contractor employees. (3) The Contractor shall ensure that its personnel who are authorized to carry weapons-- -i M67854-ll-C-7020 Page 57 of62 (i) Are adequately trained to carry and use them-(A) Safely; (B) With full understanding of, and adherence to, the rules of the use of force issued by the Combatant Commander; and (C) In compliance with applicable agency policies, agreements, rules, regulations, and other applicable law; (ii) Are not barred from possession of a frreann by 18 U.S.C. 922; and (iii) Adhere to all guidance and orders issued by the Combatant Commander regarding possession, use, safety, and accountability of weapons and ammunition. (4) Whether or not weapons are Government-furnished, all liability for the use of any weapon by Contractor personnel rests solely with the Contractor and the Contractor employee using such weapon. (5) Upon redeployment or revocation by the Combatant Commander of the Contractor's authorization to issue firearms, the Contractor shall ensure that all Government-issued weapons and unexpended ammunition are returned as directed by the Contracting Officer. (k) Vehicle or equipment licenses. Contractor personnel shall possess the required licenses to operate all vehicles or equipment necessary to perfonn the contract in the designated operational area. (1) Purchase of scarce goods and services. If the Combatant Commander has established an organization for the designated operational area whose function is to detennine that certain items are scarce goods or services, 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) If the Combatant Commander orders a mandatory evacuation of some or all personnel, the Government will 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. (n) Next of kin notification and personnel recovery. (1) The Contractor shall be responsible for notification ofthe employee-designated next ofkin in the event an employee dies, requires evacuation due to an injury, or is isolated, missing, detained, captured, or abducted. (2) In the case of isolated, missing, detained, captured, or abducted Contractor personnel, the Government will assist in personnel recovery actions in accordance with DoD Directive 3002.0lE, Personnel Recovery in the Department of Defense. (0) Mortuary affairs. Mortuary affairs for Contractor personnel who die while accompanying the U.S. Anned Forces will be handled in accordance with DoD Directive 1300.22, Mortuary Affairs Policy. (P) Changes. In addition to the changes otherwise authorized by the Changes clause of this contract, the Contracting Officer may, at any time, by written order identified as a change order, make changes in the place of perfonnance or Government-furnished facilities, equipment, material, services, or site. Any change order issued in accordance with this paragraph (P) shall be subject to the provisions of the Changes clause of this contract. 1167854-ll-C-7020 Page 58 of62 (q) Subcontracts. The Contractor shall incorporate the substance of this clause, including this paragraph (q), in all subcontracts when subcontractor personnel are authorized to accompany U.S. Armed Forces deployed outside the United States in-(1) Contingency operations; (2) Humanitarian or peacekeeping operations; or (3) Other military operations or military exercises, when designated by the Combatant Commander. (End of clause) 252.225-7997 ADDITIONAL REQUIREMENTS AND RESPONSIBILITIES RELATING TO ALLEGED CRIMES BY OR AGAINST CONTRACTOR PERSONNEL IN IRAQ AND AFGHANISTAN (DEVIAnON 20 10-000 l4)(AUGUST 2010) . (a) The Contractor shall report to the appropriate investigative authorities, identified in paragraph (c) below, any alleged offenses under(1) The Uniform Code of Military Justice (chapter 47 of title 10, United States code) (applicable to contractors serving with or accompanying an armed force in the field during a declared war or a contingency operation); or (2) The Military Extraterritorial Jurisdiction Act (chapter 212 of title 18, United States Code). (b) The Contractor shall provide to all contractor personnel who will perfonn work on a contract in Iraq or Afghanistan, before beginning such work, infonnation on the following: (1) How and where to report an alleged crime described in paragraph (a) of this clause. (2) Where to seek victim and witness protection and assistance available to contractor personnel in connection with an alleged offense described in paragraph (a) of this clause. (c) The appropriate investigative authorities to which suspected crimes shall be reported include the following officials-(i) US Army Criminal Investigative Division at http://www.cid.army.miVreportacrime.html; (ii) Air Force Office of Special Investigations at http://www.osi.andrews.af.miVlibrary/factsheets/factsheet.asp?id=l4522; (iii) Navy Criminal Investigative Service at http://www.ncis.navy.miVPages/publicdefault.aspx; . or (iv) To the command of any supported military element or the command of any base. (d) Personnel seeking whistleblower protection from reprisals for reporting criminal acts shall seek guidance through the DoD Inspector General hotline at (800) 424-9098 or www.dodig.miVHOTLINE/index.html. Personnel seeking other forms of victim or witness protections should contact the nearest military law enforcement office. (End of clause) M67854-II-C-7020 Page 59 of62 Section J - List of Documents, Exhibits and Other Attachments LIST OF ATTACHMENTS Exibit A - CONTRACT DATA REQUIREMENTS LIST (CDRL) ITEMS AOOI, Pre-Deployment Checklist A002, Personnel Status Report A003, Deployment Schedule A004, After Action Report A005, Financial Status Report A006, Production Report A007, SF-86 and SF-86C Attachment 1, Minimum Skills Matrix (referenced in the Statement of Work) Attachment 2, Sample Schedule (referenced in the Statement of Work) Attachment 3, Deployment Documents 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. CENTCOM AOR-Over14Days-ContractorPreDeployInfoReq-Chklist (Rev. B).doc CRC Form I-CENTCOM, Rev V - Travel Deployment Checklist.xIs CRC INST - 02-3 - ISOPREP - 13 JulIO.pdf DD2795 Instructions.doc DD2807 - Medical History.pdf DD2808 - Medical Report.pdf DD2813 -Dental.pdf dd2875.pdf DD 2875 Addendum.pdf DDF93.pdf DPC-E reservation form. xIs NAVMED 13004 (Rev. 4-20IO).pdf SERE 100 Instructions.pdf Training-CTIP-GA.ppt USCENTCOM_MOD_IO.pdf Attachment 4, Government Furnished Property Attachment 5, DD Form 254 M67854-11-C-7020 Page 60 of62 Attachment 1 to Statement of Work: MINIMUM SKILLS MATRIX The following experience, education, and skills are the minimum requirements for the identified positions. Add·ItlOna . I. posItIons may b e proposed as necessary to fulfill . I the contract requIrements. Experience Education Skills - (U) Four years imagery analysis - (U) Minimum of2 years - (U) Strong knowledge of soft copy imagery experience in the Intelligence post High School level Community at the national level. education or equivalent exploitation (U) Have regional expertise as specialized experience functionalities. well as a background in military - (U) Attended either the - (U) Demonstrated and terrorism-associated issues. Geospatial Intelligence good oral and written Training Program or communication skills. equivalent. - (U) Knowledge and proficiency in both commercial and government software. - (U) Working knowledge of the following systems and software p;rograms: REMOTEVlEW, lEe, NES, MAAS, Socet GXP, ArcGIS (desired), Jabber, MIRC Chat and common office software to include slide presentations, spreadsheets, word processing, and email. - (U) Knowledgeable of the imagery collection process. - (U) Knowledgeable of multi-spectral imagery exploitation. M678S4-11-C-7020 Page 61 of62 Attachment 2 to Statement of Work: Sample Schedule lap-, lo' le( Jall-' =el)-, I' (;~U~ ;~v Effort Starts 2. Team' On-Boarding and Program_ ". i .,,3. Team' Training at Service Partner Location 4. Tea~ , Fin:S;r:~e- 5.(;;~:~ ,~ep~oJ;:~\,) 6. :~=~n~~~~~~~;ion and 7. Tei 2 C, -8,g,dir,. and Program Orientation 8 1. ~:~~c!;:~~rgL~cation 19. Team 2 Fin:S;r:~e- 1'0'(~~~~:,u5AU~;' 11 1 . a:~am 2 After Act~~~t l _ 84 Hrs/Week 40 Hrs/Week - vlar-, ~pr-" ,-, -,. 1-' M67854-11-C"7020 Page 620f62 Attachment 4, Government Furnished Property " 0 e 0 owmg GovernmentPrOVI"ddAt uomae tdDt The contr act or WI"11 h ave access tth£ll e a a P rocessmg EIqUlpment. Model Description SN#/Service Tag Value Precision WorkStation R5400 Exploitation Workstation 9WS6VK1 $ Precision WorkStation R5400 Exploitation Workstation 8WS6VK1 $ Precision WorkStation R5400 Exploitation Workstation CWS6VK1 $ Precision WorkStation R5400 Exploitation Workstation $ BWS6VK1 Precision WorkStation R5400 Exploitation Workstation 6WS6VK1 $ KVMSwitch 379MXH1 PowerEdge 180AS $ KMMPullout SN AOK9 RU-943 $ Catalyst 3750-E Cisco Switch FD01342176X $ MAAS Server 5JQ4KN1 PowerEdge R710 $ 5JS5KN1 $ PowerEdge R710 MAAS Server PowerEdge R710 MAAS Server 5JR4KN1 $ MAAS Server 5JR3KN1 $ PowerEdge R710 $ PowerEdge R710 MAAS Server 5JR5KN1 8QGNHL1 $ PowerVault MD3000i MAASSAN $ MAASSAN 7H16WH1 PowerVault MD3000i $ 7T5PJL1 PowerVault MD3000i MAASSAN 61TGFH1 $ PowerConnect 5424 (24 Port iSCSI Right Switch Switch) $ iSCSI Left Switch HDYW7F1 PowerConnect 5424 (24 Port Switch) FX100 model DITTC10 Exploit412MQJ1 $ FX-100 01 $ FX100 model DITTCIO ExploitCN3T1G1 FX-IOO 02 $ FX100 model DITTC10 ExploitCF1RJN1 FX-100 03 C22MQJ1 $ FX100 model DITTC10 ExploitFX-100 04 BC1RJN1 $ FX100 model DITTC10 ExploitFX-100 05 Exploit Workstations keyboards 7691406509114 $ B26-00002 7691406503388 Exploit Workstations keyboards $ B26-00002 Exploit Workstations keyboards 7691406503387 $ B26-00002 Exploit Workstations mice (2) P/NX802382 $ D66-00069 Exploit Workstations Monitors 96423727YA $ LCD 2190uXi Exyloit Workstations Monitors 87415712YA $ LCD 2190uXi $ Exploit Workstations Monitors 89416797YA LCD 2190uXi 97425430YA Exploit Workstations Monitors $ LCD 2190uXi Exploit Workstations Monitors 97424327YA LCD 2190uXi $ $ Exploit Workstations Monitors 96424027YA LCD 2190uXi Exploit Workstations Monitors 96424025YA $ LCD 2190uXi Exploit Workstations Monitors 96424024YA $ LCD 2190uXi $ Exyloit Workstations Monitors 97425350YA LCD 2190uXi ~ , ., I FOOOO4 I','''''''" "' , DATL CQ'" _ 2 1 ",MC' . Mrv.A.SSI'SVA 20109-2112 , T~HNCUlGY, . Co,"" ,. ,,,,,,,,,IZ'p C"""l ,'A ,, , , u,· ,U. , • . DAT ED lSF.crrEM II ) IFOIA Exemption 861 :J;/11JERMNIT~RD FAIRFAX VA 22[IJ).~ 1 Ireoo BATIlEVIEWPKW¥' SlJITE 2DJ AnN ; WWAM R , Wi\GGONER ICT 22) 2200 LESTER STREET OU/Vll n co VA 221Jol-6C60 (b)(6) I' ~ "'GI! OF l> ,\GfS ,..,'" , ~ (n ~ I J OCMA MANASSAS COMMANDER, M AA INE CORPS S'I'ST EMS CQIo,IMANo IIlI i i . r =SINFOR'-IATION I'UI(CHAS£ REQ . -.0 . SEESCHEOULE ,,",u"e I' AMENDMENT OF SOLICITATIONfMOD I FICATIQN OF CONTRACT _ \.Ciii~6' ~'" X ,. , " '''' 'OR O,\T~~ '':E 'TEM OJ) , , , , ~"'hjnI!CIll1 4. n.~h"", ~I\~ a~LC ~(lt"; aN '" OIl"'UJ.1 ""kno" lodge ......"';111 ~nh l~ IlI''''1d",,-"u prlillill Ib" hou l~nd I~) IlyCU .. '.'n~ n\.1 h ""~; 00111. """'IIJm:m on "11th rlll'y \) l1h~ olli:'t \ uhl!iu •..J; ,lr(clll)' ~ ~ "''''CI1 <~ In Ih c ~olidl'l;nn .nd "",,0,1,,,.'11' " "OOm.. rA I!.LRF.OI'YOLll '\CKo,JOWL.fn<1\1n, " '10 a lE ~L.('L1\' 1!D (I' I'ntt f'LACL 1lL$IGJ\A n [) FnR IIl [ Rl(' I' 1P I Or O I'FI! II $ I'RI(lR 10 rill': HVlIN. A:'J 1t11100n!M D' l(l .... ~ , . ~.~~,; , I SA, NA ME A1\UTITLE OF StGl'IE R i T ~pl" or j)rim) " , , in ,,111)1tt lIl1d ' ""'I I1B. L1'iITEDSfAT ESOF ,\:\.JERI CA TELc 7O:J. 4J2· 3H16 IISt'" OAT E Sl G~ E.D 15B. CONTRAcrO IVOFFEROI~ BY , ~ '" AP rROVEDB Y01RM Il·Jq ' . :~~~.~ Hi." '<1,10;.04 . ~ ..., ~ ,"-~ - '" , " -, ,'Il"". ( T y pe or rrlnl ) a.... l""Je)@cf;=ml 16t. DAr E ~GNED " <:- - .__ 'h:J.'''~ ;;..c:_ . . - , . 06-~y·2013 Onk,d IJB IRe,. '0·") ffi\ Cl' R) 5).243 rrcscn~d FA R ( '1 ~ by M67854-11-C-7020 P00004 Page 2 of2 SECTION SF 30 BLOCK 14 CONTINUATION PAGE,------_ _ _ _ _ _ _ _-----, IFolA Exemption 83 841 SUMMARY OF CHANGES SECTION A - SOLICITATION/CONTRACT FORM The total cost of this contract was increased (b)(3),(b)(4) $3,788,345.99. SECTION B - SUPPLIES OR SERVICES AND PRICES CLIN 0003 The estimated/max cost has increased The total cost of this line item has ,.1''I"'r"•..,C',~rI (b)(3),(b)(4) SECTION G - CONTRACT ADMINISTRATION DATA Accounting and Appropriation Summary for the Payment Office (b)(3),(b)(4) of this modification, the total funded amount for this document was increased 0$3,788,345.99. SUBCLIN 000301: AA: 17111061A2A 252 67854 0674432D M6785411RCSUL690001000301) was increased (b)(3),(b)(4) (End of Summary of Changes) IFolA Exemption 83 841 (b)(3),(b)(4) ~"'GI!OFI AM ENDM EN T O F SOLICI TA TlONfMOD I FI CA TlON OF CONTRACT •• 1l 0~~O . 2 r UItCHAS[. REQ . -.0. Sf.ESCHEDULE F00003 .. ~ I \>1 OCMA MANASSAS CQMMllNDER., MAAINE CORPS sYSTEMS C()Io,l MANo IreooBATILEVlEWPKWV SUITE 2DJ .....,'TtEY AnN;NlIERT t1. (eT 2.2> 2200 LESTER STREET OUAtm ea VA 22134-E050 M~A.SSASV" 20109-2ll2 ,. ,. (b)(6) IFOIA Exeme![on 66i ,. "'''' D .. ~"~'r\~.'\I. D ' ~""' <'M~lld.'\I, ~"'h in i!CmI4. n.~h"", ~I\~ a~LC~(lt";aN _), ""'tipl "'I'OI(~ L '" OIl"'UJ.1 ""kno" lod ge "",~ill\ ~nhl ~ "" l.'r\dm..~n prlilll(l lb. houl~nd d.\IU .. '.'n~ nl.1h""~; "on'"~ M'Ih" oncnd",-."I; (b) aI' ;!Cko""Ie.lginl; II1>'O\lm_'Il1 ""ni>m.. rA I!.LRF. OI'YOLll '\CK"'OW!.f..DG\IF~" '!O alE I~) Ily Cd ,(lumlnl; ~L('LI\'[!D (I' I-nll f'LACL [)LSIGl'II n [) H"lR IIll: Rl(' I' 1P I OrO I'FI!II$ I'RI(jR 10 lll ~ HVVN, 1\:'<11) 1),\ I t SI'U';U Uo-D \'1;' Y IU_SUlTI1\ ltf..tI:C'lIO:-' or YOli R orn:K. Ifloy \ ,nue ol'lhi ' U1l'mdn"", )'OU J~,,~ In SVA 20109-2342 ,. ,. (b)(6) fAIRFAX VA 22[lI).28W IFOIA Exemption 8~ ,. "'''' OIl"'UJ.1 ""kno" lodge ......"';111 D .. ~"~'r\~.'\I. D , ~nl1' <'M~lld.'\I, ~"'h in i!CmI4. n.~h"", ~I\~ a~LC~(lt";aN _), ""'tip' "'I'OI(~ L '" ~nh l~ IlI''''1d",,-"u prlilllll Ib" hou l~nd I~) llyCU .. '.'n~ n\.1h""~; 00111. """'IIJm:m on "11th rlll'y \)l1h~olli:'t \ uhl!iu •..J; ,11,CIIi)' ~II1>'O,lm_'Il1 ""ni>m.. rA I!.LRF.OI'YOLll '\CK"'OW!.f..DG\IF~" '!O alE ~L('LI\'[!D (I' I-nll f'LACL llL$.GJ\II n [) FnR IH [ Rl(' I' 1P I OrO I'FI! II $ I'RIOR 10 rill': HVVN,I\:' rt~n." (~ ( ~o~\)I,~ila1ion ""J 1I1''1I1ll.,,dlllOnl,01lUl H ~~N n" ortO 'h ~ Q~'"'P' h~~r",,,l d . t~ SI1..,.:f~rd , 13 . . THlS C1~I\1\GE O RDt.R IS t$l;ED P URSliA1\ T TO: (Sp~'C ify .:uJ\h nrily) TH E <...'ONTRACT ORDE R NO. IN ITEr-.·t liJA . •• I'ORTH lr..' ITEM 14 I\RE l\·tt\DE IN T HE ., . did i~ E. IMPORT ANT: COntrhctClr reQuired to ~i~ thi~ l~ul1lcnt tl nll ret lUll co pics to lhc is:;..lill g offi,'e. PT ION O~ AMEy",ro:'vfENrfl.'lODIFfCA'f ION IOr~nilcd by l)('F sec tio n h~adillg$. Iilc hrdi ng';() licitmionfco nl mel $ut!j CCt Iml.ll('r I,h('rc fCllsibh...,) jI,'lodific3tion COlll rull\'ul1l~ r: w " ' . I. (1) Decrease funding on Q NOOO4 • OIA Exemptio'l!l3 84 (b)(3),(b)(4) ------ ----- -----(2) hcrease funding on QtJ 0003 b -, -(b)(3),(b)(4) ... , I , 1he value of this contract rerrens u nditlons rerre in unchanged, I""" OI;~RJ f OIA Exemption 83 841 " [ SA- NAME A NUTITL E OF st GNE R (T ypc o r prim) ,. (T ypcorprrm ) ~_3tB6 1m liNIT ED Sf ,\ T ESOF.,\M ERI CA .. APPROVE D BY OIlW [ I·M ~ ~ 11 DATE SIGNED Q ~ "'- ~';.~ u::'~ <:-. 19-Apr-2012 ( rr;:scri ~d by GSI\ FA R ( 4 ~ (1' R) 5J.N3 M67854-11-C-7020 P00002 Page 2 of2 SECTION SF 30 BLOCK 14 CONTINUATION PAGE SUMMARY OF CHANGES IFolA Exemption 83 841 SECTION B - SUPPLIES OR SERVICES AND PRICES CLIN 0003 The estimated/max cost has increased The total cost of this line item has increased (b)(3),(b)(4) CLIN 0004 The estimated/max cost has decreased (b)(3),(b)(4) SECTION G - CONTRACT ADMINISTRATION DATA Accounting and Appropriation IFolA Exemption 83 841 Summary for the Payment Office SUBCLIN 000301: AA: 17111061A2A 252 67854 067443 2D M67854 lRCSUL6962SU (CIN M6785411RCSUL690001000301) was increased (b)(3),(b)(4) SUBCLIN 000401: AA: 17111061A2A 252 67854 0674432D M6785411RCSUL690001000401) was decreased • : I ~ • • • (b)(3),(b)(4) (End of Summary of Changes) IFolA Exemption 83 841 Ill!